6 bid bond from 6xuhw\ %lg%rqg1xpehu %rqg7\sh %rqg)rup %lg'dwh %lg,' 6hfxulw\3hufhqw %...

169
Bid Tabulation Packet for Solicitation PNC2114814P1 Managing General Contractor - Cruise Terminals 2 & 4 Parking Garage Improvements Bid Designation: Public Broward County Board of County Commissioners PNC2114814P1 Broward County Board of County Commissioners BidSync 1/17/2018 p. 1

Upload: hoangkhanh

Post on 02-Apr-2018

219 views

Category:

Documents


2 download

TRANSCRIPT

55

66

Bid Tabulation Packetfor

Solicitation PNC2114814P1

Managing General Contractor - Cruise Terminals 2 & 4 Parking Garage Improvements

Bid Designation: Public

Broward County Board of County Commissioners

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 1

55

66

James A. Cummings, Inc

Bid Contact Carlos Lopez

[email protected]

Ph 954-733 -4211

Address FORT LAUDERDALE, FL 33301

Bid Bond (Status: An error occurred during verification. Bond Not Found )

Bid Notes Please see Proposal Bond under Attachments.

Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs

PNC2114814P1 --01-01 Managing

General

Contractor -

Cruise

Terminals 2 &

4 Parking

Garage

Improvements

Supplier

Product

Code:

Supplier

Notes:

Please see

attached files:

2015 & 2016

Financial

Statement

Addendum 2 -

Evaluation

Criteria Word

Document

Attachment

James A.

Cummings,

Inc. Final

Submittal

Subcontractor

List -

Appendix A

Proposal

Bond

First Offer - $0.00 1 / contract $0.00 Y Y

Supplier Total $0.00

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 2

5

6

Bid Bond from

Surety   

Bid Bond Number   

Bond Type   

Bond Form   

Bid Date   

Bid ID   

Security Percent    %

Job Description   

Agency   

Agency ID   

Name   

Address    , , ,

Phone   

Contact Name   

Bond Status   

Execution Date   

Executed By   

, , ,

Cosigner   

Contractor   

Contractor ID   

Name   

Contractor Tax ID   

Assigned Contractor ID   

Address    , , ,

Phone   

Owner   

Name   

Address    , , ,

Surety   

Surety ID   

Name   

NAIC Number   

State of Incorporation   

Contact   

Address    , , ,

Phone   

Terror Rider   

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 3

5

6

Bid Bond from

Surety   

Bid Bond Number   

Bond Type   

Bond Form   

Bid Date   

Bid ID   

Security Percent    %

Job Description   

Agency   

Agency ID   

Name   

Address    , , ,

Phone   

Contact Name   

Bond Status   

Execution Date   

Executed By   

, , ,

Cosigner   

Contractor   

Contractor ID   

Name   

Contractor Tax ID   

Assigned Contractor ID   

Address    , , ,

Phone   

Owner   

Name   

Address    , , ,

Surety   

Surety ID   

Name   

NAIC Number   

State of Incorporation   

Contact   

Address    , , ,

Phone   

Terror Rider   

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 4

55

66

James A. Cummings, Inc

Item: Managing General Contractor - Cruise Terminals 2 & 4 Parking Garage Improvements

Attachments

2015 TPC Consolidating Report Whiteback -Specialty-Equity Method.pdf

2016 Tutor Perini Corporation - General Blueback Reports.pdf

Addendum_2_ -_Evaluation_Criteria_Response_Form_-_WORD.docx

Subcontractor List - Appendix A.pdf

Proposal Bond.pdf

James A. Cummings, Inc. Final Submittal for PNC2114814P1.pdf

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 5

James A. Cummings, Inc.

One East Broward Blvd., Suite 1300, Ft. Lauderdale, FL 33301 • (p) 954-733-4211

Evaluation Criteria Response Form

Attachment 1

Solicitation PNC2114814P

Managing General Contractor for Cruise Terminals 2 & 4

Parking Garage Improvements

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 79

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 1

Evaluation Criteria Response Form

Managing General Contractor for Cruise Terminals 2 and 4 Parking Garage Improvements

1. Ability of Professional Personnel: Max Total – 30 Points Vendor Response

A. Describe the qualifications and relevant experience of the

Prime Vendor’s personnel, as a Managing General

Contractor (MGC) for a project (i.e. Project Executive,

Project Director, General Superintendent, Project

Manager) and all Prime vendor’s key staff, intended to be

assigned to this project.

Include resumes, with a minimum of 5 years of experience,

for entire in-house team described above. Resumes should

include any certifications and licenses. Relevant

experience includes multi-level parking structures, vehicle

ramps, pedestrian walkways, as well as multi-disciplined

projects of similar scope. Provide evidence of experience

with construction of sustainable parking structures, LEED

and Parksmart certification and experience with the

process.

Additionally, provide an organization chart showing

proposed responsibilities and titles of all the Project team

members from the in-house staff, subcontractors, and any

specialty contractors.

15 Points

Please see pages 5 - 8.

B. Describe the qualifications and relevant experience of all

subcontractors’ and any specialty contractors’ key staff

intended to be assigned to this project. Include resumes for

all key staff. Relevant experience needs to be on

demonstrating experience with similar projects.

15 Points

Please see page 9.

2. Project Approach: Max Total – 35 Points

A. Describe the team’s proposed Project approach. As a

Managing General Contractor. Description should include

how the Prime Vendor will use the expertise and

knowledge of in-house staff, subcontractors, and any

specialty contractors.

6 Points

Please see pages 10-11.

B. Define the significant aspects of the Project. Please see pages 11-12.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 80

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 2

Describe in detail how the Prime Vendor, subcontractors

and any specialty contractor will handle each significant

aspects of the Project.

6 Points

C. Describe the team’s approach to construction phasing and

scheduling, minimizing impact and disruption to Port

Everglades and Convention Center operations.

8 Points

Please see page 12.

D. Describe in detail the Project team’s proposed plan for

constructing a multi-level parking garage and a new ground

transportation area and ramps, without affecting the

operations of Port Everglades and the Convention Center.

6 Points

Please see pages 13-14.

E. Describe in detail the proposed plan for constructing a

pedestrian bridge with moving walkways over the existing

Terminal #4 building.

4 Points

Please see page 15.

F. Describe in detail how the Prime vendor, subcontractors

and any specialty contractor will handle coordination of

structures, utilities, and protection or replacement of

landscape belonging to the Convention Center, without

affecting Terminal #2, Terminal #4, Northport parking

garage and the Convention Center operations during

construction.

5 Points

Please see pages 15-16.

3. Past Performance: Max Total – 20 Points

A. Non-Broward County Board of County Commissioners Contracts

Describe the Prime Vendor’s experience on past projects

of similar nature to show evidence of qualifications and

previous experience as a Managing General Contractor.

Include project scope and duration, project delivery

method, along with evidence of satisfactory completion,

both on time and within budget, for the past five years.

Provide a minimum of three projects with references for

verification by Broward County staff. Provide examples and

evidence of work performance while owner occupies and

operates the facility during the construction process.

Additional Instructions: Refer to Vendor Reference

Verification Form and submit as instructed. Only provide

references for non-Broward County Board of County

Commissioners’ contracts.

Please see pages 17-30.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 81

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 3

For Broward County contracts, the County will review

performance evaluations in its database for vendors with

previous or current contracts with the County. The County

considers references and performance evaluations in the

evaluation of Prime’s past performance.

10 Points

B. Past projects listed shall provide evidence of experience

working with the Florida Building Code, City of Ft.

Lauderdale Building Department, County agencies and

other regulatory relevant agencies. For each project,

include the jurisdictional agencies i.e. State, County,

Municipality, Federal, Department of Transportation, Army

Corps of Engineers, F.A.A., National Marine Fisheries

(NMF) and any other regulatory agencies where

interaction, review, permitting, inspection or approvals

were needed or issued.

6 Points

Please see page 30.

C. Describe the Prime Vendor’s experience on similar

construction work performed at seaports in the past. List

the type of work, the client, size of the project and the year

the work was performed.

4 Points

Please see page 31.

4. 4. Workload of the Firm: Max Total – 10 Points

5. For the Prime Vendor only, list all active projects being managed,

including all anticipated projects anticipated to be working on within

the next five years. Anticipated projects are defined as a project(s)

that Vendor is awarded a contract, but the Notice to Proceed has

not been issued. Identify any projects that Vendor worked on

concurrently. Describe the MGC’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 MGC dealt or will deal with

the projects’ challenges.

6. 10 Points

Please see pages 32-36.

5. 7. Location: Max Total – 5 Points

Refer to Vendor’s Business Location Attestation Form and

submit as instructed.

A Vendor with a principal place of business location (also known as the nerve center) within Broward County for the last six months, prior to the solicitation submittal date, will receive five points; a Vendor not meeting all of the local business requirements will

Please see pages 37-39.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 82

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 4

receive zero points. The following applies for a Vendor responding as a Joint Venture (JV): if a member of the JV has 51% or more of the equity and meets all of the local business requirements, the JV will receive three points; if a member of the JV has 30 to 50% of the equity and meets all of the local business requirements, the JV will receive two points; and if a member of the JV has 10% to 29% of the equity and meets all of the local business requirements, the JV will receive one point. 5 Points

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 83

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 5

Professional Personnel

A. Describe the qualifications and relevant experience of the Prime Vendor’s personnel.

As Senior VP of Operations, Sam is responsible for the overall supervision and operation of all construction activities. He will monitor the status of this project, including cost control, schedule review and the quality of installation. He will coordinate with Bill to ensure that all the client’s needs are addressed timely and that the project receives the appropriate support from our entire company.

Project Experience:

Broward County Courthouse – Ft. Lauderdale, FL New 741,000 sf civil and family courthouse facility with full-size and smaller courtrooms, hearing rooms, and support spaces. This project is intended for LEED Silver Certification. Ft. Lauderdale-Hollywood International Airport Terminal 4 Gate Replacement - Ft. Lauderdale, FL

228,062 sf, six-gate concourse expansion project that requires the repositioning / relocation of existing Concourse H gates, construction of a western expansion of Concourse H, a secure connector bridge from Terminal 3 to the new Terminal 4 swing gates and required modifications to Terminal 3 to accommodate the connection, a sterile corridor and new office space for BCAD. Seminole Tribe Hard Rock Hotel and Casino – Tampa, FL The complex includes a 12-story hotel tower housing 250 guest rooms, several restaurants, gaming space, three lunges, a live entertainment venue and nightclub, a Hard Rock retail store, a spa and pool complex. Seminole Tribe Hard Rock Hotel and Casino – Hollywood, FL The resort included a 12-story, 500-room hotel, casino, restaurant, a spa, exercise room, a six-acre lagoon style pool surrounded by cabanas, and exhibition/meeting space.

McCarran International Airport Terminal Parking Garage – Las Vegas, NV New four-story, 1,500-space parking structure. The Dalmar and Element – Ft. Lauderdale, FL 24-story, 411,000 sf project that consists of 323-keys with a rooftop restaurant, a pool on the sixth floor amenity deck and a parking garage at the podium level. Gaylord Palms Resort and Convention Center – Orlando, FL New 1,406-room resort and convention center with a central eight-story atrium, exhibition hall, meeting and pre-function space, restaurants, pools, spa, fitness center, and parking garage. Gaylord National Resort and Convention Center – Oxon Hill, MD 2,000-room, 19-story hotel and over 800,000 sf of convention and meeting space, spa and fitness center, sports bar, coffee bar, nightclub atop the hotel tower, and 1,950-car parking garage.

Sam Sabin, Senior Vice President of Operations

Length of Service

Employed with James A. Cummings, Inc. since 1978

Education

Geneva College B.S. in Civil Engineering

Licenses / Certifications

OSHA 30 Hour Certified FL License - CGC1505426

Awards

Engineering New Record, Recognition Award for

outstanding achievement as Project Manager

Relevant Experience

Multi-level parking structures Vehicle ramps

Pedestrian walkways Multi-disciplined projects LEED certification process

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 84

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 6

Bill Carlton, Project Manager

As Project Manager, Bill is responsible for the overall management and administration of the project including, but not limited to, execution of subcontract agreements, procurement, contract documentation, project staffing and supervision, EEO/safety programs, schedule and cost controls. Bill works closely with the owner’s representatives, architect and other consultants on matters such as construction planning, scheduling, budgeting, costs, contracting methods, quality control and correspondence.

Project Experience:

Ft. Lauderdale-Hollywood International Airport Terminal 4 Gate Replacement - Ft. Lauderdale, FL

228,062 sf, six-gate concourse expansion project that requires the repositioning / relocation of existing Concourse H gates, construction of a western expansion of Concourse H, a secure connector bridge from Terminal 3 to the new Terminal 4 swing gates and required modifications to Terminal 3 to accommodate the connection, a sterile corridor and new office space for BCAD. Aventura Parking Garage and Mall Extension - Aventura, FL Three-story, 232,455 sf addition to the existing mall and construction of a four-story, 2,000 space, 646,600 sf cast-in-place concrete parking structure. Ft. Lauderdale-Hollywood International Airport Revenue Control Plaza - Ft. Lauderdale, FL This project included the construction of a new 11-lane revenue control plaza with administrative facilities; and construction a new vehicular bridge connecting existing Palm and Hibiscus garages. Ft. Lauderdale-Hollywood International Airport Consolidated Rental Car Facility - Ft. Lauderdale, FL 4.5 million sf, nine-floor mixed use facility that includes a quick turnaround area (QTA) for the rental car companies and a maintenance area with fueling, washing, vacuuming, and staging for up to 1,000 rental cars. Levels two through four house a 120,000 sf rental car concession and customer service area plus 1,000 car rental parking spaces per floor. Floors five through nine add another 4,800 public parking spaces. Ft. Lauderdale-Hollywood International Airport Hibiscus Parking Garage - Ft. Lauderdale, FL Two million sf, 4,900 space parking garage constructed in the middle of an active airport. Seven-levels high and constructed of cast-in-place post-tensioned concrete, the garage contains 88,000 cubic yards of concrete and has a 7.2-acre floor plate. Because an operating airport surrounded the construction site, workers had to expand remote outfield parking lots, open new ones and increase shuttle services. New construction access roads were installed as well as an overpass for construction vehicles to access the site.

Length of Service

Employed with James A. Cummings, Inc. since 1997

Education

University of Florida B.S. in Building Construction

Licenses / Certifications

OSHA 30 Hour Certified CPR & First Aid Certified

Relevant Experience

Multi-level parking structures Vehicle ramps

Pedestrian walkways Multi-disciplined projects LEED certification process

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 85

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 7

John Knight, Superintendent

As Superintendent, John is responsible for the on-site coordination and supervision of the contractors on the project, enforcement of site safety, and assuring adherence to the quality standards established for the project. In the performance of these duties, he assists the Project Manager with site mobilization, coordinates and supervises the work of the subcontractors, craft labor, material supplies and trade contractors, conducts contractor coordination meetings, and interfaces with the Owner’s and Architect’s field representatives.

Project Experience:

Broward County Courthouse – Ft. Lauderdale, FL New 741,000 sf civil and family courthouse facility with full-size and smaller courtrooms, hearing rooms, and support spaces. This project is intended for LEED Silver Certification. Ft. Lauderdale-Hollywood International Airport Hibiscus Parking Garage - Ft. Lauderdale, FL Two million sf, 4,900 space parking garage constructed in the middle of an active airport. Seven-levels high and constructed of cast-in-place post-tensioned concrete, the garage contains 88,000 cubic yards of concrete and has a 7.2-acre floor plate. Because an operating airport surrounded the construction site, workers had to expand remote outfield parking lots, open new ones and increase shuttle services. New construction access roads were installed as well as an overpass for construction vehicles to access the site. Calder Race Course Casino - Miramar - FL 104,515 sf single-story casino facility with a porte-cochere entrance. The facility includes 1,225 slot machines and features a bar with VIP area, restaurant, entertainment area, a full service kitchen and buffet, high stakes gaming/slot area, and restrooms. The project also included associated surveillance, security and support areas as well as revamped parking and sitework. Hialeah Gardens Senior High School - Hialeah Gardens, FL Hialeah Gardens Senior High School is located on a 56-acre site shared with a middle and an elementary school. The high school is 350,000 sf and includes a seven building campus to house over 2,800 students. We were responsible for the entire 56-acre site including construction of the high school and middle school and performed all site-work activities, utilities, and road work for the three schools simultaneously. Hialeah Gardens Middle School - Hialeah Gardens, FL 160,721 sf new multi-story / multi-building prototype middle school constructed on a 10-acre site. The school is designed to house 1,600 student stations for grades 6-8, which includes general classrooms, administration spaces, media center, vocational classrooms, cafeteria and physical educational facilities.

Length of Service

Employed with James A. Cummings, Inc. since 2006

Education

High School graduate with 43 years of on-the-job experience

Licenses / Certifications

Broward County Journeymen’s License

OSHA 30 Hour Certified

Relevant Experience

Multi-level parking structures Vehicle ramps

Pedestrian walkways Multi-disciplined projects

Sustainable parking structures

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 86

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 8

Professional Personnel

A. Organizational Chart

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 87

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 9

Professional Personnel

B. Describe the qualifications and relevant experience of all subcontractors’ and any specialty contractors’ key staff intended to be assigned to this project. Include resumes for all key staff. Relevant experience need to be on demonstrating experience with similar projects.

James A. Cummings, Inc. has not included any subcontractors or specialty contractors at this time. Once project’s

documents are finalized, we will select our subcontractors and specialty contractors. We will ensure that all

subcontractors and specialty contractors are prequalified and have relevant project experience.

Please see Appendix A for a list of subcontractors, we foresee inviting to bid the project.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 88

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 10

Project Approach

A. Describe the team’s proposed Project approach. As a Managing General Contractor. Description should include how the Prime Vendor will use the expertise and knowledge of in-house staff, subcontractors, and any specialty contractors. A Team Approach In contrast to standard hard-bid, lump sum delivery methods, the Managing General Contractor role requires active participation by both our project management team and pre-construction team members/estimators prior to mobilization for construction. Following contract award and throughout the Pre-Construction Services phase, our most experienced project team members will be actively engaged in contract document review, cost estimating and budgeting, scheduling, value engineering, consulting on construction feasibility and construction phase planning.

Design Review During Preconstruction Construction documents, both plans and specifications, are reviewed for errors and inconsistencies, missing sheets and details that don’t match section cuts. Recommendations are made on selection of building materials, systems and equipment. Alternative design suggestions are made where appropriate. Specifications are reviewed to identify inconsistencies between specification requirements and drawing notes and details. Early Schedule Integration As the design progresses, construction schedules are developed with increasing detail as the drawings become more refined. In addition to construction activities, our schedules contain activities representing time frames for submittal and shop drawing processing and approval, lead times for materials and equipment, and activities for all required building and regulatory permits. Market Input Pre-bid conferences are conducted to inform the subcontractor and supplier community about bid requirements, bid dates and other project details. The conferences increase awareness and bid participation, enhancing competition. County Business Enterprise requirements are also discussed and matchmaking between CBE subcontractors and suppliers and non-CBE subcontractors is facilitated. As we price the various phases of construction documents, subcontractor participation is enlisted from the start. The subcontractors bring their expertise to the table and frequently provide valuable value engineering recommendations and constructability suggestions. Viable alternates are presented for Owner and A/E consideration along with our internal recommendations. Quantity surveys are conducted and cost estimates are developed for each design deliverable or as requested by the Owner. An Early Purchase plan is developed, identifying long lead items that can be bought up front, preventing delays and, in some cases, shortening the overall duration of the Project. In cases where it appears costs may exceed project budgets, recommendations for corrective action are made. During this time frame, bid packages are identified and detailed scope reviews are performed to minimize scope gaps. Upon design finalization, competitive bids are conducted, subcontractor and supplier bids are analyzed and award recommendations are made to the Owner. Early Planning and Logistics In addition to working with the Owner and A/E to develop a Guaranteed Maximum Price in the most expeditious manner, our team will begin the process of planning the construction phase. Our Project Manager, Superintendent and other proposed field staff will work closely with our pre-construction staff to develop logistics plans, phasing plans and schedules, and to provide input on general conditions and direct cost pricing. Safety is evaluated and built into the plan. Preconstruction / Construction Integration In preparation for construction, our team will establish site boundaries, conduct pre-demolition surveys to document existing conditions, provide assistance with permitting, and make preparations to protect existing improvements. Storage and laydown areas will also be established, along with our temporary project office. Utilities will be located and marked. When practical, we work with the design team to identify early work tasks that can commence during finalization of the design, such as demolition work, utility relocation work and site preparation.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 89

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 11

As the construction phase nears, a project kickoff meeting is conducted, with all Project stakeholders in attendance. The schedule for the work is presented, along with logistics, phasing plans, construction traffic plans and other pertinent details. Policies and procedures are reviewed and contact information exchanged. Once the GMP has been finalized and accepted, we will hold an internal project handoff meeting where the schedule, budget, qualifications and other project details are reviewed with the on-site staff. The receipt of a Notice to Proceed ushers in the construction phase, but the pre-construction team continues to assist with pricing of major changes and, where phased work is involved, continued work on additional/future deliverables. Throughout the construction phase, our team works closely with the Owner and design team as an active partner working to achieve our common goal of an on-time, under budget facility, satisfying the Owner’s quality expectations. As Managing General Contractor, we self-perform no work, looking out for the Owner’s best interests while managing and coordinating the Project subcontractors.

B. Define the significant aspects of the Project. Describe in detail how the prime Vendor, subcontractors and any specialty contractor will handle each significant aspects of the Project.

The following items stand out as the most significant aspects of the project which must be addressed judiciously and professionally to provide the best level of service, safety, and timely delivery to the County: Limited Staging Area – site constraints offer minimal space for construction vehicle and material staging. We will work with the Port to locate and establish an off-site staging area to avoid traffic backups on roadways leading to the Project site when deliveries arrive. Proximity of Construction Cranes to Active Roadways & Occupied Structures – The site is surrounded on four sides by active Port/Convention Center operations. Crane safety is tantamount. The safety record of the crane company will be a major factor in the selection of the hoisting scope. All required training and certifications will be verified prior to contract award and strict operating policies will be established. Critical lift plans will be prepared for all instances where the crane will be carrying a load exceeding 75% of the crane’s maximum capacity or where multiple cranes will be involved. Cranes shall not swing loads over occupied spaces unless pre-scheduled where absolutely required. In such cases, the work will be performed during off hours when building spaces are not occupied. Crane operations shall cease during inclement weather and during periods where winds are in excess of 30 MPH and cranes shall be lowered or secured appropriately depending on crane type. At the termination of each work shift, crane booms shall be lowered to the ground. Operator credentials and safety inspections shall be verified and tracked. Construction Vehicle Access – Appropriate project access points shall be identified and pre-approved by Port authorities. Construction haul routes shall be established and signage erected and maintained. Concrete pours and other tasks requiring increased construction traffic will be scheduled for off hours so as to not interfere with Port and Convention Center operations. Safe Demolition of Existing Improvements – Prior to commencing any required demolition work, existing conditions shall be documented with photographs and video. Existing structures adjacent to work to be demolished will be protected from damage. Appropriate demolition techniques will be employed to contain debris within the site and continuous, active dust control measures will be critical. A demolition plan will be developed and approved prior to any physical demolition work proceeding. Any penetrations into existing, occupied spaces shall be carried out during off hours. Maintenance of Traffic – Select tasks will require modifications to vehicular and pedestrian traffic from time to time. Such operations will be timed to minimize impacts to operations and M.O.T. plans submitted and approved by Port authorities prior to establishing any modified routes. Security – Strict adherence to security policies and procedures will be observed. Subcontractor orientations will include training on key aspects of Port security.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 90

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 12

Erosion and Sediment Control – Containing sediment and storm water runoff is important for both environmental protection as well as maintaining a satisfactory appearance of the roadways approaching the Terminals and Convention Center. Soon after contract award, a Storm Water Pollution Prevention Plan (SWPPP) will be established in accordance with National Pollutant Discharge Elimination System (NPDES) guidelines. Silt fencing, storm drain inlet protection and other best practices will be implemented and maintained for the life of the project. Respect for Visitors and Operations - Interactions between construction workers and Port/Convention Center visitors will be prohibited. Violators will be removed from the project. An appropriate screening material, pre-approved by Port authorities, shall be placed along the perimeter fencing to obstruct view of construction operations and assist with dust control. Use of Port/Convention Center facilities by construction personnel shall be prohibited. Signage shall be kept to the absolute minimum. Only pre-approved signage shall be erected. Maintenance of Utilities/Prevention of Disruptions to Operations – We are acutely aware of the importance of uninterrupted operations at the terminals and Convention Center. We will strive to complete the project in its entirety without unplanned power outages, water, sewer or fuel line disruptions, or other disturbances that would delay, inconvenience or endanger Port visitors and personnel. We will employ best practices to minimize the likelihood of such interruptions. These practices are explained in further detail in sections C and D below. Elevated Pedestrian Bridge – While the multi-story parking garage portion of the work would appear (based on the limited design information available at this time) to involve fairly straightforward construction practices, the elevated pedestrian bridge element is, without question, a highly significant aspect of the project, requiring advanced planning, and scheduling as well as detailed logistical evaluation. The structural makeup and exterior envelope will influence the particular sequence of construction, hoisting requirements and safety measures to be implemented. As Managing General Contractor, we will work with the steel/concrete/precast and conveying system subcontractors and their erectors to identify constructability concerns and determine construction methods best suited for safe bridge construction, particularly for the segment spanning over the Terminal facility. We will seek early involvement of these trades during the design development phase in order to provide timely recommendations to the design team. C. Describe the team’s approach to construction phasing and scheduling, minimizing impact and disruption to Port Everglades and Convention Center operations.

The early involvement of the construction team during the Pre-Construction Services phase is one of the most valuable benefits of the Managing General Contractor arrangement. This period affords time for detailed site exploration, schedule development and planning, all critical aspects of planning to minimize later impacts to operations. During the Pre-Construction period, we will prepare a phasing plan, sequencing the work along with a detailed construction schedule. The Project Schedule will coordinate and integrate the Architect’s design efforts with the construction requirements. The schedule becomes the roadmap for the execution of the work. Once all work activities are identified, safety and logistics plans are developed in a prioritized fashion for those activities having the potential to impact operations. Planning for the avoidance of impacts up front not only helps eliminate operational impacts but it provides more cost and schedule certainty. The expertise of potential subcontractors is enlisted during this phase and meetings are conducted on site to review existing conditions and develop safety requirements needed for accurate pricing. Working with the subcontractors, targeted schedules are developed for individual tasks. Activities that must be performed during off hours are designated as night work activities within the schedule. The schedule can be filtered to create a list of night work activities that will be shared with Owner personnel for planning purposes. Planned shutdowns and activities representing advanced notice requirements are inserted into the Project schedule.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 91

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 13

During the construction phase, look-ahead schedules are reviewed at weekly coordination meetings and upcoming tasks requiring Construction Notices, MOT approvals, implementation of micro-phasing or special safety measures are reviewed. For significant operational impacts, special sessions are set up to review plans with all required stakeholders. D. Describe in detail the Project team’s proposed plan for construction a multi-level parking garage and a new ground transportation area and ramps, without affecting the operations of Port Everglades and the Convention Center.

