Loading...
Agenda 06/09/2020 Item #16C5 (RFP #20-7700-ST w/Manhattan Construction Co.)16.C.5 06/09/2020 EXECUTIVE SUMMARY Recommendation to approve the selection committee's ranking and authorize entering into negotiations with Manhattan Construction Company for a contract related to Request for Proposal No. 20-7700-ST, "Construction Manager at Risk ("CMAR") for the Collier County Government Operations Business Park." OBJECTIVE: To retain a firm to provide CMAR professional services for the Collier County Government Operations Business Park to obtain a high level of cost control for the project. CONSIDERATION: On March 27, 2020, the Procurement Services Division issued Solicitation 20- 7700-ST - Construction Manager at Risk for Government Operations Business Park for proposal to 26,022 vendors. Interested contractors viewed one hundred thirty-five (135) solicitation packages, and the County received seven (7) proposals by the May 1, 2020 deadline. Staff found all seven respondents to be responsive and responsible. A selection committee met on May 11, 2020, scored each of the proposals, and shortlisted the below referenced five (5) firms to provide oral presentations. On May 14, 2020 the selection committee reconvened and heard oral presentations by the five (5) shortlisted firms and ranked the firms as follows: Respondents: Company Name City County ST Final Ranking Responsive/ Responsible Manhattan Construction Company Naples Collier FL 1 YES/YES Ajax Building Company, LLC Venice Sarasota FL 2 YES/YES Suffolk Construction Company, Inc. d/b/a Suffolk Estero Lee FL 3 YES/YES DeAngelis Diamond Construction, LLC Naples Collier FL 4 YES/YES O-A-K Florida d/b/a Owen -Ames -Kimball Company Naples Collier FL 5 YES/YES Chris -Tel Company of Southwest Florida, Inc. d/b/a Chris -Tel Construction Ft Myers Lee FL Not short- listed YES/YES Cleveland Construction, Inc. Mentor OH Not short- listed YES/YES Staff recommends negotiations with the highest ranked firm, Manhattan Construction Company. Subject to the Board's approval of staffs recommendation, and consistent with the terms of the solicitation and Florida Statutes Section 287.055, staff will bring a negotiated contract back to the Board for approval at a subsequent Meeting. If a proposed agreement cannot be reached with the highest ranked firm, staff will continue negotiations with the remaining firms in ranked order. FISCAL IMPACT: Funding for the Government Operations Business Park (Project 70167) is as follows: Public Utilities is Water/Wastewater User Fees Capital Fund (412/414). Transportation is Transportation Capital Fund (310). Facilities is County Wide Capital Improvement Fund (301). Pollution Control is Water Pollution Control Fund (114). Sheriffs Forensic/Evidence Storage facility is Infrastructure Sales Tax (318). The Citizen Surtax Oversight Committee validated the Sheriffs facility on May 1, 2019 in the amount of $33 million. Packet Pg. 1016 06/09/2020 16.C.5 GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: Recommendation to approve the selection committee's ranking and authorize staff to enter into negotiations with the number one ranked firm, Manhattan Construction Company, for a contract related to Request for Proposal No. 20-7700-ST, "Construction Manager at Risk (CMAR)" for the Collier County Government Operations Business Park," and if staff is unable to reach a proposed agreement with Manhattan it will continue negotiating with the remaining firms in ranked order, so that an agreement can be brought back to the Board at a subsequent meeting. Prepared By: Ayoub R. Al-Bahou, P.E., Principal Project Manager, Facilities Management Division ATTACHMENT(S) 1.20-7700-ST - Committee Final Ranking (PDF) 2. [Linked] 20-7700-ST - Manhattan Proposal (PDF) 3.20-7700-ST CMAR IFQ - Solicitation Rl (PDF) 4.20-7700-ST - NORA Executed -R1 (PDF) Packet Pg. 1017 16.C.5 06/09/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.5 Doe ID: 12441 Item Summary: Recommendation to approve the selection committee's ranking and authorize entering into negotiations with Manhattan Construction Company for a contract related to Request for Proposal No. 20-7700-ST, "Construction Manager at Risk ("CMAR") for the Collier County Government Operations Business Park." Meeting Date: 06/09/2020 Prepared by: Title: Principal Project Manager — Facilities Management Name: Ayoub Al-bahou 05/19/2020 4:37 PM Submitted by: Title: Director - Facilities Management — Facilities Management Name: Damon Grant 05/19/2020 4:37 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Sandra Herrera Additional Reviewer Facilities Management Damon Grant Director - Facilities Board of County Commissioners Jim Flanagan Additional Reviewer Community & Human Services Lisa Oien Additional Reviewer Public Utilities Department Dan Rodriguez Additional Reviewer Public Utilities Operations Support Joseph Bellone Additional Reviewer Public Utilities Department Drew Cody Level 1 Division Reviewer Public Utilities Department George Yilmaz Level 2 Division Administrator Review County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Additional Reviewer Office of Management and Budget Laura Zautcke Additional Reviewer Budget and Management Office Ed Finn Additional Reviewer Office of Management and Budget Susan Usher Additional Reviewer County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 05/19/2020 4:41 PM Completed 05/19/2020 5:10 PM Completed 05/19/2020 5:26 PM Completed 05/19/2020 5:45 PM Completed 05/20/2020 7:59 AM Completed 05/20/2020 8:54 AM Completed 05/21/2020 1:05 PM Completed 05/22/2020 5:16 PM Completed 05/29/2020 12:24 PM Completed 05/29/2020 2:20 PM Completed 05/29/2020 3:34 PM Completed 05/29/2020 3:54 PM Completed 05/29/2020 4:23 PM Completed 06/01/2020 11:43 AM Completed 06/01/2020 8:57 PM Completed 06/02/2020 8:36 AM Packet Pg. 1018 16.C.5 06/09/2020 Board of County Commissioners MaryJo Brock Meeting Pending 06/09/2020 9:00 AM Packet Pg. 1019 16.C.5.a co�� AdminisMa SeNm Dmsicn PmwremW Se — Selection Committee Final Ranking Sheet May 14, 2020 RFP #: 20-7700 Title: Construction Manager at Risk (CMAR) for the Government Operations Business Park Selection Committee - Short List Presentation - Committee Ranking Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. Name of Firm Ayub Al- Bahou Dayne Atkinson Mark McCleary Damon Grant Sean Williams Fred Nelson Average Selection Committee Final Rank Manhattan Construction Company 1 1 1 1 1 1 1.0000 1.0 Ajax Building Corporation 3 2 2 3 2 3 2.5000 2.0 Suffolk Construction 2 3 3 2 4 4 3.0000 3.0 DeAngelis Diamond Construction 4 4 5 4 3 2 3.6667 4.0 Owen -Ames -Kimball Company 5 5 4 5 5 5 4.8333 5.0 TOTAL 15 15 15 15 15 15 Procurement Professional Lisa Olen , Procurement Strategist Winess Ji Flanagan, Procur ent Manager - Construction Team total Check score Average (check) 61 1.0000 15 2.5000 18 3.0000 22 3.6667 29 4.8333 rr Q Page 1 of 1 Packet Pg. 1020 16.C.5.c Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CONSTRUCTION MANAGER AT RISK (CMAR) (In accordance with Florida Statute 287.055 Consultants' Competitive Negotiation Act) won Government Operations Business Park (GOBP) SOLICITATION NO.: 20-7700-ST N T LISA OIEN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8935 Lisa.Oien@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Proposer may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 1021 16.C.5.c SOLICITATION PUBLIC NOTICE CONSTRUCTION MANAGER AT RISK (CMAR) NUMBER: 20-7700-ST PROJECT TITLE: CMAR for Government Operations Business Park (GOBP) ESTIMATED PROJECT EXPENDITURE: Potentially 65-70 Million for all three Phases which includes 33 million designated for phase One. (This price is expected - not guaranteed) PRE -PROPOSAL CONFERENCE: April 7, 2020 at 10:00 A. M. - non -mandatory The pre -proposal meeting is also available by conference call at 239-252-7205 using the access Code 212121. A non -mandatory site visit will follow immediately after the pre -proposal meeting at the project site, 3959 City Gate Blvd N. Naples, Fl. 34117 Social Distancing practices will be imposed during both meetings. LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 PROPOSAL OPENING DAY/DATE/TIME: May 1, 2020 at 3:00 P. M. This meeting can only be accessed remotely through the voice conference bridge by calling 239-252-7207 and entering access code 212121. PLACE OF PROPOSAL 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: hLtps://www.bidsyLic.com/bidsyLic-cas INTRODUCTION As requested by the Facititles Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Construction Manager at Risk (CMAR) Invitation for Qualifications (IFQ) Solicitation (hereinafter, "CMAR IFQ") with the intent of obtaining proposals from interested and qualified Construction Managers in accordance with the terms, conditions and specifications stated or attached. The Proposer, at a minimum, must achieve the requirements of the Qualifications, Specifications, or Scope of Work stated. BACKGROUND Collier County seeks to develop the westernmost portion of the collier county resource recovery business park, along with associated access road(s), utilities and water management facilities to support a public utilities campus plan that will also incorporate additional agencies, including the Collier County Sherriff s office (CCSO) Criminal Investigations Divisions (CID) Facilities. This campus will combine a variety of Public Agency operations within one site to address the current needs as well as future growth and expansion of services as required to meet the needs of the community. The potential value of the overall project is 65-70 million, of which the amount of 33 million is designated for phase one using validated and approved Surtax funds. This Campus will represent the center of the County and a benefit for the deployment of operational divisions, equipment and or resources and encompass: N T Packet Pg. 1022 16.C.5.c 1) Phase One • Approximately forty (40) acres of site development and supporting infrastructure. • Sherriff's Forensic Evidence & CID building: i. Approximately 93,500 square feet. ii. To build new forensic/evidence & CID facilities that will house all forensic and evidence in a central location for safety and efficiency. Currently these operations are housed in 6 different locations. 2) Phase Two • Approximately 131,305 square feet • Collier County Centralized Inventory Building: i. To serve as central location for inventory for Public Utilities Water and Wastewater Operations, Facilities, and Transportation Traffic Operations. This will allow for combined efficiency and operations PUD Logistics and Operations Center: i. To relocate the public utilities staff currently housed at Shirley Street, Mercantile PUOC and Building H 3' floor. It will serve as the central operation for all PUD activities. Collier County Security & Operations Building: i. To house Traffic Operations, Stormwater SCADA and Government Security. During a storm event, it will serve as a central location to monitor operations throughout the County. Fueling Depot: i. This will be a combination enclosed facility, covered fueling area and tank farm to serve multiple divisions throughout Collier County 3) Phase Three • Approximately 44,982 square feet. • Expansion to PUD Logistics. • Expansion to Security & Operation Centers. Collier County on June 251, 2019 enter into agreement with Stantec Consulting Services, Inc. (hereinafter, "Consultant") to 0 provide professional services in all phases of this project. Since their notice to proceed the Consultant has developed programs and space analysis to the various Collier County Divisions and other agencies along with Conceptual master Plans for the proposed Project enclosed herewith for reference. N T.. The county may desire for the execution of the construction to be phased based on funding availability and in accordance to . the attached Masterplan Design Package. These phases will be addressed through amendments to the contract. 1.0 DESIGN SCHEDULE: 1.1 Notice to proceed was issued on 7/26/2019. 1.2 Project Milestone Schedule: Task/Item Description Approximate Number of Calendar Days for Completion 1 Phase I Project Kick -Off 1 2 Preliminary Programming 49 3 Master Site Planning 52 4 Conceptual Building Design 20% Conceptual Design 49, anticipated deliverable April 2020 5 Final Building Design and Site Design 245 6 Phase I Approvals 52 Packet Pg. 1023 16.C.5.c 7 SDPA and ERP Applications 270 8 Permitting and Bid Assistance 92, Anticipated deliverable December 2020 TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK The Construction Manager's work may commence with pre -construction services phase as a part of the comprehensive Construction Manager at Risk contract. Pre -construction services are included with the Construction Manager's responsibilities with the design phase of the Project. Prior to commencing construction of the Project, the Construction Manager will assume the risk of delivering the Project through a GMP contract amendment. The Construction Manager will be responsible for construction means and methods and will be required to solicit bids from qualified subcontractors to perform the work. During the construction phase, the Construction Manager shall be solely responsible for performance of the Project and shall function in the role of an independent General Contractor. That role may include, but not be limited to, the following during each Phase as indicated below. It is anticipated that Collier County will enter into a comprehensive agreement for services with the selected firm to provide the following services: 1. The selected Construction Manager will participate in design reviews as the Consultant produces progress sets of plans and specifications. Pre -construction services shall be compensated on a time and material basis utilizing a negotiated fee schedule and negotiated "not -to -exceed" price. Negotiations of the fee schedule shall be based initially upon the rate r schedule to be submitted by the Proposer in the negotiation process. 2. The cost of materials and services during the construction phase will be compensated based on a Guaranteed Maximum Price to be negotiated by the County, or the County's designee, and Construction Manager following substantial completion of design plans and specifications prepared by the Consultant. 1.1 Pre -Construction Phase: (from award through design and engineering and concluding with the acceptance of the GMP as evidenced by execution of amendment to the agreement for the Construction Phase). Pre -construction services by the Construction Manager (CM) may include, but may not be limited to the following: 1.1.1 Provide detailed cost estimating and knowledge of marketplace conditions. 1.1.2 Provide project planning and scheduling for both design and construction phases. 1.1.3 Provide for construction phasing and scheduling that will minimize interruption to site operations and by means of a comprehensive logistics plan. 1.1.4 Provide a site utilization plan for all construction activities. 1.1.5 Develop a scheduling process as requested by the County. 1.1.6 Provide preliminary and detailed scheduling analysis as needed throughout the Project. 1.1.7 Provide a Schedule of Values prior to finalization of the GMP including identifying prospective subcontractors, suppliers and sub -trades acceptable to the County. 1.1.8 Provide recommendations on sub -contractors, materials, and amenities at the facility. 1.1.9 Provide alternate systems evaluation and constructability studies. Packet Pg. 1024 16.C.5.c 1.1.10 Advise the Project Team of ways to gain efficiencies in project delivery and reduce overall delivery time. 1.1.11 Provide long -lead procurement recommendations and identify items that have the potential to be procured by the County. 1.1.12 The Project will be an open book. All savings, including unused owner's allowance, shall be returned to the County. The CM shall competitively select all construction subcontracts and other work appropriate for the competitive selection using cost and other factors 1.1.13 Provide copies of bids and quotations solicited from prospective subcontractors, suppliers and sub -trades. Note: The County will decide for when the Construction Manager will procure a minimum of three (3) bids or r_ demonstrate a good faith effort acceptable to the County that demonstrates attempts to obtain three (3) bids. 1.1.14 Single source or sole source recommended procurements shall be preapproved by the County. Q 1.1.15 Participate in regularly scheduled project coordination meetings throughout the design phase of the Project. C) 1.1.16 Participate in constructability reviews throughout the design phase of Project. 1.1.17 Assist in the permitting processes. Collier County will pay for all required permit fees. IL 1.1.18 Provide value engineering throughout Project. 1.1.19 Continually evaluate quality, safety, and environmental factors. Develop requirements for safety, quality m assurance, and schedule adherence. N 1.1.20 Advise County regarding green building materials and methods, as well as recommendations for building life span c o and efficient operations. L 1.1.21 Review final plans and specification for completeness and ADA compliance. d Q• O 1.1.22 Provide estimating throughout the Project and as listed below. 1.1.23 Submit an estimated cost review and detailed by line item budget at the following stages or phases: L (a) At completion of the Design Development Phase 30%. c (b) At completion of 60% of the Construction Documents Phase. O (c) At completion of 90% of the Construction Documents Phase. (d) At completion of 100% of the Construction Documents Phase. N 1.1.24 Submit GMP for review and negotiation T 1.1.25 Review all drawings specifications and documents to ensure coordination between disciplines. Identify constructability needs that may have an impact on Final Guaranteed Maximum Price. o 1.1.26 Establish, implement and maintain quality control standards. W mac° 2 1.1.27 Review and analyze long lead items and impact on design and construction schedules. Develop a `critical path o schedule' at each stage of the design. 1.1.28 The CM shall make a genuine effort to stimulate interest in the PROJECT and maximize participation of potential 0 qualified subcontractors in the selection process with emphasis placed on recruiting and using local, small and/or minority businesses. Q 1.1.29 The CM shall monitor conditions in the construction market to identify factors that will or may affect costs and time for completing the PROJECT; and make analysis as necessary to (i) determine and report on availability of labor, materials, equipment, potential subcontractors and possible impact of any shortages or surpluses of labor or material, and (ii) in light of such determination, make recommendations and take action as may be appropriate with respect to long lead procurement, separation of construction into subcontractor packages, sequencing of work, use of alternative materials, equipment or methods, other economies in design or construction and other matters that will promote cost savings and completion within the schedule time. 1.2 Construction Phase: (commencing after the preconstruction Phase) Construction services by the Construction Manager may include, but may not be limited to the following: 1.2.1 The County shall pay for all permits. The CM shall pull the Building Permit and shall be responsible for delivering and posting the Building Permit at the Project Site prior to the commencement of construction. The County and Consultant shall fully cooperate with the CM when and where necessary. Packet Pg. 1025 16.C.5.c 1.2.2 All projects require detailed code compliance inspection during construction in disciplines determined by the Permitting Authority. These disciplines normally include, but are not necessarily limited to, structural, mechanical, electrical, plumbing, and general building. The CM shall notify the appropriate inspector(s) and the County, no less than 24 hours in advance that the work is ready for inspection and before the work is covered up. All inspection shall be made for conformance with the applicable ordinances and building codes. Costs for all re -inspections of work found defective and subsequently repaired shall not be included as Project costs and shall be borne by the CM or as provided in the contract between CM and subcontractor. 1.2.3 The CM shall maintain sufficient off -site support staff and competent full-time staff at the Project Site authorized to act on behalf of the CM to coordinate, inspect and provide general direction of the work and progress of the subcontractors and the CM shall provide no less than those personnel during the respective phases of construction. The CM shall not change any of those persons unless mutually agreed to by the County and CM. In such case, the County shall have the right to approval of the qualifications of the replacement personnel. The County shall have the right to request to replace the staff at the Project site at any time during the construction. 1.2.4 The CM shall continue to provide current scheduling information and provide direction and coordination regarding beginning and finishing dates, responsibilities for performance and the relationships of the CMAR's work to the work of its subcontractors and suppliers to enable them to perform their respective tasks so that the development of construction progresses in a smooth and efficient manner in conformance with the overall Project Schedule. The Project Schedule shall include all phases of procurement, approval of shop drawings, change orders in progress, schedules for change orders, and performance testing requirements. 1.2.5 The CM shall hold job -site meetings at least biweekly with the Construction Team, or more frequently as required by work progress, to review progress, discuss problems and their solutions and coordinate future work with all subcontractors. The CM shall prepare and maintain a record of such meetings and distribute copies as necessary. 1.2.6 If directed by the County, the CM shall review the design for the purpose of identifying major equipment and/or `m material purchases that may be advantageous for the County to purchase directly from suppliers as a tax cost c saving measure. Once items have been identified and quantified by the CM, and approved by the County for direct purchase, the County will issue purchase orders and process payment for invoices approved by the CM. c The CM shall prepare and be responsible for all quantities, descriptions, specifications, guarantees, payment schedules, etc., and all other required information to be included in the County issued purchase order. 1.2.7 The CM shall maintain files that adequately support the competitive solicitation process chosen and followed N by the CM. At minimum, the CM shall provide to the County assigned Project Manager a summary bid tabulation depicting all bids received broken down by discipline and clear indication of the selected sub- contractor(s). Should the CM not select the lowest bidder in any instance, a written description as to why the lowest bidder was not selected must be provided within the bid tabulation summary. 1.2.8 The CM shall develop and maintain a program acceptable to the County to assure quality control of the construction. The CM shall be responsible for and supervise the work of all subcontractors, providing instructions to each when their work does not conform to the requirements of the Project Plans and Specifications and the CM shall continue to coordinate the work of each subcontractor to ensure that corrections are made in a timely manner so as to not affect the efficient progress of the work. Should a disagreement occur between the CM and the Consultant over the acceptability of the work, the County, at its sole discretion and in addition to any other remedies provided herein, shall have the right to determine acceptability. 1.2.9 Prepare the overall project schedule and provide periodic detailed updates. 1.2.10 Participate in regularly scheduled project coordination meetings. 1.2.11 Serve as the general contractor during construction. 1.2.12 Coordinate with the County, other agencies, utility companies, and other parties as necessary. 1.2.13 Obtain County approval on all formats and reporting structures. 1.2.14 Provide long -lead procurement recommendations and, subject to the County's authorization, initiate procurement of long -lead items. 1.2.15 Identify items that have the potential to be procured by the County. 1.2.16 Arrange for procurement of materials and equipment. 1.2.17 Schedule and manage site operations. 1.2.18 Prepare, bid, and award bid packages for labor and materials, and manage the resultant subcontracts/purchase Packet Pg. 1026 16.C.5.c orders. 1.2.19 Provide quality controls. 1.2.20 Bond and insure the construction. 1.2.21 Comply with all federal, state and local permitting requirements. 1.2.22 Address and resolve Project Team issues. 1.2.23 Maintain a safe work site for all project participants. 1.2.24 Develop, maintain and record all construction documentation. 1.2.25 Provide a billing system acceptable to the County for invoicing and payment approval process. 1.2.26 Job Site Requirements. The CM shall provide each of the following activities as a part of its services hereunder: (1) Maintain a log of daily activities, including manpower records, weather, delays, major decisions, etc. (2) Maintain a roster of companies on the PROJECT with names and telephone numbers of key personnel. (3) Establish and enforce job rules governing parking, clean-up, use of facilities and work discipline. (4) Provide labor relationships management and equal opportunity employment for a harmonious productive PROJECT. (5) Provide and administer a safety program for the PROJECT to meet OSHA requirements. Monitor for subcontractor compliance without relieving them of responsibilities to perform work in accordance with best acceptable practice. (6) Provide quality control program. (7) Provide miscellaneous office supplies that support the construction efforts which are consumed by its own forces. (8) Provide for travel to and from its home office to the Project Site and to those other places within County as required by the PROJECT. 1.2.27 Warranty and Warranty period: `m (1) Coordinate and monitor the resolution of remaining "punch -list items. (2) Coordinate the 11-month walk thru warranty inspection with the County. (3) Coordinate, monitor and resolve all warranty complaints to the satisfaction of the Owner during the one-year N general warranty period. CONSTRUCTION MANAGER AT RISK (CMAR) PROCESS 1.3 The selection process will involve a two-step proposal review to minimize Proposers' costs in preparing initial qualification proposals and expediting the review process. The Proposers will initially submit a qualifications proposal which will be scored based on the criteria in the Scoring Criteria for Development of Shortlist, which will be the basis for short -listing no less than three (3) 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 issue an invitation for oral presentations (Step 2) to at least the top three short-listed firms and produce a final ranking for approval by the Board of County Commissioners (BCC). Upon approval by the BCC, the County will enter into negotiations with the top ranked firm(s) to establish cost for the services needed. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and technical components. The COUNTY plans to include an Owner's Allowance in the contract for items such as changes in scope and permit acquisition. The Owners' Allowance will be used only at the County's direction. The negotiated contract will then be brought before the Board of County Commissioners for approval and award of contract at a Board of County Commission Meeting. Contact with County Staff including Commissioners and/or Selection Committee members: Upon advertisement of this CMAR IFQ, Proposers responding to this CMAR IFQ and members of their team, are prohibited from contacting Commissioners, members of County Staff or Selection Committee Members (including advisory members) regarding the submittals for this project prior to presentation of a recommendation to the Board of County Commissioners (except as may be necessary for contract negotiation purposes). All inquiries shall be directed to the Procurement Strategist or Procurement Director or her designated representative. 1.4 The COUNTY will use a Selection Committee in the Construction Manager at Risk Invitation for Qualifications (CMAR IFQ) selection process. Packet Pg. 1027 16.C.5.c 1.5 The intent of the Step 1 scoring of the qualifications -based proposal is for Proposer to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.6 Based upon a review of these qualification proposals, the short-listed firms will be requested to submit Step 2, to make oral presentations. 1.7 The scores from the CMAR-IFQ - Step 1 used for short -listing for this Project will not be carried forward for the Step 2 of this selection process. 1.8 The intent of the Step 2 oral presentations is to provide the firms with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.9 After review of the Step 2 oral presentations, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.10 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: For the development of a shortlist, this evaluation criteria will be utilized by the COUNTY'S Selection Committee to score each proposal. Proposers are encouraged to keep their proposals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 25 Points 2. Certified Minority Business Enterprise 5 Points c 3. Past Performance 25 Points 0 4. Location (Project Approach, Willingness to Meet Time and Budget Requirements) 25 Points 5. Recent, Current, and Projected Workloads of the Firm 10 Points N 6. Financial Strength and Liabilities of the Firm 10 Points r TOTAL POSSIBLE POINTS 100 Points n 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 by the County. Volume of work shall be calculated based upon total dollars paid to the Proposer in the twenty-four (24) months prior to the CMAR IFQ submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSIONAL PERSONNEL (25 Total Points Available) Ia. This criterion measures the ability of Proposer's team personnel as shown by their level of experience on projects of similar type, size and complexity. This criterion measures how well the team is staffed to address all facets of the project. It measures how well the team is organized to deliver the project for the COUNTY. Preference will be given to teams with knowledge and experience with local construction and regulatory conditions and who demonstrate a strong commitment to team collaboration proximate to the project site. Preference will also be given to teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar projects. It measures the overall level of the team's qualifications to successfully complete the project. lb. Describe the organizations corporate structure, divisions, principals and corporate leadership, hierarchy, key personnel by position, and job responsibilities. Indicate the office location in which the project will be managed Packet Pg. 1028 16.C.5.c from. lc. Describe the proposed Project team. Provide resumes and history with the Proposer, as well as career history elsewhere including dates of employment. Provide qualifications, relevant experience, and resumes for the Construction Manager and all key staff to be assigned to this project. Identify roles of project Executive/Director, Preconstruction Manager, Project Manager, and General Superintendent. Identify the longevity of employment of key staff of the Proposer. All personnel assigned to the project by the proposer shall not be reassigned to other projects without the prior written approval of Collier County. a). Indicate Project Manager's experience in construction management at risk of multi -structure, multi - phased campus or projects of similar complexity type. b). Indicate Project Superintendent's experience in similar project supervision. The superintendent shall be assigned to this project full-time and be on -site during all construction. c). Indicate any Project on -site staff specializing in support of the technical requirements of the Project. d). Indicate qualified office support staff and equipment sufficient for project support and execution. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise EVALUATION CRITERIA NO.3: PAST PERFORMANCE (25 Total Points Available) 3a. This criterion measures the Proposer's past experience with projects of comparable nature, similar in size, type, duration and complexity as this project along with evidence of satisfactory completion, both in time and within 0 0. budget, for the past TEN (10) years. The Proposer's team will be evaluated on past services provided for projects of +, similar nature — multi -structure, multi -phased campus or projects of similar complexity, size and scope of this m project, including the experience the team members proposed on this project have together on the previous projects E c presented. Experience with all elements of the project scope as generally described herein will be evaluated, with specific emphasis on experience addressing the technical, community and project delivery categories. The c Proposer's team's minimization of change orders will be an important consideration. Preference will be given to similar services constructed within the last 5 years in proximity to the proposed project. N T The Proposer shall indicate successful Construction Manager at Risk experience with multi -structure, multi -phased campus -type or projects of similar size and scope. The Proposer shall furnish a list of representative projects, with a minimum of three (3) having been performed for public owners. The list shall include, as a minimum, the following c information for each project listed: a. Nature of the proposing entity (e.g., corporation, partnership, sole owner, joint venture, etc.) b. The address and location of the office responsible for provision of the majority of services for the project. c. Name, address, telephone number and contact person where construction management services have been provided. Contact persons shall include project manager and department head. d. A description of the project. e. The role of the Proposer. f. The original and final contract amounts for the project. g. The project fee and the original and final contingency amounts. h. The original and actual time of completion. i. The specific safety record (number of lost workdays/total workdays worked or similar) for the projects listed. j. A list of trades self -performed and percentage of overall project construction cost that was self -performed. k. Examples of experience in providing engineering review services that are applicable to the design being undertaken by the project. 3b. The County requests that the Proposer submits no fewer than five (5) and no more than ten (10) completed reference forms from clients whose projects are of a similar nature to this solicitation completed within ten (10) years as a part of their proposal. References to include no more than one Collier County project. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using form provided in Attachment A — Form 5. Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the selection committee information to assess the experience of the Proposer on relevant project work. Packet Pg. 1029 16.C.5.c EVALUATION CRITERIA NO. 4: LOCATION (PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REOUIREMENTS) (25 Total Points Available) 4a. Written overview of the Proposer team's resources available to complete the services requested in the schedule outlined in the scope of services. Describe the project approach to deliver successful pre -construction for this specialized multi -building, multi -phased campus facility or similar projects. Include topics such as cost estimating, value engineering, scheduling, best practices, BIM Modeling, constructability review, permitting and bidding. Describe the Proposer's quality assurance, safety and closeout programs. The Proposer should illustrate to the COUNTY how they propose to approach the project and assemble the resources to meet each phase and each major element of the project. (Limit response to 3 pages) 4b. Describe the Proposers approach to deliver successful Construction Management services. Include topics such as coordinating and constructing multi -building, multi -phased campus facilities. Incorporate discussion pertaining to approaches to multi -level laboratory/forensic facility or similar type facilities, including specialized systems, assisting in the accreditations processes, commissioning and coordination of transitioning from existing to new facilities. (Limit response to 2 pages) 4c. Describe Proposers subcontractor management and outreach plan. Describe Proposers approach for competitively administering and evaluating bid packages. Identify a list of potential subcontractors within the major trades that have a successful long-term business relationship with the Proposer. Identify specialty trades and list subcontractors specifically and technically critical to the success of this project. Briefly describe each subcontractor's qualifications, experience and past teamwork with the Proposer. (Limit response to 2 pages + listing of trade subcontractors that may be considered) 4d. A conceptual level schedule should be included as a separate page to illustrate concepts of design and permitting time, sequencing of the major elements. (Limit schedule to 1 page, I I" x 17" page size and 40 activities maximum) 4e. Written overview of Proposer team's concept and approach to managing the overall cost of the project. (Limit response to 5 pages). Include in the 5-page response specific information on past project performance that demonstrates the Proposer's ability to meet the County's budgets including change order history on similar projects. EVALUATION CRITERIA NO. 5: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM (10 Total Points Available) N 5a. This criterion measures the team's proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. List all completed and currently active projects that the Proposer has managed/is managing within the past five (5) years. c 5b. In addition, list all projected projects that Proposer will be working on. Projected projects will be defined as project(s) that the Proposer has been awarded, but the Notice to Proceed has not been issued, and any future commitments. Identify any project that the Proposer worked on concurrently. Describe Proposer's approach in managing these projects. Were there, or will there be, any challenges for any of the listed projects. If so, describe how the Proposer dealt, or will deal, with the projects' challenges. EVALUATION CRITERIA NO. 6: FINANCIAL STRENGTH AND LIABILITIES OF THE FIRM (10 Total Points Available) 6a. Provide audited financial statements for the last three years, current credit rating, current net worth, leverage, profitability in relation to size, liquidity and overall financial stability. Any claim of confidentiality on financial statements should be asserted at the time of submittal. The Proposer's failure to provide the information as instructed may lead to the information becoming public. 6b. All Proposers and key firms of the Proposer's teams shall disclose and provide a written explanation regarding any and all construction -related litigation, major disputes, contract defaults, and/or liens within the last 5 years, even if the provider considers that such may have little or no significance to County. 6c. The Proposer shall provide a summary of bonding value capacity, single project bonding value limits, value of current bond commitments, and current available bonding capacity. The Proposer shall also identify the Proposer's history of any and all Notice to Cure and/or Demand Notice on Performance and/or Payment Bonds. Packet Pg. 1030 16.C.5.c 6d. If the Proposer is a joint venture, the above information provided should encompass the joint venture and each of the entities forming the joint venture. CMAR IFQ Attachments: Attachment A — Required Forms Attachment B — Insurance Requirements Attachment C — Conceptual Project Overview/Plan — GOBP Master Plan — 10-18-19 Attachment D — Conceptual Project Phasing Plan — Phasing Diagrams Collier County 2020 R.2 — 02-25-20 Attachment E — Supplemental Information — RRBP PUD CMAR IFQ On -Line Documents on BidSync — Acknowledgement and acceptance required Construction Manager at Risk — Instructions to Proposers Purchase Order Terms and Conditions 12-18-13 Construction Manager at Risk Proposer: Collier County appreciates your firm's interest in the County's Construction Manager at Risk project and IFQ, and looks forward to your proposal. Thank you. - Collier County Procurement Services N T Packet Pg. 1031 DocuSign Envelope ID: 6264A6E3-4042-4F83-A779-A106623DD512 Co�er County Administrative Services Department Procurement Services Division Date: May 14, 2017 Notice of Recommended Award Solicitation No: 20-7700-ST Title: Construction Manager at Risk (CMAR) for Government Operations Business Park (GOBP) Due Date and Time: May 1, 2020 at 3:00 PM Respondents: Company Name City County ST Final Ranking Responsive/ Responsible Manhattan Construction Company Naples Collier FL 1 YES/YES Ajax Building Company, LLC Venice Sarasota FL 2 YES/YES Suffolk Construction Company, Inc, dba Suffolk Estero Lee FL 3 YES/YES DeAngelis Diamond Naples Collier FL 4 YES/YES O-A-K Florida dba Owen -Ames -Kimball Company Naples Collier FL 5 YES/YES Chris -Tel Company of Southwest Florida, Inc., d/b/a Chris -Tel Construction Ft Myers Lee FL Not short-listed YES/YES Cleveland Construction, Inc. Mentor OH I Not short-listed YES/YES Utilized Local Vendor Preference: Yes El No = Not Applicable On March 27, 2020 the Procurement Services Division issued Solicitation 20-7700-ST—Construction Manager at Risk for Government Operations Business Park for proposals to 26,022 vendors. One hundred thirty-five (135) solicitation packages were viewed, and seven (7) proposals were received on May 1, 2020, as shown above. All seven proposers were found to be responsive and responsible. The Selection Committee met on May 11, 2020 and as described in the solicitation documents, the Committee scored each of the proposals shortlisted five (5) firms for oral presentations, as noted above. On May 14, 2020 the Selection Committee reconvened and heard oral presentations by the five (5) shortli ed firms and ranked the presentations as noted above. ��P Staff is recommending negotiations with the highest ranked firm, Manhattan Construction G /i-tP1�Z DocuSigned by: Required Signatures Project Manager: DocuSigned by: Procurement Strategist: r"rx M Services Director: H 5/15/2020 3Ff(`f:A'J7QRSSdFS Sandra Herrera 16.C.5.d Packet Pg. 1032 rovritNMrN i oPrRAiIoNs ai sINrss PARK '16, :1 - - - Manhattan Construction CONSTRUCTION MANAGER AT RISK (CMAR) Government Operations Business Park SOLICITATION NO.: 20-7700-ST May 1, 2020 Submitted by: Manhattan Construction 3705-1 Westview Drive Naples Fl, 34104 P: (239)643-6000 www.manhattanconstruction.com Manhattan Building excellence. 3-13 Mock -Up Completed In -House by Manhattan Please place you camera over QR code for 3-13 Fly Over CoUi�e r County Collier County Board of County Commissioners Construction Manager at Risk for Government Operations Business Park Solicitation No.: 20-7700-ST Prepared for: Lisa Oien, Procurement Strategist Procurement Services Division 3295TamiamiTrail East, Bldg. C-2 Naples, Florida 34112 Prepared by: Manhattan Construction 3705-1 Westview Drive Naples, Florida 34104 Contact Person at Manhattan: 4t4 A146 Gordon Knapp, Senior Vice President gknapp@manhattanconstruction.com (239) 643-6000 Contents Letter of Interest 1. Ability of Personnel 2. Certified Minority Business Enterprise 3. Past Performance 4. Location (Project Approach, Willingness to Meet Time & Budget Requirements) 5. Recent, Current, & Projected Workloads of the Firm 6. Financial Strength & Liabilities of the Firm Required Forms 3 4 20 23 76 139 144 148 Manhattan Manhattan Construction 239.643.6000 (office) 3705-1 Westview Drive 239.435.3827 (fax) Naples, FL 34104 www.manhattanconstruction.com A Manhattan May 1, 2020 Collier County Government Lisa Oien, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, Florida 34112 RE: 20-7700-ST I GOVERNMENT OPERATIONS BUSINESS PARK (GOBP) Dear Ms. Oien & Selection Committee, Manhattan Construction is trulyexcited to be considered asyour construction manager for the Government Operations Business Park (GOBP). Throughout this proposal we will showyou how Manhattan is uniquely qualified for this project such as: • Significant Government Building Experience In Excess of: • 38,645,246 square feet • $7,852,318,629 • Forensics Laboratory Experience including the world's largest, most complex laboratory / bio- containment facility ever constructed • Evidence Storage Experience • Experience with Collier County Government Since 1970 • Experience with Collier County Sheriff's Office • Experience with Collier County Clerk • Local Construction Management experience in Collier County in Excess of $2.8 Billion • Southwest Florida Experience in excess of $6 Billion • Headquartered Collier County Office Since 1968 • Local Ownership • Currently Constructing on the adjacent Sports Complex Site • Team has extensive knowledge of the site conditions • Uniquely positioned to provide the taxpayers with significant savings • Strong relationships with local qualified subcontractors established over five decades • Have current and past successful relationships with: • County Facilities Staff • Davidson Engineering (owners rep) • Stantec (designer) • Sheriff Rambosk and his top staff • County Commissioners • County Clerk & Staff We have already begun a meticulous deep dive into this project. Our investigation began in 2014 when we took several walk-throughs of various similar facilities including the Lee County forensics and evidence storage facility. We met with several of former Sheriff Mike Scott's staff members, who had been working at this facility since it first opened. Our goals in visiting these facilities was to: • Understand the spaces and their uses • Discuss lessons learned (what would you do different if you had to build it again) • How the public and the County staff access and security • Specialty equipment • Storage (what do you have and what do you need) • Attended/viewed all the county commission meetings related to this project • We have listened, asked questions, and reviewed all the associated available documents over the years • We have made numerous site visits, flown drones, and analyzed the entire site • We have also met with numerous specialist related to this project over the years • Conducted a Site Analysis • Looked at different economical and durable building types • Building Skin Analysis • Reviewed current data available such as the: • Reviewed Soils Reports from 2012 & 2015 • DIW Plans • ERP Permit and Plans The team has also created an in-house 3D model of the entire site and the various phases that includes logistics, site utilizations, and building various construction components of the project. This can be viewed by either opening your phone or Wad camera and placing it over the QR code or clicking on this link. This team is comprised of knowledgeable, local veterans and high performers. A LJ C ril �Ll 4 L• L i' 1 majority of this team is already on the adjacent county sports complex site and will be able to not only ensure success, but also provide the taxpayers significant saving for these projects by sharing all of our resources as we have described in more detail throughout this proposal. On behalf of our team, I thank you for this opportunity, and look forward to further solidifying why this team is the right team for the job. Sincerely, Gordon Knapp Senior Vice President - Southwest Florida ' COWER COUNTY l CCSO Evidence/Forensics - �> ^' 4`. i3• ' 93.000 Square Feet g . tory I IIt-'Na Corsln.ctiarr A- 'i •s '• • ,- ' "" a s;ecl Fare �rFkorng5ys"Pm - �' 6ecr, re S Le Yre. ` ►•• r a o i V ` N, EVALUATION CRITERIA 1 �.' r k Z t ABILITY OF PROFESSIONAL PERSONNEL i Co ter County 1. Ability of Personnel Ia. This criterion measures the ability of Proposer's team personnel as shown by their level of experience on projects of similar type, size and complexity. This criterion measures how well the team is staffed to address all facets of the project. It measures how well the team is organized to deliver the project for the COUNTY. Preference will be given to teams with knowledge and experience with local construction and regulatory conditions and who demonstrate a strong commitment to team collaboration proximate to the project site. Preference will also be given to teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar projects. It measures the overall level of the team's qualifications to successfully complete the project. Manhattan prides itself in being one of the best builders in Southwest Florida and beyond. Our local leadership is committed to providing the best team possible for your project with strong local leadership and a Naples -based management team who will pursue this project's completion with passion as local residents and taxpayers contributing to the funding of these facilities. The Home Team. The Manhattan Construction professionals who Provide you with the best service available. have been selected specifically for your new This Manhattan team will work with you from Government Operations Business Park (GOBP) day one, including preconstruction reviews, project provide you with the best and most recent constructability and identifying value-added and relevant experience and this team is familiar opportunities, ensuring the design of the GOBP with Collier County and its operations as well as stays within the County's budget. the City Gate area and the local authorities having You can be certain that we will be there for you in jurisdiction. We have completed 15 projects for Collier County since 1970. Our team's extensive success together on other high -profile, complex work like yours is a testament to their ability to Collier County Government Complex Naples, Florida the years that follow the opening of this facility. Our 52 years in Collier County shows that, as with all of our projects, our team will stand behind their work long after any warranty periods expire. !a --- mown I \ � �MF na ee c� ren . ■.. Collier County Development Naples Jail Center Services Building Naples, Florida Naples, Florida PAGE 5 OF 179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 1. Ability of Personnel IN Describe the organizations corporate structure, divisions, principals and corporate leadership, hierarchy, key personnel by position, and job responsibilities. Indicate the office location in which the project will be managed from. When Laurence H. Rooney founded Manhattan Construction in 1896, he built his business and reputation for trustworthiness and dependability. These timeless values have enabled Manhattan to become one of the most respected construction firms in the nation. In the last three years Manhattan has received more than 40 industry honors for quality and safety. Manhattan has been an Accredited Quality Contractor (AQC) for 15 NGTHE consecutive years and is a ' NATION'SBEST SAFETY seven -time STEP Diamond PROGRAMS award winner. The Diamond 0 award is highest honor inConstruction the Associated Builders and Award ty Excellence Winner Contractors Safety Training co•ecutiveyears as an Accredited AQC and Evaluation Process 14 QualityContractor (STEP) awards program. . o.....pn.,.. Manhattan's Philosophy Manhattan has been privately held by the Rooney family for being a quality contractor is the natural result of maintaining this philosophy. We Are Trusted Manhattan Construction is recognized by the industry and our clients for providing well built structures on time and within budget. We are trusted by our clients to provide a problem -free and risk -free process. And, we make all stakeholders — clients, employees, architects, subcontractors and suppliers —successful. Corporate Leadership Our senior leader for the State of Florida, Gordon Knapp, will be the principal -in -charge for this project. He is currentlyheavilyinvolved in the Collier County Sports Complex on the property adjacent to the Government Operations Business Park. Additionally, our state license holder, Senior Project Manager Josh Willard, will provide leadership to the field team and is also involved on the Collier County Sports Complex project. five generations. That consistent G OV E R N M E N T BY T H E NUMBERS ownership has instilled aphilosophy of always focusing on doing quality in the last 5 years. work and making it our mission More than More • to take great care of our clients, $ 2.4 billion ' ' ' ' ' ' in government. building square employees and subcontractors every single day. Our success 44 11011111111111 n 9 9 with more than In the construction industry government projects. awardsfor green 800F000 and our excellent reputation for government projects. projectssquare feet in office space. PAGE 6 OF 179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 1. Ability of Personnel Location & Divisions Manhattan Construction operates from eight (8) offices throughout the United States. Office Locations • Atlanta, GA • Dallas, TX • Houston, TX • Oklahoma City, OK • Naples, FL • Springdale, AR • Tampa, FL • Tulsa, OK • Washington, D.C. In Florida, we operate from Tampa and Naples, with Naples being the headquarters for the state. This project will be managed from the Naples, FL office location. 1 0 -� 0 0 0 0 We're Right Down the Road Our corporate headquarters, which is where the project will be managed from, is located at 3705-1 Westview Drive, less than 15 minutes from the project site. Manhattan PAGE 7 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 1. Ability of Personnel Relevant Areas of Experience The following matrix illustrates the relevant experience of our project team and our office support staff. Individual resumes for each person are included in the following pages. Phased Complex CMaR Local Large Tilt Wall Projects Labs Resident Sites Gordon Knapp Principal -in -Charge / V / V v V / V _ / v Josh Willard Senior Project Manager _ / v / v _ / v / v _ / v _ / v Rodger Feahr Senior Superintendent / V V V V / V / V Mauricio Pastor Superintendent / v / v / V / �/ _ / v / V John Directorrof of / V/ / V/ / V/ / Preconstruction Jeff Smith Assistant Project / �/ �/ ,/ / v/ Manager Chris Fusco ✓ ✓ _/ Senior Project Engineer v Dean Ramineh Safety Director / V V V V / V / V Benjamin Stewart In-house Laboratory t & Secure Facility Advisor Dan McDowell MEP Specialist / V / V / V / V / V / V Manhattan PAGE 8 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County 1. Ability of Personnel Organizational Chart The following organizational chart clearly defines the roles and reporting structure for all key personnel and office support staff proposed for this project. Collier County ® Stantec DE DAVID50N Design Team ENGINEERING •-------------- ------------------- I I I 1 JNI 1_, Preconstruction I I I I I I I Manhattan's In-house Laboratory & Secure Facilit Advisor I I I I I I I I I I MEP Specialist r 1 1 1 I I I I I I I I I Estimating Support _ 1 1 1 1 1 1 PAGE 9 OF 179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 1. Ability of Personnel INDUSTRY EXPERIENCE: Total Years: 37 EDUCATION, CREDENTIALS & COMMUNITY INVOLVEMENT: Construction Management Program, - Mankato State University, Mankato, Minnesota American Heart Association Executive Committee GORDON KNAPP Principal -in -Charge As Manhattan's senior leader for the State of Florida, Gordon manages client, architect and staff relationships and is charged with the implementation of policies, procedures, and management of Florida's organizational structure. He endeavors to maintain the company -wide goal of providing quality construction services that exceed our clients' expectations and to be the contractor of choice in Florida. Gordon supervises all procurement and personnel administration in the state. SELECTED PROJECT EXPERIENCE: Collier County Sports Complex & Events Center $55 million 1 370 acres a Multi -phased project including extensive sitework, athletic fields, stadium, events center and associated ancillary buildings. Naples, FL Project Relevancy: • Across the street from proposed project • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure M.D. Anderson Cancer Research Facility Houston, Tx $63 million 1475,000 SF Project Relevancy: Multi -phased research • Multi -structure complex with complex • Multi -phased campus laboratories and MEP • Extensive infrastructure systems. • Complex MEP systems Florida Gulf Coast University Campus Development Fort Myers, FL GORDONWHY _ $298 million 11,267,693 SF Project Relevancy: SELECTED FOR Phased development of the • Multi -structure, many tilt -wall PROJECT • j FGCU campus over the last 22 • Multi -phased campus years. Many of the structures • Extensive sitework & infrastructure utilized tilt -wall construction Current project is a complex • Local office leader and also included laboratories. laboratory facility • Working relationship with Ave Maria University Campus Development Ave Maria, FL Collier County staff $165 million 1200 acres Project Relevancy: Phased development of • Multi -structure • Experience working in the the AMU campus including • Multi -phased campus City Gate area more than 10 buildings and • Extensive sitework & infrastructure extensive sitework and • Most recent project complete in • Extensive experience with infrastructure. 2018 Tilt -wall construction City of Naples Fire Station 1 & Emergency Operations Center Naples, FL • Collier County Resident Vill $7.5 million 122,598 SF Project Relevancy: Two-story, three -and -a -half • Local government project bay fire station with attached • Secure facility ■, fire administration area and • Active campus built adjacent to �— —' Emergency Operations Center City Hall • Storage areas PAGE 10 OF 179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i C01111137 County 1. Ability of Personnel INDUSTRY EXPERIENCE: Total Years: 22 EDUCATION, CREDENTIALS & COMMUNITY INVOLVEMENT: Lorenzo Walker Institute, Blueprint & Estimating OSHA 30-hour State of Florida Certified General Contractor CGC1526641 • Working relationship with Collier County staff • Company license holder for Southwest Florida • Experience working in the City Gate area • Experience with phased projects • Experience with secure facilities • Collier County Resident JOSH WILLARD, CGC Senior Project Manager Josh is a decisive, forward -thinking, adaptable, and self -directed construction professional with broad -based experience in construction management, general contracting, risk management, and problem solving. Since joining Manhattan in 2006, Josh has served in virtually every role including project management, estimating and field supervision, continually progressing in his construction career. Collier County will benefit from Josh's varied experience, strong leadership skills and ability to work with all stakeholders. Josh serves as the license holder for Manhattan Construction in the State of Florida. SELECTED PROJECT EXPERIENCE: Collier County Sports Complex & Events Center Naples, FL $55 million 1 370 acres Project Relevancy: a Multi -phased project including • Across the street from proposed - extensive sitework, athletic project fields, stadium, events center • Multi -structure and associated ancillary • Multi -phased campus buildings. • Extensive sitework & infrastructure Florida Gulf Coast University Campus Development Fort Myers, FL $298 million 11,267,693 SF Phased development of the FGCU campus over the last 22 years. Many of the structures utilized tilt -wall construction and also included laboratories. Kalea Bay 5-Tower Development $650 million 13,650,000 SF Five -phased development including five luxury residential condominiums and extensive sitework & infrastructure. Ave Maria University Campus Development $165 million 1200 acres Phased development of the AMU campus including more than 10 buildings and extensive sitework and infrastructure. Kraft Office Center North Parcel B $11.1 million 165,389 SF Class A office building utilizing tilt -wall construction. Project included two-story parking garage and a preserve area. Project Relevancy: • Multi -structure, many tilt -wall • Multi -phased campus • Extensive sitework & infrastructure • Current project is a complex laboratory facility Naples, FL Project Relevancy: • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure Ave Maria, FL Project Relevancy: • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure • Most recent project complete in 2018 Naples, FL Project Relevancy: • Tilt -wall construction • Office space • Preserve areas • Extensive sitework • Local project Manhattan PAGE 11 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 1. Ability of Personnel INDUSTRY EXPERIENCE: Total Years: 30 EDUCATION, CREDENTIALS & COMMUNITY INVOLVEMENT: Florida SouthWestern State College, 2-years Pre -Law / Political Science OSHA - 30 hour State of Florida Storm Water Management Inspector ■ ■ • Experience with phased projects • Experience with multi -structure projects • Tilt -wall expert • Laboratory experience • Collier County Resident RODGER FEAHR Senior Superintendent Rodger has an exemplary 30-year record of successfully overseeing all phases of field construction. Every single project Rodger has completed has been delivered within the contracted time and within full safety guidelines. You will benefit from Rodger's exceptional experience working on multi -structure projects, specifically on phased projects in Southwest Florida. He will assist the project management team with implementation of all project procedures and programs with firm adherence to our safety and quality guidelines. SELECTED PROJECT EXPERIENCE: Collier County Sports Complex & Events Center Naples, FL $55 million 1370 acres Project Relevancy: a Multi -phased project including • Across the street from proposed - extensive sitework, athletic project fields, stadium, events center • Multi -structure and associated ancillary • Multi -phased campus buildings. • Extensive sitework & infrastructure Florida Gulf Coast University Campus Development Fort Myers, FL $298 million 11,267,693 SF Project Relevancy: Phased development of the • Multi -structure, many tilt -wall FGCU campus over the last 22 • Multi -phased campus p p years. Many of the structures • Extensive sitework & infrastructure � utilized tilt -wall construction complex • project p com is a Current and also included laboratories. laboratory facility Ave Maria University Campus Development Ave Maria, FL $165 million 1200 acres Project Relevancy: Phased development of • Multi -structure the AMU campus including • Multi -phased campus more than 10 buildings and • Extensive sitework & infrastructure extensive sitework and • Most recent project complete in -, infrastructure. 2018 City of Naples Fire Station 1 & Emergency Operations Center Naples, FL $7.5 million 122,598 SF Project Relevancy: Two-story, three -and -a -half • Local government project bay fire station with attached • Secure facility fire administration area and • Active campus built adjacent to Emergency Operations Center City Hall - - • Storage areas Kraft Office Center North Parcel B Naples, FL $11.1 million 165,389 SF Project Relevancy: Class A office building utilizing • Tilt -wall construction - tilt -wall construction. Project • Office space included two-story parking • Preserve areas garage and a preserve area. 9 Extensive sitework • Local project Manhattan PAGE 12 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 1. Ability of Personnel INDUSTRY EXPERIENCE: Total Years: 4 EDUCATION, CREDENTIALS & COMMUNITY INVOLVEMENT: B.S., Mechanical Engineering, University of South Florida 2019 Manhattan Leadership Academy Graduate Experience with phased projects • Currently working at the Collier County Sports Complex across the street from the proposed project • Collier County Resident JEFF SMITH Assistant Project Manager Manhattan'sAssistant Project Manager provides management direction for the on -site project team while focusing on the daily activities and management of the Engineering staff. Construction activities are monitored and controlled by the Assistant Project Manager through administrative direction of on -site personnel, contract management, budget control, and cost adherence while overseeing implementation of the company's Safety and Quality Control Programs. SELECTED PROJECT EXPERIENCE: Collier County Sports Complex & Events Center Naples, FL $55 million 1370 acres Multi -phased project including extensive sitework, athletic fields, stadium, events center and associated ancillary buildings. Nichols Community Health Center $13.8 million 152,115 SF Three story medical office building including six (6) acres of sitework and infrastructure. Raymond James Stadium Renovations Phase I $64 million 1768,000 SF Fast -track project including new scoreboards and audio/ video systems, suites renovations and electrical infrastructure upgrades. Raymond James Stadium Renovations Phase II $32.6 million 1768,000 SF Fast -track project including new clubs, team store, hall of fame club expansion locker room renovations and new mechanical rooms. Project Relevancy: • Across the street from proposed project • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure Naples, FL Project Relevancy: • Collier County project • Sitework & infrastructure • Multi -story building Tampa, FL Project Relevancy: • Phased project • Multi -structure facility • Infrastructure upgrades Tampa, FL Project Relevancy: • Phased project • Multi -structure facility Manhattan PAGE 13 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 1. Ability of Personnel INDUSTRY EXPERIENCE: Total Years: 7 EDUCATION, CREDENTIALS & COMMUNITY INVOLVEMENT: B.S. Civil Engineering, Florida Gulf Coast University, 2013 OSHA 30-hour CHRIS FUSCO Senior Project Engineer Manhattan's Senior Project Engineers apply engineering, management, and business sciences to the process of construction to ensure quality construction and to comply with all engineering standards, codes, and specifications. This role researches and resolves any drawing interpretation issues, and prepares and distributes all required documentation records. Chris organizes, administers and coordinates all elements involved in construction labor, materials, equipment, supplies, utilities, technology, methods, and scheduling while meeting quality standards within budget. SELECTED PROJECT EXPERIENCE: Florida Gulf Coast University Campus Development Fort Myers, FL $298 million 11,267,693 SF Phased development of the FGCU campus over the last 22 years. Many of the structures utilized tilt -wall construction and also included laboratories. Kalea Bay 5-Tower Development $650 million 13,650,000 SF Five -phased development including five luxury residential condominiums and extensive sitework & infrastructure. Bascom Palmer Eye Institute $11.5 million 123,960 SF Two-story medical office with exam rooms, office space, operating rooms and conference space. • Experience with phased CenturyLink Sports Complex projects $42.7 million 199,000 SF Additions and improvements • Experience with to the Minnesota Twins Spring multi -structure projects Training facility including a new player development academy, • Laboratory experience new fields and new training area. • Collier County Resident Luminary Hotel & Parking Garage $55 million 1300,000 SF 12-story hotel with an attached parking garage located in a downtown urban environment. Project Relevancy: • Multi -structure, many tilt -wall • Multi -phased campus • Extensive sitework & infrastructure • Current project is a complex laboratory facility Naples, FL Project Relevancy: • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure Naples, FL Project Relevancy: • Complex MEP systems • Local project • Office space Fort Myers, FL Project Relevancy: • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure Fort Myers, FL Project Relevancy: • Complex logistics • Multi -structure project • Local project Manhattan PAGE 14 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 1. Ability of Personnel INDUSTRY EXPERIENCE: Total Years: 29 EDUCATION, CREDENTIALS & COMMUNITY INVOLVEMENT: OSHA 30-hour Storm water Management Inspector FDOT Traffic Safety Course — Advanced Certified CPR & First Aid ■ FA ■ • Working relationship with Collier County staff • Experience working in the City Gate area • Experience with phased projects • Sitework and infrastructure expert • Collier County Resident MAURICIO PASTOR Superintendent Mauricio has more than 29 years of experience in Florida and nine years in New York in the Hamptons. He started in the field as a pipe layer and moved up to equipment operator and superintendent. His extensive experience includes major utility projects, earth moving infrastructure, roads, complex hurricane clean up, site development on jobs such as athletic facilities, roads, golf course communities, apartment complexes and government facilities. He assists the project management team with implementation of all project procedures and programs with firm adherence to our safety and quality guidelines. SELECTED PROJECT EXPERIENCE: Collier County Sports Complex & Events Center Naples, FL $55 million 1 370 acres Project Relevancy: a Multi -phased project including • Across the street from proposed - extensive sitework, athletic project fields, stadium, events center • Multi -structure and associated ancillary • Multi -phased campus buildings. • Extensive sitework & infrastructure Florida Gulf Coast University Campus Development Fort Myers, FL $298 million 11,267,693 SF Phased development of the FGCU campus over the last 22 years. Many of the structures utilized tilt -wall construction and also included laboratories. Ave Maria University Campus Development $165 million 1200 acres Phased development of the AMU campus including more than 10 buildings and extensive sitework and infrastructure. Naples Botanical Garden $35 million 160 acres Multi -phased, multi -structure project including extensive sitework and infrastructure, lake excavation and five unique world -class gardens. North Collier Regional Park Project Relevancy: • Multi -structure, many tilt -wall • Multi -phased campus • Extensive sitework & infrastructure • Current project is a complex laboratory facility Ave Maria, FL Project Relevancy: • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure • Most recent project complete in 2018 Naples, FL Project Relevancy: • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure • Local project • Award -winning project Naples, FL $53.8 million 1120,000 SF Project Relevancy: Multi -structure project including • Multi -structure extensive sitework and • Extensive sitework & infrastructure infrastructure, admin building, • Local project rec building, gym, community • Award -winning project center and field concessions. Manhattan PAGE 15 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 1. Ability of Personnel INDUSTRY EXPERIENCE: Total Years: 39 EDUCATION, CREDENTIALS & COMMUNITY INVOLVEMENT: Canton ATC SUNY - Civil Engineering / Construction Technical Engineering Member of the American Society of Professional Estimators (ASPE) GFA A • A • Working relationship with Collier County staff • Experience working in the City Gate area • Extensive experience with Tilt -wall construction • More than $1.2 billion in multi -structure, multi - phased projects • Extensive laboratory experience • Collier County Resident JOHN BEGANI Director of Preconstruction Services John has more than 39 years of preconstruction experience, comprising almost $3 billion in completed work, particularly in large campus -type projects with complex site work and infrastructure. Collier County will benefit from John's depth of experience, which enables him to deliver tested estimating solutions, inspire dialogue and innovation to provide new ways to deliver the best value to enhance the Government Operations Business Park construction experience. He will ensure the design team creates a Business Park that does not exceed the County's budget. SELECTED PROJECT EXPERIENCE: Collier County Sports Complex & Events Center Naples, FL $55 million 1 370 acres Project Relevancy: a Multi -phased project including • Across the street from proposed - extensive sitework, athletic project fields, stadium, events center • Multi -structure and associated ancillary • Multi -phased campus buildings. • Extensive sitework & infrastructure Florida Gulf Coast University Campus Development Fort Myers, FL $298 million 11,267,693 SF Phased development of the FGCU campus over the last 22 years. Many of the structures utilized tilt -wall construction and also included laboratories. Ave Maria University Campus Development $165 million 1200 acres Phased development of the AMU campus including more than 10 buildings and extensive sitework and infrastructure. Pasco Hernando State College Porter Campus $45 million 1118,000 SF New college campus including a four-story classroom building, two-story library, two-story admin building and bookstore/commons area. Project Relevancy: • Multi -structure, many tilt -wall • Multi -phased campus • Extensive sitework & infrastructure • Current project is a complex laboratory facility Ave Maria, FL Project Relevancy: • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure • Most recent project complete in 2018 Wesley Chapel, FL Project Relevancy: • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure University of Florida Chemistry / Biochemistry Lab Gainesville, FL $83 million 1111,000 SF 5-story state-of-the-art laboratory spaces including more than 120 fume hoods, office spaces and laboratory support spaces. Project Relevancy: • Complex laboratories • Complex MEP systems • Extensive sitework & infrastructure Manhattan PAGE 16 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 1. Ability of Personnel INDUSTRY EXPERIENCE: Total Years: 24 EDUCATION, CREDENTIALS & COMMUNITY INVOLVEMENT: B.A., Economics, University of Maryland B.A., Criminology Pre -Law, University of Maryland AAS, Construction Management, Montgomery College LEED AP BD&C First Aid and CPR Training • Laboratory expert • Extensive experience with secure facilities • Experience with government facilities BEN STEWART, LEED AP BD+C Manhattan's In-house Laboratory & Secure FacilityAdvisor Ben has more than 24 years of experience on more than $1.3 billion in construction projects. His impressive portfolio of projects includes many secure facilities and laboratory buildings. As our in-house laboratory and secure facility advisor, Ben brings a wealth of experience in estimating and building these types of facilities. There isn't a circumstance or challenge that Ben hasn't come across. These lessons learned will ensure the County gets the most scope for the tax payer's dollars. SELECTED PROJECT EXPERIENCE: U.S. Army Medical Research Institute of Infectious Diseases Ft. Detrick, MD $550 million 1865,000 SF Multi -phase building includes admin offices, support spaces and 233,000 square feet of BSL-2, BSL-3, BSL-4labs. Project Relevancy: • Multiple complex laboratories • Secure facility • Phased project • Complex MEP systems Secured Administration / Operations Facility, INSCOM Ft. Belvoir, MD $154 million 1381,839 SF Secure building that houses Army Intelligence Resources. Includes offices, laboratories, and Sensitive Compartmented Information Facilities (SCIF). Project Relevancy: • Four -phased project • Laboratories • Secure facility • Extensive sitework & infrastructure Johns Hopkins University - Applied Physics Lab - Building 30 Laurel, MD $22.5 million 144,000 SF Project Relevancy: Science laboratory project that • Complex laboratory includes 6,500 SF of ISO 7 • Clean rooms Jam_ clean rooms and 6,000 SF of • Secure facility ISO 8 clean rooms • Complex MEP systems NASA Exploration Sciences Building $63.2 million 1200,000 SF Three-story office and laboratory building with 90 labs including BSL-2 labs and clean room labs. Fairfax County Public Safety Headquarters $45 million 1561,000 SF Multi -story building including administrative offices, Police Central Records Division and Fire Marshal's offices. Greenbelt, MD Project Relevancy: • Complex laboratory • Clean rooms • Secure facility • Complex MEP systems Fairfax, VA Project Relevancy: • Multi -structure • Multi -phased campus • Police records storage • Extensive sitework & infrastructure Manhattan PAGE 17 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 1. Ability of Personnel -44k1�. 