Advanced planning is the key to avoiding disruptions that would affect the operations of the facilities at Port Everglades. The avoidance of disruptions to operations must be our top priority from the day we first step foot on site through Final Completion and demobilization. During the Pre-Construction Services phase, our team will begin the planning process early on, always mindful of identifying potential impacts and planning the steps necessary to avoid them. At pre-construction conferences, we will convey to all potential subcontractors the criticality of respecting Port and Convention Center operations and our zero tolerance policy for disruptions. Our on-site Safety Manager, working hand-in-hand with our site management team, will play a heavy role in identifying potential issues and relaying them to the team to address. Plans for mobilization and site establishment will be crafted to ensure continuity of operations from the point of first contact with the site, even prior to the start of any actual construction work. The construction schedule must take the time frames required for incident avoidance into consideration, with activities added not only to address the time considerations but to also serve as a reminder of the precautionary steps that must be taken prior to the start of specific tasks. Prior to mobilization, both contract drawings and any Owner-provided as-built drawings for the site will be reviewed to gain an understanding of the existing underground conditions. Ground penetrating radar will be utilized to identify all detectable utilities and any discovered that are not indicated on the contract drawings or as-built drawings will be brought to the design team’s attention. Drawing overlays will be prepared to identify any potential conflicts between existing utilities and proposed work. RFI’s will be submitted to request details on whether conflicting utilities should be relocated or other elements redesigned to avoid disturbing such utilities. All known utilities will be marked across the full extent of the site, even before the first post-hole is dug for our site perimeter fence. The marking of utilities is an ongoing process. It is insufficient to mark the utilities only once at the start of construction. Markings must be constantly maintained and re-painted as demolition activities and periodic rain removes or washes away the critical markings. Disruptions to operations can take many forms and are not solely limited to utility strikes. Construction materials on roadways can be hazardous. Construction traffic can cause delays. Cranes and other equipment are capable of causing great harm to life and property. We will be cognizant of all such impacts at all times, making considerations to address before each step of the way. One of the best ways of addressing such potential issues is through gaining Owner buy-in by seeking pre-approval of construction haul routes and maintenance of traffic plans. Avoiding disruptive incidents is a daily challenge, requiring both labor and materials for precautionary work to be built in to the GMP. Once work commences, each task will be reviewed daily for potential impacts and Job Hazard Analysis and Pre Task Planning forms will be filled out by subcontractors at the start of each shift. These forms will be evaluated by our Safety Manager and reviewed for completeness. The subcontractors will be monitored to ensure compliance with the practices determined to be required for incident avoidance. Another key component of eliminating impacts to operations is to provide advanced notification to Port operations and maintenance personnel. We do this through the issuance of Construction Notices, which describe upcoming events, changes in traffic, incursions into new spaces, planned power shut-downs, etc. These notices are shared with Port and Convention Center tenants and operators. The Construction Notices allow planning by all that will be potentially impacted to eliminate or minimize activity within the work area and to chime in with specific items that need to be addressed or considered. Our Project-specific plan is as follows:

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 92

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 14

The site will be established with input and approval from Port authorities on fence screening material, construction haul routes and access points. Roadways prohibited for use by construction traffic will be identified. Any work hour restrictions will be established. Ideally, existing site conditions will allow space for a staging area inside the construction gate to prevent delivery vehicles, concrete trucks, etc., from staging outside the gate and blocking or delaying traffic. If not, a remote waiting/queuing area will be identified and utilized. The building design will dictate how this issue is addressed. Demolition plans will be prepared for all required site demolition work and submitted for approval prior to the start of the work. Dust control measures will be implemented and trucks hauling materials away from the site will be covered and not over-filled to prevent debris on surrounding roadways. Existing structures in close proximity to demolition work, such as the west face of Terminal 4, will be protected with plywood or other appropriate materials. A vehicle wheel wash area will be established at site exit points and roadways at these locations cleaned and maintained to remove any dirt tracked onto Eisenhower Blvd. or SE 20th Street by construction vehicles. Netting or similar materials will be placed in areas where demolition activities could generate airborne particles. All existing utilities will be identified and marked as noted above, prior to any excavation work. Markings will be updated on a regular basis so locations are not lost due to erosion, demolition or rain. Pre-task planning sessions will be conducted each morning to review areas where excavation will occur, and locations of known utilities. Great care will be taken when working close to existing utilities. Protective measures will be taken when appropriate. Shoring will be utilized when excavating adjacent to the Terminals and other existing structures so that no undermining occurs. The completion of selective demolition and underground utility relocation activities marks the start of building pad preparation and structural activities. These activities will require processions of trucks to import or export fill materials, depending on the final design, and to deliver concrete to the site for foundation and structure placement. For fill hauling, dust control is crucial. A water truck and sprinklers, in areas inaccessible by the water truck, will keep dust from becoming airborne and spreading to off-site areas. Truck beds will be covered. Concrete pours will be scheduled for early morning hours before peak traffic periods within the Port and Convention Center. The construction of the concrete structure will require the use of cranes. Cranes will be selected with safety in mind. As noted in Section B, above, the site is surrounded on four sides by active Port/Convention Center operations. Crane safety is tantamount. The safety record of the crane company will be a major factor in the selection of the hoisting scope. All required training and certifications will be verified prior to contract award and strict operating policies will be established. Critical lift plans will be prepared for all instances where the crane will be carrying a load exceeding 75% of the crane’s maximum capacity or where multiple cranes will be involved. Cranes shall not swing loads over occupied spaces unless pre-scheduled where absolutely required. In such cases, the work will be performed during off hours when building spaces are not occupied. Crane operations shall cease during inclement weather and during periods where winds are in excess of 30 MPH and cranes shall be lowered or secured appropriately depending on crane type. At the termination of each work shift, crane booms shall be lowered to the ground. Operator credentials and safety inspections shall be verified and tracked. Fire safety is important throughout the duration of construction. Hydrants will be protected from damage with barricades. A fire standpipe will be maintained and extended upward as the vertical construction progresses. An ample quantity of fire extinguishers will be placed on each floor in accordance with building code requirements. No smoking or burning of trash will be tolerated. Spark generating activities such as grinding, saw-cutting or the use of cutting torches will require Hot Work Permits and fire watches by trained personnel. Only metal gas cans will be allowed on site for fueling of generators and equipment. Adequate lighting will be used for night work activities. Temporary walls will be erected to separate the public from construction activities where new work abuts the existing Terminals. Any specified specialty paints or coatings that generate fumes or foul odors will be applied during off hours. Once the Ground Transportation Area (GTA) is placed into operation, great care will be taken to protect the operation from ongoing construction activities. To the greatest extent possible, delivery points will be relocated to distance them

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 93

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 15

from GTA operations. Temporary walls, barriers, netting and other protective measures will be constructed to protect vehicles, personnel and visitors from harm. E. Describe in detail the proposed plan for construction a pedestrian bridge with moving walkways over the existing Terminal #4 building.

The first step in constructing the elevated bridge will be placement of foundations for the bridge support columns. Areas where foundations occur will be fenced off to separate the public from open trenches and construction activity. Underground utilities will be located and protected or rerouted if necessary. The utility locating techniques described in Section D, above, will be employed to prevent any utility disruptions. Regardless of the particular construction materials selected by the designer for the elevated bridge structure, construction of this element will present numerous challenges. During the Pre-Construction Services phase, we will evaluate various structural systems and make recommendations regarding safe erection, given the relationship between the new pedestrian walkway and Terminal 4. Structural steel construction allows for quick erection and can accommodate the long spans required for the segment passing above the existing Terminal #4 building, making it a likely candidate. Depending on the specific design, trusses may be able to be prefabricated on site and quickly hoisted into place, minimizing crane time over the Terminal as compared to “stick building” the structure. In any case, no lifts will be permitted over the Terminal during any point in which the facility is occupied. All such work will occur during off hours. The same crane safety policies and procedures described in Sections B and D, above, will apply. Once the basic structure is in place, construction of the exterior envelope will require similar safety considerations. Should pre-cast concrete be utilized, the same lift and erection procedures will apply as for the structural framework. Where welding must take place over or in close proximity to existing structures, fire blankets will be used to prevent fires from falling slag. Welding shall not take place without an approved Hot Work Permit and fire extinguishers and water hoses shall be at the ready. Should any work span over vehicular or pedestrian traffic routes, the traffic will be temporarily rerouted using a pre-approved maintenance of traffic plan. In cases where such rerouting is not practical, work will be limited to off hours. Where risk of harm is minimal due to the particular activity underway, netting or barriers will be placed between the construction work and operations to protect the area below from falling tools or debris. During roofing activities, materials will be secured to prevent them from being picked up by wind gusts. A sizeable section of the bridge will span between Terminals 2 and 4 and over active traffic routes. The work will be phased such that the structure is built in smaller segments, allowing traffic patterns to be temporarily flipped and restored as erection progresses. The completion of the exterior envelope of the bridge heralds the end of the most dangerous period of construction. The moving walkway trusses are typically segmented and can be brought in through one end of the bridge and transported into place. Where vertical circulation cores penetrate the existing terminals, fire safety, noise and dust considerations are key. Fire rated temporary partitions will be erected and maintained to separate the public from construction until such time as the vertical cores are approved for occupancy. Overly noisy demolition activities will be confined to off hours. Fire safety procedures previously described will be mandatory. F. Describe in detail how the Prime vendor, subcontractors and any specialty contractor will handle coordination of structures, utilities, and protection or replacement of landscape belonging to the Convention Center, without affecting Terminal #2, Terminal #4, Northport parking garage and the Convention Center operations during Construction. The first order of business following selection is to visit the site to physically review existing conditions. As-built drawings will be compared to actual site conditions in an attempt to identify any inconsistencies. Our Project

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 94

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 16

Superintendent will flag structures, trees and other landscaping requiring protection, both physically at the site and on plans. These site notes will help us develop more detailed protection plans as we work toward the start of construction. Depending on the nature of the protective work, costs will either be carried in our General Conditions or within particular subcontract scopes. Our site staff works hand-in-hand with our pre-construction team to incorporate structure and landscaping protection, shoring/sheet piling, walkway protection, building protection and similar protective measures into our detailed scope checklists and the Project schedule. As noted in Section D, Ground penetrating radar will be utilized to identify all detectable utilities and any discovered that are not indicated on the contract drawings or as-built drawings will be brought to the design team’s attention. Drawing overlays will be prepared to identify any potential conflicts between existing utilities and proposed work. RFI’s will be submitted to request details on whether conflicting utilities should be relocated or other elements redesigned to avoid disturbing such utilities. All known utilities will be marked across the full extent of the site, even before the first post-hole is dug for our site perimeter fence. The marking of utilities is an ongoing process. It is insufficient to mark the utilities only once at the start of construction. Markings must be constantly maintained and re-painted as demolition activities and periodic rain removes or washes away the critical markings. Trees that are to remain on site are protected in accordance with Broward County Tree Preservation and Abuse Ordinance requirements. An on-site tree protection pre-construction meeting will be conducted and tree protection barriers installed to prevent damage during construction activities. A license will be obtained for any trees requiring removal or relocation. Such trees will be pruned appropriately and transported to the County’s designated transplant location, where they will be planted, fertilized, watered and otherwise protected in accordance with Broward County guidelines and the terms of the permit. Relocation of any large trees requiring special transportation or wide load permits will be scheduled for off hours to prevent traffic disturbances or unsafe conditions. Protection of certain existing structures or foundations will require sophisticated, engineered plans. Specialty contractors will be used in these cases and engineered plans will be incorporated into our estimates and schedules and submitted to the Owner and Architect for approval prior to conducting any such work. General protection of existing structures and improvements are detailed within other sections within this submittal. Certain existing landscaping, sidewalks and pavements will require replacement or restoration. Such work will be kept to a minimum. Where these items can be readily quantified, such as the with the removal of a known area of asphalt paving for the installation of new bridge foundations, the costs are bought out as a part of the direct cost. For landscaping, irrigation and similar restoration work that is not as easily quantified, allowances are carried within the GMP to address once the full extent of the work is known. Irrigation lines are identified and marked to the extent possible but PVC lines may go undetected by underground utility screening equipment. Such undetectable and shallow lines are vulnerable to damage. In the event that existing irrigation lines are damaged, such as during tree relocation activities, the lines will be repaired promptly to ensure continuity of landscape irrigation in downstream zones.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 95

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 17

Past Performance

A. Describe the Prime Vendor’s experience on past projects of similar nature to show evidence of qualification and previous experience

as a Managing General Contractor. Include project scope and duration, project delivery method, along with evidence of satisfactory

completion, both on time and within budget for the past five year.

The challenges that will be faced during the construction of the Cruise Terminal 2 & 4 Parking Garage Improvements will require Broward County to engage a managing general contractor with exceptional construction experience and an unparalleled commitment to helping you achieve your goals. James A. Cummings, Inc. brings not only a demonstrated ability to perform the required services, but, more importantly, a proven commitment to ensuring the highest quality finished product which will ultimately benefit all users of your new parking garage.

We have a proven working history at Port Everglades having built Terminal 26 and the Administration Building and Maintenance Facility. We understand the requirements that must be met to coordinate and construct this project within the confines of an operational port. We know that passenger and ship safety and security are considerations that must continually be addressed. We take pride in our policy of strict enforcement of safety and security procedures. All construction work areas will be separated from the public and non-construction personnel by solid barriers which will prevent accidental intrusion into the area. We will ensure that all personnel maintain the proper security clearance for work in high security areas. Supervisors will strictly maintain adherence to all rules applying to work in confined and high security areas. James A. Cummings, Inc. has a long history of successfully constructing projects for private and public entities. This record has been affirmed by the numerous references we receive from our clients and the volume of repeat clients. While our team has built numerous projects that will benefit Broward County, we have listed the following three (3) projects because of their specific relevancy to this project. In addition, we have list ten (10) additional parking garage projects.

Relevant Projects: ___________

1. Broward County Courthouse 2. Ft. Lauderdale-Hollywood International Airport - Terminal 4 Gate Replacement 3. FAU Parliament Hall 4. City of Lauderhill Performing Arts Center and Library 5. UCF Libra Parking Garage

Additional Experience: ___________________________________________ ___________

1. Ft. Lauderdale-Hollywood International Airport - Consolidated Rental Car Facility (RAC) 2. Ft. Lauderdale-Hollywood International Airport - Hibiscus Parking Garage 3. Ft. Lauderdale-Hollywood International Airport - Bridges and Revenue Control Plaza 4. Palm Beach International Airport Long Term Parking Structure #2 5. Aventura Parking Garage and Mall Expansion 6. North Broward Medical Center Parking Garage 7. Coral Gables Museum Parking Garage 8. Florida Atlantic University Parking Garage II 9. Broward General Parking Garage 10. University of Florida Southwest Parking Garage

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 96

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 18

Past Performance

Broward County Courthouse Ft. Lauderdale, FL

Project Scope The New Broward County Courthouse is a multi-phased Project consisting of: Phase 1B - a new, 741,000 sf, 21-story civil and family courthouse facility in Broward County, Florida. It includes 45 full-size courtrooms, 12 smaller courtrooms, 18 hearing rooms, and staff and support spaces; construction of new pedestrian bridges between the new tower and existing east wing courthouse; and construction of a new exterior elevator core of the existing east wing courthouse. Phase 1B includes renovations of the existing east wing courthouse facility and demolition of the existing west and central wings.

This project is part of the overall Broward County Judicial Complex, including the existing Courthouse Facility and main jail, both of which remain open during construction. Due to the proximity of these facilities and to maintain daily operations and public safety, close coordination of all construction activities is required through effective and ongoing communication with numerous departments and operations, comprehensive site logistics plans – developed for public safety, detailed scheduling – developed to mitigate construction traffic on perimeter roads, and overall collaboration with all team members to ensure an on-time completion.

This project is to achieve Silver certification with enhanced commissioning under the U.S. Green Building Council's (USGBC) Leadership in Energy and Environmental Design (LEED®) green building rating system.

Similar Experience Owner Occupied • Broward County • LEED Certification Process • Same Team Members • Active Downtown Site

Owner Broward County Board of County Commissioners Project Delivery Method General Contractor – Lump Sum Duration Start: 10/15/2012 Completion: Phase 1A: 12/12/16 Phase 1B: 12/1/18 Contract Amount Original: $178,760,000 (Phases 1A & 1B) Value of 1B is approx. $3 million. Current Contract: $195,957,000* *Difference Reflects Owner Requested Changes Final: TBD

Jurisdictional Agencies

Broward County Public Works, South

Florida Water Management District

(SFWMD), Broward County Environmental

Protection Department (BCEPD), Broward

County Traffic Engineering Division,

Broward County Environmental

Protection & Growth Management

Department, City of Fort Lauderdale Design

Review Commission, Fort Lauderdale Fire

and Rescue, Florida Department of

Environmental Protection (FDEP), Federal

Aviation Administration (FAA), City of Fort

Lauderdale Department of Sustainable

Development - DSD (Temp. Cert.of Occ.

/TCO) (a) Urban Design and Planning

(Permitting) (b) Transportation & Mobility

(Permitting) (c) Engineering/DSD

(Permitting) (d) Building Services

(Permitting/Inspections), City of Fort

Lauderdale Development Review

Committee – DRC (Item #6?), Broward

County Public Works and Transportation

Management (a) Traffic Engineering

Division (b)Environmental Projection and

Growth Management Department,

Broward County Board of Rules and

Appeals (Special Building Inspector –

Exterior Envelope), City of Fort Lauderdale

City Attorney (Revocable License), Broward

County Board of County Commissioners,

Broward County Sherriff’s office, Broward

County Office of Economic and Small

Business Development (CBE), Broward

County Office of Risk Management

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 97

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 19

Past Performance

Ft. Lauderdale-Hollywood International Airport – Terminal 4 Gate Replacement Ft. Lauderdale, FL

Project Scope The Terminal 4 Gate Replacement – Western Expansion project involves the construction of a 228,000 sf, six-gate concourse expansion at FLL’s international terminal. Preliminary phases include the repositioning, restriping and decommissioning of certain existing gates, the conversion of existing concessions areas to an interim security screening checkpoint (SSCP), the demolition of the structure that houses the existing SSCP, and the re-routing of existing underground utilities within the proposed building footprint. The scope also includes a secure connector between Terminals 3 and Terminal 4, modifications to Terminal 3 to accommodate the connection, a sterile corridor system (including interior bridges and vertical circulation cores), new office space for the Broward County Aviation Department, a new permanent SSCP, and a new outbound baggage handling system. Additions, modifications and renovations within Terminal 4 to support the Gate Replacement project are also anticipated. The Project requires close coordination with other projects that are being constructed concurrently by others, including: terminal apron reconstruction, passenger pick-up and drop-off areas, and modifications to site utilities including the hydrant fueling system. The project is to achieve basic certification under the U.S. Green Building Council's (USGBC) Leadership in Energy and Environmental Design (LEED®) green building rating system. Similar Experience Owner Occupied • Broward County • LEED Certification Process • Same Team Members • Active Downtown Site

Owner Broward County Aviation Department Project Delivery Method Construction Manager at Risk Duration Start: 11/1/2012 Completion: 11/22/2016 Change Order Work: On-going Contract Amount Original: $115,352,619 Final: $127,295,834* *Increase due to additional scope of work being added to project. Change Order Work: Increases contract value to $176,000,000

Jurisdictional Agencies Customs and Border Protection (CBP), Transportation Security Administration (TSA), Broward Sheriff’s Office (BSO), Federal Aviation Authority (FAA), Broward County Water and Wastewater Services (BCWWS), Broward County Aviation Department (BCAD), Broward County Permitting, Licensing and Consumer Protection (BCS new name), Broward County Office of Economic and Small Business Development, Broward County Pollution Prevention, Remediation and Air Quality Division, Broward County Development and Environmental Regulation

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 98

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 20

Ft. Lauderdale-Hollywood International Airport – Terminal 4 Gate Replacement

Ft. Lauderdale, FL

Project Challenges With large, complex, multi-year projects like the Terminal 4 Gate Replacement – Western Expansion project at FLL, it is not uncommon for numerous challenges to arise during the course of construction. Overcoming these challenges requires quick action and teamwork. Perhaps the greatest challenge we faced on the involved the construction of the new Concourse expansion while working in a secure environment, in close contact with the public, surrounded by active airport operations and adjacent, concurrent projects by other contractors. Operating in such an environment required a great deal of advanced planning and coordination. To maintain the schedule and preserve life and property, plans had to be in place and approved well before entering the aircraft operating area and active terminal spaces. Extensive investigatory work was required to prevent utility disruptions. Prior to any planned shut-downs, electrical panel schedules were reviewed and circuits were traced to pinpoint which specific locations, services, concessionaires, and equipment would be powered down. Once identified, advanced notices were distributed to all affected parties. Close coordination was required with other airport contractors. Contractor and subcontractor personnel were trained in advance on ramp driving and security policies and procedures. Deliveries were scheduled for off hours and coordinated with Airport Security in cases where canine searches were required. Partitions and other safety barriers were planned in advance and approval by airport operations, security and airline personnel was sought and obtained prior to implementation. Road closures were developed with certified Maintenance of Traffic engineers and plans reviewed and coordinated with BCAD Operations. Temporary conditions involving the removal of existing walls or ceilings where no other options were viable were negotiated with the building official and BSO Fire. As a security badge sponsor, we managed a SIDA badge program wherein over 1,800 badge holders were assisted through the airport credentials application process. Our experience in handling these complex situations and working conditions at FLL makes us perfectly suited for this project. One phase of the project scope required the remediation of existing contaminated soil and water immediately adjacent to the very active Terminal Drive exit roadway. Timely remediation of the contaminants was critical to the airport’s construction program schedule. The designer’s plan called for sheet piling around the perimeter of the excavations that flanked the north and south sides of the roadway. Numerous active utilities passed through the remediation area, including an active jet fuel line. Some of these utilities were known but other critical airport infrastructure, including fiber optic communications lines, were discovered by Cummings using ground penetrating radar during our site exploration process. Driving sheet piles through the area would jeopardize airport operations and create safety hazards. Sheet piling and the required subsequent removal would also likely damage the exit roadway, requiring costly repairs. We devised an alternate plan to use a non-destructive chemical grouting process instead of sheet piles. Chemical grouting hardened the soils around the perimeter of the work area, allowing excavation to proceed without risk to utilities or the roadway. The work was completed without incident. Another challenge involved worker access to the site. The project was an air-side operation, with all workers required to enter the aircraft operating area through a remote perimeter access gate. With hundreds of workers and multiple concurrent projects underway, coupled with vehicle search requirements, it took several hours to transport workers to the job site, impacting productivity. We worked with the airport to provide gate traffic coordination personnel and came up with a plan to stagger the start times of various trades, minimizing the bottle-neck at the gate and increasing productivity. On the main site, we discovered undocumented existing utilities along the east side of the site that were in conflict with proposed building foundations. The utilities would have to be rerouted for installation of piles and pile caps. Waiting on these relocations would have significantly delayed the schedule. We re-sequenced the construction schedule, working from west to east instead of the more preferable east to west direction which involved starting at the existing building and working our way out. The revised sequence presented new challenges with respect to spatial constraints but greatly reduced the overall construction time frame. Yet another challenge involved the redesign of the exterior walls comprising the building envelope at the International Bag Claim hall phase of the project. The building department discovered that the architect’s permitted design did not comply with the Florida Building Code. The work was stopped and a lengthy delay was probable. We worked with building department, architect and other project team members to identify an alternative wall assembly that could be implemented quickly. Working closely with the building department, we came up with a strategy to proceed with conditional inspection approvals pending receipt of the formal permitted design for the revision.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 99

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 21

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 100

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 22

Past Performance

FAU Parliament Hall Boca Raton, FL

Project Scope The FAU Parliament Hall project consists of one seven-story building containing a combination of four bedrooms/two bath, two double bedroom/two bath units for a total of 620 beds with amenities targeted at freshmen students. Additionally, this facility houses the Resident Advisors, Resident Coordinator, Housing Coordinator, and Faculty in Residence. Components include an elevator lobby, activity room, mail room, computer laboratory, event room, fitness room, laundry facilities, study rooms, multipurpose room, two-story student lounges, conference rooms, classrooms, support areas, offices, storage rooms, mechanical rooms and service zone areas. A unique feature of this facility is that it also contains a food service venue with two to three retailers providing healthy dining options for the students at all hours of the day. The project is registered with the USGBC and is seeking LEED Silver Certification. Similar Experience Active Campus • Public Authority Owner • LEED Certification Process

Owner Florida Atlantic University Project Delivery Method Construction Manager at Risk Duration Start: 6/22/2012 Completion: 8/19/2013 Contract Amount Original: $31,604,299 Final: $27,766,523* *The final contract value excludes Owner Direct Material Purchases.

Jurisdictional Agencies FAU Facilities Planning and Construction, Palm Beach County Fire Marshal, South Florida Water Management, Palm Beach County Building Department, FAA

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 101

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 23

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 102

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 24

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 103

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 25

Past Performance

Project Scope The Center includes a 1,200 seat theatre with a full stage-house and performer support, a black box theatre, rehearsal spaces, a multi-functional lobby for events and performance, and front-of-house amenities. The Center also has a full 10,000 sf community library. Energy efficiency measures included heat recovery, demand controlled ventilation, solar thermal heating, and a ten kW solar array. The entire complex will be designed to a LEED Gold standard. Similar Experience Public Authority Owner • Active Site

Owner City of Lauderhill Project Delivery Method Hard Bid Duration Start: 4/11/2013 Completion: 12/1/2015 Contract Amount Original: $13,266,148 Final: $14,837,614.25

Jurisdictional Agencies Broward County Environmental Protection & Growth Management Department, City of Lauderhill Building Department, City of Lauderhill Fire Prevention & Inspections, South Florida Water Management

City of Lauderhill Performing Arts Center and Library Lauderhill, FL

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 104

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 26

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 105

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 27

Past Performance

Project Scope The project consisted of construction of a new six-story, 345,000 sf parking garage adjacent to Libra Drive on the main campus of the University of Central Florida, Orlando, Florida. The new garage accommodates 1,037 new parking spaces with associated ingress, egress complete with a bus drop-off and turnaround, parking control equipment and traffic signalization all in support of the new Academic Villages Housing Expansion. Provisions for emergency communications, pay stations, video surveillance and electric vehicles were all included in the project. The garage incorporated elements of the existing Academic Village Housing, including standing seam metal roofs at the stair towers, decorative metal shutters, glass backed elevators and two unique Pegasus Logos. Similar Experience Multi-level Parking Garage • Active Campus • Public Authority Owner • Vehicular Ramps

Owner University of Central Florida Project Delivery Method Design-Build Duration Start: 2/1/2013 Completion: 12/1/2013 Contract Amount Original: $10,650,575 Final: $10,650,575

Jurisdictional Agencies Orange County Building Department, UCF Facilities Planning and Construction, UCF Environmental Health and Safety, UCF Landscape & Natural Resources, Orange County Fire Marshal, Orange County Water and Wastewater Services, UCF Parking Department

UCF Libra Parking Garage Orlando, FL

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 106

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 28

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 107

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 29

Past Performance

Ft. Lauderdale-Hollywood International Airport - Consolidated Rental Car Facility (RAC) This project is a 4.5 million sf, 9-floor mixed use facility. The facility includes a quick turnaround area (QTA) for the rental car companies and a maintenance area with fueling, washing, vacuuming, and staging for up to 1,000 rental cars. The QTA area includes the fueling system with 63 fuel pumps, smoke exhaust system, fire suppression systems and rough in for the maintenance equipment. Levels 2 through 4 house a 120,000 sf rental car concession and customer service area plus 1,000 car rental parking spaces per floor. Floors 5 through 9 add another 4,800 public parking spaces. The project also included the construction of an elevated bus way, construction of a 200 foot air conditioned pedestrian bridge with a moving walkway over the main roadway through the airport, renovation of an existing FAA communications tower, and upgrading the airport’s existing revenue control system. The project was completed 3 months ahead of schedule.