0 ,1 INDUSTRY EXPERIENCE: Total Years: 36 EDUCATION, CREDENTIALS & COMMUNITY INVOLVEMENT: University of South Florida General Contractor License - New Jersey Mechanical License - Florida, Tennessee & New Jersey WHY DAN WAS SELECTED FOR THIS PROJECT • MEP Expert • Experience working in the City Gate area • Experience with phased projects • Experience with laboratory facilities • Collier County Resident DAN MCDOWELL MEP Specialist Dan began his career in the construction industry in the mid-1980s as the owner of a mid -sized HVAC company whose clients included Johnson & Johnson, Jensen Pharmaceuticals and Bayer Corp. After relocating to Florida, Dan has served as an estimator for commercial HVAC and plumbing firms. Since joining Manhattan, Dan serves as our in-house MEP (Mechanical, Electrical, Plumbing) expert who is responsible for managing all components of a GMP related to the MEP elements of the project. SELECTED PROJECT EXPERIENCE: BASF New Laboratory Facilities Raleigh, NC $20 million (HVAC only) Project Relevancy: 180,000 SF • Multi -structure r, ' Nine (9) new research • Multi -phased campus laboratory buildings including • Complex MEP systems 36 fume hoods and several • Multiple laboratories clean rooms. • Clean rooms Joint School of Nanoscience and Nanoengineering Greensboro, SC $12 million (HVAC only) I Project Relevancy: 105,000 SF • Complex laboratories Three-story academic • Class 100 clean room research project with complex • Complex MEP systems laboratories and a 7,000SF Class 100 clean room. Florida Gulf Coast University Campus Development Fort Myers, FL $298 million 11,267,693 SF Phased development of the FGCU campus over the last 22 years. Many of the structures utilized tilt -wall construction and also included laboratories. Kalea Bay 5-Tower Development $650 million 13,650,000 SF Five -phased development including five luxury residential condominiums and extensive sitework & infrastructure. Ave Maria University Campus Development $165 million 1200 acres Phased development of the AMU campus including more than 10 buildings and extensive sitework and infrastructure. Project Relevancy: • Multi -structure, many tilt -wall • Multi -phased campus • Extensive sitework & infrastructure • Current project is a complex laboratory facility Naples, FL Project Relevancy: • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure Ave Maria, FL Project Relevancy: • Multi -structure • Multi -phased campus • Extensive sitework & infrastructure • Most recent project complete in 2018 Manhattan PAGE 18 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County 1. Ability of Personnel INDUSTRY EXPERIENCE: Total Years: 27 EDUCATION, CREDENTIALS & COMMUNITY INVOLVEMENT: Bachelor of Computer Science, Penn State University OSHA 30-hour CPR / First Aid / AED Site Safety and Health Officer Certified OSHA Competent Person: Scaffolding, Fall Protection, Trenching Excavation, Confined Space, Hazcom ■ FA ■ • Working relationship with Collier County staff • Experience working in the City Gate area • Extensive experience with Tilt -wall construction • Collier County Resident DEAN RAMINEH Safety Director With 27 years of construction experience, Dean has gained a vast knowledge of safety experience in the construction industry. Dean has a passion for safety and believes that a safe work place is key to operational excellence, eliminating injuries and property damage. With Dean, you will benefit from a highly -experienced safety manager with safety being his number one priority. His ability to lead a safe project ensures safety for the workers, county staff and general public - which becomes critically important in phases 2 and 3 of the Government Operations Business Park. SELECTED PROJECT EXPERIENCE: Collier County Sports Complex & Events Center Naples, FL $55 million 1 370 acres Project Relevancy: a Multi -phased project including • Across the street from proposed - extensive sitework, athletic project • � �� ' '— fields, stadium, events center • Multi -structure and associated ancillary • Multi -phased campus buildings. • Extensive sitework & infrastructure Florida Gulf Coast University Campus Development Fort Myers, FL $298 million 11,267,693 SF Phased development of the FGCU campus over the last 22 years. Many of the structures utilized tilt -wall construction and also included laboratories. Project Relevancy: • Multi -structure, many tilt -wall • Multi -phased campus • Extensive sitework & infrastructure • Current project is a complex laboratory facility Ave Maria University Campus Development Ave Maria, FL $165 million 1200 acres Project Relevancy: Phased development of • Multi -structure the AMU campus including • Multi -phased campus more than 10 buildings and • Extensive sitework & infrastructure extensive sitework and • Most recent project complete in infrastructure. 2018 City of Naples Fire Station 1 & Emergency Operations Center Naples, FL $7.5 million 122,598 SF Two-story, three -and -a -half bay fire station with attached fire administration area and Emergency Operations Center Kraft Office Center North Parcel B $11.1 million 165,389 SF Class A office building utilizing tilt -wall construction. Project included two-story parking garage and a preserve area. Project Relevancy: • Local government project • Secure facility • Active campus built adjacent to City Hall • Storage areas Naples, FL Project Relevancy: • Tilt -wall construction • Office space • Preserve areas • Extensive sitework • Local project Manhattan PAGE 19 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK m y- _ EVALUATION CRITERIA 2 CERTIFIED MINORITY BUSINESS ENTERPRISE AQ i Co 7'er County ► 2. Certified Minority Business Enterprise Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. Manhattan Construction is not a Certified MinorityBusiness Enterprise (MBE), however, the Manhattan team strongly believes in the equitable distribution of the work amongst MBE firms. Our corporate philosophy requires each project team to identify local and regional MBE's on every pursuit, and to develop a specific plan to maximize the MBE participation on the project. In order to maximize MBE participation we plan to take the following steps to ensure MBE subcontractors, sub -subcontractors, and suppliers have opportunities to be involved with this project including MBE firms as lower tier subcontractors for appropriate opportunities. Marjorie Broughton President - Rock Solid Construction Group, Inc. Manhattan Construction has provided Rock Solid Construction Group, Inc. several opportunities through the years to participate in construction opportunities. As a relatively new minority -certified construction firm, all these opportunities have enabled our small firm to expand our working knowledge and our resume of types of projects. Our superintendents and project managers have gained valuable experience from these opportunities by working in professionally managed construction environments; likewise our bookkeepers and construction coordinators have learned valuable accounting and management techniques, and our safety program has been strengthened through Manhattan's advice. Steps to Maximize Participation about the operation of the Outreach Program Outreach Phase and report remedy for acknowledged problems. a. Arrange or participate in seminars/workshops. f. Participate as representative of design/builder at b. Solicit and attract participants to achieve goals. any governmental or goal participant meetings. c. Maintain a record and file of all correspondence and list of attendees at seminars and workshops / special assignments. d. Review outreach materials, i.e. letters, notices, advertisements and contacts for effect and compliance regarding solicitation. e. Solicit and identify problems from participants Bid Process Phase a. Perform summary review of all bids by contractor for effect and compliance with agency to achieve goal participation. b. Participate in pre -bids and preconstruction conferences to explain the requirements. Assist in the prequalification of potential participants. Manhattan PAGE 21 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► 2. Certified Minority Business Enterprise c. Review bid responses in relation to specific bid notices targeting goal participants. d. Maintain record of responses in relation to bid requests, negotiations, sole source, joint venture, etc., including relation to goal and dollar value. 3. Contract Award - Construction Phase a. Review contractors utilization reports to ascertain that the established goals are being achieved. b. Conduct regular monitoring and review with each successful bidder to assure compliance with all requirements. c. Assist in the resolution of contract disputes among contractors and subcontractors where goal participants are involved. d. Track and prepare report on goal participants' contract awards / successful participants as to: bid activity, scope, description of job categories, numbers participating, and dollar value. e. Prepare and update report on all subcontractors. f. Prepare monthly (cumulative) reports of compliance. Local Project MBE ParticipationRecent Project Project MBE Participation vs. Goal Value jetBlue Park - Boston Red Sox Spring Training Facility $53,176,272 Goal 10% FortMyers,Florida Achieved 12.5% Florida Gulf Coast University South Village Phase I - $18,500,000 Goal 20% FortMyers, Florida Achieved 21% Florida Gulf Coast University South Village Phase 11- $18,331,155 Goal 20% FortMyers, Florida Achieved 22% Cape Coral VA Outpatient / Surgical Center $ 58,922,675 Goal 28.7% FortMyers, Florida Achieved 30% RSW Ticket Counter & Gate Podium Modernization $13,007,270 Goal 7% FortMyers, Florida Achieved 62% RSW Airfield Signage Replacement Phase II Project - $659,472 Goal 10% FortMyers, Florida Achieved 55% PAGE 22 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK N - .:gin-' •4 r;,, •t.,}y EVALUATION CRITERIA 3 PAST PERFORMANCE COLLIER COUNTY GOVERNMENT OPERATIONS BUSINESS PARK -G08P- FORGE ENGINEERING 2015 SOIL TEST to g enc"ulplere! Manhsaen! insthis areah The soilab �" pre ONE (capr°��similar to the ad)eewa depth o1��eal hard LIME�SProfect vary be9i^^�n4 at a Sports Compe until i7 feet below [A9 exfsany y ln+s n°PrO°k � � end txJnlln°°d our axPer'ence n the area Indicates that wim steMard enaranixl r vvable esyumaY not to be rem d Ina BtllrNnir9 rrrern. kis reau�ra ddbraRan bee° ell hlasA'^9 wOd` praoPe`ties spuuld m�pleeted dudn9 monttcring should be°° �© - �-, '�, OWNER: ❑ RyyNERAEPRf5EN7A�RE: M `• ... gRRSiR� dA Rf81RNTEA* Sta"�eC O ® ..nNiACT �1�ns6uLr6��pnr 4 ! i Co 7'er County ► 3. Past Performance Manhattan Construction Company takes great pride in our long-standing history with Collier County throughout the past 52 years. Our experience includes new construction, site work and infrastructure, renovation and expansion of complex buildings, and multi -purpose facilities, with the strictest requirements for quality and the highest safety level possible. Having completed more than 38 million square feet of government building facilities with amenities such as a laboratories and secure buildings, Manhattan is able to utilize historical cost models to provide certainty in project costs and schedule. This will help you identify challenges and define solutions in the beginning, heading off potential issues long before the project breaks ground. In addition to the 10 projects we have chosen for past performance, Manhattan has completed countless government, forensic, laboratory and multi -phased multi -structure projects locally and across the US. Local Government Experience PARKING GARAGE1 NAPLES JAIL NAPLES JAIL CAT TRANSFER ADDITION RENOVATION STATION COURTHOUSE COURTHOUSE ANNEX PARKING RENOVATION BUILDING GARAGE 2 PAGE 24 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► 3. Past Performance Local Government Experience Collier County Collier County Lee County Ortiz Emergency Development Jail Services Center , Services Building Fort Myers, FL Naples, FL Naples, FL Pasco County Data Sarasota Police Osceola County Center Department Courthouse Square Dade City, FL Headquarters Y Kissimmee, FL Sarasota, FL Plant City Immokalee Jail Southshore Tax Courthouse Immokalee, FL Collector Office Plant City, FL _ Ruskin, FL Collier County Robert Taylor Sarasota Federal Public Schools Complex Building Admin Center Sarasota, FL Sarasota, FL Naples, FL iA Experienced With Large Sites in Southwest Florida Manhattan Construction has worked on some of the largest site work projects in the Southwest Florida area. We are familiar with the geology, location of fill pits and the local subcontractors who can handle a project of this magnitude. Some of our local large site experience includes: North Collier Ave Maria Naples Botanical Regional Park University Campus Gardens 120 acres 750 acres 160 acres Naples, FL = Ave Maria, FL Naples, FL Florida Gulf Coast Golden Gate High Gulf Coast High University South School School Village 69 acres - 50 acres 40 acres LL . Naples, FL Naples, FL Fort Myers, FL PAGE 25 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► 3. Past Performance Complex Laboratory & Secure Facility Experience Manhattan's clients benefit from its diverse portfolio of work and cross -sector lab building experience including healthcare, research and development, teaching environments, and the federal government. With 149 projects in its portfolio that include laboratory space, Manhattan has constructed bio-safety level 1, 2, 3 and 4 lab types. The Company has completed more than a billion dollars in construction of science and technology projects for federal government agencies including NASA, the Department of Defense, the U.S. Army, the U.S. Dept of Agriculture, and the Federal Aviation Administration. Walter Reed Defense UT Chemistry Army Institute of Intelligence & Physics Research Phase II Analysis Center Laboratories Forest Glen, MD Washington, DC e. Arlington, TX FGCU Holmes Hall FGCU Seidler Hall FGCU Kapnick Center Laboratory Fort Myers, FL Fort Myers, FL Naples, FL ' Genzyme NASA Exploration Weapons Laboratory Sciences Building Evaluation Test Temple Terrace, FL Greenbelt, MD Laboratory Amarillo, TX Advanced SRI International Georgia Poultry Materials Research Research Facility Laboratory Laboratory St. Petersburg, FL g Gainesville, GA Anderson, SC CLIENT TESTIMONIAL "Manhattan was an excellent partner for the government throughout the project. They committed to DL4 mission requirements and completion schedule milestones from day one and throughout. Manhattan is among the top two contractors I worked with in 20 years in the Navy, and would not hesitate to hire them again ifgiven the chance to do so. Good luck in your procurement. You would do well to hire Manhattan." - LCDR Brian K. Moore, US Navy Defense Intelligence Analysis Center Manhattan PAGE 26 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► 3. Past Performance Multi -structure, Multi -phase Project Experience Verizon Ashburn Campus Ashburn, VA The Dunes Phase I-VII Naples, FL McConnell Public Safety Building & Forensics Facility Fairfax, VA Choctaw Headquarters Complex Durant, OK The Dallas Cowboys HQ & The Star Phase I -III Arlington, TX North Collier Regional Park Naples, FL PAGE 27 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► Collier County Sports Complex Naples, Florida CAL, C;014Mty Administrative Services Department Procurement Services Divmm Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7700-ST Government Operations Business Park Reference Questionnaire for: Manhattan Construction (Name of Company Requesting Reference Information) (Name of Individuals Name: Margaret Bishop, P.E. �r ��" _�i r Company: Collier County Government (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: margaretbishop@colliergov.net FAX: N/A Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). Ifyou do not have sufficient knowledge ofpast performance in a particular area, leave it blank and the item or form will be scored "0." Collier County Sports Complex Project Description: Phases 0. 1A 8 I Completion Date: February 2021 Project Budget: Project Number of Days: 845 calendar days Item Criteria Score must be completed 1 Ability to manage the project costs (minimize change orders to scope). /O 2 Ability to maintain project schedule (complete on -time or early). ( O 3 Quality of work. / 4 Quality of consultative advice provided on the project. /D 5 Professionalism and ability to manage personnel. /D 6 Project administration (completed documents, final invoice, final product turnover, invoices; manuals or going forward documentation, etc.) / O 7 Ability to verbally communicate and document information clearly and succinctly. / t7 8 Abiltity to manage risks and unexpected project circumstances. /O 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. / O 10 Overall comfort level with hiring the company in the future (customer satisfaction). (O TOTAL SCORE OF ALL ITEMS 100 CMAR - Attachment A — Required Forms — 02-21-20 Manhattan PAGE 28 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Collier County Sports Complex Phases 0, 01A, 1B Naples, Florida The Collier County Sports Complex and Events Center project for Collier County will bring to the community the development of 370 acres of land into a premier multi -sport and events complex. This project will provide twenty (20) multi -sport synthetic turf playing fields, a 3,500-seat stadium, 72,000-square-foot field house, welcome center buildings, concessions, vending stations, picnic areas, playground areas and a great lawn entertainment area. The park will also include a 13-acre man-made lake that is surrounded by a variety of running trails that incorporate fitness pods, resistance equipment and beach volleyball areas. Adjacent to the great lawn, a food truck station and bar will be constructed for the purpose of hosting events in this area. The facility will also serve and host large scale local and travel tournaments with the multitude of playing fields and a Stadium for championship events. Collaboration through design charrettes and coordination between the multiple designers with feedback by Manhattan through cost models has molded the Master Plan for this project into a state of the art facility in Southwest Florida that will be a memorable destination recognized by coaches, athletes, spectators, and families around the country. This project is located adjacent to the Collier County Government Operations Business Park. Owner: Collier County Government Margaret Bishop, RE margaretbishop@@colliergov. net (239) 252-5857 Architect: Davidson Engineering Naples, FL Populous, Inc. Kansas City, MO Project Cost: $53,000,000 Project Size: 370 acres Project Schedule: 10/2018 - 02/2021 Role: Construction Manager at Risk Self Performance: N/A Safety Record: Zero lost work days PAGE 29 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Collier County Sports Complex Phases 0, 01A, 1B Naples, Florida PAGE 30 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK Collier County Florida Gulf Coast University Campus Development Fort Myers, Florida CAW county AcIrwetralive Services Depaitment Procurement Sem❑ Dm m Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7700-ST Government Operations Business Park Reference Questionnaire for: Manhattan Construction (Name of Company Requesting Reference Information) KP Pezeshkan Vice President (Name of Individuals RequesIn eference Information) Name: Mr. Tom Mayo '! 2� Z Company: Florida Gulf Coast University (Evaluator completing refe Pncequestio acre) (Evaluator's Company completing reference) Email:tmayo@fgcu.edu FAX: N/A Telephone: (239) 590-1063 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 I to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm, indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." FGCU Campus - 23 Projects / 0812014 (last phase/project, currently in Project Description: Phases Completion Date: preconstruction on 231_projecttphase) Project Budget: $298.31M Project Number of Days: Varies by project / phase Item Criteria Score must be completed) I Ability to manage the project costs (minimize change orders to scope). o 2 Ability to maintain project schedule (complete on -time or early). a 3 Quality of work. 0 4 Quality of consultative advice provided on the project. o 5 Professionalism and ability to manage personnel. O 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) I o 1+ 7 Ability to verbally communicate and document information clearly and succinctly. b 0 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 16 10 Overall comfort level with hiring the company in the future (customer satisfaction). O TOTAL SCORE OF ALL ITEMS CHAR - Attachment A Required Forms 02-21-20 Manhattan PAGE 31 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Florida Gulf Coast University Campus Development Fort Myers, Florida Over the past 20+ years, our team has completed more than 20 projects for FGCU totaling more than one million square feet totaling $248 million. We are very proud to have constructed A137, A138 and Holmes Hall on the campus of FGCU which include complex laboratories. Since beginning our partnership with FGCU, Manhattan has made strong advancements in the area of Preconstruction Services and our quick -to -market construction methods deliver projects that fulfill on key objectives of Cost Certainty, Schedule Certainty and award winning Quality and Safety. The phased development of the campus started with the South Housing Complex phases II-VII, which led to the construction of Alico Arena near by. Several academic building were later constructed along with South Village Student Housing Phases 1-5. Various smaller projects were completed along the way. Our performance enabled Manhattan to be the contractor of choice from nearly the University's inception. Owner: Florida Gulf Coast University Tom Mayo (214) 437-3653 tmayo@fgcu.edu Architect: Various Project Cost: $248.3M Project Size: Various ranging from 1,500sf to more than 100,000 sf for a total of 1,207,693 sf Project Schedule: Varies by project/phase - Most recent project completed 08/2014 and we are currently in preconstruction on our 23rd project/phase. Role: Construction Manager at Risk Self Performance: Zero Safety Record: Average less than 1 incident per project/phase PAGE 32 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Florida Gulf Coast University Campus Development Fort Myers, Florida Project Size Cost FGCU Marieb Hall (AB8) — College of Health Professions 69,000 square feet $21M FGCU Seidler Hall (AB7) — College of Arts & Sciences 63,160 square feet $14.9M FGCU Holmes Hall — College of Engineering 56,000 square feet $17.8M FGCU Laboratory @ Naples Botanical Gardens 17,772 square feet $3.7M FGCU South Village Dorm 5 Eagle Hall 183,274 square feet $21.6M FGCU South Village Dorm 4 Osprey Hall 183,274 square feet $21.6M FGCU South Village Dorm 3 Biscayne Hall 129,500 square feet $16.6M FGCU South Village Dorm 2 Palmetto Hall 124,500 square feet $18.3M FGCU South Village Dorm 1 Everglades Hall 124,500 square feet $18.5M FGCU South Village Central Energy Plant Addition 10,413 square feet $2.8M FGCU South Village Pool Complex 5,000 square feet $1.5M FGCU South Village Central Energy Plant 10,000 square feet $5M FGCU South Village Dining Hall 13,800 square feet $3.51VI FGCU South Village Access Road, Bridge & Sitework 39 acres $51VI FGCU Alico Arena 12,000 square feet $16.3M FGCU Solar Field 19 acres $4.61VI FGCU Ball Fields 10 acres $1M FGCU North Lake Student Housing II-VII 2,000 student beds $37.71VI FGCU Student Activity Center 5,500 square feet $750K FGCU Westlake Village 200,000 square feet $16.21VI Totals 1,207,693 square feet $248.3M PAGE 33 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Kalea Bay 5-Tower Development Naples, Florida Collier County Administrative Services Department Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7700-ST Government Operations Business Park Reference Questionnaire for: Manhattan Construction (Name of Company Requesting Reference Information) Name: Dick Corace (Evaluator completing reference questionnaire) Email: margoq@morayabay.com FAX: N/A Company: Lodge / Abbott Associates, LLC (Evaluator's Company completing reference) 821-2700 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Kalea Bay Tower 1 Project Budget: $91 M Completion Date: 10/2017 Project Number of Days: 897 calendar Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 CMAR - Attachment A —Required Forms — 02-21-20 PAGE 34 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Kalea Bay 5-Tower Development Naples, Florida The Kalea Bay project is a five -phased project set on more than 500 acres. Each phase includes a 23-story, 120-unit condominium tower focused towards high -end finishes. Each building is approximately 734,750 square feet. There are 255 parking spaces per building, 20 of which are reserved private garage spaces. The roof decks consists of a pool, club room, exercise room, barbecue amenities, and restrooms. The building is a concrete structure with a post tension cable reinforcement system. The arrival decks will contain a concrete topping (either stamped or exposed aggregate), a fountain, and numerous trellis'. Each building will have six elevators; three service and three private/ passenger elevators. The project is set on a 533-acre site. Included in the site development was the site clearing, excavation of a 5-acre and 2-acre lake and the installation of roads and utility infrastructure. Owner: Lodge / Abbott Associates, LLC Bob Neurock (561)757-0104 bob.neurock@soave.com Architect: Van Auken Miller LLC Naples, FL Project Cost: $650,000,000 Project Size: 3,650,000 sf 1 533 acres Project Schedule: 05/2015 - 10/2017 Role: Construction Manager at Risk Self Performance: N/A Safety Record: Zero incidents PAGE 35 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County Kalea Bay 5 Tower Development Naples, Florida PAGE 36 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County Ave Maria University Campus Development Ave Maria, Florida c017 county Administrative Services Department Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7700-ST Government Operations Business Park Reference Questionnaire for: Manhattan Construction (Name of Company Requesting Reference Information) KIP Pezeshkan, Vice President (Name of Individuals Requesting Reference Information) Name: Jeff Nunner as Managing Member Nunner, LLC Company: Ave Maria University (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email:jnunner@comcast.net FAX: N/A Telephone: (239) 404-0732 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 l representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Ave Maria University Campus - 11 Project Description: Protects / Phases Completion Date: 06/2018 (last phase/protect) Project Budget: $165M Project Number of Days: Varies by project / phase Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 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). 9 TOTAL SCORE OF ALL ITEMS 90 CMAR - Attachment A — Required Forms — 02-21-20 Manhattan PAGE 37 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Ave Maria University Campus Development Ave Maria, Florida Ave Maria University was the first new Catholic University to be built in the United States in the past 40 years. The design was by renowned architects, Cannon Design, from Boston and the overall concept was modeled after Frank Lloyd Wright's Prairie Style of Architecture. The project consisted of approximately 200 acres within a 2,000 acre property in Ave Maria, FL. The first phase included 10 buildings, site infrastructure and an interim campus building to assist in establishing a presence in South Florida to begin recruiting of students. The buildings included the following: infrastructure and development of the site, roads, utilities and access to the site, three dormitory buildings, a central utility plant, a science math and technology building, a student activity center, library, K-12 school, a multi -purpose building and the Oratory. Most recently, Manhattan completed the Mother Teresa Building, a 38,000-square-foot building that included a black box theater, auditorium, offices, and classrooms. The building houses the nursing school for the University as well as the Mother Teresa Museum. Owner: Ave Maria University Jeff Nunner (Owner's Rep.) (561)757-0104 jnunner@comcast.net Architect: Cannon Design Boston, MA Project Cost: $165,000,000 Project Size: 200 acres Building varies by phase up to 130,000 sf Project Schedule: 06/2005 - 06/2018 Role: Construction Manager at Risk Self Performance: Zero Safety Record: Average less than 1 incident per project/phase PAGE 38 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK & PROJECT RELEVANCY M -phased campus ulti Extensive sitework & infrastructure Most recent project complete In 2018 - Jik� Central energy plant i Co ter County ► Grand Prairie Public Safety Building Grand Prairie, Texas Collier County Administrative Services Department Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Grand Prairie Public Safety Project Description: Building Completion Date: 05/2010 Project Budget: $87M Project Number of Days: 608 calendar Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS CMAR - Attachment A —Required Forms — 02-21-20 Manhattan PAGE 40 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Grand Prairie Public Safety Building Grand Prairie, Texas PAST PERFORMANCE EVALUATION QUESTIONNAIRE SECTION 00 22 10 — ATTACHMENT 4 1. Contractor/Name & Address (City and State): Manhattan Construction / Dallas, Tx 2. Type of Contract: Fixed Price Cost Reimbursement Other (Specify) CM@Risk 3. Title of Project/Contract Number: Grand Prairie Public Safetv Headauarters. Active Adult Center 4. Description of Work: This project is located on 190-acre park land and includes two buildings, 5 lakes with cast -in -place walls, boardwalks, and three waterfall structures, and a 100 foot span vehicular bridge. The Public safety Building is a 4-story, 150,000 sf consisting of administration offices, forensics labs, 85-cell detention wall, etc. The Active Adult Center is a 2-story, 55,000 st athletic, recreation, and aquatics center inc u ing a dining area, tfteatre, a room an anque all. Botnui inga are esigned with the intent of obtaining a mi imum r ding rating of LEED Certified. 5. Complexity of Work: High Mid Routine 6. Dollar Value: $76,834,000 7. Location of Work: Grand Prairie, Texas 8. Date of Award: 5/2/2008 9. Status: Active (Please provide percent complete) Complete / (Please provide completion date) 5/2010 10. Name and telephone number of Owner's Technical Representative: Mike Foreman (972) 237-8038 QUALITY OF PRODUCT/SERVICE: 11. Please evaluate the Contractor's performance in complying with contract requirements, quality achieved and overall technical expertise demonstrated. Excellent Good Satisfactory Marginal Unsatisfactory Remarks: Per the Mayor, Deputy City Manager & City Council have expressed the quality of work given when processing the contract reporting in a complete and timely manner. The work performed has overall been amazing from the Manhattan Protect Team. Manhattan PAGE 41 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Grand Prairie Public Safety Building Grand Prairie, Texas 12. To what extent were the Contractor's reports and documentation accurate, complete and submitted in a timely manner? Excellent Good Satisfactory Marginal Unsatisfactoi Remarks: City Staff & Council rely on Manhattan for their knowledge when critical issues arise, and several options have always been provided to us to evaluate. 13. To what extent was the Contractor able to solve contract performance problems without extensive guidance from Owner counterparts? Excellent Good Satisfactory Marginal Unsatisfactory Remarks: 14. How well did the Contractor manage and coordinate subcontractors, suppliers, and the labor force? Excellent Good Satisfactory Marginal Unsatisfactory Remarks: There have not been any issues seen with the subcontractors, suppliers and others on this project. Manhattan PAGE 42 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Grand Prairie Public Safety Building Grand Prairie, Texas CUSTOMER SATISFACTION: 15. To what extent were the end users satisfied with: Excellent Good Satisfactory Marginal Unsatisfactory Remarks: To this point the Project Executive & MCC Staff have been good with applying options to the City of Grand Prairie. TIMELINESS OF PERFORMANCE 16. To what extent did the Contractor meet ;the required schedules/ Excellent Good Satisfactory Marginal Unsatisfactory Remarks: The Project schedule has been maintained up to date. 17. If given the opportunity would you work with this Contractor again? en Yes ✓ No Not sure OTHER EMARKS: 18. Please use the space below to provide other information related to the Contractor's performance. This may include the Contractor's selection and management of subcontractors, flexibility in dealing with contract challenges, their overall concern for the Owner's interest project awards received, etc. we have witnessed a Contracting Team that has been very professional, upfront and ready to address critical issues with well set options help resolve. END OF QUESTIONNAIRE Manhattan PAGE 43 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Grand Prairie Public Safety Building Grand Prairie, Texas Named as a "Top Project" by Texas Construction Magazine, The City of Grand Prairie Public Safety Building & The Summit Adult Activity Center is located on the city TMs 190-acre Central Park. Constructed by Manhattan, the project includes two buildings, 5 lakes with cast -in -place walls, boardwalks and three waterfall structures, and a 100-foot span vehicular bridge. The Public Safety Building is a four-story,150,000-square-foot building including administration offices, forensics laboratories, equipment and vehicle storage, evidence processing, and an 85-cell detention wing. The Summit Adult Activity Center building is a two-story, 54,500-square-foot athletic, recreation, and aquatics center including a fitness center, pool and spa, gymnasium, dining area, theatre, ballroom, and banquet hall. The buildings are LEED Gold Certified by the U.S. Green Building Council. Owner: City of Grapevine Bill Crolley (972) 237-2012 bcrolley@gptx.org Architect: Brinkley Sargent Architects Dallas, TX Project Cost: $87,931,500 Project Size: 194,500 sf Project Schedule: 03/2008 - 05/2010 Role: Construction Manager at Risk Self Performance: 2%, Backfill and compaction, fine grading, clean-up Safety Record: 10 incidents PAGE 44 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County ► Grand Prairie Public Safety Building Grand Prairie, Texas ml PAGE 45 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► John Hopkins University - Applied Physics Lab - Building 30 Laurel, Maryland Collier County Administrative Services Department Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Johns Hopkins University -Applied Project Description: Physics Lab - Building 30 Completion Date: 07/2012 Project Budget: $22.5M Project Number of Days: 736 calendar Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS CMAR - Attachment A —Required Forms — 02-21-20 Manhattan PAGE 46 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County John Hopkins University - Applied Physics Lab - Building 30 Laurel, Maryland ATTACHMENT C NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE Form PPQ-0 CONTRACT INFORMATION Contractor to complete Blocks 1-4 L Contractor Information Firm Name: MAt*JA1TAW COMS AUdA101J (AWnP)A14ry CAGE Code: Address: 7 b 00 iEF—SpuRb PI KE 1 SU-[W I SO %ZS_S1 DUNS Number: Phone Number: 5'11-Z`n-4b10 LL- Email Address: +6akef`a7 Manha{iAr��011 u�1a1• Point of Contact: Contact Phone Number: Z 2. Work Performed as: " Prime Contractor ❑ Sub Contractor ❑ Joint Venture ❑ Other (Explain) Percent of project work performed: 1000. If subcontractor, who was the prime(Name/Phone : 3. Contract Information Contract Number: q(v b 7 Delivery/Task Order Number (if applicable): Contract Type: ❑ Firm Fixed Price ❑ Cost Reimbursement Other (Please specify):P Contract Title: TtiU (API, gUtW1M47 u0_ Contract Location: I 1l,0D &KV4S NQM JS bA17 LAue-c-L•t M D 7-0123 Award Date (mm/dd/yy): 0 q, I LA 110 Contract Completion Date (mmrdd/yy): 011311 (Z Actual Completion Date (mm/dd/yy): 011 SI PS Explain Differences: Original Contract Price (Award Amount): 4 ZZISZ4152ib Final Contract Price (to include all modifications, if applicable): Z21e(r.��} Explain Differences: CR A R 10 F_ 091 Pa S REGLuF,5%,9 (] o a 4. Project Descri Lion: Complexity of WorkHigh ❑ Yled ❑ Routine How is this project relevant to project of submission? (Please provide details such as similar equipment, requirements, conditions, etc.) CLIENT INFORMATION Client to complete Blocks 5-8 5. Client Information Name: %WJ I.K. N.OR;IUq Title: SR. Coy-mAix— ?4w%PM'1W- Phone Number: Email Address: a ,P It& v Manhattan PAGE 47 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County John Hopkins University - Applied Physics Lab - Building 30 Laurel, Maryland 6. Describe the client's role in the project: (�����, 7. Date Questionnaire was completed (mm/dd/yy): 8. Client's Signature: �j _ ,# . NOTE: NAVFAC REQUESTS THAT THE CLIENT COMPLETES THIS QUESTIONNAIRE AND SUBMITS DIRECTLY BACK TO THEOFFEROR. THE OFFEROR WILL SUBMIT THE COMPLETED QUESTIONNAIRE TO NAVFAC WITH THEIR PROPOSAL, AND MAY DUPLICATE THIS QUESTIONNAIRE FOR FUTURE SUBMISSION ON NAVFAC SOLICITATIONS. CLIENTS ARE HIGHLY ENCOURAGED TO SUBMIT QUESTIONNAIRES DIRECTLY TO THE OFFEROR. HOWEVER, QUESTIONNAIRES MAY HE SUBMITTED DIRECTLY TO .1AVFAC. PLEASE CONTACT THE OFFEROR FOR NAVFAC POC INFORMATION. THE GOVERNMENT RESERVES THE RIGHT TO VERIFY ANY AND ALL INFORMATION ON THIS FORM, Manhattan PAGE 48 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► John Hopkins University - Applied Physics Lab - Building 30 Laurel, Maryland Contractor Information (Firm Name): '` APHAM)hL iAh)_SDeiAmnNt Cp(ftw. -(_ Client Information (Name): _ _TNjj I AL71 TO BE COMPLETED BY CLIENT _ PLEASE CIRCLE THE ADJECTIVE RATING WHICH BEST REFLECTS YOUR EVALUATION OF THE CONTRACTOR'S PERFORMANCE. WE_.._m . a) Quality of technical data/report preparation efforts E VG S M U . N b) Ability to meet quality standards specified for technical E VG S M U performance N c) Timeliness/effectiveness of contract problem resolution E VG _ S M U without extensive customer guidance N d) Adequacy/effectiveness of quality control program and E VG S M U adherence to contract quality assurance requirements (without ,q adverse effect on performance) a) Compliance with contract deliverWcompletion schedules Including any significant intermediate milestones. (If liquidated �E VG S M U damages were assessed or the schedule was not met, please address below) a b) Rate the contractor's use of available resources to accomplish E VG S M U tasks identified in the contract I a) To what extent were the end users satisfied with the project? E VG S M U b) Contractor was reasonable and cooperative in dealing with your staff / E 1 VG S M U (including the ability to successfully resolve disagreementsidisputes; responsiveness to administrative reports, businesslike and communication) N c) To what extent was the contractor cooperative, businesslike, and concerned E VG S M U ! with the interests ofthe customer? E VG S M U d) Overall customer satisfaction N `ate' ''- i v�.. _ _ - a) Effectiveness of on -site management, including management of E VG S M U subcontractors, suppliers, materials, and/or labor force? N E VG S M IJ b) Ability to hire, apply, and retain a qualified workforce to this effort c) Government Property Control E VG S M t! d) Knowledge/expertise demonstrated by contractor personnel E VC; S M U _ N c) Utilization of Small Business concerns . E VG S M U Manhattan PAGE 49 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► John Hopkins University - Applied Physics Lab - Building 30 Laurel, Maryland Contractor Information (Firm Name): _MAM N 6%5, R*14j M-I (1M9,q��J Client Information (Name): — / AD► r N . f} Ability to simultaneously manage multiple projects with multiple disciplines E VG S M U g) Ability to assimilate and incorporate changes in requirements and/or E VG S M U priority, including planning, execution and response to Government changes Nh) Effectiveness of overall management (including ability to effectively lead, E VG S M U manage and control the program) , , '• a) Ability to meet the terms and conditions within the E VG S M U j contractually agreed price(s)? b) Contractor proposed innovative alternative methods/processes that reduced ` E VG S M U cost, improved maintainability or other factors that benefited the client I N j c) If this is/was a Government cost type contract, please rate the Contractor's timeliness and accuracy in submitting monthly invoices with appropriate back-up documentation, monthly status E VG S 11v1 U reports/budget variance reports, compliance with established N budgets and avoidance of significant and/or unexplained � variances (under runs or overruns) d) Is the Contractor's accounting system adequate for management and tracking of costs? If no, please explain in 'Yes No Remarks section. e) If this is/was a Government contract, has/was this contract been partially or completely terminated for default or ' convenience or are there any pending terminations? Indicate if !Yes show cause or cure notices were issued, or any default action in comment section below. I f) Have there been any indications that the contractor has had any financial ; 'Yes No problems? If yes, please explain below. a) To what extent was the contractor able to maintain an I ' environment of safety, adhere to its approved safety plan, and ' � respond to safety issues? (Includes: following the users rules, I b S M U � N regulations, and requirements regarding housekeeping, safety, correction of noted deficiencies, etc.) b) Contractor complied with all security requirements for the E VG S M U project Manhattan PAGE 50 OF 179 SOLICITATION NO.: 20-7700-ST -CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County John Hopkins University - Applied Physics Lab - Building 30 Laurel, Maryland regarding urgent contractual issues). b) Compliance with contractual terms/provisions (explain if specific issues) VG S M U� i c) Would you hire or work with this firm again? (If no, please explain below) es No d) In summary, provide an overall rating for the work performed by this contractor. E VG S VI U —� T Please provide responses to the questions above (if applicable) and/or additional remarks. Furthermore, please provide a brief narrative addressing specific strengths, weaknesses, deficiencies, or other comments which may assist our office in evaluating performance risk (please attach additional pages ifnecessary): Manhattan PAGE 51 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► John Hopkins University - Applied Physics Lab - Building 30 Laurel, Maryland ADJECTIVE RATINGS AND DEFINITIONS TO BE USED TO BEST REFLECT YOUR EVAL UATION OF THE CONTRACTOR'S PERFOR.WAICE RATING DEFINITION NOTE (E) Exceptional I Performance meets contractual An Exceptional rating is appropriate requirements and exceeds many to the when the Contractor successfully Government/Owner's benefit. The performed multiple significant events contractual performance of the element or that were of benefit to the sub -element being assessed was Government/Owner. A singular accomplished with few minor problems for benefit, however, could be of such which corrective actions taken by the magnitude that it alone constitutes an contractor was highly effective. Exceptional rating. Also, there should have been NO significant weaknesses identified. (VG) Very Performance meets contractual A Very Good rating is appropriate Good i requirements and exceeds some to the when the Contractor successfully Government's/Owner's benefit. The performed a significant event that was contractual performance of the element or a benefit to the Government/Owner. sub -element being assessed was There should have been no significant , i accomplished with some minor problems weaknesses identified. for which corrective actions taken by the contractor were effective. (S) Satisfactory Performance meets minimum contractual A Satisfactory rating is appropriate requirements. The contractual performance when there were only minor of the element or sub -element contains problems, or major problems that the some minor problems for which corrective contractor recovered from without actions taken by the contractor appear or impact to the contract. There should were satisfactory. have been NO significant weaknesses identified. Per DOD policy, a fundamental principle of assigning ratings is that contractors will not be assessed a rating lower than Satisfactory solely for not performing beyond the requirements of the contract. _ (M) Marginal Performance does not meet some A Marginal is appropriate when a contractual requirements. The contractual significant event occurred that the ! performance of the element or sub -element contractor had trouble overcoming being assessed reflects a serious problem which impacted the for which the contractor has not yet Government/Owner. identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented. i Manhattan PAGE 52 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► John Hopkins University - Applied Physics Lab - Building 30 Laurel, Maryland Lab Building 30 is a 45,000-square-foot space science laboratory for the Johns Hopkins University Applied Physics Laboratory (APL). This facility is used by the APL for instrumentation and testing of spacecraft. The laboratory contains 6,500 square feet of ISO 7 cleanrooms and 6,000 square feet of ISO 8 cleanrooms. One of the ISO 7 cleanrooms is a high -bay area with 2,600 square feet of floor space and a 40-foot clear hook height to a 10-ton bridge crane. Adjacent to that space is a high -bay ISO 8 cleanroom space with 3,300 square feet of floor space and a similar 40-foot clear hook height to another 10-ton bridge crane. These high -bay cleanrooms are equipped with large roll -up doors and a super -flat floor allowing APL to roll spacecraft out of the cleanrooms into the staging area where they are loaded onto transport vehicles. The laboratoryis equippedwith state-of-the-art telecommunication and IT equipment allowing the lab to operate in both an unclassified and a classified environment. The addition of Building 30 to the APL campus, with its two high -bay cleanroom environments and complete instrumentation and testing capabilities, allows APL to expand their business platform and to take on the assembly of even larger spacecraft. Sustainable features of this project include the use of recycled materials, white reflective roof, energy efficient HVAC systems, and waste management. Owner: Johns Hopkins University Applied Physics Laboratory Patrick Norton (240) 228-9117 Patrick. Norton@jhuapl.edu Architect: HDR Alexandria, VA Project Cost: $22,574,000 Project Size: 44,000 sf Project Schedule: 07/2010 - 07/2012 Role: Construction Manager at Risk Self Performance: 5%, concrete foundations, slab on grade, site concrete, doors and hardware Safety Record: 3 OSHA recordables PAGE 53 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County ► John Hopkins University - Applied Physics Lab - Building 30 Laurel, Maryland a I - PAGE 54 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► City of Grapevine Public Safety & Courts Building Grapevine, Texas Collier County Administrative Services Department Procurement Services Division Form 4 Reference Questionnaire am ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7700-ST Government Operations Business Park Reference Questionnaire for: Manhattan Construction (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Curtis A Bergthold (Evaluator completing reference questionnaire) Email:curtisb@grapevinetexas.gov FAX: N/A Company: City of Grapevine (Evaluator's Company completing reference) 17) 410-3136 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Grapevine Public Safety and Project Description: Court Building Completion Date: 07/2017 Project Budget: $34.3M Project Number of Days: 763 calendar Item Criteria Score must be completed) I Ability to manage the project costs (minimize change orders to scope). / 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. f 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. ' j1 vv 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. F /� 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). I TOTAL SCORE OF ALL ITEMS g� CMAR - Attachment A — Required Forms — 02-21-20 Manhattan PAGE 55 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► City of Grapevine Public Safety & Courts Building Grapevine, Texas The Grapevine Public Safety Building is the new home of the city courts, police department and fire department for the City of Grapevine. This facility is situated on a seven acre green -field site and consists of three discrete structures, each serving a distinct service for the City of Grapevine. The net square footage of the buildings is 104,110 square feet, with 82,982 square feet making up the courts and administration areas and 21,128 square feet in the logistics building. Within that area, there are 352 separate rooms, each serving a specific purpose. There is a complicated access control package integrated throughout the project in order to ensure the utmost safety. While there is minimal landscaping, the flatwork incorporates numerous trees, cast in place lighting, and integrally colored concrete with sandblasted accents. The Grapevine Public Safety Building centralizes the majority of the local government's operations resulting in higher efficiency and greater inter -coordination. The logistics building houses a decontamination chamber, SWAT storage, gun lockers, and the lab equipment for the City of Grapevine's CSI unit. Owner: City of Grapevine Curtis Bergthold (817) 410-3000 curtisb@grapevinetexas.gov Architect: Brinkley Sargent Wiginton Architects Dallas. TX Project Cost: $34,329,452 Project Size: 104,110 sf Project Schedule: 06/2015 - 09/2017 Role: Construction Manager at Risk Self Performance: 5%, concrete columns & elevated slabs Safety Record: 1 lost time work accident PAGE 56 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County City of Grapevine Public Safety & Courts Building Grapevine, Texas W 0 PAGE 57 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Museum Support Center Fort Belvoir, Virginia Coder County Administrative Services Department Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: 20-7700-ST Government Operations Business Park Reference Questionnaire for: Manhattan Construction (Name of Company Requesting Reference Information) Collier - - of firms previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge ofpast performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Museum Support Center Project Budget: $25.3M Completion Date: 05/2010 Project Number of Days: 519 calendar Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS CAM - Attachment A - Required Forms - 02-21-20 Manhattan PAGE 58 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County Museum Support Center Fort Belvoir, Virginia Company- U.S. Army Corps of En ' eers (n) Current Telephone Number of Reference POC 703.806.3014 -- Please add a continuation Page ifpAAditional s acenecessary. TO 13.E GOMI*LETED'BY EV4Lt3ATii*1G Q4GW14APOJA REPRESENTATIVE 8. EVALUATION: Name and e-mail address of evaluator _ --- John J. Devine, PE john.j.devine@usace.army.mil Ix < _ b. EVALUATOR'S PHONE NUMBER c. MONTHS PERF CE M Y 571-246-3776 �__ EVALUATOR 22 — Please circle the response fo reflects your experience with this contractor. nse code r each topic (A - E) that _ _ E = Exceptional -best _ S = Satisfactory U = Unsatisfactory V = Very Good M = Marginal �N/ L = Not Applicable A. Custom tisfaction - Assess the contractor's responsiveness to customer concerns and "user friendliness". Ems_---- t, r—-----1..�_ -- M I_ I' L _—__/A B. Quality/Timeliness of Products and Services - Assess the contractor's conformance to contract requirements, specifications, and standards of good workmanship (e.g., technical, professional, environmental, or safety and health - standards. S U ii N/A E V _ ---�----- 1— _.. `-- -- C. Compliance with local laws - Assess the contractor's ability to comply with local building codes and laws to meet tech.nkal rvequtqeMents of the contract _ D. Price/Cost Control - Assess the contractor's ability to manage the contract budget and control costs. V ------- --� ---1--—'------- N/A — E. Overall smeAN nt E V--- - -— S N-------- ---- - 7� - -- ---N/A Comments: e Contractor I've worked with in 15 years of government construction projects. Level of professionalism, quality, and teamwork is outstanding. The whole Manhattan team is a pleasure to work with and confidence inspiring. Project was a complicated design build and the Manhattan managed a complicated design and construction project with confidence inspiring skill and professionalism. The project had no deficiencies, safety violations or accidents, and was complete two months early and under budget. What more could an owner ask for.look forward to the next project I get to work on with Manhattan construction. _I If an Award Fee contract, what was the average Award Fee % earned? NA _ Manhattan PAGE 59 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK Collier County Museum Support Center Fort Belvoir, Virginia PAST PERFORMANCE INFORMATION & QUESTIONNAIRE _ Your assistance is m-quested in support of a source selection Please complete this Questionnaire. Submit in accordance with Attachment 1 instructions. A compkted form is SOURCE SELECTION INFORMATION (FAR 2.101 & 3.104) and shall be protected accordingly. TO BE COMPLETED BY OFFEROR 1. CONTRACTOR NAME & ADDRESS: - - 2. CONTRACT NO.: W912DR-08-C-0032 Name: Manhattan Construction 3. CONTRACT INITIATION DATE: Address:7600 Leesburg Pike, Suite 150 West _ 16 June 2008 Falls Church, Virginia 22043 4. COMPLETION DATE: — 703.204.1400 __.... -16 May 2010 - _..-------.__----..__....----.- 5. CONTRACT VALUE (with options): la NAME OF PRIME CONTRACTOR Cif this questionnaire is for- $ 24,380,000 a team member ro — ---� -- --- - "- -- -- - P 1 ect): G. TYPE OF CONTRACT: Design -Build Contract COMPANY TECUMCAL QUALMCATION (a) Type of Facility R resented New Facilities and Infrastructure (b) Your FinW s Name Manhattan Construction (c) Name of Project Museum Support Center d Location of Project ! Fort Belvoir, Virg!'a (e) Owner U.S. Army C92 of Engineers (f) General Sco a of Construction Project The Design -Build Museum Support Center project, Fort Belvoir, provides a state-of-the-art artifact archive and record Constructs munitions storage, storage building to support the Army's worldwide network of maintenance, inspection X museums. The 125,000 SF, one-story facility includes facilities collections storage, processing and research areas, spaces for Constructs exhibit fabrication and artifact conservation as well as roadways/infrastructure X administrative support and public research areas. A small Construction of relevant value X research library space is included in the administrative and CONUS construction support area. MIL,CON project in local area X The building envelope uses durable, efficient, and compatible Project delivered on/ahead of materials of masonry, metal panels, window systems, and low- schedule slope metal roofs with high-performance insulation, air and delivered under/within vapor barriers. All materials were carefully selected for -1Project 5 5 0 /o of budget conservation criteria as well as sustainable design. The large No contract concerns, safety X volumes required by the program are provided in a single -story infractions, environmental fines solution, but the mass has been broken into four distinct Minimal punchlist items prior elements to provide visual interest and a human scale to closeout especially at the main staff and visitor entrance. Natural Customer satisfaction X daylight is introduced into the lobby and administrative areas. Deliverable quality/timeliness/ X All areas are fully accessible providing efficient flows of warranty materials and people with easy egress while also allowing the Applies LEED considerations X I required controlled access for security. I Compliance with local X laws/regulations The facility provides an area, in addition to the museum -quality Price/cost controls X gallery space, where artifacts can be displayed or for multi- function use in the wedge sherd lobby -circulation space, which includes floating ceiling panels for PAGE 179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGERER ATT RISK GOVERNMENT OPERATIONS BUSINESS PARK C0111'er County Museum Support Center Fort Belvoir, Virginia Manhattan PAGE 61 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Museum Support Center Fort Belvoir, Virginia The Museum Support Center project at Fort Belvoir provides a state-of- the-art artifact archive and record storage building to support the Army's worldwide network of museums. The 125,000-square-foot, one-story facility includes collections storage, processing and research areas, spaces for exhibit fabrication and artifact conservation as well as administrative support and public research areas. A small research library space is included in the administrative and support area. Manhattan used BIM tools to maintain project designs and to facilitate material installations. The building's designed function is to store historical artifacts. Because of this, the mechanical systems were designed to keep the storage areas of the building within a very tight range of both temperature and humidity. Both human and equipment (electrical and mechanical) loads were taken into account in order to achieve the final performance of the system. The facility provides an area, in addition to the museum -quality gallery space, where artifacts can be displayed or for multi -function use in the wedge-shaped lobby -circulation space. The Museum Support Center Arms Vault was built to comply with current Army regulations AR190-11 and AR380-5. The door is a GSA Class 5 Armory Door, complying with Federal Specification AA-D- 600D. The Vault is approximately 1,220 square feet and is scheduled to house over 500 historical arms and ammunition pieces through the use of a high - density storage system Owner: US Army Corps of Engineers John Devine (571)246-3776 John.J.Devine@usace.army.mil Architect: AECOM Arlington, VA Project Cost: $25,358,000 Project Size: 350,000 sf Project Schedule: 12/2008 - 05/2010 Role: Construction Manager at Risk Self Performance: 21 %, concrete, door and hardware installation, louvers installation, toilet accessory installation Safety Record: Zero incidents PAGE 62 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County Museum Support Center Fort Belvoir, Virginia PAGE 63 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) Fort Detrick, Maryland Coder County Administrative Services Depadment Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: 20-7700-ST Government Operations Business Park Reference Questionnaire for: Manhattan Construction (Name of Company Requesting Reference Information) Collier - of firms previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge ofpast performance in a particular area, leave it blank and the item or form will be scored "0." U.S. Army Medical Research Institute of Infectious Project Description: Diseases (USAMRIID) Replacement Project Completion Date: _03/2019 Project Budget: $558M Project Number of Days: 3830 calendar Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS CAM - Attachment A — Required Forms — 02-21-20 Manhattan PAGE 64 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) Fort Detrick, Maryland ATTACHMENT C NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE Form PPQ-0 CONTRACT INFORMATION Contractor to com lete Blocks 1-4 1. Contractor Information Firm Name: Manhattan construction company CAGE Code:1Pv24 Address:7600 Leesburg Pike, Suite 150West Falls Church, VA DUNS Number: 100681314 Phone Number: 703.204.1400 Email Address: tbaker@manhattanconstruction.com Point of Contact: Ted Baker Contact Phone Number: 703. ao4.14o0 2. Work Performed as: ❑x Prime Contractor ❑ Sub Contractor ❑ Joint Venture ❑ Other (Explain) Percent of project work performed: 15% If subcontractor. who was the prime (Name/Phone #):N/A 3. Contract Information Contract Number: W912DR-0 a -R- 0075 Delivery/Task Order Number (if applicable): Contract Type: ❑x Firm Fixed Price ❑ Cost Reimbursement ❑ Other (Please specify): Contract Title: ❑.s. Army Medical @--,arch Institute of Infectious Diseases (USANiRIIDy Replacement Project Contract Location: Fort Detrick, Maryland Award Date (mm/dd/yy): 03/27/2009 Contract Completion Date (mm/dd/yy): 06/01/2014 Actual Completion Date (mm/dd/yy): N/A -Project approximately 70% Complete Explain Differences: N/A Original Contract Price (Award Amount): $510, 595, z06 Final Contract Price (10 include all modifications. rfapplicable): $525, ooD, 000 to date Explain Differences: option prices added program changes 4. Project Description: Complexity of Work 0 High ❑ Med ❑ Routine How is this project relevant to project of submission? (Please provide details such as similar equipment. requirements. eond/l'tic� yqy�s eir- h- --1- — aqua,, foot I]9AMRITt, project l-1— many of the A. temples ayetema i 111v d in the Ambulatory Care. C er pxeleet.'T:-eS dude a mechanical a d plumbing eyet a for the dSL-i. 2. 3ma d 9 labnraeeriee and e _ guy a usye a IaAe' In addStion the mechani[aLe 1-d euYrical eystems in 1— s .n the lahora-1y a m33ar t the ® the patienrta th Artbs late Care Center. Our pxojeet t m has used BiM to caordina[e each�eye[em. The proiect inpludeel Laboratory equa�pments s,m,_ar to [hc hoepitalne qu nt required foe' [ e Amb�lacnryeC a Center. CLIENT INFORMATION Client to complete Blocks 5-8 5. Client Information Name:`b�t' dorlS r(Ak— Title: l`D, ePary Ct4lEF LetyS{ Liu .t�' Y''l r.i I4tkik R'4T'J4.W' Phone Number: Email Address: aekn., tlu� u� t c? ws e . ctV t^ . ,vt, � Manhattan PAGE 65 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) Fort Detrick, Maryland 6. Describe the client's role in the project: 7. Date Questionnaire wils com. le d dd/ C 7 `ZE b—I Z R. Client's Signature: NOTE: NA V FAC REQUESTS THAT THE CLIENT COMPLETES THIS QIIES'TIONNAIRE AND SUBMITS DIRECTLY BACK TO TIIE OFFEROR. THE OFFEROR W I1.F. SIIBMI3 THE COMPI.ETED QL'ESTIONNA IRE TO NAVFAC W ITH TH EIR PROPOSAL. AND MAY DUPLICATE THIS QUESTIONNAIRE FOR FUTURE SUBMISSION ON NAWACSOLICITATIONS. CLIE!YTSAREIIIGHLVENCOIIR4GEDTO5IIBMITQU'F.STIONNAIRESDFRECT[.YTOTIITOFFFROR HOW'EVER,QUESTION NAIRES MAY BE SLI BM11TED DIRECTLY TO NAYFAC. M-FA$E CONTACT THE OFFEROR FOR NA V FAC WW IN FORMATION. TIIE GOVERNMENT RESERVES'FHE RIGHT TO V ERIF} ANY AND ALL INFORMATION ON TH15 FORM. Manhattan PAGE 66 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) Fort Detrick, Maryland Contractor Information (Firm Name): M�tNlahl�A~+ G ts5�ctttcn�t,1 �f'1�T4`C Client Information (Name):Nk ( Wcuic— TO BE COMPLF.TEII BY CLIENT PLE,15F" CIRCt:F TI IEARIL( 1IVF. RATING WHICH BE:SI RF.FLECIS YoL R EV.11_UA IION Or THE CONT'RA(I OR'S PERFORNIANCF¢ 1. QUALITY: E VG S N M U a) Quality of technical data report preparation efforts b) Ability to meet quality standards specified for technical E GJ S M U performance N c) Timeliness/effectiveness of contract problem resolution E G S M U without extensive customer guidance N d) Adequacy/effectiveness of quality control program and E VG ES M U adherence to contract quality assurance requirements (without N adverse effect on performance) 'SCHFD MEL1NESS OF PERFORMANCE: w a) Compliance with contract delivery/completion schedules including any significant intermediate milestones. (# liquidated E C S M U damages were assessed or the schedule was not met, please N address below) _ b) Rate the contractor's use of available resources to accomplish E VG % S M U tasks identified in the contract N 3. CUSTOMER SATISFACTION a) To what extent were the end users satisfied with the project? E VG (S l� M U N b) Contractor was reasonable and cooperative in dealing with your staff E VG S M U (including the ability to successfully resolve disagreements/disputes; N responsiveness to administrative reports, businesslike and communication) c) To what extent was the contractor cooperative, businesslike_ and concerned E G S M U with the interests of the customer? N d) Overall customer satisfaction E VG S) N M I 4. MA1NAGFWNT/ PERSONNEL/LABOR a) Effectiveness ofon-site management_ including management of E S M U subcontractors, suppliers, materials, and/or labor farce? L/ N �/ b) Ability to hire, apply, and retain a qualified workforce to this effort E VG S N M U VG S M U c) Government Property Control d) Knowledge./expertise demonstrated by contractor personnel E (VG N e) lltilization of Small Business concerns E G 5 M U Manhattan PAGE 67 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) Fort Detrick, Maryland N E VG,/ S M UN f) Ability to simultaneously manage multiple projects with multiple disciplines g) Ability to assimilate and incorporate changes in requirements and/or E G 5 M U priority, including planning, execution and response to Government changes N h) Effectiveness of overall management (including ability to effectively lead, E G) S M U manage and control the prograin) N 5. COST/FINANCIAL MANAGEMENT a) Ability to meet the terms and conditions within the E VG S M U contractually agreed price(s)? N Contractor Information (Firm Name): Client Information (Name): __,.,. _, b) Contractor proposed innovative alternative methods/processes; that reduced E VG S ! M U cost, improved maintainability or other factors that benefited the client N c) If this is/was a Government cost type contract, please rate the Contractor's timeliness and accuracy in submitting monthly invoices with appropriate back-up documentation, monthly status F VG S M U reports/budget variance reports, compliance with established budgets and avoidance of significant and/or unexplained variances (under runs or overruns) d) Is the Contractor's accounting system adequate for management and tracking of costs? ff no, please explain in es No Remarks section. e) if this is/was a Government contract, has/was this contract been partially or completely terminated for default or convenience or are there any pending terminations? Indicate if Yes No show cause or cure notices were issued. or any default action in comment section below. t) Have there been any indications that the contractor has had airy Financial Yes V o problems? fffives,picasoevphrinhetou- 6. SAFETYiSECURITi a) To what extent was the contractor able to maintain an environment of safety, adhere to its approved safety plan, and E VG M U respond to safety issues? (Includes: following the users rules, V� N regulations, and requirements regarding housekeeping, safety, correction of noted deficiencies, etc. b) Contractor complied with all security requirements for the E Vq S M U project and personnel security requirements. N 7.GENERALOft a) Ability to sticccssfully respond to emergency and/or surge situations 1 VG S M U (including notifi irtg COK, PM or Contracting Officer in a timely manner Manhattan PAGE 68 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) Fort Detrick, Maryland regarding urgent contractual issues). b) Compliance with contractual terms/provisioas (explain if'specific issues) E S M U N c) Would you hire or work with this firm again? (1f no, please explain below) e No d) In summary, provide an overall rating for the work performed by this E G S M U contractor. N Please provide responses to the questions above (ifapplicable) and/or additional remarks. Furthermore, please provide a brief narrative addressing specific strengths, weaknesses, deficiencies, or other comments which may assist our office in evaluating performance risk {please attach additional pages ifnecessary): The USAMRIID project is a very complex and challenging project that has very high standards that must be met due to the research that will be conducted in the facility using very dangerous biological agents. Manhattan Construction Company along with their Joint Venture Partner, Torcon, Inc. is managing and professionally executing this project as a true partner to the Corps of Engineers and the customer. They have taken pro -active approaches to chahenges and problems; they have been very good at meeting critical milestones to include re -sequencing of the erection structural steel building frame to accommodate site constraints imposed by others; have pursued and are close to achieving OSHA approval of their VPP safety plan and the overall quality of the workmanship is good. Manhattan PAGE 69 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) Fort Detrick, Maryland ADJECTIVE RATINGS AND DEFLN11TION,S TO BE USED TO REST REFLECT YOUR EVALUATION OF THE C'O.VTRACTOR'.S PERFORMANCE RATING (E) Exceptional (VG) Very Good (S) Satisfactory (M) Marginal DEFINITION Performance meets contractual requirements and exceeds many to the Govermitent/Owner's benefit. The contractual performance of the element or sub -element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor was highly effective. Performance meets contractual requirements and exceeds some to the Government's/Owner's benefit. The contractual performance of the element or sub -element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective. Performance meets minimum contractual requirements. The contractual performance of the element or sub -element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. Performance does not meet some contractual requirements. The contractual performance of the element or sub -element being assessed reflects a serious probletn for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully NOTE An Exceptional rating is appropriate when the Contractor successfully performed multiple significant events that were of benefit to the Government/Owner. A singular benefit, however, could be of such magnitude that it alone constitutes an Exceptional rating. Also, there should have been NO significant weaknesses identified. A Very Good rating is appropriate when the Contractor successfully performed a significant event that was a benefit to the Government/Owner. There should have been no significant weaknesses identified. A Satisfactory rating is appropriate when there were only minor problems, or major problems that the contractor recovered from without impact to the contract There should have been NO significant weaknesses identified. Per DOD policy, a fundamental principle of assigning ratings is that contractors will not be assessed a rating lower than Satisfactory solely for not performing beyond the requirements of the contract. A Marginal is appropriate when a significant event occurred that the contractor had trouble overcoming which impacted the Government/Owner. Manhattan PAGE 70 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) Fort Detrick, Maryland The new six -story, 865,000-square-foot, USAMRIID Replacement facility is part of an existing National Inter -agency Bio -defense Campus (NIBC) located on base. The building will support research for agents that are classified as A, B, and C, meaning the specimens range from anthrax to influenza. To be able to meet the diverse technology needs of these communicable diseases, the facility contains an assortment of laboratories, support spaces, and general office areas. The building includes: headquarters and administrative offices, research offices, BSL-2 standard laboratories, BSL-3e laboratories, BSL-4 laboratories, U.S. Army Veterinary Medicine ABSL-2, ABSL-3e, and ABSL-4 animal housing (ABSL stands for Animal Bio-Safety Lab). This project is U.S. Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) registered seeking Silver certification. Owner: US Army Corps of Engineers, Baltimore Jeff McMaster, Resident Engineer (301) 619-4077 Architect: HDR / WSP Joint Venture Project Cost: $556,580,425 Project Size: 865,000 sf Project Schedule: 06/2009 - 05/2019 Role: General Contractor Self Performance: 15% Safety Record: Three incidents PAGE 71 OF 179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CooViier County U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) Fort Detrick, Maryland 1� r ; k'7w PAGE 72 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CooViier County City of Naples Firestation 1 & Emergency Operations Center Naples, Florida C' i County e Satin Deparorw,t N­t services D­ Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) 20-7700-ST Government Operations Business Park Reference Questionnaire for: Manhattan Construction (Name of Company Requesting Reference Information) (Name of Individuals Name: Mr. Pete diMaria Company: City of Naples (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) FAX: N/A Telephone: (239) 2134909 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). Ifyou do not have sufficient knowledge ofpast performance in a particular area, leave it blank and the item or form will be scored "0." Naples Fire Station 1 & Emergency Project Description: Operations Center Completion Date: 04/2019 Project Budget: $7.5M Project Number of Days: 434 calendar days Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). / r7 2 Ability to maintain project schedule (complete on -time or early). Q 3 Quality of work. 9 4 Quality of consultative advice provided on the project. Q 5 Professionalism and ability to manage personnel. 