Ft. Lauderdale-Hollywood International Airport - Hibiscus Parking Garage This project was a 4,900-space parking garage situated in the middle of the Ft. Lauderdale-Hollywood International Airport. Seven levels high and constructed of cast-in-place post-tensioned concrete, the garage contains 88,000 cubic yards of concrete and has a 7.2-acre floor plate. The upper levels of the garage are stepped back to allow for potted landscaping and natural light penetration. Because an operating airport surrounded the construction site, workers had to expand remote outfield parking lots, open new ones and increase shuttle services. The steady stream of traffic into the airport also required the installation of a construction access road and a new overpass for construction vehicles to access the site. The work also included installing new sheet piling to support an adjacent structure.

Ft. Lauderdale-Hollywood International Airport - Bridges and Revenue Control Plaza This project included the construction of a new 11-lane revenue control plaza with administrative facilities; and construction a new vehicular bridge connecting existing Palm and Hibiscus garages.

Palm Beach International Airport Long Term Parking Structure #2 This project was a seven story, 1,421,000 sf precast concrete parking structure. It included all related site improvements as well as the construction of both vehicular bridges to tie this garage into an adjacent parking structure as well as a pedestrian bridge which ties into the existing Airport Terminal. To facilitate use of the pedestrian bridge, two elevators as well as five stair towers were constructed. This project also includes related revisions to existing electrical, water and drainage systems as required.

Additional Project Experience

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 108

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 30

Aventura Parking Garage and Mall Expansion The Aventura Mall Expansion project was a three-story, 232,455 sf wing being constructed immediately adjacent to the existing Aventura Mall, which is filled with upscale retail stores, a fitness center, and fine dining restaurants. The Parking Garage component is a four-story, 646,600 sf cast-in-place concrete parking structure which will consist of nearly 2,000 parking spaces. It included three pedestrian bridges which will tie into the second floor of the existing JC Penny, the second floor of the newly constructed Nordstrom building, and the third floor of the new concourse expansion. To facilitate use of these pedestrian bridges, two elevators, as well as six stair towers, are also being constructed.

North Broward Medical Center Parking Garage The North Broward Medical Center project was a design-build project which involved the construction of a four story, precast parking garage in Deerfield Beach. The parking garage was constructed next to the helipad and the ambulance entrance and required a great deal of coordination to prevent interference with patient transportation and surgeries. The 511 space garage is comprised of two stair towers and two glass-backed elevators.

Coral Gables Museum Parking Garage Coral Gables is an 8 level parking garage with 610 parking spaces and 25,000 s.f. of retail and theater shell space. Extensive work was required along the front the project (Aragon Avenue), which included extension of the existing water main, routing of traffic patterns, curb cuts and sidewalks. The balance of the utilities were extended along the alley way behind the garage, which included FPL, sanitary sewer, and phone. As the alley way was confined and detailed as-builts were not available, numerous abandoned utilities were encountered, which required exploratory excavations and close coordination with the utilities and the City.

FAU Parking Garage II This is a 5-story, 1,036 car parking structure. The main feature is the skewed glass curtainwall and storefront at each of four stair/ elevator towers. The architect adds dramatic emphasis by using cantilevered slabs overhead and a skewed curtainwall leaning downward at a 7 degree angle. Adding to the effect, are numerous hand painted horizontal and vertical accents, and tiered concrete ledges wrapping the exterior facade. The project was completed nine (9) days ahead of schedule and $462,180 was returned to the Owner.

Broward General Parking Garage Project consists of a 7-story, 566,539 sf precast structure that includes 1,500 parking spaces for both the general public and hospital employees. The garage includes an emergency generator, fire alarm system, and a glass clerestory structure at the top of the elevator tower

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 109

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 31

University of Florida Southwest Parking Garage Built in the core of University of Florida’s main campus in Gainesville, the UF-290 Southwest Parking Garage and TAPS Office Building was a design-build project, consisting of a multi-story office facility and a 946 space parking garage. The Facility has been Certified as LEED Gold.

B. Past projects listed shall provide evidence of experience working with the Florida Building Code, City of Ft. Lauderdale Building

Department, County agencies and other regulatory relevant agencies. For each project, include the jurisdictional agencies i.e. State,

County, Municipality, Federal, Department of Transportation, Army Corps of Engineers, F.A.A., National Marine Fisheries (NMF) and

any other regulatory agencies where interaction, review, permitting, inspection or approvals were needed or issued. James A. Cummings, Inc. has been a leading Construction Manager/General Contractor for over 36 years in Florida. We have built all facility types and have worked with all building codes both local and federal. We fully understand the matrix of interrelated statutes, standards, local, state, and federal codes, rules, and policies. James A. Cummings, Inc. understands the importance of developing a professional relationship with inspectors, fire officials and other regulatory groups. The Americans with Disabilities Act (ADA) is another area we understand fully. James A. Cummings, Inc. is proud to bring extensive knowledge of codes both local and federal standards, rules, policies and regulations to the Broward County Board of County Commissioners. With our proposed phased issuance of building permits and the release of bid packages, close coordination and meetings with various agencies will be required. Our knowledge of the local regulatory agencies and their requirements coupled with James A. Cummings, Inc.’s relationships with the personnel in these agencies will ensure the on-time completion of this project. We also listed each jurisdictional agencies that we worked with on the project fact sheets.

University of Florida Southwest Parking Garage

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 110

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 32

C. Describe the Prime Vendor’s experience on similar construction work performed at seaports in the past. List the type of work, the

client, size of the project and the year the work was performed.

James A. Cummings, Inc. completed two projects for Port Everglades. Please see below.

Port Everglades Terminal Building 26 Type of Work New Terminal Building Client Broward County Purchasing Division Size 103,000 sf Year Completed 1988 Description This facility consisted of 92,000 sf of warehouse and 21,000 sf of cruise ship terminal. The warehouse is a tilt-up concrete structure. The cruise ship terminal is a 2-story masonry and concrete structure.

Port Everglades Administration Building & Maintenance Facility Type of Work Administration Building Client Broward County Purchasing Division Size 100,000 sf Year Completed 1987 Description This project consisted of 80,000 sf of office space and a 20,000 sf maintenance facility. The administration building consists of a 6-story post tensioned concrete structure. The maintenance facility consists of a one-story masonry structure with office and work areas for vehicle maintenance and property maintenance.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 111

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 33

Workload of the Firm

For the Prime Vendor only, list all active projects being managed, including all anticipated projects anticipated to be working on within

the next five years. Anticipated projects are defined as a project(s) that Vendor is awarded a contract, but the Notice to Proceed has

not been issued. Identify any projects that Vendor worked on concurrently. Describe the MGC’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 MGC dealt or will deal with the

projects’ challenges.

James A. Cummings, Inc. has the capacity to provide the required services and proposed personnel necessary to be the

Managing General Contractor for Cruise Terminals 2 & 4 Parking Garage Improvements project. Below is a list of the

current and projected workloads for our office.

Current Projects: __________ ___________________________________________ ____

Ft. Lauderdale-Hollywood International Airport Terminal 4 Gate Replacement FIS Change Order Work

Broward County New Courthouse Phase 1B

Anticipated Projects: __________ ___________________________________________ ____

None Concurrent Projects: ____ James A. Cummings, Inc. managed both the Ft. Lauderdale-Hollywood International Airport Terminal 4 Gate Replacement project and the Broward County New Courthouse concurrently. We have not had any issues managing both projects. In fact, we have done such a good job the County has extended each contract.

Approach to Managing Projects: __________ _______________________________________________

James A. Cummings, Inc. has the capacity to provide the required services and proposed personnel necessary to successfully complete the MGC Cruise Terminal 2 & 4 Parking Garage project. Our Terminal 4 FIS project will be completed before the MGC Cruise Terminal 2 & 4 Parking Garage project begins. If awarded, this will allow our experienced and seasoned professionals to start working on the Port Everglades Parking Garage once the notice to proceed is received. Cummings is on the forefront of implementing the latest technology into our management system. Our project management approach includes use of electronic control of project information and documentation. All work products for the MGC Cruise Terminal 2 & 4 Parking Garage project will be managed electronically. Correspondence, contracts, design documents, schedules, submittals, meeting minutes, and photographs will be transmitted and stored digitally, greatly reducing paperwork while greatly increasing the speed at which information is disseminated. All of our site personnel are equipped with laptops, smart phones and tablet computers for immediate communications. Our onsite electronic management process provides for the rapid exchange of information and enables timely decision making. This use of technology allows upper management to have remote access to project information, thus being more efficient and more attuned to the project status. Safety James A. Cummings’ (Cummings) Environmental, Health and Safety Program (EHS-SP) is vigorously supported at all levels of Management. All personnel within Cummings are fully aware of the commitment to ensure the EHS-SP is implemented in full. Cummings is firmly committed to maintaining a safe and healthy work environment. It is our intention to provide and maintain the safest possible work conditions for all workers. This will be achieved through the continued implementation of the EHS-MP and the Site Specific Safety Program (SSSP). The Cummings EHS-SP includes a

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 112

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 34

few standards that are above OSHA standards such as our strict six foot fall policy and dropped object prevention program. All cranes must have third party inspection for assembly and participation with the OSHA USF Consultation Services for all of our projects. This policy is mandatory for all employees and subcontractors working on the project regardless of the work being performed or trade affiliation. Cummings will prepare and submit a Site Specific Safety Program (SSSP) to the Owner for review prior to the start of the construction project. The SSSP will include the following: • Management Commitment and Expectations • Employee participation/Behavior Based Safety Award System • Supervision/Responsibilities/Accountability • Subcontractor Safety Pre-Qualifications • Worker Safety Orientation • Tool Box Talks • Continuous Feedback from Workforce • On-going Training of Personnel and Workforce • Substance Abuse Policy • Hazard Identification • Work Planning (JHA - Job Hazard Analysis and PTP - Pre-Task Plans) • Accident/Incident Reporting • Daily Safety Inspections/Surveys • Emergency Action Plan • Hurricane Plan • Crisis Management Plan • The SSSP will be maintained and updated and available for immediate review. Risk Mitigation Effective Risk Mitigation begins at the Preconstruction phase where, working as a team, we will identify constructability concerns by utilizing the experience of our estimating staff along with direct input from our field operations team. This allows us to expose potential risks and develop, in the early stages of the project, strategies to insure that they do not have a negative effect on any phase of the project. Cummings’ Best Practices meetings where we share lessons learned from all our different projects also helps to identify potential risks on upcoming work and offers tried and true solutions. Our team’s years of construction experience and team approach work together to deliver a quality product, on time and on budget. Cost Control & Change Management Cummings’ commitment to cost control begins during the preconstruction process. We begin by engaging all members of the project team in critical preconstruction planning activities. It is during the preconstruction phase that the majority of crucial cost and schedule decisions are made. Although the primary leadership responsibility during the preconstruction period is placed on the sr. vice president of preconstruction, the sr. vice president of operations, project executive and general superintendent all provide critical input and take ultimate responsibility for the success of the project. The preconstruction team will produce detailed quantification and pricing for the project estimate. This team is responsible for identifying and developing the detail necessary to produce an estimate that corresponds to the construction documents and ultimately becomes the baseline used in evaluating and understanding subcontractors’ proposals and competitive bids. In this way, we know what to expect even before we receive bids from subcontractors, are in a much better position to evaluate the bids as received and can make an informed recommendation to award to the owner. Using the detail developed during the production of the original project estimate, the preconstruction team, with input from the operations team, prepares bid packages for project procurement. The goal of the procurement process is to buy out the project in a timely manner in accordance with the construction documents as well as all of the owner approved value engineering options that have been identified during the budgeting phase. Subcontract work is procured under a Lump Sum Subcontract Approach, we subcontract for what is shown on the drawings and/or what we can specifically quantify and define but may not be specifically shown on the drawings. Cummings takes the time to develop detailed written scope descriptions for each bid package. This process accomplishes two major goals. First, by

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 113

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 35

writing out the scope for each bid package it requires our team to think through and study the project’s parts and pieces, the assembly as a “whole” and to understand the project. The bid packages are not simply tied to a specification section or sections. Secondly, it sets forth a specific demarcation of scope between disciplines and does not leave the extent of work for each discipline to the interpretation of the bidder. This process is key to ensuring complete bids and greatly minimizes the chance for gaps in scope that become change orders later. The procurement process is one of selecting the right subcontractors – which doesn’t always mean the lowest initial submitted bid price. Often the submitted bid price is not what it initially appears and is only fully understood once our team reviews and confirms each bidder’s inclusions and exclusions. Our bid forms require significant information relative to quantities, material costs, labor rates, compliance with the project schedule, etc. that allow us to properly evaluate each proposal. Using this level of detail we ensure we are receiving the information to fully evaluate each of the bids and to establish the basis for reviewing and evaluating any future change order requests. The preconstruction team works closely with operations during the de-scoping process for each work scope. Once the subcontractors have been properly de-scoped and the bids have all been properly balanced Cummings can then make an informed recommendation to award to the owner. Once approved by the owner we can quickly go through the subcontracting phase the GMP and/or the schedule. An “In Scope” change order is one where we, as the general contractor, are completing the project procurement process by adding or subtracting scope from subcontractors as these scopes become well defined on the construction documents. In other words, we may have included a work scope in our GMP as an allowance because at bid time it was not sufficiently defined for competitive bidding. With more developed drawings, we can then buy out the remaining scope. A third type of change order involves changes to the construction schedule. The owner approved baseline schedule is always included in our bid packages, always reviewed with the bidders during the de-scope process and always included as a contract document. All bidders agree that their bids include all costs necessary to support the project schedule. As the project schedule inevitably evolves during the course of the project, this up front preparation puts us, as the general contractor, in a very good position to evaluate and control any claims for additional time and/or money that we may receive from the subcontractors due to changes to the project schedule. By clearly defining the work scope included in each bid package and subsequent subcontracts and by requiring unit price information, labor rates, equipment rates and OH&P rates during the competitive bid process, we establish a basis to critically analyze, evaluate and process subcontractor change order requests. Subcontractor change order requests go through several layers of review before they are presented to the owner for approval. A cost engineer will do the initial review of a change order request. The engineer will ensure all the proper back up documentation is included and that it all supports the dollar amounts requested by the subcontractor. Once the engineer is complete with that review, the change order request, depending upon its size and complexity, may be reviewed by the preconstruction team member that is most familiar with that scope. The project manager reviews all subcontractor change order requests and is ultimately responsible for their accuracy and entitlement. The project manager will review the change order requests with the engineer and the subcontractor prior to formal submittal to the owner. By thoroughly understanding the project requirements, the contract documents and all of our subcontracts, the project manager is in the best position to ensure that the change order requests are properly vetted and are legitimate prior to being submitted to the owner. Whether the change orders are in scope, out of scope or part of our fixed costs, we evaluate them the same way. Our goal is to treat the subcontractors fairly and to manage the owner’s funds as if they are our own. Quality Control We are committed to the continuous improvement of work to ensure that our quality goals are met along with the timely and economical completion of every project we manage. Cummings, including all subcontractors and suppliers, are trained to actively participate and follow a stringent quality control protocol in order to achieve these goals; the responsibility for quality is shared by all involved in this project. We believe through teamwork, planning, communication, cooperation, and commitment that we can achieve a mutual goal of producing a quality, safe, expeditious, and profitable project. Our most successful strategy is proactively seeking solutions by reviewing the plans and specifications in advance of field construction to discover scope gaps and discrepancies before problems occur in the field. By looking ahead and coordinating in advance with the designers and subcontractors, we ensure proper fit up, maintenance of the schedule, and elimination of potential cost issues. Cummings has embraced the importance of project quality control by establishing it as one of our leading core values. We believe in setting the example and then following up with our project team to insure we all maintain the commitment to providing a quality project.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 114

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 36

Mold Prevention Program The most challenging task we have on our construction projects in southern Florida is mold prevention. Because we live in an environment that allows mold growth due to excessive moisture combined with high temperatures, Cummings has developed an emergency response program to prevent or, at least, mitigate microbial contamination. The Mold Prevention Program includes the recommendation and use of special construction products such as mold resistant drywall and coating materials. Moreover, our field supervisors, safety managers and quality control managers are all trained to regularly test both the site and any damp materials for moisture content. They also inspect for proper ventilation in areas where stale air provides perfect breeding and development conditions, and they pay attention and immediately react to leaks or areas where water intrusion has occurred. Our goal is to extract any water intrusion immediately and dry building materials expeditiously to prevent microbial contamination. Depending on the nature of the water intrusion, Cummings at times finds it prudent to contract with a qualified environmental consultant to assist in the testing and inspections for prevention of mold growth. Mold prevention depends on our knowledge and attention, and Cummings equips the team with proper training on how to mitigate mold growth before it becomes an issue. Document Control With the use of the advanced computer technology and programming available today, Cummings takes full advantage of managing and maintaining project documentation electronically and, moreover, allowing access for Owners, Owner’s Consultants and Subcontractors for immediate coordination. The project on-site staff is trained to manage and generate requests for information, submittals, transmittals, purchase orders, rental orders, and contracts in the Prolog Management program. Prolog is also directly linked to the Cummings accounting program, JDE and therefore syncs and updates the cost report daily with the most current cost information. Electronic documentation management is utilized for construction coordination, generating reports, and chronological fling; all of which saves time and money and provides support in the field for procurement of material, management of resources, and being aware and understanding the current cost status. Jobsite Cleanliness Site Cleanliness can be managed by focusing on Material Handling and Storage. Waste management will be a focus:

- Coordinate deliveries - just in time deliveries - Storage location - Material quantity allowed - Utilize systems to allow for proper storage and easy movement stored material: - Use storage bins for material - Pallets - Rolling carts - Mechanical equipment - Pallet jacks

Fabrication - Promote fabricating off-site first - Set up workstations that will allow for waste containers to catch excess debris.

Example: (place a trash bin under a workstation that is cutting metal studs, pipe, all-thread rod, lumber etc.) Utilize battery powered tools to eliminate cords that create trip hazards. Elevate cords 8ft (this is in our safety policy) to prevent damage and trip hazards. Provide waste containers on project. Promote “Clean as you go” concept. Punch List In order to ensure the final project conforms to the requirements detailed in the contract documents, Cummings conducts a stringent punch list program that contractually demands Subcontractors to pay attention to workmanship. Prior to closeout, Cummings generates lists of non-compliant construction items by area that require Subcontractors to

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 115

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 37

repair or replace until each specific item is deemed acceptable and approved by Cummings, the Architect/Consultants, and ultimately the Owner. The prompt completion of the Punch list repairs are significant in meeting the project schedule goal and therefore are supervised accordingly. Post Construction Cummings has developed client relationships over the years that have led to repeat business and an important factor that owners consider when making that decision is our project closeout and post construction support. We recognize that a seamless transition from construction activities to Owner possession, occupancy and operation of their facility can only be achieved by having a well-developed closeout plan. Our construction team will create a detailed closeout checklist that begins with the completion of all punch list items, includes the testing and commissioning of all equipment and systems and the training of the Owner’s operational staff as required, submittal of all As-built Record Drawings, O&M Manuals, guarantees, warranties, attic stock materials and any other requirements specific to your project. A complete Subcontractor/Vendor directory is assembled to assist in any future warranty issues. Cummings also recommends a project post-mortem be conducted with the project’s principals to review the lessons learned and celebrate another successful project.

Potential Challenges: __________ ___________________________________________ ____

James A. Cummings, Inc. does not see any potential challenges with our current workload and starting the MGC Cruise

Terminal 2 & 4 Parking Garage project.

Please see page 20 for project specific challenges on Terminal 4 Gate Replacement.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 116

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 38

Location

Refer to Vendor’s Business Location Attestation Form and submit as instructed. A Vendor with a principal place of business location (also known as the nerve center) within Broward County for the last six months, prior to the solicitation submittal date, will receive five points; a Vendor not meeting all of the local business requirements will receive zero points.

James A. Cummings, Inc. primary location is in Ft. Lauderdale. One East Broward Blvd., Suite 1300 Ft. Lauderdale, FL 33301 Please see attached Business Location Attestation Form.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 117

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 39

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 118

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 40

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 119

Solicitation: PNC2114814P1

E. Evaluation Criteria

James A. Cummings, Inc. 41

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 120

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeCeilings

Ceilings C.L. Elias Construction, Inc. (305) 662‐3837 7440 Southwest 50th Terrace Miami FL 33155 Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Ceilings Acousti Engineering Company (305) 887‐1007 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union None

Ceilings ACL & Associates (954) 382‐9901 6535 Nova Drive Davie FL 33317 Non‐UnionMinority Business Enterprise (MBE), Small Business Enterprise (SBE), Women Business Enterprise (WBE)

Ceilings ACL & Associates (954) 382‐9901 6535 Nova Drive Davie FL 33317 Non‐UnionMinority Business Enterprise (MBE), Small Business Enterprise (SBE), Women Business Enterprise (WBE)

Ceilings Lotspeich Company / Lotspeich Contracting (305) 624‐7777 16101 Northwest 54th Avenue Miami Lakes FL 33014 Non‐Union NoneCeilings Bergolla Inc. (305) 887‐3088 8115 West 31st Avenue Hialeah FL 33018 Non‐Union Small Business Enterprise (SBE)Ceilings Superior Interior Systems, Inc. (954) 473‐3796 7060 West State Road 84 Davie FL 33317 Non‐Union, Prevailing Wages NoneCeilings Skyline Systems (Out of Business) (305) 756‐8646 10700 Northwest 6th Court Miami FL 33168 Non‐Union NoneCeilings AA Ceilings (401) 946‐0054 952 Plainfield Street Johnston RI 2919 Non‐Union Women Business Enterprise (WBE)Ceilings Minteman (561) 252‐9385 1744 East Commercial Boulevard Fort Lauderdale FL 33334Ceilings B&B Interior Systems (954) 581‐0713 6781 West Sunrise Boulevard Plantation FL 33313 Union Minority Business Enterprise (MBE)Ceilings Keenan Hopkins Schmidt & Stowell Contractors, Inc. dba KHS&S Contractors (954) 792‐2427 600 South Andrews Avenue Pompano Beach FL 33069 Union Other, NoneConcrete Cutting And BoringConcrete Cutting And Boring American Cutting & Drilling Company, Inc. (954) 917‐0240 2920 Northwest 22nd Terrace Pompano Beach FL 33069 Non‐Union NoneConcrete Cutting And Boring American Cutting & Drilling Company, Inc. (954) 917‐0240 2920 Northwest 22nd Terrace Pompano Beach FL 33069 Non‐Union NoneConcrete Cutting And Boring American Cutting & Drilling Company, Inc. (954) 917‐0240 2920 Northwest 22nd Terrace Pompano Beach FL 33069 Non‐Union NoneConcrete Cutting And Boring ATF Concrete (866) 581‐7111 2100 Coral Way Miami FL 33145

Concrete Cutting And Boring Builders Plus (561) 547‐7171 105 Commerce Road Boynton Beach FL 33426 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Conveying Equipment / Scaffolding Wilkinson Hi‐Rise (954) 342‐4342 3001 Greene Street Hollywood FL 33020 Union, Non‐Union None

Conveying Equipment / Scaffolding Eastern Industrial Scaffold Services, LLC. (561) 531‐0292 1677 Brandywine Road West Palm Beach FL 33409 Non‐Union, Prevailing WagesMinority Business Enterprise (MBE), Small Business Enterprise (SBE)

Conveying Equipment / Scaffolding Hufcor Florida Group (407) 392‐1314 1301 Central Park Drive Sanford FL 32771 Union, Prevailing Wages, Non‐Union NoneConveying Equipment / Scaffolding Valiant Products, Inc. (863) 688‐7998 939 Quincy Street Lakeland FL 33815 Non‐Union, Prevailing Wages Small Business Enterprise (SBE)Conveying Equipment / Scaffolding Safway Services, LLC (305) 710‐0007 11208 Boggy Creek Road Orlando FL 32824 Non‐Union, Prevailing Wages, None NoneConveying Equipment / Scaffolding U.S. Chutes Corporation (800) 872‐4883 751 Park of Commerce Dr Boca Raton FL 33487 Union, Non‐Union, Prevailing Wages OtherConveying Equipment / Scaffolding U.S. Chutes Corporation (800) 872‐4883 751 Park of Commerce Dr Boca Raton FL 33487 Union, Non‐Union, Prevailing Wages OtherConveying Equipment / Scaffolding Scaffolds of Floprida (305) 953‐9760 11050 Northwest 36th Avenue Miami FL 33167CranesCranes Allegiance Crane & Equipment (954) 973‐3030 777 South Andrews Avenue Pompano Beach FL 33069 Non‐Union NoneCranes Maxim Crane Works, LP (321) 229‐7235 3800 North Powerline Road Pompano Beach FL 33073 Union, Non‐Union NoneCranes Synergy Rents (305) 362‐6632 2910 Overpass Road Tampa FL 33619

Cranes USA Hoist (773) 486‐6900 820 North Wolcott Avenue Chicago IL 60622 Union, Non‐Union

Minority Business Enterprise (MBE), Small Business Enterprise (SBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE), None

Cranes National Chutes & United Hoist Equipment (813) 740‐0535 4301 North 40th Street Tampa FL 33610 Non‐Union, None, Prevailing Wages Other, NoneCranes National Chutes & United Hoist Equipment (561) 758‐3554 4301 North 40th Street Tampa FL 33610 Non‐Union, None, Prevailing Wages Other, NoneCranes Merchant Crane (954) 275‐7345 West Palm Beach FLCranes Tutor Perini Building Corp 1 East Broward Boulevard Fort Lauderdale FL 33301 Non‐Union NoneCranes Maxim Crane Works, LP (954) 970‐0587 3800 North Powerline Road Pompano Beach FL 33073 Union, Non‐Union NoneCranes Maxim Crane Works, LP (754) 264‐2400 3800 North Powerline Road Pompano Beach FL 33073 Union, Non‐Union None

Cranes Morrow Equipment Company, L.L.C. (813) 988‐1054 7603 Industrial Lane Tampa FL 33637 Non‐Union, UnionDisabled Veteran Business Enterprise (DVBE), Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Other