07 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. / O 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. / p 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS CAMR - Attachment A - Required Forms - 01-21-20 Manhattan PAGE 73 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County City of Naples Firestation 1 & Emergency Operations Center Naples, Florida t The Naples Fire Station #1 facility is a two-story, 22,598-square-foot, three -and -a -half bay fire station with an attached fire administration and Emergency Operations Center (EOC) with a multi -purpose room on the second level. Other spaces include apparatus support spaces, administrative offices, bunk & restroom, general facility functions such as kitchen, dining, report writing, physical agility, dormitories, restrooms and showers and equipment/utility/support access. Owner: City of Naples Pete diMaria (239) 213-4909 pdimaria@naplesgov.com Architect: Architects Design Group (ADG) Winter Park, FL Project Cost: $7,562,716 Project Size: 22,598 sf Project Schedule: 02/2019 - 04/2019 Role: General Contractor Self Performance: N/A Safety Record: Zero incidents PAGE 74 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK + VANCY ✓ Local government project ✓ Secure facility ✓ Active campus built adjacent to City Hall �_ _ `i ✓ Storage areas i f MM 1 yWPM" �� of EVALUATION CRITERIA 4 LOCATION (PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS) .. ....... i *' ik�-' �f i Co 7'er County 4. ProjectApproach, Willingness to Meet Time & Budget Requirements 4a. Written overview of the Proposer team's resources available to complete the services requested in the schedule outlined in the scope of services. Consistent Gold Level Performance Matters Over time, construction companies tend to many thousands of projects completed. However, anchor their firms to key clients. For Manhattan what we've come to find is that it's great for a key Construction in Southwest Florida, Collier County client to employee a large national firm but what tops our list of key clients. Since 1970, Manhattan matters most, particularly to Collier County, what is Construction has successfully completed 15 the track record, experience and value that the local construction projects valued at more than team brings to the client. Let us explain what we are $250,000,000 for Collier County. These projects proud to tell you about our local Southwest Florida include most of the county government buildings (SWFL) team that will manage your project. currently housings the most important functions Over the course of the last five (5) years here in of our great county government. To add to the list SWFL, we have delivered projects on a repeat basis of important assignments by Collier County, we are for four (4) key local clients. The total value of all proud to be constructing the $80M Collier County of this repeat business is $1.2 billion dollars, all Sports Complex across the street from GOBPproject. produced and managed by the very same people We are indeed a large national construction firm assigned to your project. Here is what those clients with a 124-year history across the US and abroad as say about the consistent performance of the people you can see from the array of just 10 representative we have assigned to your project: projects that we feature in this proposal from the Collier County $250M 15 FGCU $300M 22 Soave Enterprises $625M 19 City of Naples $60M 11 aManhattan REFERENCE FORM EVALUATION CRITERIA 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 10 PAGE 77 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 4. ProjectApproach, Willingness to Meet Time & Budget Requirements VALUE ENGINEERING There are obvious savings opportunities to begin our list of value engineering options as follows: Shared Resources from the Sports Complex project that will eliminate cost for the GOBP project: • Use the same temporary Office complex • Use trades already mobilized close by • Maximize utilization of equipment for both sites • Common site security • Lakes vs. Dry Detention - can we eliminate one or more of the lakes and create dry detention areas in addition to minimizing underground utilities to create a significant value engineering opportunity • Tilt -wall casting bed laydown - Re -use of casting beds to be crushed and used as stabilizer BUILDING INFORMATION MODELING (BIM) During the preconstruction process we will engage directly with all design professionals to assist in IV BIM Model & Field Installation the advancement of the Revit Model. Manhattan will utilize Navisworks software to run collision checks on the design to be sure we are helping the design team properly coordinate the documents before construction starts. As an example, we also use the Revit Model to reflect arrangement of complicated above ceiling coordination. PERMITTING Manhattan has been working with the Collier County building department since 1968. We have a great working relationship with all department heads andhave extensive knowledge oftheprocesses and procedures. We have a deep understanding of all ordinances, codes etc. This provides us with an advantage over outside competitors as our team is local, knows the process, and the permitting staff on a first name basis. The Collier County Sports Complex was designed in phases and not a single delay occurred as a result of the permitting process. The GOBP project will have the same team of Manhattan specialists planning and working through the permitting process. QUALITYASSURANCE PLAN We utilize lessons learned from every project, and have a database that is shared with all staff members during the preconstruction phased activities. The items include scope, specifications, materials, subcontractors and subcontractor's staff. A project specific quality assurance plan will be created once the design for the GOBP is advanced to the design development stage. The plan includes site logistics, safety, continuous cleanup, daily inspections or workmanship, and ensuring all materials are installed not only to ASTM standards, rather to our standards that may be above ASTM. SAFETY PROGRAM Our safety program has placed us as one of the top contenders in the nation for safety awards year after year. Our safety program exceeds OSHA requirements and are strictly enforced. We do not compromise, we ensure everyone goes home safe. This kind of safety performance is award winning and it lands Manhattan as a top ten contractor every year as graded by the Association of General Contractors CLOSEOUT PROCESS For Manhattan, the closeout process is our last opportunity on a project to show Collier Countywhy they selected our team. This process begins 90-days before completion and once we have a certificate of occupancy, the closeout process is completed within two weeks. That's not where it ends, it's only the beginning of the services we provide after the project is completed. As Collier County begins the occupancy process, a project staff member remains with you for a minimum of 30 days to be sure the move in process is smooth, the training to operate the building is repeated if needed and various building systems are adjusted to assure occupant comfort. When Collier County tells us everything is going Manhattan PAGE 78 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 4. ProjectApproach, Willingness to Meet Time & Budget Requirements smoothly in the new building, we make ourselves available 24/7 for follow-up. We come back and do a principles walk-through of the building 3 months, 6 months and then 2 years later. Warranty periods mean nothing to us, the satisfaction of the 0.8 building end -user 071 is what matters to 0.6 0.5 0.4 0.3 0.2 0.1 00 Manhattan. In all of the 15 prior projects we've done for Collier County, there has never been a refusal to tend to any issues even when a building 2015 2016 2017 2018 2019 is 15 years old. This just a part of the Key Client approach we take with Collier County. PROJECT RESOURCES FOR EACH PHASE This project consist of three phases. The first phase will include the site work/ infrastructure for all phases. This phase shall be the most critical. All three phases will occur at the same time as our Sport Complex Phase 1I begins and both projects currently appear to run concurrently. The site work for both projects would run concurrently, thus enabling the team to manage the same scope on both projects. That will create an economy of scale and reduce cost for the county. Preconstruction Team - We have identified a local team that has the knowledge, expertise, and capacity to prepare a thorough project GMP (guaranteed maximum price), that includes all the design phased estimates, schedules, and project planning information. Construction Team -This projectwill be comprised of shared resources from the Sports Complex and a few added staff members that combined ensure the success of this project and reduce the cost for the county. Subcontractors -When bidding this project, we will ensure that all bidders have been qualified and have the financial capabilities, available work force, and historic tract record to ensure the success of this project. Vendors / Suppliers/ Material - With factories having stopped production during the COVID-19 and no indication of what to expect in the future year, we will need to ensure that all vendors and suppliers are capable of not only bidding, but rather ensuring that they will be able to produce the necessary products in the time we have allocated to ensure our schedule is maintained. It is our standard procedure to visit all major material manufacturers on a regular basis, to physically see our materials in production. COMMUNICATION LEADER Manhattan takes on the responsibility to be the project communication leader. The use of Procore management system has work very well for our Collier County projects and is a robust tool used by all stakeholders including owner, designers and subcontractors. We promote a paperless communication approach but at the same time we are fanatical about making sure Collier County staff and the rest of the team are always informed about every aspect of the project. The Manhattan Monthly Report becomes a benchmarking tool that is valuable and informative as is illustrated below. --� Section 12 Section 2 Executive Summary Preconstruction Status • Permit Status • Document Deliverables _. Buyout Status Section 3 Financial Analysis Collier Count Sports Y p Cash Monthly • Cash Flow Analysis Complex and Events Schedule of Allmances Center Section 4 Construction Schedule Schedule Status • Rain Delays/Lost Days • Safety/Person-Houm • Schedule Update October2019 Sections Change Order Log • Prime Contract Change Order Log (PCCOs) Monthly Progress Report • Authorization Request Log (ARs) • Cost Event Log (CEs) Section 6 Requests for Information (RFIs) RFI Logs • RFIs Questions and Answers Section 7 Submittal Log • Submittal Package Summary Log Section 8 Construction Photos • Detailed Progress Photos- Current Month • Aerials -Current Month • Aerial Storyboard - All Months Sample Monthly Report Manhattan PAGE 79 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County 4. ProjectApproach, Willingness to Meet Time & Budget Requirements 4b. Describe the Proposers approach to deliver successful Construction Management services. The only road to success is to: • Listen • Learn • Investigate • Communicate/collaborate • Coordinate • Plan • Prepare • Refine • Execute `A WELL PLANNED PROJECT IS A WELL -EXECUTED PROJECT, SO LONGAS THE TEAM WHO CREATED THE PLAN, FOLLOWS THE PLAN." Once the preconstruction process is completed, which includes, the budgets, the schedule, the phasing plan, the design, logistics planning, safety, quality control plan, and the entire team signs off; construction begins. The same team that was involved in the planning phases will manage the construction process by following the meticulous plan prepared for this project. All subcontractors and vendors will be invited to a mandatory project orientation meeting to review: Project Overview • Conduct • Billing / Invoicing Procedures • Project Approach • Safety Plan / Rules • Delivery Coordination • Design/Plan Flip • Quality Expectations Guidelines • Specifications • Logistics • Manpower Expectations • Expectations • Site Management Plan All coordination efforts for materials, work force, and equipment will have already been conducted; all the subcontractors and staff will have already been schooled on the project well in advance of coming to the site. All long lead items such as glazing systems, doors, elevators, floor systems, fume hoods, and other specialty systems such as an overhead interior crane; will have already been identified with each supplier/vendor. Specific manufacturing lead times and delivery dates will be ensured to be sure materials arrive on site per our schedule. Our teams will continue to coordinate and monitor these specific items, in addition to visiting their manufacturing facilities during the fabrication period. The key to successful construction management is to follow the plan and keep "EVERYONE" informed in real-time with 100% transparency including: • GMP / Cost Control • Schedule • Safety • Risk Management • Quality Assurance Plan • Tracking Long Lead Items • Closeout Process Control the project cost - this is mission critical. Cost is controlled by the schedule, manpower, and clear direction and communication. During the preconstruction period we will have utilized our BIM model to prepare a cost model for the project and break that down into the schedule in a 4D cost model that would project the anticipated monthly draws. This model can also enable the team to ensure the subs are providing accurate billings/ invoices for their monthly pay requests and the manpower levels align with the schedule. Manhattan PAGE 80 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County 4. ProjectApproach, Willingness to Meet Time & Budget Requirements For this project, we have several phases that are a few years out compared to the first phase that will begin in 2021. While we will have established a Guaranteed Maximum Price for the first phase, we will have also prepared a control budget for the second and third phase. The risk in the later phases is the unforeseen market conditions for 2022 and 2023 but our experience in handling phased projects has taught us well how to realistically predict cost in future quarters. The critical aspect of this project will be maintaining the schedule with the site work, while also erecting the structural tilt wall panels. We have already prepared a BIM model of the site, potential lakes, potential tilt -wall building, and pads for the future phases, site utilization and logistics plan, and potential underground utilities. We've also conducted constructability reviews and applied lesson learned from other similar structures and other "sheriff facilities". As our research for this project began in 2014 when this project was a mere need and had not yet been approved, we met with various surrounding police and sheriff's departments and not only toured their facilities, we also spoke to the deputies that managed them and discussed their lessons learned and what they would do different if they could start fresh. For example: Access to the Sheriffs forensic labs and evidence storage. Currently the civil plans show that the public and the county staff will park in the same vicinity and potentially access the building from the same entrance. We know from research, interviews and past projects that it is critical for the County Staff to have a separate entrance from the public. This is for a number of reasons such as an undercover officer's identity being revealed, safety of the officers or other county staff, and various other reasons. Our 3D image shown here and a short video can be seen here by either 2 • 10 clicking on this link, or holding your phone or tablet in camera ti• mode over this QR code. We also know it is critical to have r the end user(s) visit the project 0 from time to time to ensure any unforeseen issues are addressed. This also enables the staff that will occupy the building to become intimately familiar with their future workplace by understanding what lies behind, below and above, before the walls are covered. Manhattan PAGE 81 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County 4. ProjectApproach, Willingness to Meet Time & Budget Requirements 4c. Describe Proposers subcontractor management and outreach plan. OUTREACH PLAN • We advertise these projects well in advance and in accordance with the counties guidelines • Electronic Invites are sent out • Building Connected - web based software accessible by all subs and vendors. This provides the subcontractor community all the information related to this project. • Phone Calls - After review of the attendance, or other sub logs we monitor; if we notice certain subs may have not acknowledge being invited, we will contact them by phone/text/email • Early Project Introduction Meetings - for projects of this magnitude we will have an in- house/or on site project introduction shortly after being awarded the project. This creates project hype very early on and engages a larger and broader base of interest in the project. Due to the complexity of the internal parts of this project, this type of outreach will be necessary. • In-house pre -bid meetings - We will have a live in-house and on line accessible pre -bid meeting with any and all subcontractors to review this project, and answer any questions prior to bid day. • Site Visits - we will meet on site with various trades to answer any and all questions. • W/MBE/SBE outreach is a part of our culture to support small local businesses because 86%O of the businesses in Collier County are small businesses with 19 or less employees. Collier County staff, owner's representative, and the design team are also invited to attend and speak at each session. These meetings are meant to inform the subcontractor community of the project, a project overview, timeline, due date, and final bid day. We encourage Q&A sessions and welcome the subs for a 1 on 1 any time prior to the due date. COMPETITIVELY BIDDING This process begins with organizing a bidding process thatis easyto followand fosters competition. We publish a Bid Requirements Manual similar to the following: BID REQUIREMENTS MANUAL P April 23. 2 020 ► FLORIDA GULF COAST UNIVERSITY ACADEMIC BUILDING 9 - THE WATER SCHOOL SECTION 1.0 INVITATION TO BID 2 FLORIDA SECTION 1.1 BID PROPOSALFORM 5 GULFCOAST 0 SECTION 2.0 INSTRUCTIONS TO BIDDERS 10 UNIVERSr1Y SECTTON2.1 SUPPLEMENTARYCONDITIONS 13 OWNER: Florida Gulf Coast University SECTION 3.0 LIST OF BID PACKAGES 18 (FGCUI SECTION4.0 EXHIBIT A -SCOPES OF WORK 24 SECTTON 5.0 SCHEDULE 26 SECTTON 6.0 SITE MANAGEMENT PLAN 39 SECTTON 70 SUBCONTRACT EXHIBITS 46 Exhibit A- Scope of Work DESIGN ARCHITECT: Exhibit B- Payment and Performance Bonds FIG Architects Exhibit C -Insurance Exhibit D - List of Documents Exhibit E- Special Conditions Exhibit F - Schedule Manhattan Exhibit G- Direct Material Purchase (If applicable) -1-g— Exhibit H- MCC Additional Safety Requirements CONSTRUCTION Exhibit I- Project Specific Safety Plan MANAGER (CMR): Manhattan Construction Manhattan General Provisions (Florida), Inc. (MCF Bidders appreciate our easy to follow process that all culminates in bidders filling out our bid form so comparison of bids is always measured against the same exact scope of work. We do not just send out the drawings and hope for the best. We prepare detailed bid packages with Scopes of Work intended to fill in any gaps that might not be clear in the design documents. For the GOBP there is likely to be 40 to 50 scopes to bid and there will be no question about what is to be included in each bid. This well -developed bidding process allows Manhattan to issue all contracts within 3-days after notice to proceed because the scope exhibits for each subcontract are completed prior to bid. As we issue contracts, we will endeavor to buy at the best price to the benefit of Collier County. Manhattan PAGE 82 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County 4. ProjectApproach, Willingness to Meet Time & Budget Requirements POTENTIAL SUBCONTRACTORS As explained in other sections of this proposal, Manhattan has procured more than $1 Billion dollars of local contracts in the last five (5) years. We are strongly supported by the subcontracting community because we favor support of the local firms. A list of subcontractors that have performed well on our projects is included at the end of this section. Site Work - The site work for this project is by no means simple and will require a well seasoned, knowledgeable and equipped subcontractor. This site is surrounded by conservation easements, endangered/protected species, and in proximity to residential neighborhoods, offices, and a new sports facility. The subsurface conditions may require blasting due to the dense rock from T-17' similar to the adjacent property we currently have under construction. The process, systems and procedures we used are proven and we would certainly consider following the same process on this site. Building Shell Time is money. This design, although not finalized, is expected to use the economic and durable building shell system of tilt -wall construction, possible structural steel and precast floors. We have recent similar projects using this system right here in Naples that went very well and delivered the project ahead of schedule. Interior Finishes & Equipment - A forensics lab can have a wide array of sciences thus requiring a wide array of equipment room design requirements, climate control, and vacuum -sealed rooms. The good news is, Manhattan is fully aware, and has completed many similar projects from the basic to the extreme such as the U.S. AMRIID, the largest of lab its kind in the world located in Washington DC. SPECIALTY TRADES Science of Criminalistics (understanding evidence) Most often housed in a forensic lab, these professionals have two main goals: to identify evidence and then link them to individuals, objects, and/or places. Engineering and Applied Sciences Ventilation systems are one of the top priorities for design and construction in a forensics building. For example when vehicles are brought into a lab setting and need to be driven or briefly turned on; the fumes can become deadly to not only the people in direct vicinity, but also to those in surrounding areas and the rooms above. Specific ventilation systems have been designed to ensure the safety of the staff in the building and Manhattan has installed many of these systems. Other special features of a portion of the space in phase I could include: • Chemical Showers • Air Hoods • Bio Containment Rooms or cabinets • Telemetry & Mass Spectrometry • X Ray • Ballistics Testing Rooms and Equipment • Genomics • Chemistry Labs equipment • Special Flooring / surfaces due to chemicals spills and cleanup to ensure previous evidence does not contaminate new evidence • Special Lighting as certain standard lighting can/may contaminate or destroy evidence. • Internal Data Center • Audio Video for not only security and surveillance, but also recording forensics processes, procedures, and storage • Weapons Storage to ensure the weapons are locked and out of reach, secure, and closed from the elements that may cause the weapon to deteriorate or contaminate. These are just to name a few specialty items that may be required for this project. We are fully aware that some of these items may not be readily available locally, and that we may require outsourcing the vendors and installers to ensure we utilize experts in this field. Our representative projects can give you the assurance that we are well versed in these specialty areas and know the more specialized subcontractors when needed. Manhattan PAGE 83 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK - CCSC - PHASE 01A SITE WORK & FIELD CONSTRUCTION - Manhattan Construction 1 GENERAL REQUIREMENTS 1 Company Contact Email City ST Phone Mobile Call MBE EHC, INC. David Strickland dstrickland@ehcconstru Naples FL (239) 254- FL - South Florida Water ction.com 6050 Management District (SBE) 2 General Contractor 2 Company Contact Email City ST Phone Mobile Call MBE Manhattan Construction - David Puls DPuls@manhattanconstr Naples FL (239) 643- Naples uction.com 6000 Manhattan Construction - David Steger DSteger@manhattancon Tampa FL Naples struction.com 7 18 2 SITE CONSTRUCTION 27 Company Contact Email City ST Phone Mobile Call MBE Bluewater of South Florida, Chad McKimm chadm@bluewaterunder Naples FL (239) 643- Inc. ground.com 6449 Bluewater of South Florida, Mark Wiggs markw@bluewaterunder Naples FL (239) 643- Inc. ground.com 6449 Bonness Inc. Loreley Molina estimating@bon nessinc. NAPLES FL (239) 597- com 6221 Bradanna, Inc. Nick Curcio nick@bradanna.com Naples FL (239) 455- 8891 BrightView Landscape Brian Graffam brian.graffam@brightvie Seffner FL (813) 628- Development w.com 8116 Coastal Precast of Florida Matt Haas gmhaas04@gmail.com Crisdel Group, Inc. Dixie Lamoureux dlamoureux@crisdel.co Tampa FL (813) 940- m 3434 DCC Construction Ron Cody rcody@wpmexc.com Grand Blanc MI (810) 606- 1400 EHC, INC. Estimating estimating@ehcconstruc Naples FL (239) 254- (239) 707- FL - South Florida Water tion.com 6023 3724 Management District (SBE) Forterra Bill Losher Bill.losher@forterrabp.co m Gulf Shore Site Development james Raiser jim@gulfshoresitedevelo Naples FL (239) 348- (239) 776- Inc. pment.com 2744 5617 Hannula Landscaping & Dale Hannula dhannula@hannulalands Fort Myers FL (239) 437- Irrigation, Inc. caping.com 9666 Hole Montes, Inc. Hole Montes survey@hmeng.com Naples FL (239) 254- 2057 Honc Destruction Michael Lause Michael@honc.com Cape Coral FL Jensen Underground Tom Mitchell tom@jensenundergroun Naples FL d.com McKenzie Contracting LLC Brian Forret brian.forret@mckenziec ontractingllc.com MITCHELL & STARK CONST. Brian PENNER bpenner@mitchellstark.c Naples AL CO. INC. om Omni Construction Mike Dahl mike.dahl@omniconst.c Naples FL om Phillips and Jordan, Inc. Tina Eddings flestimate@pandj.com Zephyrhills FL Russ Carter Fence Co., Inc. Damon Smith damon@russcarterfence Naples FL .com RyanGolf Fidel Garcia fgarcia@ryangolf.com Ryangolf Inc. - East Coast Court Byrnes cbyrnes@ryangolf.com Deerfield FL Branch Beach South Florida Excavation, Inc. Josh Sanchez joshsouthfl@gmail.com Naples FL Superior Interlocking Paving Jack Griffin jack@superior- Naples FL paving.com Tomahawk Construction Scott Lyons scoff@tomahaw kconstru Immokalee FL ction.com Universal Engineering David Uman duman@universalengine Gainesville FL Sciences, Inc. ering.com WPM Southern, LLC Brett Martin bmartin@wpmcivil.com 7 Site Contractor 18 Company Contact Email City ST Bluewater of South Florida, Chad McKimm chadm@bluewaterunder Naples FL Inc. ground.com Bluewater of South Florida, Mark Wiggs markw@bluewaterunder Naples FL Inc. ground.com Bonness Inc. Loreley Molina estimating@bon nessinc. NAPLES FL com Bradanna, Inc. Nick Curcio nick@bradanna.com Naples FL Cougar Cutting Inc Ron Schmitt Ron@cougarcuttinginc.c Fort Myers FL om cougar cutting inc. Brandon Schmitt Brandon @cougarcutti ng i fort myers FL nc.com DCC Construction Ron Cody rcody@wpmexc.com Grand Blanc MI (239)772- 4662 (239) 597- 0060 (813) 454- 4429 (239) 597- 2165 (239) 260- 7584 (813) 783- 1132 (239) 593- 3362 (954) 571- 2088 (954)571- 2088 (239) 596- 8111 (239) 593- 5077 (239) 437- 0791 (239) 995- 1997 (239) 658- 4778 Phone (239) 643- 6449 (239) 643- 6449 (239) 597- 6221 (239)455- 8891 (239) 275- 9334 (239) 275- 9334 (810)606- 1400 (239)572- 0154 (239) 595- 9733 (239)229- 3456 (239) 658- 4778 11 Mobile Call MBE EHC, INC. Estimating estimating@ehcconstruc Naples FL (239) 254- (239) 707- FL - South Florida Water tion.com 6023 3724 Management District (SBE) Gulf Shore Site Development james Raiser jim@gulfshoresitedevelo Naples FL (239) 348- (239) 776- Inc. pment.com 2744 5617 Hole Montes, Inc. Hole Montes survey@hmeng.com Naples FL (239) 254- 2057 Honc Destruction Michael Lause Michael@honc.com Cape Coral FL (239) 772- 4662 McKenzie Contracting LLC Brian Forret brian.forret@mckenziec (813) 454- ontractingllc.com 4429 MITCHELL & STARK CONST. Brian PENNER bpenner@mitchellstark.c Naples AL (239) 597- (239) 572- CO. INC. om 2165 0154 RyanGolf Fidel Garcia fgarcia@ryangolf.com (954) 571- 2088 Ryangolf Inc. - East Coast Court Byrnes cbyrnes@ryangolf.com Deerfield FL (954) 571- Branch Beach 2088 South Florida Excavation, Inc. Russell Anderson Russel l@sflexcavation. c Naples FL (239) 596- om 8111 Tomahawk Construction Scott Lyons scoff@tomahaw kconstru Immokalee FL (239) 437- ction.com 0791 WPM Southern, LLC Brett Martin bmartin@wpmcivil.com (239) 658- (239) 658- 4778 4778 7 9 1 Utility Services 17 Company Contact Email City ST Phone Mobile Call MBE Ajax Paving Industries of Daniel Sardella dsardella@ajaxpaving.co Fort Myers FL (941) 486- Florida, LLC. m 3600 Bluewater of South Florida, Stacie Pantalena reception@bluewaterun Naples FL (239) 643- Inc. derground.com 6449 Bluewater of South Florida, Mark Wiggs markw@bluewaterunder Naples FL (239) 643- Inc. ground.com 6449 Bonness Inc. Loreley Molina estimating@bon nessinc. NAPLES FL (239) 597- com 6221 Bradanna, Inc. Nick Curcio nick@bradanna.com Naples FL (239) 455- 8891 Cougar Cutting Inc Ron Schmitt Ron@cougarcuttinginc.c Fort Myers FL (239) 275- om 9334 cougar cutting inc. Brandon Schmitt Brandon @cougarcutti ng i fort myers FL (239) 275- nc.com 9334 Crisdel Group, Inc. Dixie Lamoureux dlamoureux@crisdel.co Tampa FL (813) 940- m 3434 DCC Construction Charles Yorks charliey@dccconstructio Davison MI (810) 658- (810) 730- n.com 4322 4651 EHC, INC. David Strickland dstrickland@ehcconstru Naples FL (239) 254- FL - South Florida Water ction.com 6050 Management District (SBE) Fortiline Niels Stone Gulf Coast Underground, Inc. Tony Stefanacci Honc Industries Jake Herring Jensen Underground Tom Mitchell McKenzie Contracting LLC Brian Forret Universal Engineering David Uman Sciences, Inc. WPM Southern, LLC Brett Martin Flexible Pavement Company Contact Ajax Paving Industries Lee Strauss Bonness Inc. Loreley Molina BrightView Landscape Brian Graffam Development DCC Construction Ron Cody EHC, INC. Estimating WPM Southern, LLC Brett Martin Sidewalks Company Bonness Inc. Brightview Landscape BrightView Landscape Development Cougar Contracting LLC Cougar Cutting Inc cougar cutting inc. niels.stone@fortiline.co Concord NC m tony@gcu.cc Fort Myers FL jake@honc.com St. James City FL tom@jensenundergroun Naples FL d.com brian.forret@mckenziec ontractingllc.com duman@universalengine Gainesville FL ering.com bmartin@wpmcivil.com 2 6 Email City ST Istrauss@ajaxpaving.co Ft Myers FL m estimating@bon nessinc. NAPLES FL com brian.graffam@brightvie Seffner FL w.com rcody@wpmexc.com Grand Blanc MI estimating@ehcconstruc Naples FL tion.com bmartin@wpmcivil.com 4 11 � Contact Email City Loreley Molina estimating@bon nessinc. NAPLES com Thomas Mansfield Thomas. Mansfield@Brig Seffner htview.com Brian Graffam brian.graffam@brightvie Seffner w.com Jessica Armstrong jessica@cougarcontracti Ft. Myers ngllc.com Ron Schmitt Ron@cougarcuttinginc.c Fort Myers om Brandon Schmitt Brandon @cougarcutti ng i fort myers nc.com (239)332- 0112 (239) 274- 9504 (239) 772- 4662 (239) 597- 0060 (813)454- 4429 (239) 995- 1997 (239) 658- 4778 Phone (239)936- 9444 (239) 597- 6221 (813) 628- 8116 (810)606- 1400 (239) 254- 6023 (239) 658- 4778 ST Phone FL (239) 597- 6221 FL (813) 628- 8116 FL (813) 628- 8116 FL (239) 275- 0746 FL (239) 275- 9334 FL (239) 275- 9334 (239)728- 4028 (239)229- 3456 (239) 658- 4778 4 Mobile (941)238- 8833 (239)707- 3724 (239) 658- 4778 ►A Call MBE FL - South Florida Water Management District (SBE) Mobile Call MBE Cougar Cutting, Inc. LANCE SMITHERS lance@cougarcuttinginc. FT. MYERS FL com DCC Construction Ron Cody rcody@wpmexc.com Grand Blanc MI EHC, INC. Estimating estimating@ehcconstruc Naples FL tion.com South Coast Concrete, LLC Russ McCone rmccone@southcoastco Kenner LA nc.com WPM Southern, LLC Brett Martin bmartin@wpmcivil.com 5 Unit Pavers 5 Company Contact Email City ST Brightview Landscape Sam Striblin Samuel.Striblin@brightvi Seffner, FL FL ew.com BrightView Landscape Brian Graffam brian.graffam@brightvie Seffner FL Development w.com Florida Evergreen Martha Tillman martha.tillman@floridae Naples AL vergreen.com Superior Interlocking Paving Jack Griffin jack@superior- Naples FL paving.com Timo Brothers Inc. John Ussery john.ussery@timobrothe Bonita Springs FL rsinc.com 11 Athletic and Recreational Surfaces 19 Company Contact Email City ST astroturf Zack Riddleberger zriddleberger@astroturf. Dalton GA com AstroTurf, LLC Steve Coleman scoleman@astroturf.co Dalton GA m Brightview Landscape Sam Striblin Samuel.Striblin@brightvi Seffner, FL FL ew.com Brightview Landscape Andy Johnson andy.johnson@ brig htvie Development w.com BrightView Landscape Brian Graffam brian.graffam@brightvie Seffner FL Development w.com Burke Construction Brian Lippold blippold@bcgconstructio n.net Burke Construction Group Brad Moretti brad@bcgconstruction.n Doral FL et Burke Construction Group Inc Jennifer Valladares jvalladares@bcgconstruc DORAL FL tion.net FIELDS Mark Stalnaker mstalnaker@fields- Canton GA inc.com (239) 275- 9334 (810)606- 1400 (239) 254- 6023 (239) 491- 3141 (239)658- 4778 Phone (850)390- 6240 (813) 628- 8116 (239) 561- 9184 (239) 593- 5077 (239) 949- 0405 Phone (336) 908- 6178 (706) 277- 8873 (850)390- 6240 (813) 628- 8116 (813)628- 8116 (941)539- 2219 (305) 487- 2287 (305) 468- 6604 (678) 710- 8585 (239)580- 9472 (239)707- 3724 (239)272- 1306 (239) 658- 4778 FL - South Florida Water Management District (SBE) Mobile Call MBE (239)595- 9733 (239) 633- 3323 8 Mobile Call MBE Hellas Construction, Inc. Jeana Sanchez Hellas Construction, Inc. Fausto Rozon SCG Fields Chris McGill SCG Fields LLC George Pfeffer SFI Companies Jim Arnold Sports Fields Inc Chris Carnahan Sports Fields, Inc. Brian Storm Sports Force Parks Jim Arnold Top Turf Miami Inc Gabriel Caroso Turf Pro Synthetics, LLC Jackie Jennings Irrigation System Company Contact Big Tree, Inc. Bob Mulroy Brightview Landscape Sam Striblin BrightView Landscape Brian Graffam Development BrightView Landscape Mike Rushton Development, Inc. Crawford Landscaping Anne Check Crawford Landscaping Keith Mahan Crawford Landscaping Group Mary Jones Florida Evergreen Martha Tillman Hannula Landscaping & Jeanie Rosales Irrigation, Inc. Juniper Landscaping Kent Rohlfing jsanchez@hellasconstru Austin TX ction.com frozon@hellasconstructi Parkland FL on.com cmgill@scgfields.com estimating@scgfields.co Brecksville OH m jim@the-sports- force.com ccarnahan@fields- Canton GA inc.com Bstorm@FIELDS- Canton GA INC.com jim@sportsforceparks.co m estimator@topturfartifici Miami FL algrass.com turfprosynthetics@gmail Land o Lakes FL .com 3 15 Email City ST BMulroy@bigtreeinc.co Ft. Myers FL m Samuel.Striblin@brightvi Seffner, FL FL ew. com brian.graffam@brightvie Seffner FL w.com michael.rushton@bright Calabasas CA view.com acheck@discovercrawfor Naples FL d.com kmahan@discovercrawf ord.com mjones@discovercrawfo Naples FL rd.com martha.tillman@floridae Naples AL vergreen.com jrosales@hannulalandsc Ft. Myers FL aping.com Kent.Rohlfing@juniperla ndscaping.com (512) 250- 2910 (786)626- 0045 (404) 546- 1200 (440)546- 1200 (678) 294- 8858 (678) 472- 1323 (305)986- 2255 (813) 546- 1451 10 (813)546- 4627 2 Phone Mobile Call MBE (239) 694- VC FL - Florida DOT (DBE) / Florida UCP 9700 (DBE),SBE - Disadvantaged Business Enterprise (DBE) - Legacy iSgFt value,WBE - Women's Business Enterprise - Legacy iSgFt value (850)390- 6240 (813)628- 8116 (239)449- (239)595- 5006 2959 (888) 581- 5151 (239) 561- 9184 (239) 437- 9666 (239) 671- 1452 JUNIPER LANDSCAPING OF J.R. WORLEY JR@juniperlandscaping. Venice FL (239) 292- FLORIDA, LLC com 2865 Juniper Landscaping, Inc. Melissa Little Mel issaL@Jun i perLandsc: Fort Myers FL (239) 561- aping.com 5980 Renfroe & Jackson, Inc. Sandy Dunko estimates@renfroejacks Naples FL (239) 455- on.com 5020 Stahlman Landscape Company Ronald Whitman ronw@stahlmanlandsca Naples FL (239) 384- pe.com 9634 Stahlman-England Stahlman England blake@stahlman- Naples FL (239) 514- england.com 1200 12 Fences and Gates 14 Company Contact Email City ST Phone BrightView Landscape Brian Graffam brian.graffam@brightvie Seffner FL (813) 628- Development w.com 8116 Carter Fence Co Hannely Roque Liz@carter-fence.com Naples FL (239) 353- 4102 Carter Fence Company Damon Smith Bids@carter-fence.com Carter Fence Company Phil Marchio phil@carter-fence.com Naples FL (239) 353- 4102 Carter Fence Company Samantha Kirton receivables@carter- Naples FL (239) 353- fence.com 4102 Collier Fence Tom Baily collierfence@embarqmai Naples FL (239) 597- Lcom 8161 Florida Fence Kevin Dermody kevin@floridafenceandg Sarasota FL (941) 921- ates.com 4659 Russ Carter Fence Co., Inc. Damon Smith damon@russcarterfence Naples FL (239) 593- .com 3362 Smith Fence Joe Baker jbaker@smithfence.com Clearwater FL (727) 573- 5440 Smith fence Dan Comstock dcomstock@smithfence. Clearwater FL (727) 573- com 5440 smith fence brandon knight bknight@smithfence.co m (239)825- 1650 2 Mobile Call MBE FL - State of Florida, OSD (WBE),FL - State of Florida, OSD (Service Disabled Veteran) Smith Fence Bryan Kreischer Bkreischer@smithfence. Davie FL (305) 200- com 4978 Smith Fence Company Colin Brehm cbrehm@smithfence.co Clearwater FL (727) 573- (727) 286- m 5440 1608 USA Fence Chris Chuck chrism@myusafence.co Tampa FL (941) 526- m 4600 2 14 Planting 19 Company Contact Email City ST Phone Mobile Call MBE 3 Big Tree, Inc. Bob Mulroy BMulroy@bigtreeinc.co Ft. Myers FL (239) 694- VC FL - Florida DOT (DBE) / Florida UCP m 9700 (DBE),SBE - Disadvantaged Business Enterprise (DBE) - Legacy iSgFt value,WBE - Women's Business Enterprise - Legacy iSgFt value Brightview Landscape Sam Striblin Samuel.Striblin@brightvi Seffner, FL FL (850) 390- ew.com 6240 BrightView Landscape Brian Graffam brian.graffam@brightvie Seffner FL (813) 628- Development w.com 8116 Brightview Landscape Andy Johnson andy.johnson@ brig htvie (813) 628- Development w.com 8116 BrightView Landscape Mike Rushton michael.rushton@bright Calabasas CA Development, Inc. view.com Crawford Landscaping Keith Mahan kmahan@discovercrawf ord.com Crawford Landscaping Anne Check acheck@discovercrawfor Naples FL (239) 449- (239) 595- d.com 5006 2959 Florida Evergreen Martha Tillman martha.tillman@floridae Naples AL (239) 561- vergreen.com 9184 Hannula Landscaping & Jeanie Rosales jrosales@hannulalandsc Ft. Myers FL (239) 437- (239) 671- Irrigation, Inc. aping.com 9666 1452 Juniper Landscaping Kent Rohlfing Kent.Rohlfing@juniperla ndscaping.com JUNIPER LANDSCAPING OF J.R. WORLEY JR@juniperlandscaping. Venice FL (239) 292- FLORIDA, LLC com 2865 Juniper Landscaping, Inc. Melissa Little MelissaL@JuniperLandsc Fort Myers FL (239) 561- aping.com 5980 O'Donnell Landscapes, Inc. Sarah Christensen estimating@odo.land Estero FL (239) 992- (239) 450- 8842 6912 Precision Turf, LLC Eric Holland eric@pturf.com Buford GA (770) 921- 1925 Renfroe & Jackson, Inc. Sandy Dunko estimates@renfroejacks Naples FL (239) 455- (239) 825- on.com 5020 1650 Stahlman Landscape Company Bob Ellefsen bobe@stahlmanlandsca NAPLES FL (239) 384- pe.com 9654 Stahlman Landscape Company Ronald Whitman ronw@stahlmanlandsca Naples FL (239) 384- pe.com 9634 Stahlman-England Stahlman England blake@stahlman- Naples FL (239) 514- england.com 1200 Sunny Grove Landscaping Morgan Halle Morgan@sunnygrove.co Fort Myers FL (239) 992- m 1818 3 3 4 ELECTRICAL 8 Company Contact Email City ST Phone Mobile Call MBE Community Electric of Collier Doug Grau dgrau@communityelectr Naples FL (239) 262- Inc. icfl.com 3438 Community Electric Of Collier, Rick Cork rcork@communityelectri Naples Inc. cfl.com Fortune Electrical Phillip Tom ptom@fortuneelectrical. Fort Myers Construction, Inc. com NGU Sports Lighting Laurie Green Laurie@ngusportslightin g.com Pelican Electrical Group David Jackson djackson@pelicanelectri Oldsmar calgroup.com Techline Sports Lighting Chase Hawthorne Chase@sportlighting.co m Tier Electric Doug Nelson doug@tier-electric.com Naples Tier Electric of Central Florida, Tier Electric estimating@tier- Naples Inc. electric.com Tri-City Electric Co., Inc Tri-City Estimating estimating@tceinc.com Miami Department Unity Data And Electric Mark Millar mmillar@unityig.com Naples Services, LLC C7 Electrical Contractor 11 Company Contact Email City Community Electric of Collier Doug Grau dgrau@communityelectr Naples Inc. icfl.com Community Electric Of Collier, Rick Cork rcork@communityelectri Naples Inc. cfl.com Fortune Electrical Phillip Tom ptom@fortuneelectrical. Fort Myers Construction, Inc. com NGU Sports Lighting Laurie Green Laurie@ngusportslightin g.com Pelican Electrical Group Bryan Krchmar bkrchmar@pelicanelectri Oldsmar calgroup.com Pelican Electrical Group David Jackson djackson@pelicanelectri Oldsmar calgroup.com Tier Electric Doug Nelson doug@tier-electric.com Naples Tier Electric of Central Florida, John Mitcheltree estimating@tier- Naples Inc. electric.com Tri-City Electric Co., Inc Tri-City Estimating estimating@tceinc.com Miami Department Tri-City Electrical Contractors, Ana Fernandez afernandez@tceinc.com Tampa Inc. Unity Data And Electric Mark Millar mmillar@unityig.com Naples Services, LLC FL (239) 262- (239)825- 3438 9590 FL (239) 674- 3171 (863) 287- 1760 FL (813) 855- 0114 FL FL FL FL ST FL FL FL FL FL FL FL FL FL FL (239) 659- 4444 (239) 659- 4444 (305) 642- 7822 (239) 254- 0000 6 Phone (239) 262- 3438 (239) 262- 3438 (239) 674- 3171 (863) 287- 1760 (813)855- 0114 (813) 855- 0114 (239) 659- 4444 (239) 659- 4444 (305)642- 7822 (239) 246- 6481 (239) 254- 0000 Mobile Call MBE (239)825- 9590 (239)826- 4452 3 Wentco Inc Ron Reynolds ron.reynolds@wentcoinc Fort Myers FL (239) 694- .com 2700 UNASSIGNED 19 Company Contact Email City ST Ackerman Plumbing, Inc. Eric Ackerman eackerman@ackermanpl Sarasota FL umbinginc.com Agnoli Barber Brundage Inc. wayne agnoli agnoliw@abbinc.com Naples FL B & I Contractors Estimating estimating@bandiflorida Ft. Myers FL Department com B&I Mechanical Jason Grabowski Jgrabowski@bandiflorid a.com BrightView Landscape Brian Graffam brian.graffam@brightvie Seffner FL Development w.com Danella Utility Construction Fredie Brady fbrady@danella.com Boynton Beach FL FIELDS Dan Haubenstricker danh@fields-inc.com FIS Outdoor Cassandra cassandra.thompson@fi Fort Myers FL Thompson soutdoor.com Florida Fence and Gates Juan Muratti bids@floridafenceandgat Sarasota FL es.com Forge Engineering Inc. Anthony Sears asears@forgeeng.com Naples FL JOHNSON ENGINEERING, Barry Syren bes@johnsoneng.com Naples FL INC. Morgan -Francis Flagpoles Linsey Kingen lnsey@morgan- Muncie IN francis.com NGU Sports Lighting james McCarty james@ngusportslightin henderson NV g.com RWA Consulting, Inc. Mark Sunyak msunyak@consult- Naples FL rwa.com RWA Engineers Donald Miller dmiller@consult- Fort Myers FL rwa.com Safe Zone, LLC Dustin Nolen Dustinn@safezoneswfl.c FL om Site 1 Landscape Supply Mike Hoff mhoff@siteone.com Tampa FL Sports Field Specialties Brian Jaeger bjaeger@sportsfieldspec Delhi NY ialties.com Sunmaster of Naples, Inc. Rick Holloway rick@sunmasterinc.com Naples FL Phone (941)755- 7448 (239) 597- 3111 (239) 332- 4646 (239) 332- 4646 (813)628- 8116 (561)327- 5320 (239)936- 6556 (941)921- 4659 (239) 514- 4100 (765) 281- 0255 (702) 420- 9921 (239) 278- 5224 (239) 597- 0575 (239) 280- 2953 (607) 267- 3621 (239) 261- 3581 Mobile (941)256- 6996 (239)825- 7202 (239)821- 8277 Federal SDVOSB - Service Disabled Veteran Owned Business, Federal VOSB - Veteran Owned Small Business, Federa I WOSB - Women - Owned Small Business,MBE - Other (Legacy) Call MBE Federal SDB - Small Disadvantaged Business Federal SDB - Small Disadvantaged Business,FL - South Florida Water Management District (SBE) FL - South Florida Water Management District (SBE) Techline Sports Lighting Todd Krohn todd@sportlighting.com Austin TX Tincher Concrete & Hunter Laud Construction Tincher Concrete Construction Sergio Francisco YPC Consulting Wendy Gallagher YPC Consulting Group, PL Frank Murati Estimating@tincherconc rete.com Sergio@tincherconcrete. com wgal lag her@ypcconsulti fort myers FL (239) 693- ng.com 7700 FMurati@YPCconsulting. Fort Myers FL (239) 693- com 7700 Manhattan Construction SW F L0060 FGCU A139 THE WATER SCHOOL 100% CONSTRUCTION DOCUMENT Name Email Phone Cell Status Agnoli, Barber & Brundage, Inc. wayne agnoIi agnoliw@abbinc.com (239) 597-3111 Banks Engineering Lee Hayne sbeltrand@bankseng.com (239) 939-5490 - Forge Engineering, Inc. (239) 514-4100 Anthony Sears asears@forgeeng.com (239) 514-4100 -- Robert McGinnis rmcginnis@forgeeng.com (239) 370-4246 (239) 370-4246 Johnson Engineering, Inc. -- Kevin RisCassi kmr@johnsoneng.com (239) 334-0046 -- Mark Wentzel mwentzel@johnsoneng.com (239) 334-0046 - Stantec -- John Maloney john.maloney@stantec.com (239) 649-4040 A calhattCM 2sa�#ruf�rrg ra,ex�h�rre.