Cranes AmQuip Crane Rental, LLC (205) 520‐2101 4441 Ruby Carson Boulevard Birmingham AL 35215 Non‐Union, Union, None OtherCranes Unknown Company (727) 561‐9200Cranes Sunbelt Rentals  (954) 683‐8439 5770 North Military Trail West Palm Beach FL 33407 Non‐Union, Union, None Other, NoneEntrances, Storefronts, And Curtain WallsEntrances, Storefronts, And Curtain Walls Permasteelisa Group (305) 592‐1212 703 Northwest 62nd Avenue Miami FL 33126 Union, Non‐Union, Prevailing Wages Other, NoneEntrances, Storefronts, And Curtain Walls Permasteelisa Group (305) 592‐1212 703 Northwest 62nd Avenue Miami FL 33126 Union, Non‐Union, Prevailing Wages Other, NoneEntrances, Storefronts, And Curtain Walls Cupples (561) 251‐8196 10733 Sunset Office Drive St. Louis MO 63127 Union OtherEntrances, Storefronts, And Curtain Walls United Glass Systems (914) 924‐4500 9855 Washington Boulevard North Laurel MD 20723Entrances, Storefronts, And Curtain Walls Harmon Inc. (561) 733‐7097 3361 Northwest 55th Street Fort Lauderdale FL 33309 Union None, OtherEntrances, Storefronts, And Curtain Walls Harmon Inc. (954) 809‐6501 3361 Northwest 55th Street Fort Lauderdale FL 33309 Union None, OtherEntrances, Storefronts, And Curtain Walls Glass Engineering & Installation, Inc. (561) 588‐2100 3677 23rd Avenue South Lake Worth FL 33461 Non‐Union NoneEntrances, Storefronts, And Curtain Walls Glass Engineering & Installation, Inc. (954) 593‐4472 3677 23rd Avenue South Lake Worth FL 33461 Non‐Union NoneEntrances, Storefronts, And Curtain Walls Monogram Windows & Doors (954) 570‐7117 1077 Southwest 30th Avenue Deerfield Beach FL 33442Entrances, Storefronts, And Curtain Walls Performance Glass (954) 968‐5222 1935 West Copans Road Pompano Beach FL 33064 Non‐Union NoneEntrances, Storefronts, And Curtain Walls Titan Glass (305) 888‐0911 450 West 27th Street Hialeah FL 33010Entrances, Storefronts, And Curtain Walls The Window Guys of Florida (561) 598‐6295 2361 Vista Parkway West Palm Beach FL 33411 Prevailing Wages Minority Business Enterprise (MBE)Entrances, Storefronts, And Curtain Walls Miller Glass and Glazing, Inc. (954) 784‐6601 100 Park Central Boulevard South Pompano Beach FL 33064 Non‐Union NoneEntrances, Storefronts, And Curtain Walls Miller Glass and Glazing, Inc. (954) 784‐6601x308 100 Park Central Boulevard South Pompano Beach FL 33064 Non‐Union NoneEntrances, Storefronts, And Curtain Walls Ventana DBS (312) 239‐1570 Rockledge FL 32955 Non‐Union, Prevailing Wages, Union NoneEntrances, Storefronts, And Curtain Walls Ventana DBS (561) 271‐5179 Rockledge FL 32955 Non‐Union, Prevailing Wages, Union NoneEntrances, Storefronts, And Curtain Walls Ventana DBS (312) 239‐1570 Rockledge FL 32955 Non‐Union, Prevailing Wages, Union NoneEntrances, Storefronts, And Curtain Walls All American Windows and Doors (954) 786‐8525 6001 Powerline Road Fort Lauderdale FL 33309 None Other

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

21

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeEntrances, Storefronts, And Curtain Walls All American Windows and Doors (954) 786‐8525 6001 Powerline Road Fort Lauderdale FL 33309 None OtherEntrances, Storefronts, And Curtain Walls Royce Parking Control Systems, Inc. (954) 966‐3903 3863 Pembroke Road Hollywood FL 33021 Non‐Union Small Business Enterprise (SBE)Entrances, Storefronts, And Curtain Walls Epsylon Aluminum and Engineering (954) 942‐3322 1881 Southwest 3rd Street Pompano Beach FL 33069Entrances, Storefronts, And Curtain Walls Epsylon Aluminum and Engineering (954) 942‐3322 1881 Southwest 3rd Street Pompano Beach FL 33069Entrances, Storefronts, And Curtain Walls GM&P Glazing (305) 216‐9138 3550 Northwest 49th Street Miami FL 33142 Non‐Union NoneEntrances, Storefronts, And Curtain Walls Alphacladding LLC (786) 615‐4245 3403 Northwest 82nd Avenue Doral FL 33122 Union OtherEntrances, Storefronts, And Curtain Walls Pena‐Alum (305) 640‐1178 2550 Northwest 95th Avenue Doral FL 33172 Non‐Union NoneEntrances, Storefronts, And Curtain Walls Ready Window (305) 269‐3999 745 West 18th Street Hialeah FL 33010Entrances, Storefronts, And Curtain Walls Ready Window (305) 269‐3999 745 West 18th Street Hialeah FL 33010Entrances, Storefronts, And Curtain Walls General Impact Glass & Windows (305) 558‐8103 290 West 78th Road Hialeah FL 33014Entrances, Storefronts, And Curtain Walls Continental Glass Systems (305) 231‐1101 Hialeah FL 33014 Prevailing Wages OtherEntrances, Storefronts, And Curtain Walls Continental Glass Systems (305) 231‐1101 Hialeah FL 33014 Prevailing Wages OtherEntrances, Storefronts, And Curtain Walls Continental Glass Systems (305) 231‐1101 Hialeah FL 33014 Prevailing Wages OtherEntrances, Storefronts, And Curtain Walls Continental Glass Systems (305) 231‐1101 Hialeah FL 33014 Prevailing Wages OtherEntrances, Storefronts, And Curtain Walls Glass Tech Engineering Inc. (305) 594‐4321 8321 Northwest 70th Street Miami FL 33166 None NoneEntrances, Storefronts, And Curtain Walls Mr. Glass Doors and Windows, Inc. (305) 470‐8284 Northwest 84th Street Miami FL 33166 Non‐Union Small Business Enterprise (SBE)Entrances, Storefronts, And Curtain Walls Sunex International, Inc. (954) 418‐2186 1401 Green Road Pompano Beach FL 33064Entrances, Storefronts, And Curtain Walls I.B. Glazing, Inc. (954) 979‐8999 Pompano Beach FL 33069Entrances, Storefronts, And Curtain Walls Vintage Windows Corp. (305) 260‐0444 2885 Southwest 69th Court Miami FL 33155Entrances, Storefronts, And Curtain Walls Glasswall LLC (305) 638‐5151 13306 Livingston Avenue Tampa FL 33612 UnionEntrances, Storefronts, And Curtain Walls ETI ‐ Eurotech Industries (954) 630‐9967 4201 Northeast 12th Terrace Oakland Park FL 33334Entrances, Storefronts, And Curtain Walls Enclos Corp. (919) 465‐1951 1131 Benfield Boulevard Millersville MD 21108 Union, Non‐Union NoneEntrances, Storefronts, And Curtain Walls Enclos Corp. (404) 217‐4742 1131 Benfield Boulevard Millersville MD 21108 Union, Non‐Union NoneEntrances, Storefronts, And Curtain Walls Tischler Windows (203) 674‐0600 6 Suburban Avenue Stamford CT 6901 UnionEntrances, Storefronts, And Curtain Walls BC Industries (813) 886‐0240 5008 Tampa West Boulevard Tampa FL 33634 Non‐Union NoneEntrances, Storefronts, And Curtain Walls Permasteelisa Group (305) 592‐1212 703 Northwest 62nd Avenue Miami FL 33126 Union, Non‐Union, Prevailing Wages Other, NoneEntrances, Storefronts, And Curtain Walls Clear Choice Windows and Doors, Inc. (305) 259‐6899x307 Miami FLEntrances, Storefronts, And Curtain Walls Hopes Windows (716) 665‐5124 Jamestown NY Union Women Business Enterprise (WBE)Entrances, Storefronts, And Curtain Walls Aspire Design (407) 682‐3380 6541 North Orange Blossom Trail Lockhart FL 32810Entrances, Storefronts, And Curtain Walls Glassland Inc. (305) 256‐9390 14260 Southwest 142nd Street Miami FL 33186 Non‐Union NoneEntrances, Storefronts, And Curtain Walls Automated Shading (239) 594‐9595 1040 Collier Center Way Naples FL 34110Entrances, Storefronts, And Curtain Walls La Finestra (305) 599‐8023 2790 Northwest 104th Court Doral FL 33172 Non‐Union Small Business Enterprise (SBE)Entrances, Storefronts, And Curtain Walls Alumiglass, LLC (561) 750‐2300 3402 Quantum Boulevard Boynton Beach FL 33426 UnionEntrances, Storefronts, And Curtain Walls Crawford Tracey Corp. (954) 246‐1876 3301 Southwest 13th Drive Deerfield Beach FL 33442 Non‐Union NoneEntrances, Storefronts, And Curtain Walls Curtain Wall Design and Consulting, Inc. (972) 437‐4200 8070 Park Lane Dallas TX 75231 Union, None NoneEntrances, Storefronts, And Curtain Walls ENVY Modular Wall Systems (248) 431‐2651 4460 Miller Road Flint MI 48507 Non‐Union, Union NoneEntrances, Storefronts, And Curtain Walls ENVY Modular Wall Systems (855) 368‐9697 4460 Miller Road Flint MI 48507 Non‐Union, Union NoneExciting ConditionsExciting Conditions Advanced Structural Design, Inc. (407) 677‐5836 1035 South Semoran Boulevard Winter Park FL 32792Exciting Conditions Impact Sport Surfaces, LLC (561) 721‐5718 1121 South Military Trail Deerfield Beach FL 33442Exterior Specialties Flood Barriers (305) 594‐7929 7314 Northwest 46th Street Miami FL 33166 Non‐Union NoneExterior Specialties Jerrys Seamless Guttering (754) 265‐2023 1985 Northwest 10th Street Delray Beach FL 33445Exterior Specialties Miami Signage LLC (305) 877‐3924 13885 Southwest 140th Street Miami FL 33186 None NoneExterior Specialties Flood Risk America (561) 578‐4220 720 Lucerne Avenue Lake Worth FL 33460Exterior Specialties Sundance Architectural Products, LLC (407) 297‐1337 4249 L B McLeod Road Orlando FL 32811Exterior Specialties XPert Awnings (954) 784‐2878 3381 Northeast 6th Terrace Pompano Beach FL 33064Exterior Specialties Divis10n Ten Specialties Incorporated (407) 253‐3449 2674 Pemberton Drive Apopka FL 32703 Non‐Union Women Business Enterprise (WBE)Exterior Specialties Schedule 10 Specialists, Inc. (954) 340‐3681 3521 Northwest 99th Avenue Coral Springs FL 33065 Non‐Union Women Business Enterprise (WBE)Exterior Specialties Ship to Shore (727) 254‐7642 10906 54th Avenue North Saint Petersburg FL 33708Exterior Specialties Big City Ventures,LLC (561) 683‐0888 300 Sunshine Road West Palm Beach FL 33411Exterior Specialties Miami Awning Co., Inc. (305) 576‐2029 3905 Northwest 31st Avenue Miami FL 33142 Non‐Union Small Business Enterprise (SBE)Exterior Specialties Architecture Metals (561) 630‐0020 5500 Military Trail Jupiter FL 33458 UnionExterior Specialties Architecture Metals (561) 630‐0020 5500 Military Trail Jupiter FL 33458 UnionExterior Specialties Awnings by Valrose (305) 893‐5553 4450 East 11th Avenue Hialeah FL 33013 Non‐Union Small Business Enterprise (SBE)Exterior Specialties Atlantic Shutters, Inc. (305) 945‐7277 1970 Northeast 153rd Street North Miami Beach FL 33162Exterior Specialties Smith & Wassatt, Inc. (407) 265‐0055 105 Baywood Avenue Longwood FL 32750Exterior Specialties Savannah Trims, Inc. (561) 656‐2556 Lake Park FL Non‐UnionExterior Specialties Alumitech (954) 345‐6196 1858 Northwest 21st Street Pompano Beach FL 33069Exterior Specialties Storagecraft (239) 313‐7870 2823 West Orange Avenue Apopka FL 32703 Non‐Union NoneExterior Specialties Engineered Equipment Systems (305) 223‐5504 2015 Viscount Row Orlando FL 32809Exterior Specialties Flood Barriers (305) 594‐7929 7314 Northwest 46th Street Miami FL 33166 Non‐Union NoneExterior Specialties Hoover Canvas (561) 844‐4444 5107 North Australian Avenue West Palm Beach FL 33407 Non‐Union NoneExterior Specialties Southern Storage Systems Inc (407) 302‐4405 2800 West Airport Boulevard Sanford FL 32771 Prevailing Wages OtherExterior Specialties Capstone Contractors, LLC. (941) 371‐3321 Sarasota FL 34277 Non‐Union NoneExterior Specialties Presray Critical Containment Solutions (845) 373‐6718 Wassaic NY 12592 Non‐Union OtherExterior Specialties Jones Awnings & Canvas, Inc. (954) 784‐6966 127 Northwest 16th Street Pompano Beach FL 33060 Non‐Union Small Business Enterprise (SBE)Exterior Specialties AMF Building Products (561) 662‐1784 Mangonia Park FL Non‐Union NoneFacility RemediationFacility Remediation Hollywood Stone (954) 923‐6546 2110 North Dixie Highway Hollywood FL 33020 Non‐Union Small Business Enterprise (SBE)Facility Remediation Catalina Caststone Creations (305) 542‐9193 9801 Southwest 121st Street Miami FL 33176Facility Remediation C.S.E. Paving of South Florida, Inc. (561) 279‐9200 709 Bond Way Delray Beach FL 33483 Non‐Union None

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

22

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeFacility Remediation Pavers Plus Inc. (954) 942‐4200 5023 Bowden Road Jacksonville FL 32216Facility Remediation M & P Reynolds Enterprises, Inc. (954) 942‐9444 1900 Northwest 32nd Street Pompano Beach FL 33064Facility Remediation Geomantic Landscaping (305) 665‐9688 6800 Southwest 81st Street Miami FL 33143

Facility Remediation Noury Construction (954) 227‐0138 9660 West Sample Road Coral Springs FL 33065 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Facility Remediation CCBR (561) 441‐6993 19309 Carolina Circle Boca Raton FL 33434

Facility Remediation RDM International, Inc. (703) 709‐2540 14310 Sullyfield Circle Chantilly VA 20151Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Facility Remediation Perfect Pavers of South Florida, LLC (954) 779‐1049 528 Northwest 1st Avenue Fort Lauderdale FL 33301Facility Remediation U.S. Brick & Block Systems, Inc. (954) 792‐0076 1800 Northwest 22nd Street Fort Lauderdale FL 33311Facility Remediation U.S. Brick & Block Systems, Inc. (561) 353‐0340 1800 Northwest 22nd Street Fort Lauderdale FL 33311Facility Remediation Cobra Construction (561) 436‐1122 4010 Thor Drive Boynton Beach FL 33426 Non‐Union NoneFireplaces And Stoves Evening Delight (305) 666‐3312 7080 West State Road 84 Davie FL 33317Glass RailingGlass Railing Conti Glass Corporation (305) 235‐1237 8808 Southwest 129th Street Miami FL 33176Glass Railing AMF Building Products (561) 790‐5799 x243 Mangonia Park FL Non‐Union NoneGlass Railing Ready Window (305) 269‐3999 4851 Northwest 36th Avenue Miami FL 33142Glass Railing Gelander Industries, Inc. (352) 343‐3100 611 Southridge Industrial Drive Tavares FL 32778 Non‐Union NoneGlass Railing SC Railing (763) 231‐7135 7008 Northland Drive North Minneapolis MN 55428 None Small Business Enterprise (SBE), NoneGlass Railing Giber, Inc. (305) 969‐6105 19101 Southwest 108th Avenue Miami FL 33157 None OtherMetal FabricationsMetal Fabrications Seco South (727) 536‐1924 2111 34th Way Largo FL 33771 Non‐Union Small Business Enterprise (SBE)Metal Fabrications Guy Turcotte 420 North Kimbrel Avenue Panama City FL 32404Metal Fabrications Dade Truss Company Inc. (Southwest Structural Systems Inc.) (305) 592‐8245 6401 Northwest 74th Avenue Miami FL 33166 Prevailing Wages NoneMetal Fabrications Larte Della Cucina (305) 513‐0066 4141 Northwest 2nd Avenue Miami FL 33127 Non‐Union None, Other

Metal Fabrications Saez & Associates, Inc. (954) 983‐9468 9050 Crescent Drive Miramar FL 33025 Non‐UnionMinority Business Enterprise (MBE), Small Business Enterprise (SBE)

Metal Fabrications Scosta Corporation (863) 385‐8242 3670 Commerce Center Drive Sebring FL 33870 Non‐Union NoneMetal Fabrications AMF Building Products (561) 790‐5799 x243 Mangonia Park FL Non‐Union None

Metal Fabrications Barrier Cable Inc. (334) 448‐4889 665 Co Road 212 Phenix City AL 36870 Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE), Minority Business Enterprise (MBE)

Metal Fabrications Barrier Cable Inc. (334) 448‐4889 665 Co Road 212 Phenix City AL 36870 Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE), Minority Business Enterprise (MBE)

Metal Fabrications Hollywood Woodwork (954) 266‐5390 2951 Pembroke Road Hollywood FL 33020Metal Fabrications Bachillor Iron Works (305) 751‐7773 295 Northeast 71st Street Miami FL 33138Metal Fabrications AC Cabinets (305) 885‐7092 720 West 27th Street Hialeah FL 33010Metal Fabrications Conti Glass Corporation (305) 235‐1237 8808 Southwest 129th Street Miami FL 33176Metal Fabrications Toledo Iron Works (305) 633‐4352 4710 Northwest 37th Avenue Miami FL 33142 None Minority Business Enterprise (MBE)Metal Fabrications General Stair Corporation (305) 335‐0040 690 West 83rd Street Hialeah FL 33014Metal Fabrications Advanced Framing (954) 830‐9410 1050 Northwest 54th Street Fort Lauderdale FL 33309Metal Fabrications East Coast Metal Structures (561) 272‐5417 620 Whitney Street Lantana FL 33462 Non‐Union Small Business Enterprise (SBE)Metal Fabrications Italkraft (305) 406‐1301 2900 Northwest 77th Court Doral FL 33122 Non‐Union Other, NoneMetal Fabrications Italkraft (305) 406‐1301 2900 Northwest 77th Court Doral FL 33122 Non‐Union Other, NoneMetal Fabrications Custom Steel & Glass Corp. (786) 486‐0553 1195 Northwest 81st Street Miami FL 33150Metal Fabrications AMF Building Products (561) 662‐1784 Mangonia Park FL Non‐Union NoneOther SpecialtiesOther Specialties Whirlpool Corporation (786) 837‐4317 16750 Northwest 21st Street Pembroke Pines FL 33028 None NoneOther Specialties Maglin Corporation (800) 716‐5506x265 Florida FLOther Specialties Maglin Corporation (800) 716‐5506 x169 Florida FLOther Specialties Divis10n Ten Specialties Incorporated (407) 253‐3449 2674 Pemberton Drive Apopka FL 32703 Non‐Union Women Business Enterprise (WBE)Other Specialties Florida Hot Tub & Sauna (954) 294‐2700 5081 North State Road 7 Davie FL 33314Other Specialties J Geiger Shading Technology 143 East Bay Street Charleston SC 29401Other Specialties Nustar Building Materials (954) 587‐4489 601 Whitney Street Lantana FL 33462Other Specialties 3M Personal Safety Division Gunn Highway New Port Richey FL 34655

Other Specialties Specialties Direct Inc. (954) 510‐7700 4101 Northwest 124th Avenue Coral Springs FL 33065 Non‐Union, Union, Prevailing WagesSmall Business Enterprise (SBE), Women Business Enterprise (WBE), Minority Business Enterprise (MBE)

Other Specialties Specialties Direct Inc. (954) 510‐7700 4101 Northwest 124th Avenue Coral Springs FL 33065 Non‐Union, Union, Prevailing WagesSmall Business Enterprise (SBE), Women Business Enterprise (WBE), Minority Business Enterprise (MBE)

Other Specialties BMO (312) 461‐2962 Florida FLOther Specialties Whirlpool (305) 282‐1067 414 North Peters Road Knoxville TN 37922 Union, Non‐Union, None None, OtherOther Specialties HNM Global Logistics, LLC (407) 472‐7575 9901 Satellite Boulevard Orlando FL 32837Other Specialties Smith Aerial Photos (954) 354‐8880 4811 Lyons Technology Parkway Coconut Creek FL 33073 Union, None Small Business Enterprise (SBE)Other Specialties Frameless Shower Doors (305) 917‐4977 3591 Northwest 120th Avenue Coral Springs FL 33065Other Specialties AES Portable Sanitation (786) 556‐0106 11050 Northwest 36th Avenue Miami FL 33167 None Small Business Enterprise (SBE)Other Specialties Bath Fitter (954) 979‐8704x2052 Deerfield Beach FL 33442 Non‐Union OtherOther Specialties Ampco Products (Out Of Business) (305) 439‐6333 11400 Northwest 36th Avenue Miami FL 33167 UnionOther Specialties G.C. Building Products (954) 370‐6717 3251 Southwest 134th Terrace Davie FL 33330Other Specialties Specialties Source Inc. (954) 917‐5884 Fort Lauderdale FL 33309Other Specialties Fidelity Security Agency, LLC (407) 791‐6113 618 East South Street Orlando FL 32801Other Specialties Performance Glass (954) 968‐5222 1935 West Copans Road Pompano Beach FL 33064 Non‐Union NoneOther Specialties Shower Doors Unlimited (561) 547‐0702 3551 High Ridge Road Boynton Beach FL 33426 Non‐Union Small Business Enterprise (SBE)

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

23

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeOther Specialties Atlass Hardware Corp. (954) 439‐5623 1923 Southwest 2nd Street Pompano Beach FL 33069 Non‐Union NoneOther Specialties Atlass Hardware Corp. (954) 316‐6160 1923 Southwest 2nd Street Pompano Beach FL 33069 Non‐Union NoneOther Specialties All Specialty Sales, Inc. (954) 568‐9411 Fort Lauderdale FL 33307 Non‐Union NoneOther Specialties Mr. Glass Doors and Windows, Inc. (305) 470‐8284 Northwest 84th Street Miami FL 33166 Non‐Union Small Business Enterprise (SBE)Other Specialties Tri‐County Building Specialties, Inc. (954) 977‐6606 1300 West McNab Road Fort Lauderdale FL 33309 Non‐Union Women Business Enterprise (WBE)Other Specialties Tri‐County Building Specialties, Inc. (954) 977‐6606 1300 West McNab Road Fort Lauderdale FL 33309 Non‐Union Women Business Enterprise (WBE)Other Specialties Valiant Products, Inc. (863) 688‐7998 939 Quincy Street Lakeland FL 33815 Non‐Union, Prevailing Wages Small Business Enterprise (SBE)Other Specialties Lightening Protection by Quinn, Inc. (352) 243‐8488 12240 Citrus Grove Road Clermont FL 34715Other Specialties Glassland Inc. (305) 256‐9390 14260 Southwest 142nd Street Miami FL 33186 Non‐Union NoneOther Specialties Giber, Inc. (305) 969‐6105 19101 Southwest 108th Avenue Miami FL 33157 None OtherOther Specialties Bari Millwork and Supply (954) 969‐9440 1975 Northwest 18th Street Pompano Beach FL 33069

Other Specialties Radise International (561) 841‐0103 4152 West Blue Heron Boulevard Riviera Beach FL 33404Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Painting And CoatingPainting And Coating Architectural Coatings, Inc. (727) 821‐9600 3100 Morris Street North Saint Petersburg FL 33713 Union, Non‐Union Small Business Enterprise (SBE)Painting And Coating Accent Painting of Central Florida (407) 277‐6609 Lakeland FL

Painting And Coating J Mori Painting (305) 825‐7144 2561 West 80th Street Hialeah FL 33016Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Painting And Coating Steeltech Electropainting, Inc. (305) 821‐1988 431 West 28th Street Hialeah FL 33010Painting And Coating Color Factory (954) 978‐2294 1330 West Newport Center Drive Deerfield Beach FL 33442 Non‐Union Small Business Enterprise (SBE)Painting And Coating DelZoppo & Sons, Inc. (561) 656‐1882 490 Business Park Way West Palm Beach FL 33411Painting And Coating M & P Reynolds Enterprises, Inc. (954) 942‐9444 1900 Northwest 32nd Street Pompano Beach FL 33064Painting And Coating Baker Painting (305) 278‐7578 903 3rd Avenue West Palmetto FL 34221Painting And Coating Prachel Painting (561) 392‐5079 4500 Oak Circle Drive Boca Raton FL 33431Painting And Coating Florida Epoxy Industrial Flooring (954) 302‐2247 637 Florida 47 Lake City FL 32025Painting And Coating Structural Integrity Contractors, Inc. (954) 239‐8392 Florida FLPainting And Coating Structural Integrity Contractors, Inc. (954) 239‐8392 Florida FLPainting And Coating Acceptable Painting Untld. LLC (954) 224‐4726 Florida FLPainting And Coating FPD Painting Corp (786) 402‐6509 Miami FL 33186Painting And Coating Midwest Pro Painting, Inc. (734) 427‐1040 12845 Farmington Road Livonia MI 48150 Union NonePainting And Coating Midwest Pro Painting, Inc. (734) 427‐1040 12845 Farmington Road Livonia MI 48150 Union NonePainting And Coating Service Painting of Florida (305) 364‐5092 12140 Metro Parkway Fort Myers FL 33966 Non‐Union OtherPainting And Coating PPC Professional Sevices, Inc. (407) 203‐0617 2619 East Michigan Street Orlando FL 32806 Non‐Union NonePainting And Coating Reynolds Construction Services (954) 933‐1161 1700 Ridge Avenue Daytona Beach FL 32117Painting And Coating Reynolds Construction Services (954) 933‐1161 1700 Ridge Avenue Daytona Beach FL 32117Painting And Coating TRD Painting Inc. (954) 345‐3699 12680 Northwest 76th Street Parkland FL 33321Painting And Coating Paragon Painting and Waterproofing (954) 499‐1900 3550 Southwest 139th Avenue Miramar FL 33027Painting And Coating Vico Painting Contractors (786) 953‐7349 2648 West 84th Street Hialeah FL 33016Painting And Coating Jasper Paint (305) 757‐7001 1366 Northwest 54th Street Miami FL 33142Painting And Coating Better House Painters (954) 204‐6822 Delray Beach FL Non‐Union OtherPainting And Coating Miami Drywall And Stucco, Inc. (305) 223‐4990 8360 West Flagler Street Miami FL 33144 Non‐Union NonePainting And Coating Proietto Painting, Inc. (954) 772‐3898 x211 4800 Northeast 10th Avenue Fort Lauderdale FL 33334 Non‐Union NonePainting And Coating Proietto Painting, Inc. (954) 772‐3898 4800 Northeast 10th Avenue Fort Lauderdale FL 33334 Non‐Union NonePainting And Coating Alliance Verdi USA (954) 840‐7770 1440 Coral Ridge Drive Coral Springs FL 33071 Non‐UnionPainting And Coating Alliance Verdi USA (416) 676‐8281 1440 Coral Ridge Drive Coral Springs FL 33071 Non‐UnionPainting And Coating Mid South Painting, Inc. (954) 974‐7199 2077 Powerline Road Pompano Beach FL 33069Painting And Coating Mid South Painting, Inc. (954) 974‐7199 2077 Powerline Road Pompano Beach FL 33069Painting And Coating MIK Construction Group (561) 768‐6587 933 Northwest 36th Street Oakland Park FL 33309Painting And Coating Pegasus Painting (954) 755‐4616 11570 Wiles Road Coral Springs FL 33076 None NonePainting And Coating Pegasus Painting (954) 755‐4616 11570 Wiles Road Coral Springs FL 33076 None NonePainting And Coating S & S Painting & Waterproofing, LLC (954) 917‐5554 2801 Powerline Road Pompano Beach FL 33069 Non‐Union NonePainting And Coating Pass Painting (305) 751‐7855 150 Northwest 73rd Street Miami FL 33150Painting And Coating DeBrino Caulking & Waterproofing, Inc. (954) 427‐1112 5340 North Federal Highway Lighthouse Point FL 33064 Non‐Union Small Business Enterprise (SBE), OtherPainting And Coating Architectural Coatings, Inc. (727) 821‐9600 3100 Morris Street North Saint Petersburg FL 33713 Union, Non‐Union Small Business Enterprise (SBE)Painting And Coating Architectural Coatings, Inc. (727) 821‐9600 3100 Morris Street North Saint Petersburg FL 33713 Union, Non‐Union Small Business Enterprise (SBE)Painting And Coating Architectural Coatings, Inc. (727) 821‐9600 3100 Morris Street North Saint Petersburg FL 33713 Union, Non‐Union Small Business Enterprise (SBE)Painting And Coating Architectural Coatings, Inc. (727) 821‐9600 x203 3100 Morris Street North Saint Petersburg FL 33713 Union, Non‐Union Small Business Enterprise (SBE)Painting And Coating Architectural Coatings, Inc. (727) 821‐9600 3100 Morris Street North Saint Petersburg FL 33713 Union, Non‐Union Small Business Enterprise (SBE)Painting And Coating Carlton Brown Platering & Stucco, Inc. (954) 817‐5646 Florida FLPainting And Coating The Painting Captain (954) 278‐1313 2751 East Oakland Park Boulevard Fort Lauderdale FL 33306Painting And Coating Phoenix Painting Company (954) 771‐1594 6303 Powerline Road Fort Lauderdale FL 33309 Non‐Union NonePainting And Coating Color Factory (954) 978‐2294 1941 Northwest 40th Court Pompano Beach FL 33064Painting And Coating Alliance Verdi USA (954) 840‐7770 Oliveto Verdi Court Brandon FL 33511 Non‐UnionPainting And Coating Percopo Coatings Company, LLC (407) 331‐3805 1608 Cherrywood Lane Longwood FL 32750 Non‐Union OtherPainting And Coating PPG Industries (239) 672‐7905 11680 Metro Parkway Fort Myers FL 33966 Union, Non‐Union, None OtherPainting And Coating RS Florida (954) 606‐0225 200 Park Central Boulevard South Pompano Beach FL 33064 Non‐Union NonePainting And Coating RS Florida (954) 865‐7656 200 Park Central Boulevard South Pompano Beach FL 33064 Non‐Union None

Painting And Coating Garrard Framing & Drywall (863) 967‐3992 5574 Commercial Boulevard Winter Haven FL 33880 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Painting And Coating Preferred, LLC (321) 208‐7954 4300 U.S. 1 Rockledge FL 32955 Non‐Union NonePainting And Coating Preferred, LLC (321) 505‐2267 4300 U.S. 1 Rockledge FL 32955 Non‐Union None

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

24

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypePainting And Coating S & S Painting & Waterproofing, LLC (954) 917‐5554 2801 Powerline Road Pompano Beach FL 33069 Non‐Union NoneResidential Equipment / AppliancesResidential Equipment / Appliances Southeast Steel (407) 423‐7654 63 West Amelia Street Orlando FL 32801 Non‐Union Small Business Enterprise (SBE)Residential Equipment / Appliances Florida Builders Appliance Monarch Premium Appliance Co. (954) 956‐7051 400 Northpoint Parkway West Palm Beach FL 33407Residential Equipment / Appliances Bells Appliance (305) 448‐2681 3140 Ponce De Leon Boulevard Miami FL 33134Residential Equipment / Appliances Marcelin Home Appliances (305) 593‐1183 2781 Northwest 104th Court Doral FL 33172Residential Equipment / Appliances Italkraft (305) 406‐1301 2900 Northwest 77th Court Doral FL 33122 Non‐Union Other, NoneResidential Equipment / Appliances Baring Industries (954) 327‐6700 3249 Southwest 42nd Street Fort Lauderdale FL 33312 Union, Non‐Union, Prevailing Wages None

Residential Equipment / Appliances Merit Fasteners Corporation (407) 331‐4815 5416 56th Commerce Park Boulevard Tampa FL 33610 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE)

Residential Equipment / Appliances General Electric Company / GE Appliances (772) 692‐8515 600 Whittaker Road Jacksonville FL 32218 Union, Non‐Union, Prevailing Wages, None Small Business Enterprise (SBE), Other, NoneResidential Equipment / Appliances La Cuisine International (305) 418‐0010 x116 2005 Northwest 115th Avenue Miami FL 33172 Non‐Union NoneResidential MillworkResidential Millwork Larte Della Cucina (305) 513‐0066 4141 Northwest 2nd Avenue Miami FL 33127 Non‐Union None, Other

Residential Millwork Saez & Associates, Inc. (954) 983‐9468 9050 Crescent Drive Miramar FL 33025 Non‐UnionMinority Business Enterprise (MBE), Small Business Enterprise (SBE)

Residential Millwork Hollywood Woodwork (954) 266‐5390 2951 Pembroke Road Hollywood FL 33020Residential Millwork Solid Comfort (701) 306‐5507 3931 37th Avenue South Fargo ND 58104

Residential Millwork Allegheny Millwork (412) 956‐2051 104 Commerce Boulevard Lawrence PA 15055 Non‐Union, Union

Historically Underutilized Business (HUB), Small Business Enterprise (SBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Residential Millwork Italkraft (305) 406‐1301 2900 Northwest 77th Court Doral FL 33122 Non‐Union Other, NoneResidential Millwork Italkraft (305) 406‐1301 2900 Northwest 77th Court Doral FL 33122 Non‐Union Other, NoneResidential Millwork Glenn Rieder, Inc.  (702) 248‐4479 6615 Schuster Street Las Vegas NV 89118 Non‐Union, Union NoneResidential Millwork Delorie Countertops & Doors Inc. (954) 970‐7661 x100 2140 Northwest 18th Street Pompano Beach FL 33069 Non‐Union OtherResidential Millwork AC Cabinets (305) 885‐7092 720 West 27th Street Hialeah FL 33010Roofing And Sliding PanelsRoofing And Sliding Panels Roof Doctors (954) 658‐7150 11820 Northwest 41st Street Coral Springs FL 33065 Non‐Union NoneRoofing And Sliding Panels Trans Coastal Construction (561) 835‐9522 1425 Wilkins Avenue West Palm Beach FL 33401 Non‐Union NoneRoofing And Sliding Panels QC Facades (801) 520‐9222 2007 1300 East Salt Lake City UT 84105Roofing And Sliding Panels A‐1 Duran Roofing, Inc. (305) 885‐5525 8095 NorthWest 64th Street Miami FL 33166 Non‐Union NoneRoofing And Sliding Panels A‐1 Duran Roofing, Inc. (305) 885‐5525 8095 NorthWest 64th Street Miami FL 33166 Non‐Union NoneRoofing And Sliding Panels Allied Roofing Company (305) 477‐7810 7050 Northwest 42nd Street Miami FL 33166 Non‐Union, Prevailing Wages NoneRoofing And Sliding Panels Biscayne Roofing & Waterproofing (888) 440‐7663 4700 Southwest 30th Street Davie FL 33314 Non‐Union Small Business Enterprise (SBE)Roofing And Sliding Panels Biscayne Roofing & Waterproofing (888) 440‐7663 4700 Southwest 30th Street Davie FL 33314 Non‐Union Small Business Enterprise (SBE)Roofing And Sliding Panels Biscayne Roofing & Waterproofing (888) 440‐7663 4700 Southwest 30th Street Davie FL 33314 Non‐Union Small Business Enterprise (SBE)Roofing And Sliding Panels Latite Roofing & Sheetmetal LLC (239) 985‐0049 2280 West Copans Road Pompano Beach FL 33069 Union, Non‐Union NoneRoofing And Sliding Panels Latite Roofing & Sheetmetal LLC (954) 772‐3446 2280 West Copans Road Pompano Beach FL 33069 Union, Non‐Union NoneRoofing And Sliding Panels Latite Roofing & Sheetmetal LLC (954) 772‐3446 2280 West Copans Road Pompano Beach FL 33069 Union, Non‐Union NoneRoofing And Sliding Panels Latite Roofing & Sheetmetal LLC (954) 772‐3446 2280 West Copans Road Pompano Beach FL 33069 Union, Non‐Union None

Roofing And Sliding Panels Salomon Roofing and Construction (305) 883‐1856 689 West 26th Street Hialeah FL 33010 Non‐Union, Prevailing WagesSmall Business Enterprise (SBE), Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Roofing And Sliding Panels Salomon Roofing and Construction (305) 883‐1856 689 West 26th Street Hialeah FL 33010 Non‐Union, Prevailing WagesSmall Business Enterprise (SBE), Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Roofing And Sliding Panels Sundance Architectural Products, LLC (407) 297‐1337 4249 L B McLeod Road Orlando FL 32811Roofing And Sliding Panels Tecta America Sacramento, Inc. (786) 417‐5630 1431 Southwest 30th Avenue Deerfield Beach FL 33442 Non‐Union NoneRoofing And Sliding Panels Tecta America Sacramento, Inc. (954) 419‐9339 1431 Southwest 30th Avenue Deerfield Beach FL 33442 Non‐Union NoneRoofing And Sliding Panels Decktight Roofing Services, Inc. (954) 970‐8565 6680 Northwest 17th Avenue Fort Lauderdale FL 33309 Non‐Union OtherRoofing And Sliding Panels PSI Roofing (954) 791‐7663 792 Northeast 45th Street Oakland Park FL 33334Roofing And Sliding Panels Triple M Roofing Company (954) 524‐7000 914 Northwest 19th Avenue Fort Lauderdale FL 33311 Union NoneRoofing And Sliding Panels Southern Coast Enterprises (954) 426‐3312 273 Northwest 1st Street Deerfield Beach FL 33441 Non‐Union NoneRoofing And Sliding Panels Trade Production (954) 599‐6039 9215 Northwest 61st Street Tamarac FL 33321 Non‐Union Small Business Enterprise (SBE)Roofing And Sliding Panels Precision Roofing (305) 822‐9969 2646 West 77th Place Hialeah FL 33016 Non‐Union Minority Business Enterprise (MBE)Roofing And Sliding Panels IPS Consulting (954) 522‐2775 Deerfield Beach FL 33442Roofing And Sliding Panels IPS Consulting (954) 522‐2775 Deerfield Beach FL 33442Roofing And Sliding Panels Therma Seal Insulation Company (561) 775‐9703 5900 North Australian Avenue West Palm Beach FL 33407 Non‐Union Other, Small Business Enterprise (SBE)Roofing And Sliding Panels Rapid Roofing (305) 245‐2244 1262 Northwest 3rd Avenue Homestead FL 33034Roofing And Sliding Panels Heights Roofing (305) 247‐7663 414 Northwest 9th Avenue Homestead FL 33030Roofing And Sliding Panels GFA International, Inc. (305) 945‐1990 590 Northwest Mercantile Place Port St Lucie FL 34986 Non‐Union Small Business Enterprise (SBE)Roofing And Sliding Panels AA Ceilings, LLC (401) 473‐1244 Cranston RI 2920 Non‐Union Women Business Enterprise (WBE)Roofing And Sliding Panels Coastal Roofing & Waterproofing (561) 389‐4098 2627 Southeast Delmar Street Stuart FL 34997Roofing And Sliding Panels SRS Inc. (800) 806‐8807 5001 Southwest 74th Court Miami FL 33155Roofing And Sliding Panels Mid South Painting, Inc. (954) 974‐7199 2077 Powerline Road Pompano Beach FL 33069Roofing And Sliding Panels Petersen Dean Commercial, Inc. (561) 881‐0660 1011 Fairfield Drive West Palm Beach FL 33407 None Other, NoneRoofing And Sliding Panels Petersen Dean Commercial, Inc. (561) 721‐9922 1011 Fairfield Drive West Palm Beach FL 33407 None Other, None

Roofing And Sliding Panels Cladding Systems, Inc. (813) 250‐0786 3218 East 4th Avenue Tampa FL 33605 Non‐Union

Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Historically Underutilized Business (HUB), Small Business Enterprise (SBE)

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

25

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise Type

Roofing And Sliding Panels Cladding Systems, Inc. (813) 250‐0786 3218 East 4th Avenue Tampa FL 33605 Non‐Union

Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Historically Underutilized Business (HUB), Small Business Enterprise (SBE)

Roofing And Sliding Panels Allied Building Products (844) 255‐4332 3121 Southwest 1st Terrace Fort Lauderdale FL 33315 None Small Business Enterprise (SBE), Other, NoneRoofing And Sliding Panels Tarheel Roofing (727) 823‐3455 2600 22nd Street North Saint Petersburg FL 33713 UnionRoofing And Sliding Panels Tarheel Roofing (727) 823‐3455 2600 22nd Street North Saint Petersburg FL 33713 UnionRoofing And Sliding Panels Preferred, LLC (321) 208‐7954 4300 U.S. 1 Rockledge FL 32955 Non‐Union NoneRoofing And Sliding Panels Preferred, LLC (321) 505‐2267 4300 U.S. 1 Rockledge FL 32955 Non‐Union NoneRoofing And Sliding Panels Sutter Roofing Company of FL (941) 377‐1000 8284 Vico Court Sarasota FL 34240 Non‐Union Small Business Enterprise (SBE)Roofing And Sliding Panels P & A Roofing & Sheet Metal (407) 650‐9541 4495 35th Street Orlando FL 32811 Non‐Union Small Business Enterprise (SBE), NoneRoofing And Sliding Panels P & A Roofing & Sheet Metal (305) 606‐4012 4495 35th Street Orlando FL 32811 Non‐Union Small Business Enterprise (SBE), NoneRoofing And Sliding Panels P & A Roofing & Sheet Metal (954) 733‐7663 4495 35th Street Orlando FL 32811 Non‐Union Small Business Enterprise (SBE), NoneRoofing And Sliding Panels P & A Roofing & Sheet Metal (407) 650‐9541 4495 35th Street Orlando FL 32811 Non‐Union Small Business Enterprise (SBE), NoneSite RemediationSite Remediation Pavement Markings and Signs (786) 280‐4709 350 Douglas Road East Oldsmar FL 34677Site Remediation Hayward Baker Inc. (770) 442‐1801 515 Nine North Court Alpharetta GA 30004 Non‐Union Historically Underutilized Business (HUB), NoneSite Remediation HJ Foundation (305) 592‐8181 8275 Northwest 80th Street Miami FL 33166 Union, Non‐Union OtherSite Remediation HJ Foundation (305) 592‐8181 8275 Northwest 80th Street Miami FL 33166 Union, Non‐Union OtherSite Remediation HJ Foundation (305) 592‐8181 8275 Northwest 80th Street Miami FL 33166 Union, Non‐Union OtherSite Remediation Berkel & Co. Contractors Inc. (770) 941‐5100 2649 South 142nd Street Bonner Springs KS 66012 Non‐Union NoneSite Remediation Berkel & Co. Contractors Inc. (770) 941‐5100 2649 South 142nd Street Bonner Springs KS 66012 Non‐Union NoneSite Remediation Berkel & Co. Contractors Inc. (770) 941‐5100 2649 South 142nd Street Bonner Springs KS 66012 Non‐Union NoneSite Remediation Berkel & Co. Contractors Inc. (913) 422‐5125 2649 South 142nd Street Bonner Springs KS 66012 Non‐Union NoneSite Remediation Bg Group (561) 413‐4088 1140 Holland Dr Boca Raton FL 33487 Non‐Union Women Business Enterprise (WBE)Site Remediation ASAP Installations (813) 995‐7074 Riverview FL Non‐Union Small Business Enterprise (SBE)Site Remediation ASAP Installations (954) 613‐4828 Riverview FL Non‐Union Small Business Enterprise (SBE)Site Remediation ASAP Installations (813) 995‐7074 Riverview FL Non‐Union Small Business Enterprise (SBE)Site Remediation Ebsary Foundation Co. (305) 325‐0530 2154 Northwest North River Drive Miami FL 33125 Union NoneSite Remediation Jaffer Associates Corp. (305) 576‐7363 1451 Southeast 9th Court Hialeah FL 33010 Non‐Union NoneSite Remediation Jaffer Associates Corp. (305) 576‐7363 1451 Southeast 9th Court Hialeah FL 33010 Non‐Union None

Site Remediation Betancourt Construction (954) 640‐4400 10461 Southwest 16th Place Davie FL 33324 Non‐Union, UnionSmall Business Enterprise (SBE), Disadvantaged Business Enterprise (DBE), Other

Site Remediation Bergeron Land Development 19612 Southwest 69th Place Fort Lauderdale FL 33332 Prevailing Wages OtherSite Remediation Morris‐Shea Bridge Co., Inc. (205) 542‐9263 609 20th Street South Irondale AL 35210 Union, Non‐Union NoneSite Remediation Dynamic Drilling (305) 446‐0737 Miami FLSite Remediation Dan Brown And Associates (865) 809‐4883 1808 Northshore Hills Boulevard Knoxville TN 37922 Non‐Union NoneSite Remediation Geotechnical Foundation Systems, Inc. (407) 644‐4600 8008 Apopka Boulevard Apopka FL 32703 None Small Business Enterprise (SBE)Site Remediation N Square, Inc. (239) 514‐1173 North Boulevard Tampa FLSite Remediation Bauer Foundations Corp. (813) 792‐3364 13203 Byrd Legg Drive Odessa FL 33556 None, Non‐Union Other, NoneSite Remediation Walker Parking Consultants (617) 350‐5040 20 Park Plaza Boston MA 2116 Union, Non‐Union OtherSite Remediation Hayward Baker Inc. (630) 339‐4355 515 Nine North Court Alpharetta GA 30004 Non‐Union Historically Underutilized Business (HUB), NoneSite Remediation Handex Consulting & Remediation LLC (954) 681‐4077x1308 111 Kelsey Lane Tampa FL 33619Site Remediation Bodax (954) 771‐7888 1101 Northwest 55th Street Fort Lauderdale FL 33309Site Remediation BK Marine (954) 421‐2321 3500 Southwest 14th Street Deerfield Beach FL 33442Site Remediation Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneSite Remediation American Foundation Corp. (305) 887‐1221 8700 Northwest 93rd Street Medley FL 33178Site Remediation Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneSite Remediation Evict‐A‐Bug (772) 323‐7921 Florida FLSite Remediation Ground Penetrating Radar Systems, Inc. (305) 801‐4138 Miami FL Non‐Union OtherSite Remediation Malcolm Drilling (415) 901‐4400 3503 Breakwater Court Hayward CA 94545 Union NoneSite Remediation Malcolm Drilling (305) 374‐8618 3503 Breakwater Court Hayward CA 94545 Union NoneSite Remediation Malcolm Drilling (435) 655‐5757 3503 Breakwater Court Hayward CA 94545 Union NoneSite Remediation Malcolm Drilling (305) 374‐8618 3503 Breakwater Court Hayward CA 94545 Union NoneSite Remediation Malcolm Drilling (305) 374‐8618 3503 Breakwater Court Hayward CA 94545 Union NoneSite Remediation Malcolm Drilling (415) 901‐4400 3503 Breakwater Court Hayward CA 94545 Union NoneSite Remediation Atlantic Coast Drilling (786) 797‐9064 2520 Coral Way Miami FL 33145 Non‐Union NoneSite Remediation United Rentals (954) 532‐3732 280 Northwest 12th Avenue Pompano Beach FL 33069 Non‐Union, Union, None None, Other

Site Remediation Roberts Traffic (954) 929‐2922 2210 Hayes Street Hollywood FL 33020 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE)

Site Remediation HCR Handex Consulting & Rem (954) 681‐4077x1322 1350 North Orange Avenue Winter Park FL 32789Site Remediation Fundisa Restoration Company, Inc. (561) 352‐3640 931 Village Boulevard West Palm Beach FL 33409Site Remediation Specco Environmental, Inc. (321) 418‐8994 1720 North Goldenrod Road Orlando FL 32807 Disadvantaged Business Enterprise (DBE)Site Remediation Jamson Environmetal, Inc. (813) 986‐3310 11801 Elyssa Road Thonotosassa FL 33592Site Remediation EOS Remediation, LLC (919) 873‐2204 1101 Nowell Road Raleigh NC 27607Site Remediation American Environmental Consultants, Inc. (781) 337‐0016 5858 South Semoran Boulevard Orlando FL 32822Site Remediation BASE Consultants (407) 442‐2697 1214 East Concord Street Orlando FL 32803

Site Remediation 3E Consultants (407) 415‐1402 7320 Narcoossee Road Orlando FL 32822Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Site Remediation 3E Consultants (813) 363‐0862 7320 Narcoossee Road Orlando FL 32822Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

26

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeSpecial Construction / SurfacingsSpecial Construction / Surfacings McCourt Construction (305) 255‐0252 16155 Southwest 117th Avenue Miami FL 33177Special Construction / Surfacings Sport Surfaces LLC (561) 964‐2001 6616 Park Lane East Lake Worth FL 33449Special Construction / Surfacings Trident Surfacing Inc (305) 620‐4220 5399 Northwest 161st Street Miami Gardens FL 33014 Prevailing Wages NoneSpecial Construction / Surfacings Freeport Fountains, Inc. (407) 330‐1150 1510 Kastner Place Sanford FL 32771 Union, Non‐Union Small Business Enterprise (SBE)Special Construction / Surfacings Angile Courts Construction (305) 667‐1228 7335 Southwest 104th Street Kendall FL 33156Special Construction / Surfacings Aqua Designs International LLC (520) 219‐8929 7534 North La Cholla Boulevard Tucson AZ 85741Special Construction / Surfacings Hallwood Modular Buildings, LLC (214) 206‐9579 8875 Hidden River Parkway Tampa FL 33637Special Construction / Surfacings Flaf Sports Services, Inc. (954) 806‐3276 3998 Route 1 Fort Pierce FL 34946Storage SpecialtiesStorage Specialties Storagecraft (239) 272‐5282 2823 West Orange Avenue Apopka FL 32703 Non‐Union NoneStorage Specialties Penco Products (813) 428‐3232 2708 Scenic Hills Drive Bedford TX 76021 Non‐Union, Union, Prevailing Wages NoneStorage Specialties Penco Products (817) 781‐7097 2708 Scenic Hills Drive Bedford TX 76021 Non‐Union, Union, Prevailing Wages NoneStorage Specialties Alumitech (954) 345‐6196 1858 Northwest 21st Street Pompano Beach FL 33069Storage Specialties Savannah Trims, Inc. (561) 656‐2556 Lake Park FL Non‐UnionStorage Specialties Smith & Wassatt, Inc. (407) 265‐0055 105 Baywood Avenue Longwood FL 32750Storage Specialties Engineered Equipment Systems (305) 223‐5504 2015 Viscount Row Orlando FL 32809Storage Specialties Southern Storage Systems Inc (407) 302‐4405 2800 West Airport Boulevard Sanford FL 32771 Prevailing Wages OtherStorage Specialties Capstone Contractors, LLC. (941) 371‐3321 Sarasota FL 34277 Non‐Union NoneStorage Specialties Florida Library Designs (386) 454‐7855 High Springs Avenue Port Charlotte FL 33981Storage Specialties Advanced Filing Systems (954) 792‐8226 1561 Southwest 68th Avenue Plantation FL 33317Storage Specialties Lotspeich Company Of Florida, Inc. (954) 978‐2388 6351 Northwest 28th Way Fort Lauderdale FL 33309 Non‐Union OtherStorage Specialties Schedule 10 Specialists, Inc. (954) 340‐3681 3521 Northwest 99th Avenue Coral Springs FL 33065 Non‐Union Women Business Enterprise (WBE)Storage Specialties Architecture Metals (561) 630‐0020 5500 Military Trail Jupiter FL 33458 UnionStorage Specialties Sundance Architectural Products, LLC (407) 467‐6675 4249 L B McLeod Road Orlando FL 32811Subsurface Investigation

Subsurface Investigation Grelite Corp (954) 774‐5553 4070 Northwest 34th Street Lauderdale Lakes FL 33319 NoneDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Subsurface Investigation L&R Structural (305) 220‐8200 7102 Southwest 44th Street Miami FL 33155 None NoneSubsurface Investigation Leiter‐Perez & Associates, Inc. (305) 652‐5133 Miami FL 33169

Subsurface Investigation Acurlite Structural Skylights, Inc. (570) 759‐6882 1017 North Vine Street Berwick PA 18603 Union, Prevailing WagesSmall Business Enterprise (SBE), Women Business Enterprise (WBE)

Subsurface Investigation Skyetec (904) 482‐4000 9570 Regency Square Boulevard Jacksonville FL 32225Subsurface Investigation American Engineering and Development Corporation (305) 825‐9800 11765 West Okeechobee Road Hialeah Gardens FL 33018 Union NoneSubsurface Investigation Buchheit Associates, Inc. (407) 331‐0505 Altamonte Springs FL 32701 Disadvantaged Business Enterprise (DBE)Subsurface Investigation Construction Moisture Consulting, Inc. (813) 623‐2323 4508 Oak Fair Boulevard Tampa FL 33610

Subsurface Investigation Noury Construction (954) 227‐0138 9660 West Sample Road Coral Springs FL 33065 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Subsurface Investigation Southeastern Engineering Contractors (305) 557‐4226 12054 Northwest 98th Avenue Hialeah FL 33018Subsurface Investigation Craven & Thompson (954) 739‐6400x345 3563 Northwest 53rd Street Fort Lauderdale FL 33309Subsurface Investigation Fortin, Leavy, Skiles, Inc. (305) 653‐4493 180 Northeast 168th Street North Miami Beach FL 33162Subsurface Investigation Schwebke Shiskin (954) 435‐7010 3240 Corporate Way Miramar FL 33025Subsurface Investigation Leading Edge Land Services, Inc. (407) 351‐6730 4561 34th Street Orlando FL 32811 Non‐Union NoneSubsurface Investigation Rose Engineering (305) 885‐9405 Florida FLSubsurface Investigation Biscayne Engineering (305) 324‐7671 529 West Flagler Street Miami FL 33130Subsurface Investigation Biscayne Engineering (305) 324‐7671 529 West Flagler Street Miami FL 33130Subsurface Investigation Boys Engineering 2685 West 78th Street Hialeah FL 33016Subsurface Investigation Gonzalez and Sons (305) 822‐5455 9390 Northwest 109th Street Medley FL 33178Subsurface Investigation Keith & Schnars (954) 477‐1616 6500 North Andrews Avenue Fort Lauderdale FL 33309

Subsurface Investigation E.R. Brownell (305) 860‐3866 2525 Southwest 27th Avenue Miami FL 33133 NoneDisadvantaged Business Enterprise (DBE), Small Business Enterprise (SBE), Minority Business Enterprise (MBE)

Subsurface Investigation Keith & Associates, Inc. (954) 788‐3400 301 East Atlantic Boulevard Pompano Beach FL 33060 Disadvantaged Business Enterprise (DBE)