[�. Base Bid Bidding -- Consented to N DA & Viewed Undecided -- I nvited Bidding -- Consented to NDA & Viewed Consented to NDA & Viewed Undecided -- I nvited I nvited Undecided -- I nvited Allen Concrete & Masonry, Inc. (239) 566-1661 Undecided -- Chris Allen callen@allenconcrete.com (239) 566-1661 Consented to NDA &Viewed Mark Williams Construction, Inc. info@mwc orida.com Ben Peacock ben.peacock@mwc orida.com Matcon Construction Services, Inc. Andrew McNutt andrew@matconconstruction.com Craig Weaver estimating@matconconstruction.com Derek Mateos derek@matconconstruction.com Frank Brown frank@matconconstruction.com Naples Concrete & Masonry Mandy Mao Michael Del Duca Preferred Materials, Inc. David Lantrip mandy@naplesconcrete.com estimating@naplesconcrete.com -- Undecided -- (941) 378-2477 - Invited (941) 685-8512 - Invited (813) 600-5555 Bidding -- (813) 466-9482 - Consented to NDA & Viewed (813) 600-5555 x1006 -- Invited (813) 600-5555 x203 (813) 917-1836 Consented to NDA & Viewed (813) 600-5555 (813) 470-8029 Consented to NDA & Viewed -- Bidding -- (239) 566-1601 - Consented to NDA&Viewed (239) 566-1601 - Viewed david.Iantrip@preferredmaterials.com -- dlantrip@preferredmaterials.com (239) 910-1613 Southwest Construction Services Inc. (239) 768-9963 Andres Lizarazu (vendor) andresl@pteintl.com (305) 863-3409 Darrin Brooks (vendor) darrinl.brooks@cemex.com -- Don Hayford (vendor) dhayford@argos-us.com (239) 825-6800 Jay Van Hook jayvhook@southwestconstruction.comcastbiz.n (239) 707-5150 John Curcio john@southwestconstruction.comcastbiz.net (239) 768-9963 JuIieSabiston julies@southwestconstruction.comcastbiz.net (239)768-9963 PATTY CO0PRIDER (vendor) engineering@qmfgroup.com (813) 831-7320 Undecided -- - I nvited - Viewed Undecided -- - Consented to NDA & Viewed - Consented to N DA & Viewed - Consented to N DA & Viewed - I nvited - I nvited - Consented to NDA & Viewed - Consented to NDA & Viewed Coreslab Structures (CONN), Inc. Brian Bowers bbowers@coreslab.com Kevin Siebel ksiebel@coreslab.com Manny Gonzalez mgonzalez@coreslab.com Vern Smith vsmith@coreslab.com Dura-Stress Glen Switzer Mark McKeny Phillip Moraw Gate Precast Company gswitzer@durastress.com mmckeny@durastress.com pmoraw@durastress.com -- Bidding -- (305) 823-8950 -- Consented to NDA&Viewed (813) 626-1141 (813) 393-9177 Consented to NDA & Viewed (305) 823-8950 (786) 877-1213 Invited (813) 626-1141 (813) 917-5510 Consented to NDA & Viewed 352 787-1422 Not Bidding -- (352) 787-1422 (352) 267-7227 Invited (813) 340-9222 -- Consented to NDA & Viewed (352) 787-1422 - Consented to NDA&Viewed Bidding -- Alvey Carrillo acarrillo@gateprecast.com -- - Consented to N DA & Viewed Mark Ledkins mledkins@gateprecast.com (251) 575-2803 -- Invited Michael Trosset mtrosset@gateprecast.com (254) 266-0526 (254) 266-0526 Consented to NDA & Viewed BP04A: MASONR Lead: John Begani Bids Due: May 12,2020 at 2:00 PM EDT Camarata Masonry Systems -- Bidding -- Jack Mcconnell jcconnell@camaratamasonrycom (954) 426-8352 (954) 612-9822 Consented to NDA & Viewed Cougar Contracting, LLC/Cougar Cutting, Inc. Andrew Schmitt andrew@cougarcontractingl Ic.com Hunter Leake hunter@cougarcuttinginc.com LANCE SM ITH ERS lancesmithers@aol.com Naples Concrete & Masonry Mandy Mao Michael Del Duca mandy@naplesconcrete.com estimating@naplesconcrete.com -- Undecided -- (239) 275-0746 -- Invited (239) 275-9334 (239) 340-3374 Invited (239) 275-9334 -- Invited -- Undecided -- (239) 566-1601 - Consented to NDA&Viewed (239) 566-1601 - Invited Bowman Steel Kyle Batz Doing Steel Fabrication Bill Little Bryan Villalobos (vendor) Michael Gagne Shannon Smith cody macrum E & H Steel Corporation Beth Kirkland Estimating Department Jedadiah Henderson GMF Steel Group Estimating Department Jason Davis Jason Hall estimating@bowmansteel.com bjlittle@doingsteel.com (239) 303-9739 - print@lcrepro.com (239) 278-4444 - mrgagne@doingsteel.com (239) 590-3983 -- slsmith@doingsteel.com (239) 590-3983 (239) 849-2628 cmacrum@doingsteel.com 2395903983 -- (334) 983-5636 bkirkland@ehsteel.com (334) 983-5636 (334) 984-2937 bids@ehsteel.com (334) 984-2941 -- jedhenderson@ehsteel.com (334) 405-1876 - (863) 577-0210 bids@gmfsteel.com (863) 577-0210 - jason.davis@gmfsteel.com (863) 577-0210 -- jason.hall@gmfsteel.com (863) 577-0210 (863) 640-2666 Southern Structural Steel Of Florida, Inc. Brian McGovern bmcgovern@southernstpete.com Jeff Stone (vendor) stone08@rtelco.net Phil Shands (vendor) printing@rosereprographics.com Tanya Andresen tndresen@southernstpete.com Undecided -- Viewed Bidding -- Consented to N DA & Viewed Consented to NDA & Viewed Consented to NDA & Viewed Consented to N DA & Viewed Consented to NDA & Viewed Not Bidding -- Consented to N DA & Viewed I nvited Consented to N DA & Viewed Bidding -- Consented to NDA & Viewed Viewed Invited -- Bidding -- (727) 327-7123 - Consented to NDA&Viewed (336) 686-9627 - Consented to NDA&Viewed (336) 279-1085 - Consented to NDA&Viewed (727) 327-7123 - Consented to NDA & Viewed Steel Fabricators, LLC (954) 772-0440 Bidding -- Hector Gautreaux hgautreaux@sfab.com (954) 772-0440 Viewed John D'Amore jd'amore@sfab.com (954) 740-2633 - Invited Scot Nellans snellans@sfab.com (954) 952-1360 -- Consented to NDA & Viewed Shane Russell srussell@sfab.com (407) 926-0241 (954) 804-8965 Consented to NDA & Viewed Suncor -- Undecided -- Angelica Martinez (vendor) amartinez@vulcraft-sc.com (813) 621-0684 -- Viewed Dax Cowart (vendor) dax.cowart@canamgroupinc.com -- -- Viewed Douglas Kuiper doug@suncor.net (608) 846-9300 (321) 377-7072 Invited Paul Nicholson paul@suncor.net (866) 649-9360 -- Consented to NDA&Viewed Robert Mcswain (vendor) robert.mcswain@canamgroupinc.com (904) 781-0898 - Consented to NDA&Viewed Vulcraft Nucor (vendor) sales.wi@vulcraft-ne.com -- - Consented to NDA&Viewed Wayne Burns wayne@suncor.net (866) 649-9360 - Invited William Perez (vendor) joist@bellsouth.net (954) 433-4767 Consented to NDA & Viewed Doing Steel Fabrication -- Undecided -- Bill Little bjlittle@doingsteel.com -- - Consented to NDA Michael Gagne mrgagne@doingsteel.com (239) 590-3983 -- Consented to NDA&Viewed Shannon Smith slsmith@doingsteel.com (239) 590-3983 (239) 849-2628 Consented to NDA&Viewed GMF Steel Group Estimating Department Jason Hall Steel Fabricators, LLC John D'Amore Scot Nellans bids@gmfsteel.com jason.haII@gmfsteeI.com jd'amore@sfab.com snellans@sfab.com (863) 577-0210 (863) 577-0210 (863) 577-0210 (954) 772-0440 (954) 740-2633 (954) 952-1360 Bidding -- -- Consented to NDA & Viewed (863) 640-2666 Invited Bidding -- - I nvited - Consented to N DA & Viewed Suncor -- Undecided -- Douglas Kuiper doug@suncor.net (608) 846-9300 (321) 377-7072 Invited Paul Nicholson paul@suncor.net (866) 649-9360 -- Consented to NDA&Viewed Wayne Burns wayne@suncor.net (866) 649-9360 -- Invited BP05C: ORNAMENTAL METALS Lead: CYLE TOLER Bids Due: May 12,2020 at 2: Architectural Metals of Southwest Fla., Inc. (239) 334-7433 Not Bidding -- Adam Carley acarley@archmetals com -- (239) 980-2783 Invited Charles Piantieri estimator@archmetals com (239) 334-7433 -- Consented to NDA Mullets Aluminum Products, Inc. (941) 371-3502 Undecided -- Jackson Mayer jackson@mulletsaluminum.com (941) 371 - 3502 - Consented to NDA&Viewed Michael Charbonneau michael@mulletsaluminum.com (941) 371-3502 -- Invited Neil Rainford neil@mulletsaluminum.com (941) 371-3502 (941) 312-1431 Consented to NDA Steel Fabricators, LLC (954) 772-0440 Undecided -- Frank Ladisa adisa@sfab.com (954) 938-5800 (954) 214-9048 Invited Valentines LLC -- Bidding -- Randy Markley randymarkley@thevalentinesweb.com (239) 332-0855 ext 107 -- Consented to NDA & Viewed Victoria Pac gregvalentine@thevalentinesweb.com (239) 332-0855 - Consented to NDA&Viewed john masters johnmasters@thevalentinesweb.com (239) 332-0855 Consented to NDA & Viewed Adams Group Estimating Department Cabinets Plus, Inc. Andrew Friebel estimating@discoveradams.com commercial@cabinetsplus com (941) 639-7188 (941) 639-7188 - (239) 574-7020 - Bidding -- Consented to N DA & Viewed Undecided -- Viewed Design Crafters of Fort Myers, Inc. -- Undecided -- John Staffeld jtaffeld@designcrafters.comcastbiz.net (239) 633-8943 - Viewed Freedom Finish Carpentry -- Undecided -- Scott Anderson freedom nishcarpentry@yahoo.com (239) 707-6840 - Invited Fusion Industries, LLC -- Bidding -- Alain Long along@fusionindustriesllc.com 239-826-3003 Consented to NDA & Viewed Jeff Stevens jstevens@fusionindustriesllc.com (239) 415-7554 Invited Steve Whitt swhitt@fusionindustriesllc.com (239) 415-7554 (239) 825-1194 Consented to NDA & Viewed Viking Construction Corp.S.W. Florida -- Undecided -- Perry Pollock perry@viking corn (239) 574-3000 Consented to NDA&Viewed Above All Caulking & Waterproo ng Ben Odom bodom@aboveallcaulk.com Mark Grodotz markg@aboveallcaulk.com arnie grodotzjr arniejr@aboveallcaulk.com Jamestown Painting & Decorating, Inc. Bryan Shroyer bshroyer@jamestownpainting.com Melissa Covey mcovey@jamestownpainting.com Service Contracting Solutions Sarah Caleca bidrequests@servicecontracting.com (727) 573-9771 (727) 573-9771 -- (954) 613-7154 (561) 449-1331 (727) 573-9771 -- (239) 482-4647 (239) 785-3893 x3893 - (813) 328-3193 - (239) 939-7622 (239) 939-7622 - Bidding -- Consented to N DA & Viewed I nvited I nvited Undecided Invited Consented to NDA Bidding -- Consented to N DA & Viewed Spectrum Contracting (239) 643-2772 Bidding -- Dean Forrest deanf@sci a.com (239) 643-2772 (239) 825-5562 Invited Jared Traina jaredt@sci a.com (239) 280-2924 (239) 989-2724 Invited Steve Rick stevenr@sci a.com (239) 643-2772 -- Consented to NDA&Viewed Tom Williams tomw@sci a.com (239) 643-2772 - Viewed BP07D: METAL WALL PANELS Lead: CYLE TOLER Bids Due: May 12,2020 at 2:00 PM EDT CCS Image Group (770) 887-2777 Bidding -- jadams@ccsimagegroup.com -- -- Invited Joseph Cumbess jcumbess@ccsimagegroup.com (770) 887-2777 (229) 237-4589 Consented to NDA&Viewed Randy Sargent rsargent@ccsimagegroup.com (770) 887-2777 -- Consented to NDA & Viewed Teresa Wilson twilson@ccsimagegroup.com (770) 887-2777 - Consented to NDA&Viewed Cladding & Component Solutions, Inc. Tori Bertsch tbertsch@ccimagegroup.com Cladding Systems, Inc. Chad McCollough chad@cladsys.com William Alexander walexander@cladsys.com Copeland Architectural Systems, Corp. Clyde Copeland ccopeland@cas-corp.com Jennifer Wilcox (vendor) jwilcox@c-sgroup.com Kelsey Tracy ktracy@cas-corp.com Luis Gonzalez (vendor) Igonzalez@c-sgroup.com Michael Freeman (vendor) mfreeman@specialtiesdirect.com Nathan Porter nporter@cas-corp.com Sean Kelly (vendor) skelly@apemconstruction.com Stacey Gimson estimator@cas-corp.com (813) 250-0786 (813) 250-0786 (813) 250-0786 (813) 831-3344 (813) 831-3344 (570) 546-4582 (813) 831-3344 x3 (908) 849-4784 (954) 510-7700 (813) 831-3344 (410) 846-4627 x103 8138313344 Undecided -- I nvited Not Bidding -- - Consented to NDA & Viewed - Consented to NDA & Viewed (813) 417-4943 Bidding -- I nvited Consented to N DA & Viewed I nvited Viewed Consented to N DA & Viewed Consented to NDA & Viewed Consented to NDA & Viewed Consented to N DA & Viewed Lotspeich Company Of Florida, Inc. Jerry Ligon jerryligon@Ic ng.com Mike Nolan mike.nolan@lc nc.com Mullets Aluminum Products, Inc. Jackson Mayer jackson@mulletsaluminum.com Nate Yoder nate@mulletsaluminum.com Neil Rainford neil@mulletsaluminum.com CFS Roo ng Services, LLC David Crowther Julian Ferrer Samm Cid Samm Cid Crown Roo ng Ryan Moorehead d.crowther@crowtherservices.com j.ferrer@cfsroo ng.com s.cid@cfsroo ng.com bids@cfsroo ng.com sales@crownrfg.com Crowther Roo ng & Sheet Metal of Florida, Inc. Brad Gorton brad@crowther.net John High II bids@crowther.net Sutter Roo ng Company of FL Brad Sutter Jason Sims John Kenney Shala Hampton brad@sutterroo ng.com jsims@sutterroo ng.com johnk@sutterroo ng.com bids@sutterroo ng.com (954) 978-2388 (954) 978-2388 (954) 553-0137 Undecided Invited I nvited (941) 371-3502 Undecided -- (941) 371- 3502 -- Consented to NDA (941) 371-3502 (941) 232-4138 Invited (941) 371-3502 (941) 312-1431 Consented to NDA & Viewed -- Not Bidding -- (239) 561-2600 (239) 292-9001 Invited (239) 561-2600 x109 (239) 565-7806 Consented to NDA & Viewed (239) 561-2600 (239) 848-7798 Invited (239) 561-2600 (239) 848-7798 Consented to NDA&Viewed (239) 672-0489 (239) 337-1300 (239) 337-1300 Bidding -- - Consented to NDA & Viewed Bidding -- - I nvited - Consented to NDA & Viewed (941) 377-1000 x406 - (813) 868-0800 - (407) 367-4500 x33351 - (941) 377-1000 - Bidding -- Consented to NDA & Viewed Consented to N DA & Viewed I nvited I nvited Alpha Insulation & Waterproo ng David Mistler dmistler@alphaiwp.com Flint Ward fward@alphaiwp.com LaWon Grif n Igrif n@alphaiwp.com Michael Stallings mstallings@alphaiwp.com Architectural Coatings, Inc. sales@archcoatings.com Ryan Polen ryan@archcoatings.com Fire Stop Systems Inc. Ryan Begani rbegani@ reproofers.com Fire Stop Systems, LLC. Yanyslet Cruz ycruz@ reproofers.com Fields Door & Hardware, Inc. -- Bidding -- (972) 446-2600 (972) 207-9991 Consented to NDA & Viewed (770) 424-8600 x1630 -- Consented to NDA & Viewed (770) 424-8600 x1621 (678) 873-7822 Consented to NDA & Viewed (813) 766-7467 -- Consented to NDA & Viewed -- Undecided -- (727) 821-9600 (727) 821-9600 Invited (727) 821-9600 x1 (727) 410-5317 Consented to NDA & Viewed -- Undecided -- (407) 446-5295 - Invited (239) 774-3343 Undecided -- (239) 774-3343 Invited David Fields tbaxter@fdhinc.net (239) 728-3667 (239) 728-3667 David Fields d elds@fdhinc.net (239) 728-3667 -- James Tucker jtucker@fdhinc.net (239)728-3667 - Pam Fields p elds@fdhinc.net (239) 728-3667 - Steven Fields s elds@fdhinc.net (239) 728-3667 - Hammer Construction Services LLC -- Michael Deblanc michael@thehammergroup.biz (239) 823-6513 - Bidding Invited Consented to NDA & Viewed Consented to N DA & Viewed Viewed Consented to N DA & Viewed Bidding -- Consented to N DA & Viewed Pinnacle Door & Hardware, Inc. Chris Doherty cdoherty@pinnacledh.com Chris Roache croache@pinnacledh.com David Cormier dcormier@pinnacledh.com Dwight Knowles dknowles@pinnacledh.com Ken Hammett khammett@pinnacledh.com Smith and DeSheilds SEAN REARDON sreardon@smithanddeshields.com Steve DeShields csdeshields@smithanddeshields.com Southern Door & Hardware David Rice drice@southerndoorandhardware.com Viking Construction Corp.S.W. Florida GregTemerario greg@viking com Michael Sullivan mike@viking com Perry Pollock perry@viking com BC Industries Gary McQueen gary@bcindustries.com Jenny Crone jcrone@bcindustries.com Jim HATTON jhatton@bcindustries.com Continental Glass Systems LLC Keenan Hurley khurley@cgs com Scott Ward sward@cgs com (239) 267-4762 (239) 267-4762 (727) 608-2896 (727) 230-1944 (239) 591-2224 (239) 591-2224 Bidding -- (239) 663-9792 Consented to NDA&Viewed -- I nvited - Consented to N DA & Viewed - I nvited - Consented to NDA & Viewed Undecided -- - I nvited - I nvited (239) 233-1234 - (239) 574-3000 x106 - (239) 574-3000 - Undecided -- Viewed Bidding -- Viewed Invited Consented to N DA & Viewed -- Bidding -- -- (813) 284-8142 Consented to NDA & Viewed 813-886-0240 x227 -- Consented to N DA & Viewed (813) 785-9863 - Invited -- Bidding -- (717) 606-6240 - Consented to NDA (813) 376-5984 - Consented to NDA & Viewed Safe Zone, LLC (239) 280-2991 Bidding -- Chris Hansen chrish@safezonesw com (239) 280-2991 Consented to NDA&Viewed Dustin Nolen dustinn@safezonesw com (239) 280-2991 - Invited Tab Glass & Window Corporation (727) 323-7040 Not Bidding -- John Koskosky joskosky@tab-glass.com (727) 323-7040x109 - Invited West Tampa Glass Company -- Bidding -- Ken Gerard kgerard@westtampaglass.com (813) 247-5528 x28 - Consented to NDA & Viewed Roger Campla rcampla@westtampaglass.com (813) 247-5528 x19 Consented to NDA & Viewed Won -Door Corporation -- Bidding -- Eric Eiffert eeiffert@wondoor.com (941) 587-1365 - Consented to NDA&Viewed Jay Pilling jayp@wondoor.com (801) 975-8500 - Consented to NDA&Viewed Kevin Ballard kballard@wondoor.com - Consented to NDA&Viewed AGT Construction Services, Inc. -- Not Bidding -- Holly W holly@agtbuilders.com - - Invited Matt Thomas matt@agtbuilders.com (239) 898-6177 - Consented to NDA & Viewed Absolute Specialties Company -- Undecided -- Megan Chant estimating@absolutespecialties.com (239) 489-0089 Consented to NDA&Viewed BP09A: STUCC' Lead: Christopher Fusco Bids Due: May 12,2020 at 2:00 PM EDT Ford Drywall &Stucco -- Bidding -- Brad Henderson bhenderson@forddrywall.com (239) 649-6962 (239) 682-2787 Consented to NDA & Viewed Estimating Barrier (vendor) estimating@barriersolutionsinc.com (239) 316-7354 - Consented to NDA&Viewed ITB Email estimating@forddrywall.com (239) 649-6962 - Invited Lee Drywall Belen Wojciechowski John Kucaba Justin Lee Tim Mcdermott McDaniel Construction, Inc. Chris Gittinger Chris Gittinger New Era Building Inc. Abraham Perez (vendor) Estimating Department LINO POTES (vendor) Rey Ricardo (vendor) belenw@leedrywall.com john@leedrywall.com justin@leedrywall.com timm@leedrywall.com estimates@wmcdanielinc.com chrisg@wmcdanielinc.com abrahamnewerabuilding@gmail.com newerabuilding@gmail.com linonewerabuilding@gmail.com reynewerabuilding@gmail.com Premier Plastering of SW Florida beth Burgess beth@premierplastering.biz dillon Newman dillon@premierplastering.biz Ford Drywall & Stucco Brad Henderson ITB Email JOHN FORD bhenderson@forddrywall.com estirnating@forddrywall.com jford@forddrywall.com -- Bidding -- (239) 939-9779 - Consented to NDA&Viewed (239) 939-9779 - Consented to NDA&Viewed (239) 939-9779 - Invited (239) 939-9779 - Invited (239) 433-3072 - (239) 433-3072 x103 - (239) 431-6111 (239) 431-6111 (239) 431-6111 (239) 431-6111 (239) 410-6923 (239) 851-2499 Undecided -- I nvited I nvited Bidding -- Consented to N DA & Viewed I nvited Consented to N DA & Viewed Consented to NDA & Viewed Undecided -- - I nvited I nvited (239) 649-6962 (239) 682-2787 (239) 649-6962 -- (239) 649-6962 (239) 565-3504 Bidding -- Consented to N DA & Viewed I nvited I nvited Lee Drywall -- Undecided -- Belen Wojciechowski belenw@leedrywall.com (239) 939-9779 - Consented to NDA & Viewed John Kucaba john@leedrywall.com (239) 939-9779 - Consented to NDA Justin Lee justin@leedrywall.com (239) 939-9779 - Invited McDaniel Construction, Inc. Eddie Lewin eddiel@wmcdanielinc.com Wayne Mcdaniel wayne@wmcdanielinc.com New Era Building Inc. Estimating Department newerabuilding@gmail.com New Era Building, Inc. Abraham Perez abrahamnewerabuilding@gmail.com Premier Plastering of SW Florida Matthew Gantert matthew@premierplastering.biz dillon Newman dillon@premierplastering.biz US Building Group Chris Coughlin chris@usbecorp.com Marcia Coughlin marcia@usbecorp.com (239) 433-3072 - (239) 431-6111 - (239) 431-6111 - (239) 348-9299 - (239) 410-6923 - (786) 375-5689 - (239) 687-4442 Undecided Invited I nvited Undecided -- I nvited Bidding -- Consented to N DA & Viewed Undecided -- I nvited I nvited Undecided Invited I nvited Acousti Engineering Company (239) 332-1610 Undecided -- Joe Danisewicz joedanisewicz@acousti.com (239) 332-1610 Viewed Sonny Santiago sonnysantiago@acousti.com (239) 332-1610 -- Consented to NDA & Viewed Acoustics Of Central Florida (863) 875-5570 Undecided -- Est Dept ao-cf@hotmail.com (863) 875-5570 (863) 899-9544 Invited Mark DiOrazio mark.aocf@outlook.com (863) 875-5570 -- Consented to NDA&Viewed Lee Drywall Belen Wojciechowski belenw@leedrywall.com (239) 939-9779 - John Kucaba john@leedrywall.com (239) 939-9779 - Justin Lee justin@leedrywall.com (239) 939-9779 - Tim Mcdermott timm@leedrywall.com (239) 939-9779 - Rice Insualtion & Glass -- Chris Larson christopher.larson@truteam.com (239) 495-0344 - Michael Fitzi michael. tzi@truteam.com 2394950344 - US Building Group -- Marcia Coughlin marcia@usbecorp.com (239) 687-4442 Nonns Flooring of Florida Brendon Pangio Kimberly Lynn OFDC Commercial Interiors Clarry Miller Joseph Hobson Mike Davis Wallpaper World Interiors Bubba Chew Wayne Wiles Floor Coverings Dmitry Osadchy bpangio@nonns.com (239) 285-6079 - khendershot@nonns.com (239) 250-0501 - cmiller@ofdc-inc.com (239) 470-5017 - jhobson@ofdc-inc.com (239) 337-1212 - estimating@ofdc-inc.com (941) 400-6649 - ajchew@embargmail.com (239) 936-1911 x1 (239) 671-3288 dosadchy@waynewiles.com (239) 267-7600 x44 (239) 297-0239 Bidding -- Consented to NDA & Viewed Consented to N DA & Viewed I nvited I nvited Bidding -- Consented to N DA & Viewed Consented to NDA & Viewed Undecided -- I nvited Bidding -- Consented to N DA & Viewed Consented to N DA & Viewed Bidding -- Consented to NDA & Viewed I nvited Consented to NDA Undecided -- Consented to N DA & Viewed Bidding -- Consented to N DA & Viewed Nonns Flooring of Florida Kimberly Lynn khendershot@nonns.corr OFDC Commercial Interiors Clarry Miller cmiller@ofdc-inc.com Joseph Hobson jhobson@ofdc-inc.com Mike Davis estimating@ofdc-inc.com Wallpaper World Commercial Interiors, Inc. Bubba Chew ajchew@embarqmail.c Wayne Wiles Floor Coverings Dmitry Osadchy dosadchy@waynewiles.com Jamestown Painting & Decorating, Inc. Bryan Shroyer bshroyer@jamestownpainting.com Melissa Covey mcovey@jamestownpainting.com Service Contracting Solutions Sarah Caleca bidrequests@servicecontracting.com Spectrum Contracting Jared Traina jaredt@sci a.com Steve Rick srick@sci a.com Steve Rick stevenr@sci a.com (239) 250-0501 - (239) 470-5017 - (239) 337-1212 - (941) 400-6649 - (239) 898-1155x23989 - (239) 267-7600 x44 (239) 297-0239 (239) 482-4647 (239) 785-3893 x3893 - (813) 328-3193 - (239) 939-7622 (239) 939-7622 (239) 643-2772 (239) 280-2924 (239) 643-2772 (239) 643-2772 (239) 989-2724 Bidding -- Consented to NDA Bidding -- Consented to N DA & Viewed I nvited Consented to NDA & Viewed Undecided -- I nvited Bidding -- Consented to N DA & Viewed Bidding Invited Consented to N DA & Viewed Bidding -- Consented to NDA & Viewed Bidding Invited I nvited Consented to NDA Florida Visual Display Products, Inc. Tim Woodward sales@ oridachalkboard.com Tim Woodward fcctimwl@yahoo.com McLeod General Trades, LLC. Erik Anderson erik@mcleodgeneraltrades.com Sean Smith seansmith@mcleodgeneraltrades.com Rolling Oak Supply, Inc. Cindy Riley cindy@rollingoak.supply Jeff Jennessee jell@rollingoak.supply Ken Saccoman ken@rollingoak.supply (727) 944-4904 (727) 944-4904 (352) 371-7320 (352) 371-7320 x25 (352) 215-6685 (863) 688-9007 (863) 688-9007 (863) 688-9007 Specialties Direct Inc. (713) 861-4213 Brian Domer bdomer@specialtiesdirect.com (630) 323-8100 -- Estimating Department ftmestimating@specialtiesdirect.com (954) 510-7700 (954) 510-7702 Ivette Pinkas ipinkas@specialtiesdirect.com (239) 690-1001 -- Marcus Hawkins (vendor) mhawkins@specialtiesdirect.com (713) 861-4213 -- Miguel Quiroz mquiroz@specialtiesdirect.com (713) 861-4213 (832) 756-7006 Tammy Howsare tamestimating@specialtiesdirect.com (727) 772-8099 -- US Markerboard (781) 961-8762 Dylan Finch dylan.f@briteinc.com -- -- Scott Newman scott@briteinc.com (781) 961-8762 (617) 799-1642 Bidding Invited Consented to N DA & Viewed Not Bidding -- Consented to NDA I nvited Undecided -- I nvited I nvited I nvited Undecided -- Consented to N DA & Viewed I nvited Consented to NDA Consented to N DA & Viewed I nvited Consented to N DA & Viewed Undecided I nvited I nvited Bell Architectural Specialties, Inc. (813) 741-9926 Undecided -- Donald Bell dabe112355@gmail.com (813) 741-9926 (813) 927-5226 Consented to NDA & Viewed Hufcor, Inc. Bob Tobias btobias@hufcor.com Estimating Department se.sales@hufcor.com lain Paterson ipaterson@hufcor com lain Paterson ipaterson@hufcor.com SSE &Associates, Inc. Harrell Rawlins hrawlins@sseteam.com Jenna Hansen jhansen@sseteam.com Speci ed Architectural Systems, Inc. John Kabana jkabana@specaresys.com ASI Signage Innovations Lukas Pandos itb.miami@asisignage.com Creative Sign Designs Bryan Vaughn Connell Morrissey Linda Prusiecki Ryan Daly Human Signs LLC Paul Watson 12 Visual Inc. Andrew Shipley John Hose bvaughn@creativesigndesigns.com cmorrissey@creativesigndesigns.com linda@creativesigndesigns.com rdaly@creativesigndesigns.com pwatson@humansignsllc.com andrew.shipley@i2visual.com john.hose@i2visual.com (407) 302-2286 Bidding -- (561) 436-6080 Invited (407) 302-2286 - Invited (561) 436-1356 -- Invited (407) 302-2286 (561) 436-1356 Consented to NDA & Viewed (386) 428-8875 Bidding -- -- -- Invited (386) 428-8875 -- Consented to NDA & Viewed -- Not Bidding -- (813) 915-6100 (941) 586-0398 Consented to NDA&Viewed (305) 653-1974 (813) 475-7442 (813) 749-2301 - (321) 240-8763 -- (800) 804-4809 x390 (561) 644-1779 (813) 475-7440 -- (239) 573-4200 - (239) 209-6767 (239) 209-6767 Bidding -- Consented to NDA & Viewed Undecided -- I nvited Consented to NDA & Viewed I nvited I nvited Bidding -- Consented to NDA & Viewed Bid Submitted Consented to N DA & Viewed Consented to NDA & Viewed Lee Designs -- Undecided -- Dan Hyman dan.of.orange@gmail.com (714) 321-6173 - Invited Elisha White elisha@leedesignsllc.com (239) 278-4245 - Consented to NDA&Viewed Mike Blunt mblunt@leedesignsllc.com (239) 278-3912 - Invited Absolute Specialties Company Megan Chant deedee@absolutespecialties.com Megan Chant estimating@absolutespecialties.com Terri Crowther terri@absolutespecialties.com Adams Brothers Cabinetry, Inc. Estimating Department (vendor) estimating@discoveradams.com John Largent jlargent@discoveradams.com Adams Group Estimating Department estimating@discoveradams.com Pinnacle Door & Hardware, Inc. Chris Doherty cdoherty@pinnacledh.com Rolling Oak Supply, Inc. Cindy Riley cndy@rollingoak.supply Jeff Jennessee jell@rollingoak.supply Ken Saccoman ken@rollingoak.supply Specialties Direct Inc. Ivette Pinkas ipinkas@specialtiesdirect.com Tammy Howsare tamestimating@specialtiesdirect.com (239) 489-0089 - (239) 489-0089 - (239) 489-0089 - (941) 639-7188 - (941) 270-8237 - (941) 639-7188 (941) 639-7188 -- (239) 267-4762 (239) 267-4762 (239) 663-9792 (863) 688-9007 - (863) 688-9007 - (863) 688-9007 - (239) 690-1001 (239) 690-1001 - (727) 772-8099 - Undecided -- I nvited Consented to NDA I nvited Undecided -- Consented to N DA & Viewed Viewed Bidding -- Consented to N DA & Viewed Bidding -- Consented to NDA & Viewed Undecided Invited I nvited I nvited Undecided -- Consented to NDA Consented to NDA & Viewed Watkins Accessories -- Undecided -- Doris Helletsgruber (vendor) invitationtobid@inprocorp.com (800) 222-5556 - Consented to NDA&Viewed Gina Watkins gina@watkinsaccessories.com (352) 588-4384 - Invited Kim Phillips estimating@watkinsaccessories.com (352) 588-4384 Consented to NDA&Viewed Balco Inc. Becky Weller becky.weller@balcousa.com Bell Architectural Specialties, Inc. Blake Mallard bells.bids@gmail.com Donald Bell dabe112355@gmail.com Copeland Architectural Systems, Corp. Kelsey Tracy ktracy@cas-corp.com Sean Kelly (vendor) skelly@apemconstruction.com Stacey Gimson estimator@cas-corp.com Interior Specialties Carolyn Haley chaley@interiorspecialties.com Jesse Chiscavage jessec@interiorspecialties.com Sandy Pacetelli estimating@interiorspecialties.com Rolling Oak Supply, Inc. Cindy Riley cndy@rollingoak.supply Jeff Jennessee jell@rollingoak.supply Ken Saccoman ken@rollingoak.supply TBS Construction Specialties Tim Smith tbsconstr@gmail.com (813) 741-9926 (813) 741-9926 x4 -- (813) 741-9926 (813) 927-5226 (813) 831-3344 (813) 831-3344 x3 -- (410) 846-4627 x103 - 8138313344 - (407) 539-1303 x124 - (954) 600-1008 - (407) 539-1303 x128 - (863) 688-9007 - (863) 688-9007 - (863) 688-9007 - (813) 632-0657 (813) 910-4477 Undecided -- I nvited Undecided -- Consented to N DA & Viewed Consented to NDA & Viewed Bidding -- I nvited Consented to N DA & Viewed Consented to N DA & Viewed Bidding -- Consented to NDA & Viewed Consented to N DA & Viewed Consented to NDA & Viewed Undecided Invited I nvited I nvited Undecided Invited Rolling Oak Supply, Inc. -- Undecided -- Cindy Riley cindy@rollingoak.supply (863) 688-9007 - Invited Jeff Jennessee jell@rollingoak.supply (863)688-9007 - Invited Specialties Direct Inc. (239) 690-1001 Undecided -- Brian Domer bdomer@specialtiesdirect.com (630) 323-8100 -- Consented to NDA&Viewed Estimating Department ftmestimating@specialtiesdirect.com (954) 510-7700 (954) 510-7702 Invited Ivette Pinkas ipinkas@specialtiesdirect.com (239) 690-1001 -- Consented to NDA & Viewed Tammy Howsare tamestimating@specialtiesdirect.com (727) 772-8099 -- Consented to NDA&Viewed moises gonzalez (vendor) shawkins@specialtiesdirect.com (408) 727-1415 (408) 529-5429 Consented to NDA & Viewed Rolling Oak Supply, Inc. -- Undecided -- Cindy Riley cindy@rollingoak.supply (863) 688-9007 Invited Jeff Jennessee jell@rollingoak.supply (863)688-9007 -- Invited Specialties Direct Inc. (954) 510-7700 Bidding -- Estimating Department ftmestimating@specialtiesdirect.com (954) 510-7700 (954) 510-7702 Invited Ivette Pinkas ipinkas@specialtiesdirect.com (239) 690-1001 -- Consented to NDA Tammy Howsare tamestimating@specialtiesdirect.com (727) 772-8099 - Consented to NDA & Viewed Storagecraft -- Not Bidding -- Jim Champa jimchampa@storagecraft- corn (239) 272-5282 - Consented to NDA&Viewed Lauren Schuster (vendor) Ichuster@manhattanconstruction.com (239) 280-2617 - Viewed Architectural Metals of Southwest Fla., Inc. Adam Carley acarley@archmetals corn Charles Piantieri estimator@archmetals corn (239) 334-7433 (239) 334-7433 (239) 980-2783 Not Bidding -- I nvited Consented to N DA & Viewed BC Industries Jim HATTON jhatton@bcindustries.com Continental Glass Systems LLC Keenan Hurley khurley@cgs com Scott Ward sward@cgs com Mullets Aluminum Products, Inc. Jackson Mayer jackson@mulletsaluminum.com Jay Coblentz jay@mulletsaluminum.com Nate Yoder nate@mul letsaluminum.com Neil Rainford neil@mulletsaluminum.com Perfection Architectural Systems Estimating Department estimating@perfectionarch.com Rob Jones rjones@perfectionarch.com West Tampa Glass Company Jeffrey Cass jcass@westtampaglass.com Ken Gerard kgerard@westtampaglass.com Roger Campla rcampla@westtampaglass.com Mullets Aluminum Products, Inc. Jackson Mayer jackson@mulletsaluminum.com Jay Coblentz jay@mulletsaluminum.com Neil Rainford neil@mulletsaluminum.com (813) 785-9863 - (717) 606-6240 - (813) 376-5984 - (941) 371-3502 (941) 371- 3502 - (941) 371-3502 - (941) 371-3502 (941) 232-4138 (941) 371-3502 (941) 312-1431 (407) 671-6225 - (954) 650-5417 - (813) 247-5528 x13 - (813) 247-5528 x28 - (813) 247-5528 x19 - (941) 371-3502 (941) 371- 3502 - (941) 371-3502 -- (941) 371-3502 (941) 312-1431 Undecided Invited Bidding -- Consented to N DA & Viewed Consented to NDA & Viewed Bidding -- Consented to NDA & Viewed Invited I nvited Consented to N DA & Viewed Bidding -- Consented to N DA & Viewed I nvited Bidding -- Viewed Consented to NDA & Viewed Consented to N DA & Viewed Undecided -- Consented to NDA I nvited Consented to NDA Peachtree Protective Covers, Inc. -- Josh Godwin jgodwin@peachtreecovers.com (770) 439-2120 Tamara Spruill bids@peachtreecovers.com (770) 439-2120 Perfection Architectural Systems Estimating Department estimating@perfectionarch.com (407) 671-6225 Sundance Architectural Products, LLC (407) 297-1337 Andre Williams andre@sdap.com (407) 297-1337x212 Nickie Ellis -Perez nickie@sdap.com (407) 297-1337 Undecided -- - Invited - Consented to N DA & Viewed Undecided -- - Consented to NDA & Viewed Undecided -- (407) 340-6312 Consented to NDA&Viewed - Invited Walt Dittmer & Sons, Inc. dba Dittmer Architectural Aluminum (407) 699-1755 Bidding -- Denise Condello denise@dittdeck.com (407) 699-1755 Consented to NDA&Viewed BP11C: RESIDENTIAL APPLIANCES Lead: Dan McDowell Bids Due: May 12,2020 at 2:00 PM EDT Ferguson Enterprises -- Undecided -- Jordan Drew jordan.drew@ferguson.com (239) 633-8686 - Invited ISEC, Incorporated (813) 422-5100 Not Bidding -- Dakota Knox cdknox@isecinc.com (813) 422-5094 (610) 762-8392 Consented to NDA John Morton jcmorton@isecinc.com (714) 620-5022 (714) 620-5022 Invited Nycom Inc. -- Bidding -- Octavio Fermin ofermin@nycominc.com (919) 313-7016 (786) 999-5720 Consented to NDA&Viewed Steve Ward and Associates -- Undecided -- Kyler Wetherington kyler@swainc.com (615) 350-7310 - Invited Stephen Ward stephen.ward@swainc.com (615) 350-7310 Invited ISEC, Incorporated Dakota Knox cdknox@isecinc.com John Morton jcmorton@isecinc.com Nycom Inc. Octavio Fermin ofermin@nycominc.com Steve Ward and Associates Boe Slocumb boe@swainc.com Above The Sill Melissa McNally info@abovethesill.net Draper Inc Jeremy Hines jhines@draperinc.com Jody Zarbano jzarbano@draperinc.com Hile's Curtain Specialties, Inc. Bill Naylor bill@hilescurtains.com Clayton Hile cayton@hilescurtains.com Pete Wheeldon pete@hilescurtains.com TBS Construction Specialties Tim Smith tbsconstr@gmail.com Wallpaper World Interiors Brad Bowman sbradbowman@aol.com Bubba Chew ajchew@embarqmail.com (813) 422-5100 (813) 422-5094 (714) 620-5022 (919) 313-7016 (941) 704-5055 (610) 762-8392 (714) 620-5022 (786) 999-5720 (941) 492-3101 (941) 492-3101 (941) 915-9463 (765) 856-1237 -- (703) 268-1006 - (727) 753-0600 (727) 753-0600 - (727) 753-0600 - (727) 753-0600 x202 - (813) 632-0657 (813) 910-4477 (239) 560-2697 -- (239) 936-1911 x1 (239) 671-3288 Not Bidding -- Consented to NDA I nvited Undecided -- Consented to NDA & Viewed Undecided -- Consented to N DA & Viewed Undecided -- Consented to NDA & Viewed Undecided Invited I nvited Bidding -- Consented to NDA & Viewed I nvited Consented to N DA & Viewed Undecided Invited Undecided -- Consented to N DA & Viewed Consented to N DA & Viewed Well Kept Windows Karen Purcell Kevin Houghton karen@wellkeptwindows.com kevin@wellkeptwindows.com (407) 408-5253 (407) 408-5253 Not Bidding -- Invited Invited B P 12 K: MAN U FACTU RE D LABO RATO RY CAS EWO R K / F LEXI B LE LAB SYS Lead: Christopher Fusco Bids Due: May 12,2020 at 2: Adams Group (941) 639-7188 Bidding -- Estimating Department estimating@discoveradams.com (941) 639-7188 -- Consented to NDA&Viewed ISEC, Incorporated (813) 422-5100 Not Bidding -- Dakota Knox cdknox@isecinc.com (813) 422-5094 (610) 762-8392 Consented to NDA & Viewed John Morton jcmorton@isecinc.com (714) 620-5022 (714) 620-5022 Viewed Nycom Inc. -- Bidding -- Crystal Graybeal cgraybeal@nycominc.com (919) 313-7009 (904) 322-4247 Invited Michael Snyder msnyder@nycominc.com (919) 313-7003 -- Consented to NDA&Viewed Octavio Fermin ofermin@nycominc.com (919) 313-7016 (786) 999-5720 Consented to NDA&Viewed Steve Ward and Associates -- Bidding -- Boe Slocumb boe@swainc.com (941) 704-5055 -- Consented to NDA & Viewed Tina Kelley tina.kelley@swainc.com (615) 369-5413 - Consented to NDA&Viewed Tommy Bolles tommy@swainc.com (615) 350-7310x117 Consented to NDA&Viewed Irwin Seating Company -- Undecided -- Les Lundberg les.lundberg@irwinseating.com (770) 579-1663 (770) 331-4661 Consented to NDA & Viewed Spence Benedict spence.benedict@irwinseating.com (616) 574-7341 -- Consented to NDA&Viewed SSE &Associates, Inc. (386) 428-8875 Bidding -- Kelli Morris kmorris@sseteam.com (386) 428-8875 -- Consented to NDA&Viewed Rebecca Carlisle rcarlisle@sseteam.com (386) 428-8875 (386) 314-4942 Consented to NDA&Viewed AAA Ribbon Bike Rack Company KEN STEVENS info@ribbonrack.com Belson Outdoors John Adams jadams@belson.com Graber Manufacturing, Inc Stacy Haldeman shaldeman@madrax.com Vanessa Beck sales@madrax.com Innoplast innosales@innoplast.com KONE Inc. Kelly Bonilla kelly.bonilla@kone.com Kelly Murray kelly.murray@kone.com Otis Elevator Company Hafs Sakka hafs.sakka@otis.com Thyssenkrupp Elevator Corporation Louis Cosmelli louis.cosmelli@thyssenkrupp.com (212) 505-6500 (800) 849-3488 - (800) 323-5664 (608) 849-1080 (608) 849-1080 - (608) 849-1080 (608) 850-2890 (800) 516-9287 (239) 285-7630 (239) 209-0928 (800) 683-8880 (239) 598-9335 (813) 267-4106 Undecided Invited Undecided -- I nvited Undecided -- Consented to NDA & Viewed I nvited Undecided -- I nvited Bidding -- Viewed I nvited Undecided -- I nvited Bidding -- Consented to NDA & Viewed Total Fire Protection -- Bidding -- David Gauthier dgauthier@total re.biz (239) 438-5672 - Consented to NDA&Viewed Lee Peacock (peacock@total re.biz (217) 202-3204 - Consented to NDA & Viewed Wayne Automatic Fire Sprinkler -- Undecided -- Ryan Peterson ryanp@wayne re.com (239) 935-7073 - Consented to NDA&Viewed Vidal Rivera varivera@wayne re.com (239) 204-8867 - Invited Wiginton Fire Systems -- Undecided -- Bill Behringer bcb@wiginton.net (239) 278-5955 -- Invited BP22A: PLUMBING Lead: Dan McDowell Bids Due: May 12,2020 at 2:00 P. Ackerman Plumbing, Inc. (941) 755-7448 Undecided -- Eric Ackerman eric@ackermanplumbinginc.com (941) 755-7448 x106 (941) 256-6996 Consented to NDA & Viewed John Dukarm jdukarm@ackermanplumbinginc.com -- -- Consented to NDA&Viewed Acres &Son Plumbing, Inc. -- Bidding -- David Garcia david@acresplumbing.com (239) 597-5031 - Consented to NDA&Viewed Randy Acres randy@acresplumbing.com (239) 597-5031 - Invited Ron Bowling ron@acresplumbing.com (239) 597-5031 - Consented to NDA&Viewed B&I Contractors, Inc. (239) 332-4646 Bidding -- Estimating Department estimating@bandi orida.com (239) 332-4646 - Consented to NDA & Viewed United Mechanical LLC. -- Not Bidding -- Carri Whitehouse cwhitehouse@umihvac.com (239) 939-4502 Consented to NDA & Viewed B&I Contractors, Inc. (239) 332-4646 Bidding -- Estimating Department estimating@bandi orida.com (239) 332-4646 - Consented to NDA & Viewed Page Mechanical Group (239) 275-4406 Not Bidding -- Dave Collins dave.collins@pagemech.com (239) 275-4406 -- Invited Matt JerrelIs matt.jerreIIs@pagemech.com (239) 2754406 (239) 898-3002 Invited United Mechanical LLC. Carri Whitehouse Mike Whitehouse Sam Moreland Wentco, Inc. Chris Mydock (vendor) Kristina Pekarek Matt Davidson Travis Thomas shannon pratt (vendor) cwhitehouse@umihvac.com (239) 939-4502 mwhitehouse@umihvac.com (239) 939-4502 smoreland@umihvac.com (239) 939-4502 chrism@w i.com kristina.p@wentcoinc.com matt.davidson@wentcoinc.com travis.thomas@wentcoinc.com shannonp@w i.com Johnson Controls Fire Protection, LP Bob Martineau sg.ftmyers@simplexgrinnell.com Greg Jensen gregory.jensen@jci.com Scott Johnson scojohnson@simplexgrinnell.com Troy GREENWELL troy.greenwell@jci.com Alternative Energy Services (AES) (239) 694-2700 239-849-7188 (239) 694-2700 (239) 694-2700 (239) 694-2700 (239) 939-4456 (239) 939-4456 (515) 278-4100 (239) 896-1539 jaimie.peek@alternativeenergyservicesinc.com ESA Solar -- mbrawner@esa-solar.com J&B Solar and Electric -- james@jandbsolar.com Bidding -- - Consented to NDA & Viewed - Consented to N DA & Viewed I nvited Bidding -- Consented to NDA & Viewed - Consented to N DA & Viewed - Consented to NDA & Viewed - Consented to N DA & Viewed - Consented to N DA & Viewed Bidding -- - I nvited - Consented to NDA & Viewed - I nvited Consented to NDA & Viewed Undecided Invited Undecided -- - Invited Undecided -- I nvited Jinko Solar, Inc. -- Undecided -- Jeff Szczepanski jeff.szczepanski@jinkosolar.com (415) 402-0502 (609) 203-2327 Invited Plug Smart -- Bidding -- Adam Raifsnider (vendor) adam@dgen.energy (574) 849-0524 -- Consented to NDA & Viewed