Subsurface Investigation Sagoma Construction Services (954) 636‐8560 3116 South Andrews Avenue Fort Lauderdale FL 33316Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Subsurface Investigation Pan American Marble Stone (305) 887‐5594 8160 Northwest 93rd Street Medley FL 33166 None OtherSubsurface Investigation L&R Structural (305) 220‐8200 7102 Southwest 44th Street Miami FL 33155 None NoneSubsurface Investigation Universal Engineering Sciences, Inc. (305) 249‐8434 Corporate Boulevard Orlando FL 32811 None OtherSubsurface Investigation Morlic Engineering Corp. (305) 597‐1200 Northwest 79th Avenue NW 79th Ave FL Non‐Union NoneSubsurface Investigation Hunter General Contractors, LLC (407) 466‐1753 Orlando FL 32877Subsurface Investigation Central Florida Equipment (305) 888‐3344 9030 Northwest 97th Terrace Medley FL 33178Subsurface Investigation Central Florida Equipment (305) 888‐3344 9030 Northwest 97th Terrace Medley FL 33178Subsurface Investigation IPS Consulting (954) 522‐2775 Deerfield Beach FL 33442Subsurface Investigation IPS Consulting (954) 522‐2775 Deerfield Beach FL 33442Subsurface Investigation Triangle Surveying & Mapping, Inc. (305) 597‐9701 8290 Northwest 64th Street Miami FL 33166Subsurface Investigation Nelco Testing and Engineering Services, Inc. (305) 259‐9779 13370 Southwest 131st Street Miami FL 33186Subsurface Investigation GFA International, Inc. (305) 945‐1990 590 Northwest Mercantile Place Port St Lucie FL 34986 Non‐Union Small Business Enterprise (SBE)Subsurface Investigation Calvin Giordano & Assoc (561) 684‐6161 1800 Eller Drive Fort Lauderdale FL 33316Subsurface Investigation Calvin Giordano & Assoc (954) 921‐7781 1800 Eller Drive Fort Lauderdale FL 33316Subsurface Investigation David & Gerchant, Inc. (954) 340‐4025 501 East Kennedy Boulevard Tampa FL 33602

Subsurface Investigation Radise International (561) 841‐0103 4152 West Blue Heron Boulevard Riviera Beach FL 33404Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

27

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeSubsurface Investigation American Environmental Consultants, Inc. (781) 337‐0016 5858 South Semoran Boulevard Orlando FL 32822

Subsurface Investigation AWK Consulting Engineers, Inc. (412) 823‐8331 6457 Hazeltine National Drive Orlando FL 32822Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Subsurface Investigation Barnes, Ferland & Associates, Inc. (407) 896‐8608 1230 Hillcrest Street Orlando FL 32803Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Subsurface Investigation Infrastructure Engineers, Inc. (305) 985‐6235 2121 Old Hickory Tree Road St Cloud FL 34772Subsurface Investigation Innovation Technology Partners, Inc. 11101 Roosevelt Boulevard North St. Petersburg FL 33716Subsurface Investigation Ardaman & Associates Inc. (305) 825‐2683 8008 South Orange Avenue Orlando FL 32809 Non‐Union None

Subsurface Investigation Fire & Life Safety America (703) 502‐0397 3017 Vernon Road Richmond VA 23228 Non‐Union, UnionWomen Business Enterprise (WBE), Minority Business Enterprise (MBE), Other, None

Subsurface Investigation JBS Engineering Technical Services, Inc. (407) 359‐6437 15 Windsormere Way Oviedo FL 32765 Non‐UnionDisadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE)

Subsurface Investigation John B. Webb & Associates (407) 622‐9322 925 South Denning Drive Winter Park FL 32789Subsurface Investigation Barkentine Management (305) 490‐9188 11767 South Dixie Highway Miami FL 33156Subsurface Investigation Metric Engineering, Inc. (305) 235‐5098 13940 Southwest 136th Street Miami FL 33186Subsurface Investigation B&D Enterprises, Inc. (407) 542‐8739 215 Old Sanford Oviedo Road Winter Springs FL 32708Subsurface Investigation Ohmega Group, LLC (904) 807‐6512 1756 Silver Street Jacksonville FL 32206 Disadvantaged Business Enterprise (DBE)Subsurface Investigation Geod Consulting (617) 776‐0432 Florida FL Non‐UnionSubsurface Investigation Pierce Associates, Inc. (703) 751‐2400 774 West Midway Road Fort Pierce FL 34982Subsurface Investigation Pierce Associates, Inc. (703) 751‐2400 774 West Midway Road Fort Pierce FL 34982Subsurface Investigation Langan Engineering (786) 264‐7213 110 East Broward Boulevard Fort Lauderdale FL 33301 Non‐Union, Union None

Subsurface Investigation PSA Constructors, Inc. (407) 898‐9119 1516 Hillcrest Street Orlando FL 32803 Non‐UnionSmall Business Enterprise (SBE), Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE), None

Subsurface Investigation RDM International, Inc. (703) 709‐2540 14310 Sullyfield Circle Chantilly VA 20151Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Subsurface Investigation Causseaux & Ellington (352) 519‐5906 6011 Northwest 1st Place Gainesville FL 32607Subsurface Investigation Specco Environmental, Inc. (321) 418‐8994 1720 North Goldenrod Road Orlando FL 32807 Disadvantaged Business Enterprise (DBE)

Subsurface Investigation WBQ Design & Engineering, Inc. (407) 839‐4300 201 North Magnolia Avenue Orlando FL 32801Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Subsurface Investigation L & S Diversified LLC (407) 681‐3836 405 Lake Howell Road Maitland FL 32751 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE)

Testing EngineersTesting Engineers Federal Engineering and Testing (800) 848‐1919 250 Southwest 13th Avenue Pompano Beach FL 33069 Non‐Union Small Business Enterprise (SBE)Testing Engineers Federal Engineering and Testing (954) 784‐2941 250 Southwest 13th Avenue Pompano Beach FL 33069 Non‐Union Small Business Enterprise (SBE)TrussTruss Florida Quality Truss, Inc. (954) 975‐3384 3120 Northwest 16th Terrace Pompano Beach FL 33064Truss Deco Truss Co., Inc. (305) 257‐1910 13980 Southwest 252nd Street Homestead FL 33032Truss Dade Truss Company Inc. (Southwest Structural Systems Inc.) (305) 592‐8245 6401 Northwest 74th Avenue Miami FL 33166 Prevailing Wages NoneUnit Masonry AssembliesUnit Masonry Assemblies Kendall, Ron Masonry, Inc. (954) 582‐0170 2641 Hammondville Road Pompano Beach FL 33069 Union, Non‐Union NoneUnit Masonry Assemblies Kendall, Ron Masonry, Inc. (954) 999‐8931 2641 Hammondville Road Pompano Beach FL 33069 Union, Non‐Union NoneUnit Masonry Assemblies Jamex Masonry LLC (847) 532‐5212 1949 Marsh Harbor Drive Riviera Beach FL 33404 None NoneUnit Masonry Assemblies K.D. Construction of Florida, Inc. (954) 344‐4515 1831 Southwest 7th Avenue Pompano Beach FL 33060Unit Masonry Assemblies Southern State Masonry, Inc. (561) 968‐7789 4599 10th Avenue North Lake Worth FL 33463 Non‐Union OtherUnit Masonry Assemblies Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneUnit Masonry Assemblies Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneUnit Masonry Assemblies Mims Concrete (407) 298‐6936 29 Southwest 33rd Street Fort Lauderdale FL 33315Unit Masonry Assemblies Terrell Duke Masonry, Inc. (954) 680‐1404 12565 Orange Drive Davie FL 33330Unit Masonry Assemblies Tom Rawn (561) 792‐8978 8211 Bama Lane West Palm Beach FL 33411 None NoneUnit Masonry Assemblies Oceanside Masonry, Inc. (561) 691‐8993 15821 Mercantile Court Jupiter FL 33478Unit Masonry Assemblies JMS Construction Services (561) 739‐9181 480 Sawgrass Corporate Parkway Sunrise FL 33325Unit Masonry Assemblies Jackson Masonry, Inc. (305) 949‐4700 30 Northeast 146th Street Miami FL 33161Unit Masonry Assemblies Camarata Masonry Systems (954) 426‐8352 6601 Lyons Road Coconut Creek FL 33073

Unit Masonry Assemblies PJ Spillane Company (617) 389‐6200 97 Tileston Street Everett MA 2149 UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE), Other

Unit Masonry Assemblies Hommes Masonry Inc dba TOLTEC CONSTRUCTION (407) 654‐2648 334 East Bay Street Winter Garden FL 34787 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Unit Masonry Assemblies Central Broward Construction, Inc. (954) 491‐2772 931 Northwest 53rd Court Fort Lauderdale FL 33309 Non‐Union OtherUnit Masonry Assemblies Central Broward Construction, Inc. (954) 491‐2772 931 Northwest 53rd Court Fort Lauderdale FL 33309 Non‐Union OtherUnit Masonry Assemblies Central Broward Construction, Inc. (954) 491‐2772 931 Northwest 53rd Court Fort Lauderdale FL 33309 Non‐Union OtherUnit Masonry Assemblies Central Broward Construction, Inc. (954) 491‐2772 931 Northwest 53rd Court Fort Lauderdale FL 33309 Non‐Union OtherUnit Masonry Assemblies Coastal Masonry (954) 984‐0600 1909 Northwest 16th Street Pompano Beach FL 33069 Non‐Union NoneUnit Masonry Assemblies Coastal Masonry (954) 984‐0600 1909 Northwest 16th Street Pompano Beach FL 33069 Non‐Union NoneUnit Masonry Assemblies True Stone Corp. (772) 334‐9797 3600 Northeast Candice Avenue Jensen Beach FL 34957Unit Masonry Assemblies True Stone Corp. (772) 334‐9797 3600 Northeast Candice Avenue Jensen Beach FL 34957Unit Masonry Assemblies True Stone Corp. (772) 334‐9797 3600 Northeast Candice Avenue Jensen Beach FL 34957

Unit Masonry Assemblies Matcon Construction Services, Inc. (813) 600‐5555 171 Village Parkway Northeast Marietta GA 30067 NoneDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

28

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise Type

Unit Masonry Assemblies Matcon Construction Services, Inc. (813) 600‐5555 x203 171 Village Parkway Northeast Marietta GA 30067 NoneDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Unit Masonry Assemblies T&T Construction (407) 831‐5506 340 Oleander Way Casselberry FL 32707 Non‐Union, Union, Prevailing Wages Women Business Enterprise (WBE)Unit Masonry Assemblies MIK Construction Group (561) 768‐6587 933 Northwest 36th Street Oakland Park FL 33309Unit Masonry Assemblies Kendall, Ron Masonry, Inc. (954) 582‐0170 x104 2641 Hammondville Road Pompano Beach FL 33069 Union, Non‐Union NoneUnit Masonry Assemblies Kendall, Ron Masonry, Inc. (561) 793‐5924 x128 2641 Hammondville Road Pompano Beach FL 33069 Union, Non‐Union NoneUnit Masonry Assemblies Emerald Construction Corp (954) 241‐2583 1211 Stirling Road Dania Beach FL 33004 Non‐Union Women Business Enterprise (WBE)Unit Masonry Assemblies Emerald Construction Corp (786) 315‐6606 1211 Stirling Road Dania Beach FL 33004 Non‐Union Women Business Enterprise (WBE)Unit Masonry Assemblies Coastal Masonry (954) 984‐0600 1909 Northwest 16th Street Pompano Beach FL 33069 Non‐Union NoneUnit Masonry Assemblies Coastal Masonry (954) 984‐0600 1909 Northwest 16th Street Pompano Beach FL 33069 Non‐Union NoneVehicle And Pedestrian EquipmentVehicle And Pedestrian Equipment Royce Parking Control Systems, Inc. (954) 966‐3903 3863 Pembroke Road Hollywood FL 33021 Non‐Union Small Business Enterprise (SBE)Vehicle And Pedestrian Equipment American Parking Equipment (800) 565‐4666x261 1330 Southeast 4th Avenue Fort Lauderdale FL 33316Vehicle And Pedestrian Equipment Parking Products, Inc. (215) 657‐7500 2517 Wyandotte Road Willow Grove PA 19090 Small Business Enterprise (SBE)Vehicle And Pedestrian Equipment Park Plus, Inc. (954) 374‐8434 1111 Old Griffin Road Dania Beach FL 33004 Non‐Union NoneVehicle And Pedestrian Equipment Amano McGann, Inc. (954) 944‐3373 3901 Southwest 47th Avenue Fort Lauderdale FL 33314 Non‐Union, Union, Prevailing Wages OtherVehicle And Pedestrian Equipment CityLift Parking (561) 703‐8121 2335 Broadway Oakland CA 94612 Prevailing Wages, Union, Non‐Union Small Business Enterprise (SBE)Vehicle And Pedestrian Equipment TEM Systems, Inc. (954) 577‐6044 4747 North Nob Hill Road Tamarac FL 33321 Union, Non‐Union Women Business Enterprise (WBE)Wall FinishesWall Finishes Asa Carlton, Inc. (770) 945‐2195 5224 Palmero Court Buford GA 30518 Non‐Union NoneWall Finishes Tuffwrap Installations (610) 476‐4768 2080 Detwiler Rd Harleysville PA 19438 Union, Non‐Union NoneWall Finishes Acousti Engineering Company (305) 887‐1007 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneWall Finishes Acousti Engineering Company (305) 887‐1007 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneWall Finishes Acousti Engineering Company (954) 791‐6650 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneWall Finishes Acousti Engineering Company (954) 791‐6650 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneWall Finishes Acousti Engineering Company (305) 887‐1007 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneWall Finishes Acousti Engineering Company (305) 887‐1007 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneWall Finishes Acousti Engineering Company (305) 887‐1007 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneWall Finishes McDaniel Construction, Inc. (954) 688‐9095 8090 Supply Drive Fort Myers FL 33912Wall Finishes McDaniel Construction, Inc. (954) 688‐9095 8090 Supply Drive Fort Myers FL 33912Wall Finishes McDaniel Construction, Inc. (239) 433‐3072 x103 8090 Supply Drive Fort Myers FL 33912Wall Finishes McDaniel Construction, Inc. (239) 433‐3072 8090 Supply Drive Fort Myers FL 33912Wall Finishes Reynolds Construction Services (954) 933‐1161 1700 Ridge Avenue Daytona Beach FL 32117Wall Finishes Reynolds Construction Services (954) 933‐1161 1700 Ridge Avenue Daytona Beach FL 32117

Wall Finishes Garrard Framing & Drywall (863) 967‐3992 5574 Commercial Boulevard Winter Haven FL 33880 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Wall Finishes Emuna Construction LLC (305) 792‐1313 21332 West Dixie Highway Miami FL 33180 Non‐Union NoneWall Finishes Caceres Drywall Corporation Miami FL 33186Wall Finishes Alliance Verdi USA (954) 840‐7770 Oliveto Verdi Court Brandon FL 33511 Non‐UnionWall Finishes OLCA Constrction Co. (754) 703‐5860 3027 Southwest 129th Terrace Miramar FL 33027Wall Finishes RMC Company Inc. (305) 278‐2627 Miami FL 33189 Non‐Union None

Wall Finishes ACY Contractors LLC (407) 792‐2709 6160 Edgewater Drive Orlando FL 32810 Non‐Union, Prevailing Wages, UnionDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Wall Finishes Interior Concepts, LLC (561) 904‐6005 4133 Burns Road Palm Beach Gardens FL 33410 Non‐Union NoneWall Finishes Drywall & Framing Investment Group (305) 364‐1151 12901 West Okeechobee Road Hialeah FL 33018Wall Finishes Forum Construction (407) 322‐4577 2920 Stonewall Place Sanford FL 32773Wall Finishes Calhoun & Sons (305) 235‐6055 22530 Quail Run Road Blountstown FL 32424Wall Finishes Sound Drywall & Acoustic, Inc. (954) 227‐0244 12308 Northwest 26th Street Coral Springs FL 33065 Non‐Union OtherWall Finishes Edelman Leather (954) 929‐5000 1855 Griffin Road Dania Beach FL 33004Wall Finishes K.D. Construction of Florida, Inc. (954) 943‐9258 1831 Southwest 7th Avenue Pompano Beach FL 33060Wall Finishes K.D. Construction of Florida, Inc. (954) 344‐4515 1831 Southwest 7th Avenue Pompano Beach FL 33060Wall Finishes Refered By Edelman Leather (561) 373‐7469 777 Northwest 72nd Avenue Miami FL 33126Wall Finishes Riskas Arsena (561) 588‐5438 270 West New England Avenue Winter Park FL 32789Wall Finishes Premium Antique Upholstery (305) 264‐2067 4335 Southwest 72nd Avenue Miami FL 33155 Union Small Business Enterprise (SBE)Wall Finishes York Street Studio (203) 266‐9000 661 Washington Road Woodbury CT 6798Wall Finishes Master Plaster, Inc. (954) 922‐9396 2116 North Dixie Highway Hollywood FL 33020Wall Finishes IB Group USA (786) 464‐0910Wall Finishes Tellus Building Systems LLC (239) 451‐3171 x702 111 North Orange Avenue Orlando FL 32801 Non‐Union OtherWall Finishes Unknown Company

Wall Finishes Miller Paneling Specialties (703) 944‐0369 43720 Trade Center Place Sterling VA 20166 Union, Non‐Union, Prevailing WagesSmall Business Enterprise (SBE), Disadvantaged Business Enterprise (DBE)

Wall Finishes Miller Paneling Specialties (703) 944‐0369 43720 Trade Center Place Sterling VA 20166 Union, Non‐Union, Prevailing WagesSmall Business Enterprise (SBE), Disadvantaged Business Enterprise (DBE)

Wall Finishes Tuffwrap Installations (215) 256‐6953 2080 Detwiler Rd Harleysville PA 19438 Union, Non‐Union NoneWall Finishes Titus Construction Group (954) 549‐5725 401 East Las Olas Boulevard Fort Lauderdale FL 33301 Non‐Union, None NoneWall Finishes Titus Construction Group (941) 404‐7542 x716 401 East Las Olas Boulevard Fort Lauderdale FL 33301 Non‐Union, None NoneWall Finishes Titus Construction Group (954) 549‐5725 401 East Las Olas Boulevard Fort Lauderdale FL 33301 Non‐Union, None NoneWall Finishes Superior Interior Systems, Inc. (954) 473‐3796 7060 West State Road 84 Davie FL 33317 Non‐Union, Prevailing Wages None

Wall Finishes ACL & Associates (954) 382‐9901 6535 Nova Drive Davie FL 33317 Non‐UnionMinority Business Enterprise (MBE), Small Business Enterprise (SBE), Women Business Enterprise (WBE)

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

29

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise Type

Wall Finishes ACL & Associates (954) 382‐9901 6535 Nova Drive Davie FL 33317 Non‐UnionMinority Business Enterprise (MBE), Small Business Enterprise (SBE), Women Business Enterprise (WBE)

Wall Finishes B&B Interior Systems (954) 581‐0713 6781 West Sunrise Boulevard Plantation FL 33313 Union Minority Business Enterprise (MBE)Wall Finishes Future Interior, Inc. (954) 984‐8181 760 Northeast 42nd Street Pompano Beach FL 33064 Non‐Union NoneWall Finishes Lotspeich Company Of Florida, Inc. (954) 978‐2388 6351 Northwest 28th Way Fort Lauderdale FL 33309 Non‐Union OtherWall Finishes Lotspeich Company Of Florida, Inc. (954) 978‐2388 6351 Northwest 28th Way Fort Lauderdale FL 33309 Non‐Union OtherWall Finishes Keenan Hopkins Schmidt & Stowell Contractors, Inc. dba KHS&S Contractors (813) 628‐9330 5422 Bay Center Drive Tampa FL 33609 Union Other, NoneWall Finishes Keenan Hopkins Schmidt & Stowell Contractors, Inc. dba KHS&S Contractors (954) 792‐2427 5422 Bay Center Drive Tampa FL 33609 Union Other, NoneWall Finishes Keenan Hopkins Schmidt & Stowell Contractors, Inc. dba KHS&S Contractors (954) 792‐2427 5422 Bay Center Drive Tampa FL 33609 Union Other, NoneWall Finishes Ford Drywall & Stucco (239) 649‐6962 2805 Horseshoe Drive South Naples FL 34104 Non‐Union OtherWall Finishes Miami Drywall And Stucco, Inc. (305) 223‐4990 8360 West Flagler Street Miami FL 33144 Non‐Union NoneWall Finishes Miami Drywall And Stucco, Inc. (305) 223‐4990 8360 West Flagler Street Miami FL 33144 Non‐Union NoneWall Finishes Paramount Drywall (305) 828‐4757 Miami FL 33126 Non‐Union OtherWall Finishes Paramount Drywall (305) 828‐4757 Miami FL 33126 Non‐Union OtherWall Finishes Paramount Drywall (305) 828‐4757 Miami FL 33126 Non‐Union OtherWall Finishes MIK Construction Group (561) 768‐6587 933 Northwest 36th Street Oakland Park FL 33309Wall Finishes Alliance Verdi USA (416) 676‐8281 1440 Coral Ridge Drive Coral Springs FL 33071 Non‐UnionWall Finishes Alliance Verdi USA (954) 840‐7770 1440 Coral Ridge Drive Coral Springs FL 33071 Non‐UnionWall Finishes Lotspeich Company / Lotspeich Contracting (305) 624‐7777 16101 Northwest 54th Avenue Miami Lakes FL 33014 Non‐Union NoneWall Finishes Master Plaster, Inc. (954) 922‐9396 2116 North Dixie Highway Hollywood FL 33020Wall Finishes Master Plaster, Inc. (954) 922‐9396 2116 North Dixie Highway Hollywood FL 33020Wall Finishes Master Plaster, Inc. (954) 922‐9396 2116 North Dixie Highway Hollywood FL 33020Wall Finishes Executive Drywall, Inc. (305) 665‐4004 12949 US Highway 41 South Gibsonton FL 33534Wall Finishes The Circle Group of Companies (404) 698‐5461 133 Northeast 2nd Avenue Miami FL 33132 Non‐Union, None, Union NoneWall Finishes The Circle Group of Companies (678) 356‐1000 133 Northeast 2nd Avenue Miami FL 33132 Non‐Union, None, Union NoneWall Finishes Zarrella Construction (954) 587‐4747 6511 Nova Drive Davie FL 33317Wall Finishes Everlast Drywall Construction, Inc. (954) 935‐6868 4350 Northwest 19th Avenue Pompano Beach FL 33064Wall Finishes Everlast Drywall Construction, Inc. (954) 935‐6868 4350 Northwest 19th Avenue Pompano Beach FL 33064Wall Finishes Everlast Drywall Construction, Inc. (954) 935‐6868 4350 Northwest 19th Avenue Pompano Beach FL 33064Wall Finishes Advanced Stucco (954) 772‐9007 1090 Northeast 45th Street Oakland Park FL 33334Wall Finishes Advanced Stucco (954) 772‐9007 1090 Northeast 45th Street Oakland Park FL 33334Wall Finishes USA Plastering (954) 316‐4692 22 Northwest 25th Terrace Fort Lauderdale FL 33311Wall Finishes Skyline Systems (Out of Business) (305) 756‐8646 10700 Northwest 6th Court Miami FL 33168 Non‐Union NoneWall Finishes East Coast Plastering, Inc. (305) 258‐5517 12435 Southwest 261st Terrace Homestead FL 33032 Non‐Union NoneWall Finishes York Street Studio (203) 266‐9000 661 Washington Road Woodbury CT 6798Wall Finishes J.C. Gibson Plastering Co., Inc. (407) 654‐1211 8439 Abbotsbury Drive Windermere FL 34786 Non‐Union Minority Business Enterprise (MBE)Wall Finishes MR Drywall Services, Inc. (954) 788‐8966 2660 Northeast 7th Avenue Pompano Beach FL 33064Wall Finishes MR Drywall Services, Inc. (954) 788‐8966 2660 Northeast 7th Avenue Pompano Beach FL 33064Wall Finishes MR Drywall Services, Inc. (954) 788‐8966 2660 Northeast 7th Avenue Pompano Beach FL 33064Wall Finishes Technology Contractors, Inc. (305) 971‐1163 14046 Southwest 140th Street Miami FL 33186 Non‐Union, Prevailing Wages NoneWall Finishes Boulanger Drywall Corporation (954) 748‐3808 x207 5229 Hiatus Road Sunrise FL 33351Wall Finishes Euro Design Experts (954) 655‐1267 4841 Southwest 45th Avenue Fort Lauderdale FL 33314 Non‐Union NoneWall Finishes Moraca Builders, Inc. (561) 395‐1645 250 Northwest 4th Diagonal Boca Raton FL 33432Wall Finishes Moraca Builders, Inc. (561) 395‐1645 250 Northwest 4th Diagonal Boca Raton FL 33432Wall Finishes John Wayne Construction (954) 584‐8160 1520 Northwest 65th Avenue Plantation FL 33313 Non‐Union Small Business Enterprise (SBE)Wall Finishes Barkentine Management (305) 490‐9188 11767 South Dixie Highway Miami FL 33156Wall Finishes Modular Drywall (754) 263‐7494 1647 Jefferson Street Hollywood FL 33020 Non‐Union NoneWall Finishes AVJ Drywall and Marble Design Corp. (786) 587‐4515 7458 Southwest 48th Street Miami FL 33155Wall Finishes Brambiers (954) 374‐8408 1616 Northeast 205th Terrace Miami FL 33179 Non‐UnionWall Finishes Steeltech Electropainting, Inc. (305) 821‐1988 431 West 28th Street Hialeah FL 33010Water RemediationWater Remediation United Rentals (954) 532‐3732 280 Northwest 12th Avenue Pompano Beach FL 33069 Non‐Union, Union, None None, OtherWater Remediation United Rentals (954) 532‐3732 280 Northwest 12th Avenue Pompano Beach FL 33069 Non‐Union, Union, None None, OtherWater Remediation Holland Pump (561) 697‐3333 7312 Westport Place West Palm Beach FL 33413 None NoneWater Remediation Roger & Sons Concrete (845) 227‐6033 1474 Route 55 Lagrangeville NY 12540 Union, Non‐Union Minority Business Enterprise (MBE)Water Remediation Roger & Sons Concrete (305) 970‐7426 1474 Route 55 Lagrangeville NY 12540 Union, Non‐Union Minority Business Enterprise (MBE)Water Remediation Pumpet Systems (561) 547‐1040 7020 Georgia Avenue West Palm Beach FL 33405Water Remediation Brothers Concrete Pumping (954) 731‐6679 732 Northwest 8th Avenue Fort Lauderdale FL 33311Water Remediation C&C Concrete Pumping, Inc. (305) 885‐1522 12599 Northwest 107th Avenue Medley FL 33178 Minority Business Enterprise (MBE)Water Remediation Florida Concrete Unlimited (305) 232‐3296 14094 Southwest 142nd Avenue Miami FL 33186Water Remediation MWI Pumps (954) 427‐2206 33 Northwest Eller Street Deerfield Beach FL 33441 None NoneWater Remediation MWI Pumps (954) 427‐2206 33 Northwest Eller Street Deerfield Beach FL 33441 None NoneWater Remediation Hertz Service Pump & Power (305) 592‐5770 5850 Northwest 77th Court Miami FL 33166Water Remediation N Square, Inc. (239) 514‐1173 North Boulevard Tampa FL

Water Remediation Noury Construction (954) 227‐0138 9660 West Sample Road Coral Springs FL 33065 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Water Remediation Statewide Construction SVCS (561) 333‐1865 McNab Road Pompano Beach FL 33069Water Remediation Hertz Rentals Inc. (305) 592‐5770 Miami FL Non‐Union None