Brian Abels brian.abels@plugsmart.com (937) 608-9879 - Consented to NDA & Viewed Darrick Hatch darrick.hatch@plugsmart.com (239) 272-8625 Consented to NDA & Viewed Rich Lanese rich.Ianese@plugsmart.com (614) 975-8100 Invited REC Solar -- Undecided -- Estimator service@recsolar.com (844) 732-7658x7 -- Invited Jama Bond jama.bond@recsolar.com (707) 674-5496 (707) 478-4803 Invited Safari Energy, LLC (a PPL Company) -- Undecided -- khirsch@safarienergy.com - -- Invited Solar Carports LLC -- Undecided brad@solarcarportsllc.com - - I nvited Solar Source -- Bidding -- Nick Miller nick.miller@solarsource.net (727) 572-4247 Consented to NDA&Viewed BP26A: ELECTRICAL Lead: Dan McDowell Bids Due: May 12,2020 at 2:00 P. B&I Contractors, Inc. (239) 332-4646 Not Bidding -- Estimating Department estimating@bandi orida.com (239) 332-4646 -- Consented to NDA Community Electric -- Bidding -- Rick Cork rcork@communityelectric com (239) 262-3438 (239) 825-9590 Consented to NDA & Viewed Fortune Electric Construction -- Bidding -- Bill Kendall billkendall@fortuneelectrical.com (239) 674-3202 -- Consented to NDA&Viewed Forrest Mcintee forrestmcintee@fortuneelectrical.com (239) 674-3171 (239) 425-5413 Invited Meisner Electric (941) 413-4003 Bidding -- David Beachill dbeachill@meisnerelectric.com (941) 413-4003 -- Consented to NDA & Viewed Josh Corbo bids@meisnerelectric.com (561) 278-8362 - Consented to NDA & Viewed Pelican Electrical Group, Inc. -- Bidding -- Ashley Draybuck (vendor) ashley.draybuck@schneider-electric.com (813) 882-6620 - Viewed Bill Shemela (vendor) bshemela@sescolighting.com (813) 917-0210 - Consented to NDA&Viewed Blake Eckley (vendor) beckley@bci net -- - Consented to NDA & Viewed Bob Gaitens (vendor) bobgaitens@eaton.com (941) 350-2634 - Consented to NDA & Viewed Brittany Williams bwilliams@pelicanelectricalgroup.com (813) 855-0114 x103 - Consented to NDA&Viewed Bryan Krchmar bkrchmar@pelicanelectricalgroup.com (727) 417-9909 - Consented to NDA&Viewed CARLOS DIAZ (vendor) cdiaz@envisionlightingsystems.com 727-456-1629 - Consented to NDA&Viewed Chad Taylor (vendor) ctaylor@ifssi.com (239) 240-5329 - Consented to NDA & Viewed Chris Merimee (vendor) chris.merimee@graybar.com (727) 456-4313 - Consented to NDA & Viewed Dan Spada (vendor) dspada@hubbell.com (813) 390-7699 - Consented to NDA & Viewed Danny Jones (vendor) dannyj@w i.com (813) 841-6109 - Consented to NDA & Viewed Ed Ross (vendor) bd888@cummins.com -- - Consented to NDA & Viewed Ed Warminski (vendor) ewarminski@ifssi.com 2394154374 Consented to NDA&Viewed Envision ITB (vendor) itbs@envision-cs.com -- Invited Gary Prescher (vendor) gary.prescher@rexelusa.com (813) 295-1653 - Consented to NDA & Viewed Gene Richards (vendor) gene.richards@tawinc.com 813-840-3500 813 917 2997 Consented to NDA & Viewed Greg Jensen (vendor) gregory.jensen@jci.com (239) 939-4456 -- Consented to NDA & Viewed Greg Wing eld (vendor) greg.wing eld@se.com (813) 882-6623 - Consented to NDA &Viewed Guy Maxwell (vendor) info@maxwelllightning.com (407) 827-6328 - Consented to NDA&Viewed Henry Carpenter (vendor) henry.carpenter@zabatt.com (407) 924-6378 - Consented to NDA & Viewed JEFF POPELLA (vendor) jell@aslp.net (813) 630-2757 - Consented to NDA & Viewed Jason Young (vendor) ja.young@ssss.com (813) 614-3872 -- Viewed John Lundahl (vendor) j.lundahl@acfpower.com (813) 309-3980 (704) 756-4569 Consented to NDA & Viewed John Macgowan (vendor) john@ xmygen.com (727) 432-5335 -- Consented to NDA & Viewed John McCain (vendor) john.mccain@siemens.com (813) 442-3481 - Consented to NDA&Viewed Julia Gookinq (vendor) jgookin@seataclighting.com (206) 708-8079 - Consented to NDA&Viewed Larry Henderson (vendor) larry@jtlpinc.com (407) 932-4219 - Consented to NDA&Viewed Lindsey English (vendor) lindsey.english@worldelectricsupply.com (813) 774-7475 - Consented to NDA & Viewed Mike Holt (vendor) jenn.gahan@gmail.com (239) 931-4400 - Consented to NDA&Viewed Pablo Gomez (vendor) pablo.gomez@vfcinc.com (801) 677-1473 - Viewed Pat Gleason (vendor) pgleason@mayerelectric.com - - Consented to NDA&Viewed Phillip Fiegle (vendor) phillip@brandonindustries.com 813-602-5551 -- Viewed Stephen Mason (vendor) steve@ ber-solutions.com (239) 561-6814 (239) 834-9916 Consented to NDA&Viewed Sy Bocock (vendor) sy.bocock@anixter.com (239) 931-4400 -- Consented to NDA & Viewed Tampa Quotes (vendor) tampa_quotes@graybar.com -- - Viewed Troy GREENWELL (vendor) troy.greenwell@jci.com (239) 896-1539 - Consented to NDA &Viewed Wes Turnipseed (vendor) westurnipseed@ues com (813) 477-5134 - Consented to NDA & Viewed angel gomez (vendor) angel.gomez@siemens.com 954-521-2638 - Consented to NDA & Viewed anton Fed (vendor) cad@maxwelllightning.com (407) 827-6328 - Consented to NDA&Viewed john eming (vendor) j. eming@ssss.com (813) 299-1386 - Consented to NDA & Viewed Shannon pratt (vendor) shannonp@w i.com -- - Consented to NDA & Viewed tampa quotes (vendor) tampaquotes@sescolighting.com -- - Consented to NDA&Viewed Tri-City Electric Co., Inc. (305) 642-7822 Bidding -- Rick Sorrel Is rsorrells@tceinc.com (305) 642-7822 - Consented to NDA & Viewed Tommy Northrup torthrup@tceinc.com (239) 210-8105 - Invited Tri-City Electric estimating@tceinc.com (305) 642-7822 - Consented to NDA & Viewed Wentco, Inc. (239) 694-2700 Not Bidding -- Adam Sweet (vendor) adam.sweet@cummins.com (239) 349-8217 - Consented to NDA & Viewed Greg Jensen (vendor) gregoryjensen@jci.com (239) 939-4456 - Consented to NDA & Viewed Jason Perkins (vendor) jason.perkins@worldelectricsupplycom (239) 274-8111 - Consented to NDA&Viewed Matt Davidson matt.davidson@wentcoinc.com (239) 694-2700 - Consented to NDA&Viewed RAYADKINS(vendor) embry.adkins@rexelusa.com (239)275-0820 - Viewed Robert Radcliff (vendor) robert@conexxions.com (239) 303-0269 - Consented to NDA & Viewed Scott Coyne (vendor) scoyne@azteknaples.com (239) 659-0017 Consented to NDA & Viewed Travis Thomas travis.thomas@wentcoinc.com (239)694-2700 - Consented to NDA&Viewed jody trader jody.trader@wentcoinc.com (239)694-2700 -- Consented to NDA&Viewed West Coast Lighting -- Bidding -- Ron Gruninger rgruninger@wcltg.com (239) 390-1004 (239) 770-8972 Consented to NDA&Viewed All Digital Technology Dillon Bolebruch dbolebruch@alldigitaltechnologycom (239) 278-4111 Gerry Jeffries gjeffries@alldigitaltechnology.com (239) 278-4111 Black Diamond Design And Delivered -- Chad Watts cwatts@blackdiamonddnd.com 22501539 12Solutions -- Ken Ford kford@i2solutionsllc.com (239) 410-4142 Steven Therrien sherrien@i2solutionsllc.com (941) 467-4041 All Digital Technology Dillon Bolebruch dbolebruch@alldigitaltechnologycom (239) 278-4111 Mike Sullivan sulli a3@msn.com (239) 278-4111 Black Diamond Design And Delivered -- Chad Watts cwatts@blackdiamonddnd.com 22501539 Black Diamond Design And Delivered -- Chad Watts cwatts@blackdiamonddnd.com 22501539 Integrated Fire & Security Solutions (239) 415-4374 Randy Cooper rcooper@ifssi.com (239) 415-4374 Undecided -- - Invited - I nvited Bidding -- - Consented to N DA & Viewed Bidding -- - Invited - Consented to N DA & Viewed Undecided -- - Viewed - I nvited Bidding -- - Consented to NDA (239) 227-4344 Bidding -- Consented to N DA & Viewed Undecided -- Viewed Cougar Contracting, LLC/Cougar Cutting, Inc. -- Undecided -- Andrew Schmitt andrew@cougarcontractingllc.com (239)275-0746 -- Invited Hunter Leake hunter@cougarcuttinginc.com (239) 275-9334 (239) 340-3374 Invited EHC, Inc. -- Bidding -- Rebecca King rking@ehcconstruction.com -- -- Invited Tony Hamilton tonyh@ehcincweb.com (239) 254-6050 -- Invited Tony Hamilton estimating@ehcconstruction.com (239) 254-6050 (239) 707-3724 Consented to NDA&Viewed jonjohhnston jjohnston@ehcconstruction.com 239-851-4601 -- Invited South Florida Excavation, Inc. -- Bidding -- Nancy Evanek nancy@s excavation.com (239) 596-8111 -- Consented to NDA&Viewed Russell Anderson russell@s excavation.com (239) 596-8111 (239) 290-6320 Invited BP31C: SOIL TREATMENT Lead: John Begani Bids Due: May 12,2020 at 2�Gl Accurate Pest Control, Inc. -- Bid Submitted $2,067 Bernadette Soto bernie@accuratepestcontrolinc.com (954)584-8588 -- Consented to NDA&Viewed Apex Pest Control, Inc. -- Bidding -- Linda Hale lindahale@apexpest.com (877) 459-2847 (407) 924-8754 Consented to NDA&Viewed :PD- 04 Aquatech Dewatering & Pumping Technologies, LLC (239) 778-4407 Bidding -- Howard Blair howard@b-bpumps.com (239) 572-2837 -- Consented to NDA&Viewed Travis Wilder (vendor) travis@atechpumps.com 813-752-3137 - Consented to NDA & Viewed CDPW Inc. dba Complete Dewatering Pumps & Wellpoints (386) 426-1345 Undecided -- Rob Roberts rroberts@completepumps.com (800) 800-9562 Invited Holland Pump -- Bidding -- Doug Wyckoff dougw@hollandpump.com (954)999-2804 - Consented to NDA&Viewed Eldon Kerns eldon@hollandpump.com (941) 374-7510 - Invited EHC, Inc. Tony Hamilton Earth Tech, Inc. Bryan Plaskett Dan Coxe Dan Coxe Mark Plaskett Keller North America. Inc Andrea DeVries Dustin Hatch Jared Horvitz estimating@ehcconstruction.com (239) 254-6050 (813) 909-8000 bplaskett@earthtech.com (813) 469-8948 dcoxe@earthtech.com (813) 909-8000 dcoxe@earthtech.net (813) 909-8000 mplaskett@earthtech.com (813) 909-8000 (813) 884-3441 andevries@haywardbaker.com (813) 884-3441 dahatch@haywardbaker.com (813) 884-3441 jshorvitz@haywardbaker.com (813) 884-3441 (239) 707-3724 (813) 361-0034 (813) 361-0034 (813) 528-0018 (813) 335-8563 Bidding -- Consented to N DA & Viewed Bidding -- Consented to NDA & Viewed Consented to N DA & Viewed I nvited Consented to N DA & Viewed Undecided -- Viewed Viewed Consented to NDA & Viewed Cougar Contracting, LLC/Cougar Cutting, Inc. -- Undecided -- Andrew Schmitt andrew@cougarcontractingllc.com (239)275-0746 -- Invited Hunter Leake hunter@cougarcuttinginc.com (239) 275-9334 (239) 340-3374 Invited LAN CESMITHEIRS Iancesmithers@aol.com (239)275-9334 -- Invited Lance Smithers lance@cougarcuttinginc.com (239) 275-9334 (239) 405-2495 Consented to NDA & Viewed Tarpon Construction and Contracting -- Undecided -- Clark Gray clarkpgray@gmail.com (239)564-0009 -- Invited BrightView Landscape Service Andy Johnson andyjohnson@brightview.com Thomas Mans eld thomas.mans eld@brightview.com Cypress Interlocking Paving Inc Anthony Heasley anthony@cypresspaving.com EHC, Inc. Tony Hamilton estimating@ehcconstruction.com Florida Evergreen Landscape & Lawn Care Martha Tillman martha.tillman@down2earthinc.com TIMO BROTHERS Andrew Timo andrew.timo@timobrothersinc.com JOHN USSERY john.ussery@timobrothersinc.com Carter Fence Estimating Department bids@carter-fence.com Katie Wallace katie@carter-fence.com Matthew Gantert mgantert@carter-fence.com Phil Marchio phil@carter-fence.com Russ Carter Fence Co., Inc. DAMON SMITH damon@russcarterfence.com Kelsey Carter kelsey@russcarterfence.com (813) 628-8116 - (239) 919-6262 (239) 254-6050 (239) 561-9184 (239) 949-0405 (239) 353-4102 (203) 448-9272 (815) 212-9799 (239) 593-3362 (239) 593-3362 (239) 707-3724 Bidding Invited I nvited Bidding -- Consented to NDA & Viewed Bidding -- Consented to NDA Undecided -- I nvited Bidding -- I nvited Consented to NDA & Viewed Undecided -- I nvited - I nvited - Consented to N DA & Viewed - Consented to NDA & Viewed Undecided -- - Consented to N DA & Viewed - Viewed Superior Fence & Rail Of Southwest Florida (239) 309-7497 gary@sw superiorfenceandrail.com Andrea Locke andrea@sw superiorfenceandrail.com (239) 309-7497 Bonnie Etheridge bonnie@sw superiorfenceandrail.com (239) 309-7497 BrightView Landscape Service Brian Graff am brian.graffam@brightview.com (813) 628-8116 Mike Rushton michael.rushton@brightview.com (813) 628-8116 Florida Evergreen Landscape & Lawn Care -- Bob Boyd bob.boyd@down2earthinc.com (239) 561-9184 Bob Boyd (vendor) bob.boyd@downtoearthinc.com (239) 315-2002 Martha Tillman martha.tillman@down2earthinc.com (239)561-9184 ODonnell Landscapes Inc. 2399928842 Sarah Christensen estimating@odo.land (239) 992-8842 Renf roe & Jackson -- Sandy Dunko estimates@renfroejackson.com (239) 455-5020 Undecided Invited - I nvited - Viewed (813) 363-0508 (239) 315-2002 Bidding -- Consented to NDA & Viewed Consented to NDA & Viewed Undecided Invited Consented to N DA & Viewed I nvited Bidding -- Consented to N DA & Viewed Bidding -- Consented to NDA & Viewed BrightView Landscape Service -- Bidding -- Brade Lawrence blawrence@valleycrest.com (941) 473-3800 - Invited Nicholas Verdi nick.verdi@brightview.com (407)292-9600 - Invited Florida Evergreen Landscape & Lawn Care -- Undecided -- Martha Tillman martha.tillman@down2earthinc.com (239)561-9184 - Invited ODonnell Landscapes Inc. 2399928842 Bidding -- Sarah Christensen estimating@odo.land (239) 992-8842 - Consented to NDA&Viewed Renf roe & Jackson -- Bidding -- Sandy Dunko estimates@renfroejackson.com (239) 455-5020 -- Consented to NDA & Viewed Stahlman-England Irrigation, Inc. -- Undecided -- Mark Stahlman mark@stahlman-england.com (239) 514-1200 (239) 572-0060 Invited Stahlman England chrisr@stahlman-england.com (239) 564-8055 -- Invited BP33A BP33B & BIP33C: SITE UTILITIES Lead: John Begani Bids Due: May 12,2020 at 2:00 IPM EDT Cougar Contracting, LLC/Cougar Cutting, Inc. -- Not Bidding -- Andrew Schmitt andrew@cougarcontractingllc.com (239)275-0746 - Invited Jessica Armstrong jessica@cougarcontractingllc.com (239)275-0746 - Consented to NDA&Viewed LANCE SMITHERS lancesmithers@aol.com (239)275-9334 -- Invited Shane Meaker shane@cougarcontractingllc.com (239) 275-0746 (239) 275-0746 Invited Jensen Underground Utilities, Inc. -- Bidding -- - bids@jensenunderground.com (239) 597-0060 -- Invited Kelly Edwards kelly@jensenunderground.com (239) 597-0060 - Consented to NDA & Viewed Matt Haas (vendor) gmhaas04@gmail.com (317) 750-9662 - Consented to NDA&Viewed Tom Mitchell tom@jensenunderground.com (239) 597-0060 - Invited Prepared on Apr 30,2020 at 9:22 AM EDT V BUILDINGCONNECTED Description Project Milestones = HAMMOCK-10 GOBP Phase 1 Duration HAMMOCK-20 GOBP Overall Project Duration MILE-10 Phase 1 Substantial Completion MILE-20 Phase 2 Substantial Completion MILE-30 ILeconstruction PRECON-10 Phase 3 Substantial Completion Phase 1 Project Kickoff Meeting PRECON-20 30% Design Development - Phase 1 PRECON-30 CM 30% DID Budget Phase 1 and Control Budget - All Phases PRECON-40 60% Construction Documents - Phase 1 PRECON-50 CM 60% CD Budget Phase 1 PRECON-60 90% Construction Documents PRECON-70 CM 90% CD Budget Phase 1 - Update Control Budget All Phase PRECON-80 PRECON-90 100% Construction Documents Subcontractor Bid Solicitation PRECON-100 Permitting PRECON-110 Subcontractor Scope Reviews PRECON-120 Prepare / Develope GMP PRECON-130 GMP Review / Approval PRECON-140 Phase 1 Notice to Proceed (NTP) SDPA & ERP Applications PRECON-150 Site Development / Utilities / Roads / Parking PHASEI-10 Site Mobilization & Fencing PHASEI-20 Clear & Grub 40 Acres PHASEI-30 Underground Utilities/Infrastructure PHASEI-40 Fill, Grade & Compact Building Pads PHASEI-50 Stabilized Site Subgrade & Paving Building PHASEI-60 Prep & Pour Foundations, Slab & Casting Beds PHASEI-70 Set Columns, Beams & Decks PHASEI-80 Cast & Set Tilt -Up Wall Panels PHASEI-90 Demo / Remove Casting Beds PHASEI-100 Dry -In Roof / Glass & Glazing PHASEI-110 MEP Rough -In / Interior Framing & Drywall PHASEI-120 MEP Trim -Out/ Interior & Exterior Finishes Central Energy Plan PHASEI-130 Foundations & Slab PHASEI-140 Structure PHASEI-150 Mechanical Piping PHASEI-160 Set Chiller Plant PHASEI-170 Complete Enclosure Envelope PHASEI-180 Chiller Tie -In & Start Up PHASE2-10 Phase 2 Inventory, PUD, Security & Fueling Depot Buildings PHASE3-10 I Phase 3 PUD & Security Building Expansion GOBP (Preliminary Schedule).ppx Start Date: 04/07/20 Finish Date: 03/12/24 Data Date: 04/07/20 Run Date: 04/27/20 Page 1A Original 2020 Duration Start Finish 256 01/26/21 01/18/22 i i Phase 1 Project Kickkof 30% Design [ ... :!CM 30% D 60% C 816 01/26/21 03/12/24 0 01/18/22 0 04/11/231 0 03/12/24: 1 04/07/20A 04/07/20A 52 04/07/20A 06/17/20 14 06/18/20 07/07/20 52 06/18/20 08/28/20 14 08/31/20 09/17/20 52 08/31/20 11/10/20 14 11/11/20 11/30/20 175 20 04/07/20A 12/08/20 12/07/20 01 /04/21 40 12/08/20 02/01 /21 10 01 /05/21 01 /18/21 10 01 /05/21 01 /18/21 5 01 /19/21 01 /25/21 1 01/26/21 01/26/21 193 04/07/20A 12/31 /20 10 01 /27/21 02/09/21 E E E E E . ` . 15 02/10/21 03/02/21 45 02/17/21 04/20/21 30 03/03/21 04/13/21 20 04/21 /21 05/18/21 20 03/17/21 04/13/21 45 04/14/21 06/15/21 65 04/21 /21 07/20/21 10 07/21 /21 08/03/21 40 07/21/21 09/14/21 50 09/15/21 11/23/21 40 11 /24/21 01/18/22 10 03/24/21 04/06/21 15 04/07/21 04/27/21 20 04/28/21 05/25/21 5 05/26/21 06/01 /21 15 06/02/21 06/22/21 15 06/02/21 06/22/21 320 01/19/22 04/11/23: 240 04/12/23 03/12/24 2021 Tent - Phase 1 t Phase 1 and Control Budget -All Icti n Documents - Phase 1 ;D Budget Phase 1 I 0 Subcontractor Bid Solicitation •••.Permitting Subcontractor Scope Reviews Prepare / Develope GMP i GMP Review / Approval Phase 1 Notice to Proceed (NTP) SDPA_& ERP Applications Site Mobilization &Fencing '• Clear &Grub 40:Acres Underground .Utilities/Infr Fill, Grade & Compact �Bui Stabilized Site Subgr Prep & Pour Foundations, Set Columns, Be, Cast & Set T ... Demo / Rei & f Panels ng Beds iss & Gla, ough-In / Collier County Government Operations Business Park (GOBP) Naples, Florida 2022 1 Duration / Interior & 2023 AJOR MIL Phase 3 PUD lL: Manhattan Building excellence. i Co 7'er County 4. ProjectApproach, Willingness to Meet Time & Budget Requirements 4e. Written overview of Proposer team's concept and approach to managing the overall cost of the project. HOW DO WE CREATE VALUE FOR KEY CLIENTS There is a reason for repeat business from discriminating clients as listed in 4a. Manhattan has consistently delivered as a valued partner in all project engagements like the 66 examples listed in 4a by coming to the table, day -one, prepared with answers, and a path to accomplish critical objectives. To explain how we deliver, here are the steps we take that start well in advance of the launch of a project. In almost all cases, Manhattan is selected as an experienced Construction Manager, (96% of all our business), because we produce the following type of information before the first meeting. STEP 1. MOCK UP DESIGN PRODUCED BY MANAHTTAN In almost all cases, Manhattan is selected well in advance of the design of our projects and only a program concept exists along with a budget limit. To speed up the process, we take initiative on our own, not paid to do so, but know this first step can be immensely valuable. We come to the table, day -one, with a mock up design and a companion budget that mimics the program, that gets the team launched quickly and with little wasted effort. As you can see from this proposal, Manhattan has already produced a mock up design for the Collier County Government Operations Business Parkproject as seen below. Manhattan PAGE 134 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 4. ProjectApproach, Willingness to Meet Time & Budget Requirements We develop mock up designs in advance of the designer only to connect budget to the design direction. Our mock up design as reflected above is driven by the owner's program space requirement, in this case 93,500 SF for GOBP Phase I, and then we use a tried and tested cost model for buildings that are this size with specific functions like the evidence storage building. You can see from our featured projects in section 3, we have good experience to draw from. The cost model for this building type is reflected below and then it is translated into dollars according to the owner's budget such as the following: PROJECT COMPONENT ALLOCATION $26,400,000 SITE DEVELOPMENT 15% $3,960,000 CORE & SHELL 28% $7,392,000 BUILDING ENCLOSURE 10% $2,640,000 MEP SYSTEMS 20% $5,280,000 INTERIOR FINISHES 17% $4,488,000 FEES/CM/INSURANCE 10% $2,640,000 100% This translates into guiding our mock up model so as an example, the building enclosure for the phase I Evidence Storage Building needs to closely follow a budget value of $2,640,000 or $85.71 per SF of exterior skin, similar to the building images we have produced above. STEP 2. CONTROL BUDGET & SYSTEM STUDIES When we provide a mock up design, it must be accompanied by a reliable budget prediction so that when considering the direction of the design, Collier County can steer the coordination of priorities for program needs, aesthetics, functionality and budget alignment. We take it one step further and provide what Collier County and other clients appreciate is systems studies like the following example: PAGE 135 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Exterior Skin Roof Plan North Elevation South Elevation East Elevation West Elevati Level 0 6,961 6,585 2,383 2,462 Level 0 5,096 4,970 1,610 1,834 Level 0 5,096 4,970 1,610 1,834 Roof Level (Elevations) 0 5,096 4,970 1,610 1,834 Roof Level (Roof Plan) NIA N/A N/A N/A Flat TPO 37,951 NIA N/A N/A N/A 4. ProjectApproach, Willingness to Meet Time & Budget Requirements AcademicFGCU • • 'Study Cotle aemeM T h — U.- -ding Skin-UAU 18,326SQFT $18.00 $3M,86g. z BUIldin Skin- Aluminum Nrtalnwal1 38,518 — $105.00 $4,p44,390. Building Skln(ServiceYa ) -U 1,94 uT $18.OD $3,,920. Building Skin-SNcco&Paint 2,036SQYD $305.00 $213,803.33 8 Building Skin -lavers 12654FT S45.W $5,6]D. 9 Building5kin- Aluminum DNance Doors 7PR $4,500A0 $31,500. 10 Building Skin-HMDoor/HM—.1k Hardware-Sgl 2EA $S.S00.00 $3,000. Building skin-HM Door/HM FremeB Hardware DU $2.600.DD $2.60 12 Building Skin - Overhead Doors 1EA $4,500.00 $4,500. Stucco Over Block Column Subtotals 37,951 22,249 21,495 7,213 7,964 TOTAL AREA OF VERTICAL SKIN 58,921 _ aaasg- Exterior Curtainwall View Interior Curtainwall View WT Cost per SF Exterior Skin Total SF Cost per Elevation Average Cost per SF North Elevation 22,249 $1,710,138.00 $76.86 South Elevation 21,495 $1,940,304.00 $90.27 East Elevation 7,213 $261,710.00 $36.28 West Elevation 7,964 $544,296.00 $68.34 Recently Performed Building Skin Study for FGCU STEP 3. MASTER CONTROL BUDGET By completing the first two steps, and then conducting several alignment meetings, the Master Control Budget is produced with clearly described assumptions and Collier County direction to the designer and the construction manager. We are then off and running with the project in alignment with Collier County objectives. With most projects, the most impactful decisions are made with the least amount of information and that is why our Master Budget is so valuable. Phase I of this project is only a part of the bigger picture and Collier County needs to have an overall and reliable master budget for the entire development. A very good example of a master control budget for a phased project would be the Collier County Sports Complex showcased on the following page. PAGE 136 OF 179 Manhattan SOLICITATION NO.: 20-7700-ST -CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 4. ProjectApproach, Willingness to Meet Time & Budget Requirements Manhattan Collier County Sports Complex Master Control Budget STEP 4. VALUE ENGINEERING On every project, we begin the collection of value engineering options and use this process to track adjustments to the owner approved master budget. The cost of the project is broken down into seven (7) categories for tracking purposes and aligns with each of the primary design disciplines as is reflected in the example below. STEP 5. BUDGET DELIVERABLES Manhattan has a process to deliver very informative budgets during the course of the preconstruction process leading up to the Guaranteed Maximum Price (GMP). For Collier County, phased projects require multiple GMP's that are presented for approval by the Board of County Commissioners. However, we know that we have to answer a key question with every interval GMP, "How do we look against to the total project development budget?" Manhattan is always focused on 0• Provide Creme Sutra Stone Midn-19 (S88,38Si rejected Use Standard Glass 110 of Low Iron at allE#erbF 9An-19 (S183,10a) Approved Provide clear Sol irban 70 glass Fu rnish E u did Tamoseal in lieu of Procor 75 at foundffiions. 9Jan-19 (5,36,211) Approved Delete Air-61oc21 Adhesive. 9-Jan-19 CM4,624) Approved Use G9g galvanized 3.41h self furred metal lath in lieu of SS lath. 9Jan-19 (W,171) Approved Change fro on GIs zing to to eta l Panels at North Elevatin n. 9Jan-19 CM RD) Approved Estimated target savings E7[TERIOR ENVELOPE TOTALS TOTAL ACCEPTED: -$496,138 (Order of Magnitude Pricing) TOTAL REJECTED: 488,388 TOTAL PENDING: Re-p I- Exterior Erneloml-I I -I Sample Value Management Log Excerpt PAGE 137 OF 179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County 4. ProjectApproach, Willingness to Meet Time & Budget Requirements the big picture and that requires a constant updating of the Master Control Budget. Examples of our typical deliverables for Collier County will mirror the process that is appreciated by County staff as reflected below. Collier County, FL ► Collier Cotmty Sports Complex Control Budget Jmuary9, 2019 Prepared for: Collier County Government Board of County Commissioners 3299Tamiami Trail East, Suite 303 Naples, FL 34112-5746 Prepared by: Manhattan C... t bi 3705-1 Westview Drive Naples, Florida 34104 Contact Person at Manhattan: Gordon Knapp, Senior .. President gknapp®manh. ...... tr ion.com (239) 643-6000 0 Manhattan Contents 1. Control Budget Summary 2.DdraB1d B1dgA • Phase 00 Lake • Phase 01A Hodzontal&V,r AW,& • Phase lB Stadium • Phase M Field House • Phase03Callier Caanty305Site 3. Detailed Budget-Building.&Horiw 1Sort 4. General Conditions Budget 5. Budget Clarificatons 6.Va1ue Engi .e gTracker Collier County Sports Complex Control Budget Deliverable Collier County, FL ► Collier County Sports Complex Exhibit G-GMP Proposal: Phase 0-GMP#01 Lake Excavation, Clearing & Grubbing September 17, 2018 Prepared for: Collier County Government Board M County Commissioners 3299TamiamiTrail East, Suit, 303 Naples, FL 34112-5746 Prepared by: Manhattan Construction 3705-1 Westview Drive Naples, Florida 34104 C.ot Person at Manhattan: Gore- Knapp, Senior Uce President gknapp4Hmanhattancon odtion.com (239) 643-6000 A Manhattan Contents 1.GMPBudget Summary 2. GMP Clarifications and Assumptions 3. General Conditions Budget Estimate 4. All,wm (not requiredfor this phase) 5. GM P Bid Tabulation. and Recommendation. 6. Preliminary Construction Schedule ].Document Rider-LislofCoatr Documents (inciuding Plmts mtd Specif rntio.. to which the GMP Budget n based upon) B. Value Engtnneering lYacker(not require for this phase) Collier County Sports Complex Phase 0 GMP STEP 6. BIDDING & MATERIAL PROCUREMENT Manhattan utilizes Building Connected as our solicitation tool to connect 0 and inform all subcontractors about the project, sends invites for pre -bids BU I LD I N G CO N N E CTE D and post all documents, revisions and addendum during the course of the project leading to final selections of subcontractors. We seek to deliver a minimum of three (3) bids for all bid packages and often more with a determined objective of securing the most competitive pricing for Collier County. Final selection of subcontractors is done in cooperation with Collier County staff which includes a buyout plan to improve the total cost of the project after sealed bids are collected and opened with Collier County. Bids are organized through the use of our bid tabulation work sheets, package -by -package and rolled up into a general summary. An example of this format is the Collier County Sports Complex Master Control Budget which mimics a general summary as shown on the previous page. Manhattan PAGE 138 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK � 1 i Co 7'er County ► 5. Recent, Current & Projected Workloads of the Firm 5a. This criterion measures the team's proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. List all completed and currently active projects that the Proposer has managed/is managing within the past five (5) years. Below is a listing of the current and projects completed in the last five (5) years for of our Southwest Florida office. Kalea Bay Tower 300 Naples, Florida _ Collier Sports Complex Naples, Florida ..�-� Community School of Naples S.T.E.M. Building Naples, Florida Kalea Bay Tower 200 Naples, Florida Nichols Community Health Center Naples, Florida A Artis - Naples The Baker Museum Naples, Florida The Waters of Cape Coral Senior Cape Coral, Florida $53,000,000 $6,917,877 $98,226,794 $54,052,398 $13,880,642 $20,692,433 $16,029,659 June 2022 June 2020 June 2020 June 2020 May 2020 May 2020 April 2020 The Preserve Fort Myers, Florida7F $22,189,463 March 2020 PAGE 140 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► 5. Recent, Current & Projected Workloads of the Firm RSW Ticket Counter and Gate Podium Fort Myers, Florida $10,766,976 January2020 Baker Park Naples, Florida $10,653,591 September 2019 Naples Fire Station 1 ~-T :i Naples, Florida $7,562,716 April2019 Mother Teresa Building at Ave Maria Ave Maria, Florida $7,723,518 June 2018 -3p- IM Gordon River Pedestrian Bridge Naples, Florida $4,030,431 February 2018 .; Kalea Bay Tower One i E Naples, Florida $93,856,056 November 2017 Kraft Office Center North - Parcel B t .-_ Naples, Florida $11,128,041 October 2017 Hilton Marco Island Beach Resort Renovations r Marco Island, Florida $ 29,664,319 March 2017 Community School of Naples Student Union Naples, Florida $6,245,726 February 2017 Hyatt Regency Coconut Point Resort Amenity Expansion Bonita Springs, Florida $5,897,757 November 2016 West Palm Beach Army Reserve Center West Palm Beach, Florida $13,859,296 June 2016 PAGE 141 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► 5. Recent, Current & Projected Workloads of the Firm Island Park Renovation Estero, Florida $3,469,866 ®Naples Pier Reconstruction Naples, Florida $2,309,357 Moore Haven Middle -High School La As Moore Haven, Florida $21,677,150 S CenturyLink Sports Complex/Hammond Stadium Renovation Fort Myers, Florida Bascom Palmer Eye Institute Naples, Florida !� RSW PA Public Address System Naples, Florida $42,775,271 $11,457,960 $1,163,093 December 2015 November 2015 October 2015 June 2015 June 2015 June 2015 PAGE 142 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County 5. Recent, Current & Projected Workloads of the Firm 5b. In addition, list all projected projects that Proposer will be working on. Projected projects will be defined as project(s) that the Proposer has been awarded, but the Notice to Proceed has not been issued, and any future commitments. Identify any project that the Proposer worked on concurrently. Describe Proposer's approach in managing these projects. Were there, or will there be, any challenges for any of the listed projects. If so, describe how the Proposer dealt, or will deal, with the projects' challenges. Below is a listing of the future commitments for our Southwest Florida office. Florida Gulf Coast University Academic Building 9 Fort Myers, Florida Collier County Sports Complex Phase 2 Naples, Florida Southwest Florida International Airport Passenger Boarding Bridges Replacement Fort Myers, Florida A Marco Island Veterans' Park Marco Island, Florida Southwest Florida International Airport Terminal Expansion Fort Myers, Florida We have a separate dedicated team for the Florida Gulf Coast University project comprised of higher education experts. Our aviation department is leading the effort on both Southwest Florida international Airport projects. None of these projects will have any effect on our ability to successfully manage and staff all phases of the Government Operations Business Park. In the event we require additional staff, we have more than 650 construction professionals in our company from which we can draw from. September 2020 October 2020 January 2021 November 2021 PERSONNEL BYTHE NUMBERS: 664 TOTAL employees 194 HOURLY employees a? 470 SALARY employees Executive Oversight Estimating/Preconstruction Project Management Superintendents Safety PAGE 143 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK ik . , 1. im... :-, 00- Z-- _7" 0000,� i Co 7'er County ► 6. Financial Strength & Liabilities of the Firm 6a. Provide audited financial statements for the last three years, current credit rating, current net worth, leverage, profitability in relation to size, liquidity and overall financial stability. Any claim of confidentiality on financial statements should be asserted at the time of submittal. The Proposer's failure to provide the information as instructed may lead to the information becoming public. Please see the letter from our controller, Bob Tinkler, and the attached required audited financial statements in a seperate file. Per addendum #4, question #3, we have included a cover letter of confidentiality in order to keep the financial information confidential. 6b. All Proposers and key firms of the Proposer's teams shall disclose and provide a written explanation regarding any and all construction -related litigation, major disputes, contract defaults, and/or liens within the last 5 years, even if the provider considers that such may have little or no significance to County. We have no litigation, however, there are occasional legal matters required with subcontractors relating to periodic performance issues that are handled in the general course of business. 6c. The Proposer shall provide a summary of bonding value capacity, single project bonding value limits, value of current bond commitments, and current available bonding capacity. The Proposer shall also identify the Proposer's history of any and all Notice to Cure and/or Demand Notice on Performance and/ or Payment Bonds. Manhattan Construction has no debt to outside parties and maintains the majority of its assets in readily available working capital. Our lowoverhead structure, diverse project background, and variety ofbusinesses allow us to be successful through the changing markets and maintain this financial strength. Our bonding capacity demonstrates the high level of confidence our surety firms have in our financial strength. Please see the following two pages for a bond letter indicating our capacity to handle this project. 6d. If the Proposer is a joint venture, the above information provided should encompass the joint venture and each of the entities forming the joint venture. N/A Manhattan PAGE 145 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK Collier County 6. Financial Strength & Liabilities of the Firm CHUBB Surety 0 + 9o8.903.3485 202B Halls Mill Road, PO Box 1650 F + 908.903.3656 Whitehouse Station, NJ o8889-1650 FEDERAL INSURANCE COMPANY•PACIFIC INDEMNITY COMPANY* VIGILANT INSURANCE COMPANY April 27, 2020 LISA OIEN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 Re: Government Operations Business Park (GOBP) —SOLICITATION NO.: 20-7700-ST Dear Ms. Oien: It is our understanding that Manhattan Construction Company intends to submit a proposal to you on the above project. It is a pleasure to share with you our recent experience with our client and to offer our recommendation to you on their behalf. We have acted as surety for Manhattan Construction Company on individual projects in excess of $600,000,000.00. We consider the maximum bonding capacity of this company to be in the area of $1,500,000,000.00. Available bond capacity is approximately $500,000.000.00. Federal Insurance Company along with co -sureties Fidelity and Deposit Company of Maryland and Zurich American Insurance Company have AM Best Ratings of A++ and A, Financial Class Size of XV and are included in the Department of Treasury's listing of Approved Sureties. If Manhattan Construction Company is successful on their proposal, we would anticipate no difficulty in being able to respond to the bonding requirements of this project subject to our normal review of contract and bond documents as well as any other pertinent underwriting matters at the time the request is made. If we can be of any further assistance in this matter, please let us know. Best regards, FEDERAL INSURANCE COMPANY a es B. Geisinger ttorney-in-fact /ct Attachment -Power of Attorney Manhattan PAGE 146 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► 6. Financial Strength & Liabilities of the Firm CHUBB Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know AB by These Presents, That FEDERAL INSURANCE COMPANY. an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Georgia A. Craig, James B. Geisinger, Kevin L. Hanover, Christy Thompson and Linda Wright of Tulsa, Oklahoma---------------------_____________-------------------------------------------- as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 14 day of August, 2018. 