Water Remediation 3E Consultants (813) 363‐0862 7320 Narcoossee Road Orlando FL 32822Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

30

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise Type

Water Remediation 3E Consultants (407) 415‐1402 7320 Narcoossee Road Orlando FL 32822Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Water Remediation Complete Dewatering Pumps & Wellpoints, Inc. (386) 426‐1345 710 West Park Avenue Edgewater FL 32132 Non‐Union Women Business Enterprise (WBE)Water Remediation American Structural Concrete (formerly Southern Pan) 2385 Lithonia Industrial Boulevard Lithonia GA 30058 Non‐Union Small Business Enterprise (SBE)Water Remediation American Structural Concrete (formerly Southern Pan) (678) 301‐2400 2385 Lithonia Industrial Boulevard Lithonia GA 30058 Non‐Union Small Business Enterprise (SBE)Water Remediation Malcolm Drilling (305) 374‐8618 12155 Northwest 28th Avenue Miami FL 33167 Union NoneWater Remediation Malcolm Drilling (305) 374‐8618 12155 Northwest 28th Avenue Miami FL 33167 Union NoneWater Remediation Malcolm Drilling (435) 655‐5757 12155 Northwest 28th Avenue Miami FL 33167 Union NoneWater Remediation Malcolm Drilling (415) 901‐4400 12155 Northwest 28th Avenue Miami FL 33167 Union NoneWater Remediation Griffin Dewatering Corp. (713) 389‐0276 1321 Northwest 13th Avenue Pompano Beach FL 33069 Union, Non‐Union, Prevailing Wages OtherWater Remediation Handex Consulting & Remediation LLC (954) 681‐4077x1308 111 Kelsey Lane Tampa FL 33619Wire ShelvingWire Shelving Giber, Inc. (305) 969‐6105 19101 Southwest 108th Avenue Miami FL 33157 None OtherWire Shelving Visser Closets (305) 793‐7279 2600 Ponce De Leon Boulevard Coral Gables FL 33134Wire Shelving The Closet Wizard 1395 Northwest 17th Avenue Delray Beach FL 33445Construction CleanConstruction Clean Triad Cleaning Solutions (678) 358‐5567 3140 West Kennedy Boulevard Tampa FL 33609 Non‐Union OtherConstruction Clean Gemilang Solutions LLC (407) 925‐3309Construction Clean D&A Window Cleaning Services Inc. (407) 831‐5388 321 Georgia Avenue Longwood FL 32750 Non‐Union Minority Business Enterprise (MBE)Construction Clean Genesis Arise LLC Cleaning Company (407) 501‐9579 131 Alameda Drive Kissimmee FL 34743 None OtherConstruction Clean CleanAble Services (813) 479‐8014Construction Clean Costa Final Cleaning LLC (561) 376‐5296 20283 State Road 7 Boca Raton FL 33498Construction Clean BP Full Home Improvement LLC Commercial Cleaning (407) 547‐6072 359 Randon Terrace Lake Mary FL 32746 Non‐Union Women Business Enterprise (WBE)Construction Clean Maintenance Team Solutions (407) 603‐9043 4248 Town Center Boulevard Orlando FL 32837Construction Clean AFS Janitorial (813) 321‐1379 1212 North 39th Street Tampa FL 33605 Non‐Union NoneConstruction Clean AFS Janitorial 1212 North 39th Street Tampa FL 33605 Non‐Union NoneConstruction Clean Serenity Cleaning Solutions (904) 783‐0540 Jacksonville FL 32238 Non‐Union, None NoneConstruction Clean Waste Management Inc (954) 529‐4966 3831 Northwest 21st Avenue Pompano Beach FL 33073 Non‐Union, Union, None Other, NoneConstruction Clean Waste Management Inc (954) 275‐8559 3831 Northwest 21st Avenue Pompano Beach FL 33073 Non‐Union, Union, None Other, NoneConstruction Clean S & S National Waste (561) 801‐3545 1060 Skees Road West Palm Beach FL 33411 None Small Business Enterprise (SBE)Construction Clean S & S National Waste (561) 340‐3112 1060 Skees Road West Palm Beach FL 33411 None Small Business Enterprise (SBE)Construction Clean Legally Cleaning Inc. (954) 465‐8868 1876 North University Drive Plantation FL 33322 None Minority Business Enterprise (MBE)Construction Clean National Construction Cleaners Group LLC (786) 216‐7950 7330 Carlyle Avenue Miami Beach FL 33141 Non‐Union Small Business Enterprise (SBE)Construction Clean Construction Cleaners Groups (561) 252‐7160 931 Village Boulevard West Palm Beach FL 33409 Non‐Union Small Business Enterprise (SBE)Construction Clean Charles Cleaning Co. Inc. (305) 264‐0033 7105 Southwest 8th Street Miami FL 33144Construction Clean A&S Total Cleaning (954) 570‐1165 1015 West Newport Center Drive Deerfield Beach FL 33442Construction Clean A&S Total Cleaning (954) 570‐1165 1015 West Newport Center Drive Deerfield Beach FL 33442Construction Clean All City Construction Sevices, Inc. (954) 790‐1661 6960 Northwest 47th Place Lauderhill FL 33319

Construction Clean Barnes, Ferland & Associates, Inc. (407) 896‐8608 1230 Hillcrest Street Orlando FL 32803Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Construction Clean Cleaning Systems Inc. (954) 341‐0000 4620 Hiatus Road Sunrise FL 33351 Non‐Union Small Business Enterprise (SBE)Construction Clean Jamson Environmetal, Inc. (813) 986‐3310 11801 Elyssa Road Thonotosassa FL 33592Construction Clean MOC Services Clean (407) 425‐1130 Florida FLConstruction Clean Coit Building Maintenance Inc. (954) 486‐0900 5501 Northwest 22nd Avenue Fort Lauderdale FL 33309 Non‐UnionConstruction Clean TruPro Cleaning (561) 616‐0935 Florida FLConstruction Clean Siboney Contracting Company (888) 388‐3110 West Palm Beach FL 33405Construction Clean M&M Cleaning Corp. (954) 423‐3400 Florida FLConstruction Clean JRA Enterprises (786) 210‐0701 Florida FLConstruction Clean The Cleaning Around The Clock (954) 471‐1423 220 West Tharpe Street Tallahassee FL 32303Construction Clean Royal Flush LLC Eastern Waste Systems (954) 914‐4422 Pompano Beach FL 33069Construction Clean Ecosmart Cleaning Solutions Inc. (786) 534‐5262 420 Southwest 12th Avenue Miami FL 33130 None Small Business Enterprise (SBE)Construction Clean Janitorial and Maintenance Contractors (954) 299‐0369 3150 South Orange Avenue Orlando FL 32806Construction Clean Pro Service Cleaning (786) 220‐6474 145 Middle Street Lake Mary FL 32746Construction Clean Facilities Pro‐Sweep (561) 616‐6363 2755 Vista Parkway West Palm Beach FL 33411Construction Clean Republic Services Inc. (561) 578‐8315 7329 7th Place North West Palm Beach FL 33411 Union Other

Construction Clean Jampro (305) 652‐3686x1612 1600 Northeast 205th Terrace Miami FL 33179 Non‐Union, Prevailing WagesDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Small Business Enterprise (SBE)

Construction Clean Gemilang Solutions LLC 600 North Thacker Avenue Kissimmee FL 34741 None Women Business Enterprise (WBE)Demolition And Structure MovingDemolition And Structure Moving Demcon Group (954) 593‐6205 Fort Lauderdale FLDemolition And Structure Moving Monster Demolition (954) 917‐0883 1355 West Palmetto Park Road Boca Raton FL 33486Demolition And Structure Moving All City Construction Sevices, Inc. (954) 790‐1661 6960 Northwest 47th Place Lauderhill FL 33319Demolition And Structure Moving MIK Construction Group (561) 768‐6587 933 Northwest 36th Street Oakland Park FL 33309

Demolition And Structure Moving Jampro (954) 772‐0354 1600 Northeast 205th Terrace Miami FL 33179 Non‐Union, Prevailing WagesDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Small Business Enterprise (SBE)

Demolition And Structure Moving Jampro (305) 652‐3686x1612 1600 Northeast 205th Terrace Miami FL 33179 Non‐Union, Prevailing WagesDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Small Business Enterprise (SBE)

Demolition And Structure Moving Langan Engineering (786) 264‐7213 110 East Broward Boulevard Fort Lauderdale FL 33301 Non‐Union, Union None

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

31

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeDemolition And Structure Moving NASDI, LLC (617) 254‐3140 39 Olympia Avenue Woburn MA 1801 Union, Non‐Union NoneDemolition And Structure Moving Berg Demolition Inc. (954) 978‐3408 6600 West Rogers Circle Boca Raton FL 33487 Non‐Union Historically Underutilized Business (HUB)Demolition And Structure Moving American Cutting & Drilling Company, Inc. (954) 917‐0240 2920 Northwest 22nd Terrace Pompano Beach FL 33069 Non‐Union NoneDemolition And Structure Moving American Cutting & Drilling Company, Inc. (954) 917‐0240 2920 Northwest 22nd Terrace Pompano Beach FL 33069 Non‐Union NoneDemolition And Structure Moving Riteway Demolition (954) 572‐6228 3071 Northwest 64th Avenue Sunrise FL 33313 Non‐Union NoneDemolition And Structure Moving Bg Group (561) 413‐4088 1140 Holland Dr Boca Raton FL 33487 Non‐Union Women Business Enterprise (WBE)Demolition And Structure Moving Miami Wrecking Co. (954) 492‐2727 4540 Northwest 8th Terrace Fort Lauderdale FL 33309 Non‐Union Small Business Enterprise (SBE)Demolition And Structure Moving Alpha Wrecking (954) 203‐9304 601 Northwest 12th Avenue Pompano Beach FL 33069 Non‐Union NoneDemolition And Structure Moving Pece of Mind Demolition (407) 568‐3456 1575 Aber Road Orlando FL 32807 Union, Non‐Union NoneDemolition And Structure Moving Pece of Mind Demolition (407) 568‐3456 1575 Aber Road Orlando FL 32807 Union, Non‐Union NoneDemolition And Structure Moving NorthStar Contracting Group, Inc.  (617) 389‐8880 32952 Capitol Street Livonia MI 48150 Union Minority Business Enterprise (MBE), NoneDemolition And Structure Moving Alliedbean Demolition (954) 848‐2806 500 East Broward Boulevard Fort Lauderdale FL 33394 Non‐Union Small Business Enterprise (SBE)Demolition And Structure Moving Alliedbean Demolition (954) 496‐4979 500 East Broward Boulevard Fort Lauderdale FL 33394 Non‐Union Small Business Enterprise (SBE)Demolition And Structure Moving Advanced Disposal (407) 734‐3404 Orlando FL Non‐Union OtherDemolition And Structure Moving DisposAll (407) 389‐8000 3941 Bryn Mawr Street Orlando FL 32808 Non‐Union Minority Business Enterprise (MBE)Demolition And Structure Moving Alliedbean Demolition (561) 235‐8335 500 East Broward Boulevard Fort Lauderdale FL 33394 Non‐Union Small Business Enterprise (SBE)

Demolition And Structure Moving ABC Demolition (386) 668‐9911 875 Lakeview Drive DeLand FL 32720 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Demolition And Structure Moving American Cutting & Drilling Company, Inc. (954) 917‐0240 2920 Northwest 22nd Terrace Pompano Beach FL 33069 Non‐Union NoneDemolition And Structure Moving Wildcat Demolition Specialists (954) 766‐9922 9660 West Sample Road Coral Springs FL 33065 Non‐Union None

Demolition And Structure Moving Noury Construction (954) 227‐0138 9660 West Sample Road Coral Springs FL 33065 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Demolition And Structure Moving Thunder Demolition (305) 757‐9444 Miami FL Non‐Union Minority Business Enterprise (MBE)

Demolition And Structure Moving Cutting Technologies (856) 456‐2255 101 Washington Avenue Gloucester City NJ 8030 UnionSmall Business Enterprise (SBE), Disadvantaged Business Enterprise (DBE)

Demolition And Structure Moving Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneDemolition And Structure Moving Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneDemolition And Structure Moving DisposAll (407) 259‐6697 3941 Bryn Mawr Street Orlando FL 32808 Non‐Union Minority Business Enterprise (MBE)Demolition And Structure Moving DisposAll (407) 310‐2459 3941 Bryn Mawr Street Orlando FL 32808 Non‐Union Minority Business Enterprise (MBE)Demolition And Structure Moving Interstate Recycling Waste, Inc. (407) 812‐5555 5232 Laval Drive Orlando FL 32839 Minority Business Enterprise (MBE)General RequirementsGeneral Requirements Cover Guard (954) 532‐7557 4424 Seaboard Road Orlando FL 32808General Requirements Kelly Tractor (561) 683‐1231 Kelly Tractor Drive Fort Myers FL 33905General Requirements People Ready (407) 790‐0055 101 South Congress Avenue Delray Beach FL 33445General Requirements Baltimore Recycling Center (410) 624‐7058 7110 Commercial Avenue Baltimore MD 21237General Requirements Construction Labor Contracor (407) 450‐0950 1425 Chaffee Drive Titusville FL 32780General Requirements Glenn Rieder, Inc.  (414) 449‐2888 3420 W Capitol Dr Milwaukee WI 53216 Non‐Union, Union NoneGeneral Requirements Glenn Rieder, Inc.  (702) 248‐4479 3420 W Capitol Dr Milwaukee WI 53216 Non‐Union, Union NoneGeneral Requirements Bonded Lightning Protection Systems, Inc. 2080 West Indiantown Road Jupiter FL 33458 Union OtherGeneral Requirements Bonded Lightning Protection Systems, Inc. (561) 746‐4336 2080 West Indiantown Road Jupiter FL 33458 Union OtherGeneral Requirements Collavino Construction Company Inc. (201) 324‐1060 Jersey City NJ UnionGeneral Requirements East Coast Hoist, Inc. (215) 257‐0155 105 Keystone Drive Telford PA 18969 UnionGeneral Requirements R&H Construction (503) 784‐0028 1530 Southwest Taylor Street Portland OR 97205 Union, Non‐Union, Prevailing Wages NoneGeneral Requirements Richard A. Hamann & Sons. (954) 434‐8937 Florida FLGeneral Requirements Sky Climber Access Solutions, LLC (727) 434‐6078 1800 Pittsburgh Drive Delaware OH 43015 Union, Non‐Union, None NoneGeneral Requirements Sky Climber Access Solutions, LLC (954) 579‐8344 1800 Pittsburgh Drive Delaware OH 43015 Union, Non‐Union, None NoneGeneral Requirements Costa Final Cleaning (561) 990‐9907 20283 North State Road 7 Boca Raton FL 33498 Prevailing Wages OtherGeneral Requirements Marin Marin Construction Inc (305) 594‐1882 8516 Northwest 66th Street Miami FL 33166 None Small Business Enterprise (SBE)General Requirements Enclos Corp. (212) 231‐2800 550 Fairway Drive Deerfield Beach FL 33441 Union, Non‐Union NoneGeneral Requirements Enclos Corp. (617) 796‐6912 550 Fairway Drive Deerfield Beach FL 33441 Union, Non‐Union NoneGeneral Requirements Enclos Corp. (954) 429‐8394 550 Fairway Drive Deerfield Beach FL 33441 Union, Non‐Union NoneGeneral Requirements Carr Builders LLC (954) 941‐2525 Pompano Beach FL 33064General Requirements Trojan Labor (954) 943‐6004 4560 Great Oak Drive North Charleston SC 29418 Women Business Enterprise (WBE)General Requirements Trojan Labor (561) 223‐2919 4560 Great Oak Drive North Charleston SC 29418 Women Business Enterprise (WBE)General Requirements Costa Final Cleaning (561) 237‐2890 20283 North State Road 7 Boca Raton FL 33498 Prevailing Wages OtherGeneral Requirements Trojan Labor (954) 943‐6004 4560 Great Oak Drive North Charleston SC 29418 Women Business Enterprise (WBE)General Requirements Trojan Labor (954) 943‐6004 4560 Great Oak Drive North Charleston SC 29418 Women Business Enterprise (WBE)General Requirements A&S Total Cleaning (954) 570‐1165 1015 West Newport Center Drive Deerfield Beach FL 33442General Requirements Larte Della Cucina (305) 513‐0066 4141 Northwest 2nd Avenue Miami FL 33127 Non‐Union None, OtherGeneral Requirements Larte Della Cucina (305) 513‐0066 4141 Northwest 2nd Avenue Miami FL 33127 Non‐Union None, OtherGeneral Requirements MIK Construction Group (561) 768‐6587 933 Northwest 36th Street Oakland Park FL 33309General Requirements Craven & Thompson (954) 739‐6400x345 3563 Northwest 53rd Street Fort Lauderdale FL 33309General Requirements Labor For Hire /Skilled Resources (904) 226‐6020 2345 West Sand Lake Road Orlando FL 32809 Non‐Union Other

General Requirements Florida Metro Construction Company, Inc (954) 921‐8967 140 Southwest 1st Avenue Dania Beach FL 33004 Non‐UnionSmall Business Enterprise (SBE), Disadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE)

General Requirements First Division Security (786) 587‐3540 185 Southwest 7th Street Miami FL 33130General Requirements Extended Stay America (954) 822‐6031 1401 West McNab Road Pompano Beach FL 33069General Requirements Rand Construction Corporation (703) 740‐3755 12248 Tillinghast Circle Palm Beach Gardens FL 33418General Requirements LJP Construction Services (954) 336‐8900x8972 Florida FLGeneral Requirements National Construction Cleansers Group Group (786) 216‐7950 2101 Northwest 33rd Street Pompano Beach FL 33069

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

32

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeGeneral Requirements United Rentals (954) 545‐9770 12802 Tampa Oaks Boulevard Temple Terrace FL 33637 Non‐Union, None OtherGeneral Requirements United Rentals (954) 545‐9770 12802 Tampa Oaks Boulevard Temple Terrace FL 33637 Non‐Union, None OtherGeneral Requirements Liberty Construction Services (786) 775‐5101 3063 Terramar Drive Naples FL 34119General Requirements Skudo, LLC Florida FL None Minority Business Enterprise (MBE)General Requirements Herc Rentals (954) 970‐6880 27500 Riverview Center Boulevard Bonita Springs FL 34134 Non‐Union OtherGeneral Requirements Eagel Consulting 1422 Apollo Beach Boulevard Apollo Beach FL 33572General Requirements Alliant (213) 443‐2443 13831 Vector Avenue Fort Myers FL 33907General Requirements Glazing Consultants (561) 689‐0055 5760 Corporate Way West Palm Beach FL 33407 None Small Business Enterprise (SBE)General Requirements Glazing Consultants (561) 689‐0055 5760 Corporate Way West Palm Beach FL 33407 None Small Business Enterprise (SBE)General Requirements Thomas Printworks (305) 667‐4149 100 Candace Drive Maitland FL 32751 Non‐Union, None Other, Minority Business Enterprise (MBE)General Requirements Labor Finders (954) 581‐7774 1001 Northeast Waldo Road Gainesville FL 32641General Requirements KLJ (561) 847‐2871 Florida FL Non‐Union OtherGeneral Requirements TSC Southeast (844) 234‐4445 Florida FLGeneral Requirements TSC Southeast (844) 234‐4445 Florida FLGeneral Requirements John B. Webb & Associates (407) 622‐9322 925 South Denning Drive Winter Park FL 32789General Requirements Klaus Multiparking (305) 687‐5733 655 Northwest 128th Street North Miami FL 33168General Requirements FTI Consulting (305) 714‐4642 777 South Flagler Drive West Palm Beach FL 33401General Requirements AmQuip Crane Rental, LLC (205) 520‐2101 2415 Waverly Barn Road Davenport FL 33897 Non‐Union, Union, None OtherGeneral Requirements AmQuip Crane Rental, LLC (205) 520‐2101 2415 Waverly Barn Road Davenport FL 33897 Non‐Union, Union, None OtherGeneral Requirements Biscayne Engineering (305) 324‐7671 529 West Flagler Street Miami FL 33130General Requirements Biscayne Engineering (305) 324‐7671 529 West Flagler Street Miami FL 33130General Requirements SC Railing (763) 231‐7135 7008 Northland Drive North Minneapolis MN 55428 None Small Business Enterprise (SBE), NoneGeneral Requirements SC Railing (763) 231‐7135 7008 Northland Drive North Minneapolis MN 55428 None Small Business Enterprise (SBE), NoneGeneral Requirements Trump Group (305) 933‐8301x228 17801 Northeast 33rd Avenue Aventura FL 33180General Requirements Espirito Santo Marketing Solutions (305) 461‐2882 275 University Drive Coral Gables FL 33134General Requirements Steven Feller P.E. Inc. (954) 467‐1402 500 Northeast 3rd Avenue Fort Lauderdale FL 33301 Non‐Union OtherGeneral Requirements Southeast Mechanical Contractors (954) 981‐3600 2120 Southwest 57th Terrace West Park FL 33023 Non‐Union NoneGeneral Requirements Triton Business Solutions, LLC (786) 296‐3680 Florida FLGeneral Requirements Security Bond Associates, Inc. (305) 552‐5414 10131 Southwest 40th Street Miami FL 33165General Requirements Royal Cleaning Service & Maintenance (561) 889‐6486 2101 Vista Parkway West Palm Beach FL 33411General Requirements Safety Guys (954) 463‐9811 2343 Stirling Road Fort Lauderdale FL 33312General Requirements Door Guys International (954) 463‐9811 Florida FLGeneral Requirements ParamountInsurance Group (305) 225‐5355 3011 Southwest 107th Avenue Miami FL 33165General Requirements South Florida Chamber of Commerce (954) 565‐5750 2000 West Commercial Boulevard Fort Lauderdale FL 33309General Requirements Pest Logic (954) 316‐6400 490 Southwest 63rd Avenue Plantation FL 33317General Requirements New Product Creation (954) 903‐0561 Florida FLGeneral Requirements Mammoth Recycling (954) 978‐1532 1840 Northwest 33rd Street Pompano Beach FL 33064General Requirements Minuteman Press of Hollywood (954) 966‐0233 4171 North State Road 7 Hollywood FL 33021General Requirements Kolter (561) 682‐9500 701 South Olive Avenue West Palm Beach FL 33401General Requirements Miami Micro Data, Inc. (305) 669‐3006 4806 Southwest 74th Court Miami FL 33155General Requirements Jezerinac Group (561) 622‐8585 4400 PGA Boulevard Palm Beach Gardens FL 33410General Requirements JB Design & Permitting, Inc. (954) 440‐1522 6750 North Andrews Avenue Fort Lauderdale FL 33309General Requirements Fons Inc. (305) 801‐1059 25 Southeast 2nd Avenue Miami FL 33131General Requirements GL Staffing Services, Inc. (305) 885‐2500 1709 Banks Road Margate FL 33063General Requirements Knightsbridge (954) 802‐6000 2802 Cheval Street Orlando FL 32828General Requirements Bright Light Security Services LLC (954) 494‐0419 3600 South State Road 7 Miramar FL 33023General Requirements Republic Services Inc. (407) 634‐9534 11255 Rocket Boulevard Orlando FL 32824 Union Other

General Requirements S.G.M. Engineering, Inc. (407) 767‐5188 935 Lake Baldwin Lane Orlando FL 32814Small Business Enterprise (SBE), Disadvantaged Business Enterprise (DBE)

General Requirements American Global (305) 351‐9150 2121 Southwest 3rd Avenue Miami FL 33129General Requirements Cover Guard (781) 821‐2600 760 8th Court Vero Beach FL 32962General Requirements Brickell Group Construction (305) 370‐3988 911 Northeast 79th Street Miami FL 33138General Requirements Brickell Group Construction (305) 370‐3988 911 Northeast 79th Street Miami FL 33138General Requirements Apika USA (844) 222‐7233 Florida FLGeneral Requirements Alternate Energy Company (954) 358‐0501 2821 Southwest 23rd Terrace Fort Lauderdale FL 33312General Requirements Bid It Rentals (321) 217‐1383 Florida FLGeneral Requirements TruPro Cleaning (561) 616‐0935 Florida FLGeneral Requirements Thunder Electrical Contractors, Inc. (305) 669‐1776 7035 Southwest 47th Street Miami FL 33155General Requirements ECS Southwest, LLP (561) 840‐3667 2000 Avenue P Riviera Beach FL 33404 None OtherGeneral Requirements ECS Southwest, LLP (561) 840‐3667 2000 Avenue P Riviera Beach FL 33404 None OtherGeneral Requirements Millennium Builders (954) 444‐4701 3479 Northeast 163rd Street North Miami Beach FL 33160 Non‐Union NoneGeneral Requirements Nelco Testing and Engineering Services, Inc. (305) 259‐9779 13370 Southwest 131st Street Miami FL 33186General Requirements Reprographic solutions (561) 640‐5450 2361 Vista Parkway West Palm Beach FL 33411 None Small Business Enterprise (SBE)General Requirements The Combined Group (786) 272‐2828 10200 Northwest 25th Avenue Miami FL 33147

General Requirements Engenuity Group, Inc. (561) 665‐1151 1280 North Congress Avenue West Palm Beach FL 33409Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

General Requirements The Blue Lights (305) 928‐4163 Orlando FL 32801General Requirements The Blue Lights (786) 281‐2285 Orlando FL 32801General Requirements Lemartec (305) 273‐8676 Miami FL 33183 Non‐Union Minority Business Enterprise (MBE)General Requirements Classroom Outfitters (786) 245‐8601 19301 Southwest 106th Avenue Miami FL 33157 Non‐Union Small Business Enterprise (SBE)General Requirements Smith Aerial Photos (954) 354‐8880 4811 Lyons Technology Parkway Coconut Creek FL 33073 Union, None Small Business Enterprise (SBE)

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

33

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeGeneral Requirements Walter P. Moore (800) 364‐7300 300 South Orange Avenue Orlando FL 32801 Non‐Union Other

General Requirements Volt Engineering (321) 622‐2230 220 West 7th Avenue Tampa FL 33602Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

General Requirements ZHA, Inc. (407) 422‐7487 601 North Magnolia Avenue Orlando FL 32801General Requirements Cleveland Construction Inc. (239) 643‐8000 711 5th Avenue North Naples FL 34102 Union, Non‐Union, Prevailing Wages OtherGeneral Requirements K.D. Construction of Florida, Inc. (954) 344‐4515 1831 Southwest 7th Avenue Pompano Beach FL 33060General Requirements R.L. Burns (407) 839‐1131 401 South Rosalind Avenue Orlando FL 32801 None Minority Business Enterprise (MBE)General Requirements RW Block Consulting Inc. (407) 897‐5354 871 Outer Road Orlando FL 32814 Disadvantaged Business Enterprise (DBE)

General Requirements RDM International, Inc. (703) 709‐2540 14310 Sullyfield Circle Chantilly VA 20151Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