4Z)W,n-yry ehAMA'els IZiwn N ChlorraA:,q,4ant1,ccretary STATE OF NEW JERSEY County ofHunterdon ss mcphen M Ilancy. Nice President On this 1• day of August, 201% before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly swum, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority: and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attomey is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal r(ATWRINE J. A➢ELAAR =M NOTARYPUBLIC OF NEW JERSEY Na 2310M HlBL1C s Cor"'.0m EW— Lay 16, 2019 Notary PuNre a9 CERTIFICATION Resolutions adopted by the Hoards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances. contracts and other written m un rumens of the Company entered Into in the ordinary course of business (each a "Written Com iltmenC): f0 Each of the Chairman, the President and the Vim Presidents of the Company is hereby authorized to execute any Written Commtment for and on behalf of the Company. under the seal ofthe Company or otherwise. (2) Each duly appointed attomey-in-fact of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action E authorized by the grant of powers provided for In such person's written appointment as such attorney -In -fact. (3) Each of the Chairman, the President and the Vim Presidents of the Company is hereby authorized. for and on behalfof the Company, to appoint in writing any person the attorney. In -fact of the Company with full power and authority to execute, for and on behalfof the Company, under the seal of the Company or otherwise, such written Commitments of the Company as may be specified in such written appolntment which spedflation may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman. the President and the Vim Residents of the Company Is hereby authorized, for and on behalf ofthe Company. to delegate In writing to any other officer ofthe Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified In such written delegation. which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (S) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company. may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be dmmed to bean exclusive statement ofthe powers and authority ofoffcem employees and other persons to act for and on behalfof the Company, and such Resolution shall not Whit or otherwise affect the exercise ofany such power or authority otherwise validly granted or vested' 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors ofthe Companies are true, correct and in full force and effect. III) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NI. this 27th day of April, 2020 Dan %I Chlorce. Aw stam SecrLr r IN THE EVENT YOU WISH TO VERIFYTHE AUTHENTICTI'Y OF THIS EOND OR NOTIFY US OF ANY OTHER MATTER PLEASECANTALT US AT: Tele hone (908)903-3493 Fax(908)903.3656 e-mail: sure @chubb.mm FED- VIG-PI (rev. 08.18) Manhattan PAGE 147 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Required Forms County Administrative Services Depart Procurement Services Division 20-7700-ST Government Operations Business Park CMAR Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. Vendor should checkoff each of the following items: Rf General Bid Instructions has been acknowledged and accepted. [J Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. [f Form 1: Vendor Declaration Statement [f Form 2: Conflict of Interest Certification [� Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE ❑✓ E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. [� Form 4: Reference Questionnaires form MUST be utilized for each required reference and included with your submittal, or you MAY be DEEMED NON -RESPONSIVE. ❑ Form 5: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with N/A your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. [f Vendor W-9 Form. [J Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. [� Copies of all requested licenses and/or certifications to complete the requirements of the project. [� All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ❑ County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. N/A 0 Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. CMAR - Attachment A— Required Forms — 02-21-20 Manhattan PAGE 148 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County Required Forms Collier County Administrative Services Department Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted, 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 work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 1 st day of May 2020 in the County of Collier , in the State of Florida Firm's Legal Name: Address: City, State, Zip Code Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: Manhattan Construction Company 3705-1 Westview Drive Naples, Florida 34104 826678 73-0338330 N/A (239) 643-6000 knaDD@manhattanconstruction.com Senior Vicel President CMAR - Attachment A — Required Forms — 02-21-20 Gordon Kna Manhattan PAGE 149 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Required Forms Additional Contact Information Send payments to: N/A (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: Email Office servicing Collier County to place orders (required if different from above) Contact name: N/A Title: Address: City, State, ZIP Telephone: Email: Manhattan PAGE 150 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County Required Forms coder county Administrative Services Dep bmrt Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules - The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity - The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government Unequal access to information -The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the pastor 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 (fin ial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not sc an organizational 1,flict. tan r_ ctibnfdanv -,V V Signature Gordon Knapp, nior Vice President Print Name and Title state of Florida County of Collier The foregoing instrument was acknowledged before me by means of X physical pr ence ❑ online notarization, this 28th day of April (month), 2020 (year), by Gordon Kn ame of person acknowledging). Signa re o No Public - State of Florida) PersonallyKnown OR Produced Identification Type of Identification Produced CMAR - Attachment A - Required Forms - 02-21-20 Mary Stein (Print, Type, or Stamp Commissioned Name of Notary Public) 'Ay►` MARYA. STEW MY CAWW ISSM # GG 315B86 EXPIRES: July 2S, 2023 ,,�E•...-`�. Bonded TiwNotary Mft UndattNIM Manhattan PAGE 151 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Required Forms State of Florida Department of State I certify from the records of this office that MANHATTAN CONSTRUCTION COMPANY is an Oklahoma corporation authorized to transact business in the State of Florida, qualified on August 27, 1971. The document number of this corporation is 826678. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on March 25, 2020, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-fifth day of March, 2020 &qo� Secretary of State Tracking Number: 9779645019CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. htt s://services.sunbiz.or /Film s/CertifleateOfstatus/CertificateAuthenticatio Manhattan PAGE 152 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Required Forms co#,-r County Administrative Services Department ProCl mmelt .S..B ices D vision Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further. Vendors are required to be enrolled in the E-Verify program (https7//www.e-yerify.gov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposaPhid or within five (5) day of the Countv's Notice ofReconimend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operatod by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the endor's proposal/bid. t aturC Print Name and Title State of Florida Countyof Collier The foregoing instrument was acknowledged before me by means of Xl physical presence or ❑ online notarization, this 28th day of April (month), 2020 (year), by Gordon Kna (na a of person acknowledging). igna o tic - State of Florida) Personally Known OR Produced Identification Type of Identification Produced CMAR - Attachment A — Regained Forms — 02-21-20 Mary Stein (Print, Type, or Stamp Commissioned Name of Notary Public) MARYA I MY COMMISSION 315W EXPIRES: Jul2023Bonded TIN NotaryPutldetYnbm Manhattan PAGE 153 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Required Forms E-Verify MOU VeriF 11 S RACE OF Y Company ID Number: 272661 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and Manhattan Construction Company (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E- Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts. 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). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED III 1111mmela:1.1u, 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed 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). Page 1 of 13JE-Verify MOU for Employerl Revision Date 10/29/08 www.dhs.gov/E-Verify Manhattan PAGE 154 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK Collier County Required Forms E-Verify mou -VeriF VERIFY 13 A se� II HS EN�eoF Y Company ID Number: 272661 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1. After SSA verifies the accuracy of SSA records for aliens through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: • Automated verification checks on alien employees by electronic means, and • Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Verify User Manual) containing instructions on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative Page 2 of 13JE-Verify MOU for Employerl Revision Date 10/29/08 www.dhs.gov/E-Very Manhattan PAGE 155 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County Required Forms E-Verify MOU E-Verify Company ID Number: 272661 nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non -match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E- Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: • If an employee presents a "List B" identity document, the Employer agrees to only accept "List 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 1-9 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. • If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non -matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. Page 3 of 13JE-Verify MOU for Employerl Revision Date 10/29/08 www.dhs.gov/E-Verify Manhattan PAGE 156 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK Collier County Required Forms E-Verify mou E-Verify Company ID Number: 272661 x' -�., Illllli e_VER=FY IS A SERVICE OF DHS 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form 1-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the SSA verification response has been given. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E-Verify procedures for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer 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 access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking Page 4 of 13JE-Verify MOU for Employerl Revision Date 10/29/08 www.dhs.gov/E-Ver. Manhattan PAGE 157 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK Collier County Required Forms E-Verify mou E-Verify. Company ID Number: 272661 e-VERIFY IS A SERVICE OF, DHS adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non -match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non -match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) 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 non -match 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 or OSC at 1-800- 255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. 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 unfair immigration -related employment practices provisions in section 274E 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 274E 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). 12. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as Page 5 of 13JE-Verify MOU for Employerl Revision Date 10/29/08 www.cihs.gov/t-Ver L Manhattan PAGE 158 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County Required Forms E-Verify mou E-Verify Company ID Number: 272661 Aldk e_VER— IS A SERVICE OF DHS authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that 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. 15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. 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) in addition to verifying the employment eligibility of all other employees required to be verified under the FAR. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. Federal contractors not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor, the Employer must initiate verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. b. Federal contractors already enrolled at the time of a contract award: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 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 3 business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must initiate verification of each employee assigned to the Page 6 of 13JE-Verify MOU for Employerl Revision Date 10/29/08 www.dhs.gov/L-VeiL Manhattan PAGE 159 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County Required Forms E-Verify mou E-Verify Company ID Number: 272661 =� III1Gi . =s A sea�N�e�oF o�_ contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. C. Institutions of higher education, State, local and tribal governments and sureties: 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 pursuant to 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. The provisions of Article II.D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties. d. Verification of all employees: 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 do so only in the manner designated by DHS and initiate E-Verify verification of all existing employees within 180 days after the election. e. Form 1-9 procedures for Federal contractors: The Employer may use a previously completed Form 1-9 as the basis for initiating E-Verify verification of an employee assigned to a contract as long as that Form 1-9 is complete (including the SSN), complies with Article II.C.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form 1-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form 1-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. If section 1 of the Form 1-9 is otherwise valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor. 2. 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. Page 7 of 13JE-Verify MOU for Employerl Revision Date 10/29/08 www.dhs.gov/E-Veri Manhattan PAGE 160 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County Required Forms E-Verify MOU E-Verify Company ID Number: 272661 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 tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system -generated referral letter and instruct the employee to visit an SSA office within 8 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. The Employer agrees to check the E-Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non -match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non - match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non -match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible Page 8 of 13JE-Verify MOU for Employerl Revision Date 10/29/08 www.dhs.gov/E-Verify Manhattan PAGE 161 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Required Forms E-Verify MOU VeriF1 Y AS1II. S `RACE Oe Company ID Number: 272661 after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll -free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will provide the employee with a referral letter to DHS. 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. The Employer agrees to check the E- Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will send a copy of the employee's Form 1-551 or Form 1-766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non -match. ARTICLE IV SERVICE PROVISIONS 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 the E-Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take Page 9 of 13JE-Verify MOU for Employerl Revision Date 10/29/08 www.dhs.gov/E-Verify Manhattan PAGE 162 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Required Forms E-Verify MOU E-Verify Company ID Number: 272661 mandatory refresher tutorials. 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 a circumstance, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU 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 procedures 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 its performance of its contractual responsibilities. C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. 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. E. 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. F. The Employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. Page 10 of 13JE-Verify MOU for Employerl Revision Date 10/29/08 www.dhs.gov/E-Verify Manhattan PAGE 163 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County Required Forms E-Verify MOU 6-Verify Company ID Number: 272661 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. Employer Manhattan Construction Company Jackie Proffitt Name (Please Type or Print) Electronically Signed Signature Department of Homeland Security — Verification Division USCIS Verification Division Name (Please Type or Print) Electronically Signed Signature Page 11 of 13JE-Verify MOU for EmployerlRevision Date 10/29/08 Title 11/03/2009 Date 11/03/2009 Date www.dhs.gov/E-Verify PAGE 164 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Required Forms E-Verify MOU E-Verify Company ID Number: 272661 Information Required for the E-Verify Program Information relating to your Company: Company Name: Manhattan Construction Corn Company Facility Address: 5601 South 122nd East Avenue Tulsa, OK 74146 Company Alternate Address: County or Parish: TULSA Employer Identification Number: 730338330 North American Industry Classification Systems Code: 236 Parent Company: Manhattan Construction Group, Inc. Number of Employees: 500 to 999 Number of Sites Verified for: 6 l IS A seal'l,N`ors Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: TEXAS 2 site(s) PAGE 165 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County ► Required Forms E-Verify MOU E—Verify - Ase','u�s lRVICE OF eater is o Company ID Number: 272661 GEORGIA 1 site(s) OKLAHOMA 2 site(s) VIRGINIA 1 site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Jackie Proffitt Telephone Number: (918) 878 - 3302 Fax Number: (918) 878 - 3367 E-mail Address: jproffitt@manhattanconstruction.com Manhattan PAGE 166 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► Required Forms E-Verify MOU EmployerWizard E-Verify Employment Eligibility Verification Click any A for help Home Company Information My Cases New Case View Cases Company Name: Search Cases Company ID Number Page 1 of 1 Welcome User lD Last Login Jackie Proffitt JPR03562 01:04 PM - 09/10/2012 Log Out Manhattan Construction (Florida), Inc. View / Edit 273120 My Profile Doing Business As (DBA) Edit Profile Name: DUNS Number: Change Password Change Security Physical Location: Mailing Address: Questions My Company Address 1: 3940 Prospect Avenue, Address 1: Suite #101 Edit Company Profile Address 2: Address 2: Add New User City: Naples City: View Existing Users State: FL State: Zip Code: 34104 Zip Code: Close Company Account County: COLLIER My Reports View Reports Additional Information: Employer Identification Number:591530885 My Resources Total Number of Employees: 100 to 499 View Essential Resources Parent Organization: Manhattan Construction Group, Inc. Take Tutorial Administrator: Organization Designation: View User Manual Employer Category: Federal Contractor with FAR E-Verify Clause Contact Us Federal Contractor Category: None of these categories apply Employees being verified: Entire workforce (all new hires and all existing employees throughout the entire company) NAICS Code: 236 - CONSTRUCTION OF BUILDINGS Total Hiring Sites: 4 Total Points of Contact: 1 U.S. Department of Homeland Security - w—Ahs.gov U.S. Citizenship and Immigration Services - www.uscis.gov View / Edit View / Edit View / Edit Accessibility Download Viewers 9/10/2012 PAGE 167 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Required Forms m Request for Taxpayer Give Form Forrn (Rev. October 2018) Identification Dumber and Certification to the requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FomlW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Manhattan Construction Company 2 Business name/disregarded entity name, if different from above ro 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not Individuals; see n o ❑ Individual/sole proprietor or ® C Corporation ❑ S Corporation ❑ Partnership ❑ Tmst/estate instructions on page 3): a o single -member LLC Exempt payee code (if any) 0 ❑ Umited liability company. Enter the tax classification (C=C corporation, S=S corporation, P_Partnership) ► `o r Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is '>= 5 another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that code if any) ( IL w is disregarded from the owner should check the appropriate box for the tax classification of its owner. .� ❑Other (see insfructbns)► 4toaexro•awmm nwnrnoawea'a•m•usf act 5 Address (number, street, and apt orsufte no.) See instructions. Requester's name and address, (optionap 5601 S. 122nd East Ave 5 City, state, and ZIP code Tulsa, OK 74146 7 Ust account number(s) here (optional) rer IUenSITIC2itOn IVUMDer Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, fora resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer Identification number (EIN). if you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requesterfor guidelines on whose number to enter. Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that f am subject to backup withholding as a result of a failure to report all interest or dividends, or (0) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest a dividends on your tax return. or real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secu d property, cancellation of deb contrfbutlo to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, u are not required in,�on j(ia ' ication, bZ ou must provide your correct TIN. See the instructions for Part II, later. General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.1m gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number MN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Cat. No. 10231X • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest),1098-E (student loan interest), 1098-T (tuition) • Form 1099-0 (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Farm W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Form W-V(Rev. 10-2018) Manhattan PAGE 168 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK COiier County Required Forms Ron DeSantis, Governor - Halsey Beshears, Secretary d�apr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES vim WILLARD, JOSHUA SCOTT MANHATTAN CONSTRUCTION COMPANY 3705-1 WESTVIEW DR ps VAZ NAPLES FL34104 LICENSE NUMBER: CGC1527505 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com #fir+'' • :, Do not alter this document in any form. {,�i�+��• This is your license. It is unlawful for anyone other than the licensee to use this document. Manhattan PAGE 169 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County Required Forms Appendix F — Template - Addendum Email: (Lisa.Oien@colliercountyfl.gov) c:03twer c;dtmty Telephone: (239-252-8935) A�kTrnls atrVe Serulces D+,+isim Purchasing ADDENDUM #1 Memorandum Date: 4/1 /2020 From: Lisa Oien, Procurement Strategist To: Interested Parties Subject: Addendum #1 - 20-7700-ST Government Operations Business Park (CMAR) This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Extension of Date for Proposals Due • 20-7700-ST —Addendum #1 —Proposal Due Date o Proposal due date changes from April 28, 2020 at 3:00 pm to May 1, 2020 at 3:00 pm edge r.Ocei�t of this Addendum and include with your bid. (Signature) Manhattan Construction Company (Name of Firm) 05/01 /2020 Date If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Appendix F-Template — Addendum -rev 10-18-18 PAGE 170 S179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County Required Forms Appendix F — Template - Addendum Email: (Lisa.Oien@colliercountyfl.gov) c:03twer c;dtmty Telephone: (239-252-8935) A�kTrnls>tatrVe Serulces Cn+isim Purchasing ADDENDUM #2 Memorandum Date: 4/2/2020 From: Lisa Oien, Procurement Strategist To: Interested Parties Subject: Addendum #2 - 20-7700-ST Government Operations Business Park (CMAR) This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Pre -Proposal meeting Conference call accommodations and social distancing • 20-7700-ST — Addendum #2 PRE -PROPOSAL CONFERENCE: April 7, 2020 at 10:00 A. M. - non -mandatory The pre -proposal meeting is also available by conference call at 239-252-7205 using the access Code 212121. A non -mandatory site visit will follow immediately after the pre -proposal meeting at the project site, 3959 Citv Gate Blvd N. Naples, Fl. 34117 Social Distancing practices will be imposed during both meetings. LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 edge r¢ceipt of this Addendum and include with your bid. (Signature) Manhattan Construction Company (Name of Firm) 05/01 /2020 Date If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Appendix F-Template — Addendum -rev 10-18-18 PAGE 171 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK CoViier County Required Forms Caltwer sty Adffwall SerA s Derision purchasing ADDENDUM #3 Memorandum Email: (Lisa.Oien@colliercountyfl.gov) Telephone: (239-252-8935) Date: 4/13/2020 From: Lisa Oien, Procurement Strategist To: Interested Parties Subject: Addendum #3 - 20-7700-ST Government Operations Business Park (CMAR) This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Pre -Proposal Meeting Sign in Sheets, Minutes and Site Pictures • 20-7700-ST — Addendum #3 — Sign in sheets, Minutes and Pictures of this Addendum and include with your bid. (Signature) Manhattan Construction Company (Name of Firm) 05/01 /2020 Date If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Appendix F-Template— Addendum -rev 10-18-18 PAGE 172 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County Required Forms czl pier C41"Hty AdffwzMahve Services Dmsian Purchasing ADDENDUM #4 Memorandum Date: 4/15/2020 From: Lisa Oien, Procurement Strategist To: Interested Parties Email: (Lisa.Oien@colliercountyfl.gov) Telephone: (239-252-8935) Subject: Addendum #4 - 20-7700-ST Government Operations Business Park (CMAR) This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Language changes, Social Distancing/Conference bridge and number of phases clarification — Revised 20-7700-ST CMAR IFQ -Solicitation • 20-7700-ST CMAR IFQ - Solicitation R1 0 20-7700-ST CMAR IFQ - Solicitation removed and replaced with 20-7700-ST CMAR IFQ - Solicitation R1 o Social Distancing Practices will be imposed for meetings with this solicitation. o The Proposal opening meeting will be accessed remotely through the voice Conference Bridge only, by calling 239-252-7205 and entering access code 212121. Revisions are as follows: ESTIAL4TED PROJECT EXPENDITL-RE: Patentially 65-70 XbMon for all fear -three Phases w1 ich includes 33 million designated For phase One. (This price i3 expected - nit guarajiteed) Continued the next page Appendix F-Template — Addendum -rev 10-18-18 PAGE 173 O179 Manhattan SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Required Forms EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSION %L PERSON\-.L (25 Total Points Available) la. This criterion measures the ability of Proposer's team personnel as shown by their level of experience on projects of similar type, size and complexity. This criterion measures how well the team is staffed to address all facets of the project It measures how well the team is organized to deliver the project far the COUNTY. Preference will be given to teams with knowledge and experience with local construction and regulatory conditions and who demonstrate a strong commitment to team coilaboration proximate tO the project site. Preference will also be given to teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar projects_ It measures the overall level of the team's qualifications to successfully complete the project. lb_ Describe the organizations corporate structure, divisions, principals and corporate leadership, hierarchy, key personnel by position, and job responsibilities. Indicate the office location in which the project urill be managed from. lc. Describe the proposed Project team. Provide resumes and history with the Proposer, as well as career history elsewhere including dates of employment Provide qualifications, relevant experience, and resumes fvr the Construction Manager and all key staff to be assigned to this project_ Identify roles of project Executi .e+Directo-r, Precenstruction Manager, Project Manager, and General Superintendent_ Identify thxe longevity of employment of key staff of the Proposer_ All personnel assigned to the project by the proposer shall not be reassigned to other projects without the prior written approval okCollier County. a). Indicate Project Manager's experience in construction management at risk Of (fill in pve est�pe) multi - structure, multi- phased campus or projects of similar complexity type_ b). Indicate Project Superintendent's experience in similar project supenision. The superintendent shall be assigned to this project full-time and be on -site during all construction. c). Indicate any Project on -site staff specializing in support of the technical requirements of the Project. EVALUATION CRITERIA NO.3: PAST PERFORMANCE (25 Total Points Available) 3a. This criterion measures the Proposer's past experience with projects of comparable nature, similar in size, type, duration and complexity as this project along with evidence of satisfactory completion, both in time and within budget, for the past TEN (10) years_ The Proposer's team will be evaluated on past services provided for projects of similar nature multi -structure, multi - phased campus or projects of thg-similar compleLc , size and scope of this project, including the experience the team members proposed on this project have together on the previous projects presented. Experience with all elements of the project scope as generally described herein vall be evaluated, with specific emphasis on experience addressing the technical, community and project delivery categories_ The Proposer's team's minimization of change orders will be an important consideration. Preference will be given to similar services constructed within the last 5 years in proximity to the proposed project. The Proposer shall indicate successful Construction Manager at Risk experience with multi -structure, multi -phased campu-tyff m ran ...,.. ect 4Te projects of similar size and scope_ The Proposer shall furnish a list of representative projects, with a maunium of three (3) having been performed for public owners. The list shall include, as a minimum, the following information for each project listed - Manhattan PAGE 174 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Required Forms ENIALUATION CRITERIA NO. d: LOCATION {PROJECT APPROACH, WILLINGNESS TO MEET TDdF- AND BUDGET REQIMJREh3ENT5k(25 Total Points Available) da_ Written overview of the Proposer team's resources available to complete the services requested in the schedule outlined in the scope of services- Describe t1m project approach to deliver successful pre --construction for this specialized multi -building, multi -phased campus facility r similar projects. Include topics such as cost estimating, value engineering, scheduling, best practices, BIM Modeling, constructability miew, permitting and bidding- Describe the Proposer'- gia'i t an. -trance, safety and closeout programs- The Proposer should illustrate to the COL-NTY how they propose to approach the project and assemble the resources to meet each phase and each major element of the project. (Limit response to 3 pages) db- Describe the Proposer- approach to deliver successful Construction Management services- Include topics such as coordinating and constructutg multi-6rrilding_ multi -phased campus fac lities- Incorporate discussion p rtaiving to Upmaches to multi-le6el latroratorylforensic facility or similar type facilities, including specialized systems, assisting in the accreditations processes- oommissioning and coordination of kK6itLonmg from existing to neu facilities. (Limit response to 2 pages) of this Addendum and include with your bid. (Signature) Manhattan Construction Company (Name of Firm) 05/01 /2020 Date If you require additional information, please post a question on BiclSync on-line or contact me using the above contact information. Appendix F-Template —Addend urn -rev 10-18-18 Manhattan PAGE 175 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Required Forms cof er county r Admiriatrah & Semcm Umsion Qur€Yl,lisino ADDENDUM #5 Memorandum Email: (Lisa.Oien@colliercountyfl.gov) Telephone:(239-252-8935) Date: 4/21 /2020 From: Lisa Oien, Procurement Strategist To: Interested Parties Subject: Addendum #5 - 20-7700-ST Government Operations Business Park (CMAR) This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Submitted Questions and Responses • 20-7700-ST CMAR IFQ —Addendum #5 o Questions 1-7 and Responses OVERALL QUESTIONS Question 1 Are there plans to change the pre -bid meeting on 4/7 to a teleconference instead of an in person meeting? (Submitted: Mar 31, 2020 3:40:17 PM EDT) Answer edit • A non -mandatory pre -proposal meeting will be held on April 7, 2020 at 10:00 a.m. at Collier County Procurement Services, Conference Room A, 3295 Tamiami Trail E, Naples, FL 34112. The pre -proposal meeting is also available by conference call at 239-252-7205 using the access Code 212121. (Answered: Apr 1, 2020 9:10:05 AM EDT) Question 2 For those attending the pre -bid conference via conference call, how will the information from the site visit be communicated to these individuals who are unable to attend in person due to the current health climate? (Submitted: Apr 6, 202012:04:55 PM EDT) Answer edit • The information will be provided in addendum #3. (Answered: Apr 13, 2020 9:17:26 AM EDT) Question 3 Just to clarify, the Reference Forms are to be included in our submission, not emailed directly to the County? Also, for evaluation criteria no. 6: financial strength and liabilities of the firm, how is this information to be submitted since our edit books become public record? Typically for submissions, this information is included in a separate, sealed envelope labeled "confidential, not for public record", but since this is an online submission, how do we go about this? (Submitted: Apr s, 2020 9:18:49 AM EDT) Appendix F-Template —Addendum-rev 10-18-18 Manhattan PAGE 176 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County Required Forms Yes. the Reference Forms are to be included with the submission. Financial information that is to be held confidential should be uploaded in BidSync as a separate file with a cover letter of confidentiality. (Answered: Apr 17, 2020 4:55:20 PM EDT) Question 4 In regards to Form 5, please verify that the Grant Provisions and Assurances Forms are not applicable since they have not been provided in a separate package. (Submitted: Apr 15, 2020 8:33:44 AM EDT) • Correct, Grant Provisions and Assurances Forms are NOT applicable for this solicitation at this time. (Answered: Apr 17, 2020 4:55:20 PM EDT) Question 5 In regards to page 8 of the CMAR IFQ-Solicitation, evaluation criteria No.1, question 1c, letter d, "indicate qualified office support staff and equipment sufficient for project support and execution," please provide an example of what is meant by equipment sufficient for project support. Is this in reference to document tracking software and other technologies used on site day-to-day? (Submitted: Apr 15, 2020 8:35:22 AM EDT) • This is the opportunity to identify that there are others in the organizations staff, other than the project manager or superintendent that will be part of the team. Many supporting details and records for the project need to be kept and created in a professional and organized manner. This is an opportunity to explain that you have processes in place in order to handle this type of project. (Answered: Apr 17, 2020 4:55:20 PM EDT) Question 6 Since most corporations do not publicly disclose the financial records being requested on page 10 of the CMAR IFQ- Solicitation, Evaluation Criteria No. 6, and such records are deemed confidential business records, can financial statements be uploaded to BidSync under separate cover along with the letter of confidentiality or mailed under separate cover to the county directly? If mailing is the preferred method, please provide the appropriate address and attention to send to. (Submitted: Apr 15, 2020 8:40:56 AM EDT) • Financial information that is to be held confidential should be uploaded in BidSync as a separate file with a cover letter of confidentiality. (Answered: Apr 17, 2020 4:55:20 PM EDT) Question 7 Evaluation Criteria No. 4c. asks us to list specific subcontractors critical to the success of this project and also asks that we describe each subcontractor's qualification. Can you clarify what it is you are looking for in this section? For example, we have over 1,000 pre -qualified subcontractors in our database to send bid invites to. Do you want a list of all of the subcontractors that would be invited to bid the scope of work and their qualifications? This would be difficult to do considering. Are there preferred vendors that the County wants our firm to consider and include in our submission? DBE/MBE/WMBE participation goals? These are all things that would likely be taken into account when selecting subcontractors for this project. At this time and stage of the project, it would be difficult to determine which subcontractors would be interested and/or qualified for this project. (submitted: Apr 16, 2020 4:40:44 PM EDT) • This is the opportunity to display past team work with subcontractors on a project of similar size and nature. edit 11 edit 11 edit a Manhattan PAGE 177 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co ter County Required Forms • Evaluation Criteria NO 4 specifically 4C Is asking if you have a subcontractor management and outreach plan, that plan may include outreach to DBE/MBE,WMBE participation to insure a broad contractor outreach. The County does not have any preferred vendors for this project. • The CMAR will be competitively administering and evaluating bid packages. This is an opportunity to display your capabilities to perform this task. (Answered: Apr 17, 2020 4:55:20 PM EDT) of this Addendum and include with your bid. (Signature) Manhattan Construction Company (Name of Firm) 05/01 /2020 Date If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Appendix F-Template — Addendum -rev 10-18-18 Manhattan PAGE 178 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK i Co 7'er County ► Required Forms Sample Insurance Certificate --li MANHCON-08 CTHOMPSON . 1. O CERTIFICATE OF LIABILITY INSURANCE DATE (M/201YYV) �� 9/252019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Rooney Insurance Agency, Inc. 4700 South Garnett Road, Suite 200 Tulsa, OK 74146 CONTACT Christy Thompson NAME: PHONE FAX No,Ext: (918) 878-3366 A/c,No:(918) 420-9926 E-MAIL DESS: christy.thompson@rooneyinsurance.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: The Travelers Indemnity Co. 25658 INSURED Manhattan Construction Company 3705.1 Westview Dr. Naples, FL 34104 INSURER B : The Travelers Indem. Co. of CT 25682 INSURER C: Travelers Property Casualty Company of America 25674 INSURER D: Illinois Union Insurance Co 27960 INSURERE: Westchester Fire Ins Co 10030 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. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM D(MVIDDNYYYI POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE �X OCCUR Contractual, XCU Lie VTC2K-CO-1098A840 10/1/2019 10/1/2020 EACH OCCURRENCE 1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 1,000,000 X MED EXP (Any oneperson) $ 5,000 PERSONAL&ADV INJURY 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY [—Xl Tpe LOC OTHER: GENERAL AGGREGATE $ 3,000,000 PRODUCTS - COMP/OP AGG $ 3,000,000 B AUTOMOBILE LIABILITY X ANY AUTO X OWNED fX SCHEDULED AUTOS ONLYAUTOS NON -OWNED AUTOS ONLY AUTOS ONLY VTC2E-CAP-1098A852 10/1/2019 10/1/2020 COMBINED SINGLE LIMIT Ea awident $ 1,000,000 BODILY INJURY Per person)_$ BODILY INJURY Per accidentXHIRED P orraE dZ DAMAGE $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE VTSMJ-CUP-1098A968 10/1/2019 10/1/2020 EACH OCCURRENCE 5,000,000 AGGREGATE $ 5,000,000 DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPREIETOR/PARTNER/EXECUTIVE Y� Min NH EXCLUDED? (Mandatory ) If yes, describe under DESCRIPTION OF OPERATIONS below A NIA VTC2J-UB-1098A803 10/1/2019 10/1/2020 X PERSTATUTE OTH- E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 D E Professional Liabili Excess Liability GOO G27375339003 G22008924015 10/1/2019 10/1/2019 10/1/2021 10/1/2020 Each Occ/Agg Each Occ/Agg 25,000,000 25,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Additional Insured and Waiver of Subrogation ndorsements are included as required by executed contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE For Information Purposes Only P Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Manhattan PAGE 179 OF 179 SOLICITATION NO.: 20-7700-ST - CONSTRUCTION MANAGER AT RISK GOVERNMENT OPERATIONS BUSINESS PARK