General Requirements Genset Services Inc (954) 956‐9295 3100 Gateway Drive Pompano Beach FL 33069 None NoneGeneral Requirements Ricondo & Associates, Inc. (407) 648‐7288 1000 Northwest 57th Court Miami FL 33126General Requirements DeSimone Consulting Engineers (305) 441‐0755 800 Brickell Avenue Miami FL 33131General Requirements DeSimone Consulting Engineers (305) 441‐0755 800 Brickell Avenue Miami FL 33131General Requirements Berkowitz Development Group (305) 854‐2800 2665 South Bayshore Drive Miami FL 33133General Requirements Florida East Coast Realty, Inc. (305) 358‐7710 100 South Biscayne Boulevard Miami FL 33131General Requirements Florida East Coast Realty, Inc. (305) 358‐7710 100 South Biscayne Boulevard Miami FL 33131General Requirements Florida East Coast Realty, Inc. (305) 358‐7710x134 100 South Biscayne Boulevard Miami FL 33131General Requirements Victaulic 86202 Coastline Drive Yulee FL 32097 Prevailing Wages, Non‐Union, None Other, NoneGeneral Requirements RTKL (786) 268‐3939 396 Alhambra Circle Coral Gables FL 33134General Requirements BSSW Architects, Inc. (239) 278‐3838 1500 Jackson Street Fort Myers FL 33901General Requirements RMB General Contractors (954) 232‐0902 6535 Nova Drive Davie FL 33317General Requirements RMB General Contractors (954) 214‐9988 6535 Nova Drive Davie FL 33317General Requirements Geod Consulting (617) 776‐0432 Florida FL Non‐UnionGeneral Requirements Hes‐Group (305) 858‐0915 330 Northwest 29th Street Miami FL 33127General Requirements Hes‐Group (305) 858‐0915 330 Northwest 29th Street Miami FL 33127General Requirements Hes‐Group (305) 858‐0915 330 Northwest 29th Street Miami FL 33127General Requirements Master Development, Inc. (305) 936‐8380 2860 West State Road 84 Fort Lauderdale FL 33312General Requirements DeBartolo Development (813) 676‐7694 4401 West Kennedy Boulevard Tampa FL 33609General Requirements DeBartolo Development (813) 676‐7679 4401 West Kennedy Boulevard Tampa FL 33609General Requirements American Layout & Land Surveying, LLC (844) 787‐8399 4847 North Florida Avenue Tampa FL 33603 Union, Prevailing Wages, Non‐Union Small Business Enterprise (SBE)General Requirements Kobi Karp (305) 573‐1818 2915 Biscayne Boulevard Miami FL 33137General Requirements Add Inc. (305) 482‐8763 2 South Biscayne Boulevard Miami FL 33131General Requirements Whitman Family Development (305) 403‐9200 848 Brickell Avenue Miami FL 33131General Requirements PDSI Project Development Services, Inc. (410) 685‐7374x318 200 South Orange Avenue Orlando FL 32801General Requirements Verzasca Group (305) 749‐5819 Florida FLGeneral Requirements Verzasca Group (305) 864‐3051 Florida FLGeneral Requirements Nichols Brosch Wurst Wolfe & Associates, Inc. (305) 443‐5206 161 Almeria Avenue Coral Gables FL 33134General Requirements Adache Group Architects (954) 525‐8133 550 South Federal Highway Fort Lauderdale FL 33301General Requirements Glenewinkel Construction Company (954) 990‐8091 Fort Lauderdale FL 33316General Requirements Langan Engineering (786) 264‐7213 110 East Broward Boulevard Fort Lauderdale FL 33301 Non‐Union, Union NoneGeneral Requirements Gensler (202) 721‐5200 801 Brickell Avenue Miami FL 33131 Non‐Union OtherGeneral Requirements Hnedak Bobo Group Inc. (901) 525‐2557 Florida FL UnionGeneral Requirements AECOM Tishman (212) 399‐3603 1200 Epcot Resorts Boulevard Lake Buena Vista FL 32830 None NoneGeneral Requirements AECOM Tishman (973) 643‐4007 1200 Epcot Resorts Boulevard Lake Buena Vista FL 32830 None NoneGeneral Requirements AECOM Tishman (973) 643‐4007 1200 Epcot Resorts Boulevard Lake Buena Vista FL 32830 None NoneGeneral Requirements VHB (617) 728‐7777 8043 Cooper Creek Boulevard University Park FL 34201General Requirements TRC Worldwide Engineering, Inc. (954) 484‐7777 1230 North University Drive Plantation FL 33322 None Minority Business Enterprise (MBE), NoneGeneral Requirements Peopleready (formerly Labor Ready) (253) 383‐9101 4300 Kings Highway Punta Gorda FL 33980 Non‐Union, Prevailing Wages OtherGeneral Requirements FoxCor (501) 221‐7036 Florida FLGeneral Requirements Briglia McLaughlin (703) 506‐1990 Florida FLGeneral Requirements Handex Consulting & Remediation LLC (954) 681‐4077x1308 111 Kelsey Lane Tampa FL 33619General Requirements MRI Architectural Group (407) 245‐3660 5032 Goddard Avenue Orlando FL 32804

General Requirements Grelite Corp (954) 774‐5553 4070 Northwest 34th Street Lauderdale Lakes FL 33319 NoneDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

General Requirements Hanson Inc. (217) 788‐2450 1601 Belvedere Road West Palm Beach FL 33406General Requirements Dowling Construction Inc (858) 277‐7988 Florida FL Non‐Union Small Business Enterprise (SBE)General Requirements Brassfield & Gorrie 601 East Altamonte Drive Altamonte Springs FL 32701General Requirements Access General Contractor, LLC (954) 865‐6366 Florida FLGeneral Requirements Euro Design Experts (954) 655‐1267 4841 Southwest 45th Avenue Fort Lauderdale FL 33314 Non‐Union NoneGeneral Requirements We Find Contractors, LLC (954) 459‐0229 425 Poinciana Drive Hallandale Beach FL 33009 Prevailing Wages NoneCast‐In‐Place ConcreteCast‐In‐Place Concrete ATF Concrete (866) 581‐7111 2100 Coral Way Miami FL 33145Cast‐In‐Place Concrete American Structural Concrete (formerly Southern Pan) 2385 Lithonia Industrial Boulevard Lithonia GA 30058 Non‐Union Small Business Enterprise (SBE)Cast‐In‐Place Concrete Go‐Tilt (561) 239‐5030 1160 Southwest 34th Avenue Deerfield Beach FL 33442 Non‐Union NoneCast‐In‐Place Concrete 3C Construction Corporation (305) 638‐5511 3601 Northwest 55th Street Miami FL 33142 Non‐Union Disadvantaged Business Enterprise (DBE), OtherCast‐In‐Place Concrete M.C. Velar Construction Corp. (305) 828‐3944 13950 Northwest 107th Avenue Hialeah FL 33018 Non‐Union OtherCast‐In‐Place Concrete M.C. Velar Construction Corp. (305) 828‐3944 13950 Northwest 107th Avenue Hialeah FL 33018 Non‐Union OtherCast‐In‐Place Concrete Reinforced Structures Inc. (954) 530‐3463 1378 Northwest 65th Avenue Plantation FL 33313 Non‐Union Small Business Enterprise (SBE)Cast‐In‐Place Concrete JA&M Developing (954) 770‐0321 15800 Pines Boulevard Pembroke Pines FL 33027Cast‐In‐Place Concrete L&R Structural (305) 220‐8200 7102 Southwest 44th Street Miami FL 33155 None None

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

34

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeCast‐In‐Place Concrete Collavino Construction Company Inc. (201) 324‐1060 Jersey City NJ UnionCast‐In‐Place Concrete Collavino Construction Company Inc. (201) 324‐1060 Jersey City NJ UnionCast‐In‐Place Concrete United Forming Inc. (407) 536‐5413 651 Danville Drive Orlando FL 32825 Union, Non‐Union NoneCast‐In‐Place Concrete Alliance Verdi USA (416) 676‐8281 1440 Coral Ridge Drive Coral Springs FL 33071 Non‐UnionCast‐In‐Place Concrete Fly & Form (770) 971‐7873 1817 Westgate Parkway Southwest Atlanta GA 30336 Non‐Union, Union OtherCast‐In‐Place Concrete Areda Construction Inc. (305) 826‐5677 5735 Northwest 151st Street Miami Lakes FL 33014 Non‐Union NoneCast‐In‐Place Concrete Areda Construction Inc. (305) 826‐5676 5735 Northwest 151st Street Miami Lakes FL 33014 Non‐Union NoneCast‐In‐Place Concrete Areda Construction Inc. (305) 826‐5676 5735 Northwest 151st Street Miami Lakes FL 33014 Non‐Union None

Cast‐In‐Place Concrete Ceco Concrete (813) 622‐8080 3218 Parkside Center Circle Tampa FL 33619 Union, Non‐UnionWomen Business Enterprise (WBE), Small Business Enterprise (SBE)

Cast‐In‐Place Concrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None NoneCast‐In‐Place Concrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None NoneCast‐In‐Place Concrete Baker Concrete Construction, Inc. (407) 625‐9394 Miami FL Union, Non‐Union, Prevailing Wages, None NoneCast‐In‐Place Concrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None NoneCast‐In‐Place Concrete Capform, Inc. (305) 216‐9865 1515 Northwest 167th Street Miami FL 33169 Non‐Union, Union NoneCast‐In‐Place Concrete American Structural Concrete (formerly Southern Pan) (678) 301‐2400 2385 Lithonia Industrial Boulevard Lithonia GA 30058 Non‐Union Small Business Enterprise (SBE)Cast‐In‐Place Concrete American Structural Concrete (formerly Southern Pan) (678) 301‐2400 2385 Lithonia Industrial Boulevard Lithonia GA 30058 Non‐Union Small Business Enterprise (SBE)Cast‐In‐Place Concrete Fly & Form (770) 971‐7873 1817 Westgate Parkway Southwest Atlanta GA 30336 Non‐Union, Union OtherConcreteConcrete Alliance Verdi USA (954) 840‐7770 1440 Coral Ridge Drive Coral Springs FL 33071 Non‐UnionConcrete Brothers Concrete Pumping (954) 731‐6679 732 Northwest 8th Avenue Fort Lauderdale FL 33311

Concrete PJ Spillane Company (617) 389‐6200 97 Tileston Street Everett MA 2149 UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE), Other

Concrete L&R Structural (305) 220‐8200 7102 Southwest 44th Street Miami FL 33155 None NoneConcrete L&R Structural (305) 220‐8200 7102 Southwest 44th Street Miami FL 33155 None NoneConcrete South Pointe Construction (305) 858‐0784 1870 Coral Way Miami FL 33145Concrete Roger & Sons Concrete (845) 227‐6033 1474 Route 55 Lagrangeville NY 12540 Union, Non‐Union Minority Business Enterprise (MBE)Concrete Roger & Sons Concrete (305) 970‐7426 1474 Route 55 Lagrangeville NY 12540 Union, Non‐Union Minority Business Enterprise (MBE)Concrete Supermix (305) 262‐3250 11500 Northwest 134th Street Medley FL 33178 Non‐Union NoneConcrete Supermix (305) 264‐7101 11500 Northwest 134th Street Medley FL 33178 Non‐Union NoneConcrete Supermix (305) 262‐3250 x129 11500 Northwest 134th Street Medley FL 33178 Non‐Union NoneConcrete Supermix (305) 262‐3250x101 11500 Northwest 134th Street Medley FL 33178 Non‐Union NoneConcrete Supermix (305) 262‐3250 11500 Northwest 134th Street Medley FL 33178 Non‐Union NoneConcrete Net Construction, Inc. (305) 888‐3177 10601 Northwest 123rd Street Road Medley FL 33178Concrete Bay To Bay Stone Restoration Inc 3389 Sheridan Street Hollywood FL 33021 Non‐Union NoneConcrete Tilt Up Plus (786) 712‐4348 12599 Northwest 107th Avenue Medley FL 33178 Non‐Union NoneConcrete Adonel Concrete Pumping (305) 669‐0611 2101 Northwest 110th Avenue Miami FL 33172Concrete Woodland Construction Company (561) 743‐0490x115 1562 Park Lane South Jupiter FL 33458 UnionConcrete Woodland Construction Company (561) 743‐0490 1562 Park Lane South Jupiter FL 33458 UnionConcrete Woodland Construction Company (561) 743‐0490 1562 Park Lane South Jupiter FL 33458 UnionConcrete Bidgood Associates, Inc. (781) 665‐6800 Massachusetts MA UnionConcrete Florida Tilt, Inc. (786) 242‐8458 14092 Southwest 142nd Avenue Miami FL 33186 None NoneConcrete Martell Construction, Inc. (305) 776‐8457 9870 Southwest 70th Street Miami FL 33173Concrete N Square, Inc. (239) 514‐1173 North Boulevard Tampa FLConcrete Reinforced Structures Inc. (305) 721‐2713 1378 Northwest 65th Avenue Plantation FL 33313 Non‐Union Small Business Enterprise (SBE)Concrete Ja & M (305) 779‐5187 15757 Pines Boulevard Pembroke Pines FL 33028Concrete Terrell Duke Masonry, Inc. (954) 236‐5462 5722 South Flamingo Road Cooper City FL 33330Concrete Independent Concrete Restoration, Inc. (239) 287‐0033 6701 Northeast 3rd Avenue Miami FL 33138Concrete Intergrity Struictual Development Inc. (954) 437‐4731 7665 Davie Road Extension Hollywood FL 33024Concrete HH Construction Group Inc. (305) 441‐2383 1046 East 16th Street Hialeah FL 33010Concrete Garmon Concrete Construction (305) 260‐2112 1930 West Beaver Street Jacksonville FL 32209Concrete Deer Construcion (305) 278‐1308 4 Abacus Avenue Ormond Beach FL 32174Concrete Csci‐ Concrete Services & Consultants, Inc. (561) 330‐7155 1829 Corporate Drive Boynton Beach FL 33426Concrete Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneConcrete Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneConcrete Structural Integrity Contractors, Inc. (954) 239‐8392 Florida FLConcrete Structural Integrity Contractors, Inc. (954) 239‐8392 Florida FLConcrete G & E Florida Contractors, Inc. (303) 835‐1767 5555 Anglers Avenue Fort Lauderdale FL 33312 Non‐Union None

Concrete JBS Engineering Technical Services, Inc. (407) 359‐6437 15 Windsormere Way Oviedo FL 32765 Non‐UnionDisadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE)

Concrete Mims Concrete (407) 298‐6936 29 Southwest 33rd Street Fort Lauderdale FL 33315Concrete Prime Construction Group, Inc. (407) 856‐8180 Orlando FL 32824

Concrete Interstate Sealant & Concrete, Inc. (813) 373‐8904 Rockwood Way Waukesha WI 53189 Non‐UnionDisadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE)

Concrete Pegasus Painting (954) 755‐4616 290 Southwest 12th Avenue Pompano Beach FL 33069 None NoneConcrete Oncore Construction (301) 927‐7700 370 East Crown Point Road Winter Garden FL 34787Concrete Ctidc, Inc. (202) 863‐0904x10 4800 Spring Park Road Jacksonville FL 32207Concrete Areda Construction Inc. (305) 826‐5677 5735 Northwest 151st Street Miami Lakes FL 33014 Non‐Union NoneConcrete Suffolk Construction (305) 459‐4748 Miami FL 33131 None NoneConcrete Patent LLC a Brand Energy Services Company (813) 626‐1133 6402 East Hanna Avenue Tampa FL 33610 Union Other, NoneConcrete DGS Construction Inc. (410) 363‐9620 Florida FL

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

35

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeConcrete Cemex USA (786) 295‐5944 29 Southwest 33rd Street Fort Lauderdale FL 33315Concrete RS Florida (954) 606‐0225 200 Park Central Boulevard South Pompano Beach FL 33064 Non‐Union NoneConcrete RS Florida (954) 865‐7656 200 Park Central Boulevard South Pompano Beach FL 33064 Non‐Union NoneConcrete K.D. Construction of Florida, Inc. (954) 344‐4515 1831 Southwest 7th Avenue Pompano Beach FL 33060Concrete Alliance Verdi USA (954) 840‐7770 Oliveto Verdi Court Brandon FL 33511 Non‐UnionConcrete Reynolds Construction Services (954) 933‐1161 1700 Ridge Avenue Daytona Beach FL 32117Concrete Reynolds Construction Services (954) 933‐1161 1700 Ridge Avenue Daytona Beach FL 32117Concrete Instament Spray Concrete Inc. 1670 Sunshine Drive Clearwater FL 33765Concrete T&T Construction (407) 831‐5506 340 Oleander Way Casselberry FL 32707 Non‐Union, Union, Prevailing Wages Women Business Enterprise (WBE)

Concrete ConTech Construction, LLC (407) 905‐4671 700 West Plant St Winter Garden FL 34787 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Concrete Pre‐Cast Specialties, Inc. (954) 781‐4040x215 1380 Northeast 48th Street Pompano Beach FL 33064 Non‐Union NoneConcrete Pre‐Cast Specialties, Inc. (954) 781‐4040 1380 Northeast 48th Street Pompano Beach FL 33064 Non‐Union NoneConcrete James McHugh Construction (312) 821‐0303 1737 South Michigan Avenue Chicago IL 60616 Union NoneConcrete Titan Structural Inc. (954) 541‐2149 5000 Oakes Road Davie FL 33314 Non‐Union NoneConcrete Tellus Building Systems LLC (239) 451‐3171 x702 111 North Orange Avenue Orlando FL 32801 Non‐Union OtherConcrete Temple Design LLC (772) 486‐2111 6712 Kalamba Street Orlando FL 32807 Prevailing Wages Minority Business Enterprise (MBE)Concrete Southland Concrete Creations (941) 721‐4900 Terra Ceia FL 34250 Non‐Union Women Business Enterprise (WBE)Concrete Southland Concrete Creations (941) 721‐4900 Terra Ceia FL 34250 Non‐Union Women Business Enterprise (WBE)

Concrete Matcon Construction Services, Inc. (813) 600‐5555 171 Village Parkway Northeast Marietta GA 30067 NoneDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Concrete L.R.E. Ground Services, Inc. (813) 205‐3792 1115 South Main Street Brooksville FL 34601 Non‐Union NoneConcrete L.R.E. Ground Services, Inc. (352) 279‐1073 1115 South Main Street Brooksville FL 34601 Non‐Union NoneConcrete L.R.E. Ground Services, Inc. (800) 580‐0229 x2120 1115 South Main Street Brooksville FL 34601 Non‐Union None

Concrete ACY Contractors LLC (407) 792‐2709 6160 Edgewater Drive Orlando FL 32810 Non‐Union, Prevailing Wages, UnionDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Concrete American Structural Concrete (formerly Southern Pan) 2385 Lithonia Industrial Boulevard Lithonia GA 30058 Non‐Union Small Business Enterprise (SBE)Concrete American Structural Concrete (formerly Southern Pan) (678) 301‐2400 2385 Lithonia Industrial Boulevard Lithonia GA 30058 Non‐Union Small Business Enterprise (SBE)Concrete American Structural Concrete (formerly Southern Pan) (678) 301‐2400 2385 Lithonia Industrial Boulevard Lithonia GA 30058 Non‐Union Small Business Enterprise (SBE)

Concrete Builders Plus (561) 547‐7171 105 Commerce Road Boynton Beach FL 33426 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Concrete Fly & Form (770) 971‐7873 1817 Westgate Parkway Southwest Atlanta GA 30336 Non‐Union, Union OtherConcrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. (407) 736‐9900 Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. (407) 625‐9394 Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. (954) 964‐0935 Miami FL Union, Non‐Union, Prevailing Wages, None NoneConcrete Baker Concrete Construction, Inc. (954) 964‐6027 Miami FL Union, Non‐Union, Prevailing Wages, None None

Concrete Ceco Concrete (813) 622‐8080 3218 Parkside Center Circle Tampa FL 33619 Union, Non‐UnionWomen Business Enterprise (WBE), Small Business Enterprise (SBE)

Concrete Litecrete, Inc. (305) 500‐9373 8095 Northwest 64th Street Miami FL 33166 Non‐Union NoneConcrete United Forming Inc. (678) 945‐4224 470 Riverside Parkway Austell GA 30168 Union, Non‐Union NoneConcrete Bg Group (561) 413‐4088 1140 Holland Dr Boca Raton FL 33487 Non‐Union Women Business Enterprise (WBE)Concrete American Cutting & Drilling Company, Inc. (954) 917‐0240 2920 Northwest 22nd Terrace Pompano Beach FL 33069 Non‐Union NoneConcrete American Cutting & Drilling Company, Inc. (954) 917‐0240 2920 Northwest 22nd Terrace Pompano Beach FL 33069 Non‐Union NoneConcrete Gate Precast Company (904) 813‐6525 810 Sawdust Trail Kissimmee FL 34744 Union, Non‐Union NoneConcrete Gate Precast Company (407) 847‐5285 810 Sawdust Trail Kissimmee FL 34744 Union, Non‐Union NoneConcrete Gate Precast Company (407) 475‐5285 810 Sawdust Trail Kissimmee FL 34744 Union, Non‐Union NoneConcrete Dura‐Stress (352) 787‐1422 11325 County Road 44 Leesburg FL 34788 Union, Non‐Union NoneConcrete Titan Florida, LLC (954) 662‐8931 2500 Southwest 2nd Avenue Fort Lauderdale FL 33315 Non‐Union None, OtherConcrete Titan Florida, LLC (386) 226‐1848 2500 Southwest 2nd Avenue Fort Lauderdale FL 33315 Non‐Union None, OtherConcrete Titan Florida, LLC (954) 761‐1944 2500 Southwest 2nd Avenue Fort Lauderdale FL 33315 Non‐Union None, OtherConcrete Titan Florida, LLC (305) 525‐9567 2500 Southwest 2nd Avenue Fort Lauderdale FL 33315 Non‐Union None, OtherConcrete Jeffco Concrete Contractors, Inc. (205) 345‐3443 10945 Commercial Drive Tuscaloosa AL 35405 Non‐Union Small Business Enterprise (SBE)

Concrete Hommes Masonry Inc dba TOLTEC CONSTRUCTION (407) 654‐2648 334 East Bay Street Winter Garden FL 34787 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Concrete Cemex (561) 276‐6037 209 George King Boulevard Cape Canaveral FL 32920 Union, Non‐Union, Prevailing Wages, None Other, None, Minority Business Enterprise (MBE)Concrete Cemex (786) 295‐3747 209 George King Boulevard Cape Canaveral FL 32920 Union, Non‐Union, Prevailing Wages, None Other, None, Minority Business Enterprise (MBE)Concrete Cemex (305) 558‐0315 209 George King Boulevard Cape Canaveral FL 32920 Union, Non‐Union, Prevailing Wages, None Other, None, Minority Business Enterprise (MBE)Concrete Cemex (786) 295‐2294 209 George King Boulevard Cape Canaveral FL 32920 Union, Non‐Union, Prevailing Wages, None Other, None, Minority Business Enterprise (MBE)Concrete ATF Concrete (866) 581‐7111 2100 Coral Way Miami FL 33145Concrete E & F Builders (305) 262‐1402 655 West Flagler Street Miami FL 33130Concrete C & H Concrete Construction, Inc. (954) 978‐3087 970 Southwest 6th Street Pompano Beach FL 33069 Non‐Union NoneConcrete C & H Concrete Construction, Inc. 970 Southwest 6th Street Pompano Beach FL 33069 Non‐Union None

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

36

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeConcrete Drawdy Concrete Construction, LLC (772) 464‐8160 2705 Peters Road Fort Pierce FL 34945 Union, Non‐Union NoneConcrete Go‐Tilt (954) 422‐9488 4281 Northwest 1st Avenue Boca Raton FL 33431 Non‐Union NoneConcrete Cellucrete Corporation (305) 345‐4873 11905 Northwest 99th Avenue Hialeah Gardens FL 33018Concrete Alliance Verdi USA (416) 676‐8281 1440 Coral Ridge Drive Coral Springs FL 33071 Non‐UnionConcrete ReinforcingConcrete Reinforcing Structural Technologies ‐ VSL (954) 489‐3991 2001 Blount Road Pompano Beach FL 33069 Non‐Union Other

Concrete Reinforcing Gerdau Reinforcing Steel (954) 921‐2500 x237 2025 Tigertail Boulevard Dania Beach FL 33004 Union, NoneSmall Business Enterprise (SBE), Minority Business Enterprise (MBE), None, Other

Concrete Reinforcing Gulf Coast Rebar, Inc. (813) 247‐1200 Tampa FL 33675 Non‐Union Disadvantaged Business Enterprise (DBE)Concrete Reinforcing Titan Reinforcing (561) 848‐4110 320 10th Street Lake Park FL 33403Concrete Reinforcing Oceantide Construction (561) 625‐9264 8509 Portobello Lane Palm Beach Gardens FL 33418Concrete Reinforcing PTE Systems International LLC (305) 863‐3409 1950 West 8th Court Hialeah FL 33010 None Minority Business Enterprise (MBE)Concrete Reinforcing PTE Systems International LLC (305) 863‐3409 1950 West 8th Court Hialeah FL 33010 None Minority Business Enterprise (MBE)

Concrete Reinforcing Dywidag‐Systems International (954) 532‐1326 Pompano Beach FL Non‐Union, UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE), None

Concrete Reinforcing Harris Rebar (407) 464‐3710 5960 West Jones Avenue Zellwood FL 32798 Union, Non‐Union, NoneMinority Business Enterprise (MBE), Women Business Enterprise (WBE), Other, None

Concrete Reinforcing Telesco Construction Co. (305) 216‐6161 86 Northeast 109th Street Miami Shores FL 33161Concrete Reinforcing Atlantic Steel 170 Northwest 24th Street Miami FL 33127Concrete Reinforcing Tied Right Steel, Inc. (954) 327‐0350 6007 Southwest 45th Street Fort Lauderdale FL 33314Concrete Reinforcing MMFX Technologies Corp (727) 560‐0048 8750 Philips Highway Jacksonville FL 32256 Non‐UnionConcrete Reinforcing MMFX Technologies Corp (949) 476‐7600 8750 Philips Highway Jacksonville FL 32256 Non‐UnionConcrete Reinforcing MMFX Technologies Corp (727) 560‐0048 8750 Philips Highway Jacksonville FL 32256 Non‐UnionConcrete Reinforcing Transamerica (305) 572‐9551 570 Carillon Parkway St Petersburg FL 33716Concrete Reinforcing Gulf Coast Rebar, Inc. (813) 247‐1200 Tampa FL 33675 Non‐Union Disadvantaged Business Enterprise (DBE)Concrete Reinforcing G‐Proulx, LLC (954) 922‐1429 14 Southwest 3rd Avenue Dania Beach FL 33004Concrete Reinforcing Suncoast Post‐Tension (954) 322‐8991 2010 Southwest 31st Avenue Hallandale Beach FL 33009 Non‐Union, Union None

Concrete Reinforcing Gerdau Reinforcing Steel (954) 237‐0801 2025 Tigertail Boulevard Dania Beach FL 33004 Union, NoneSmall Business Enterprise (SBE), Minority Business Enterprise (MBE), None, Other

Concrete Reinforcing Instament Spray Concrete Inc. 1670 Sunshine Drive Clearwater FL 33765Concrete Reinforcing Titan Reinforcing, LLC 18851 Northeast 29th Avenue Aventura FL 33180 Union OtherConcrete Reinforcing Titan Reinforcing, LLC 18851 Northeast 29th Avenue Aventura FL 33180 Union OtherConcrete Reinforcing Stuart Building Products (954) 978‐8900 Fort Myers FL 33916 None NoneConcrete Reinforcing C.L.W. Concrete Construction (239) 590‐6129 8141 Mainline Parkway Fort Myers FL 33912Concrete Reinforcing Temple Design LLC (772) 486‐2111 6712 Kalamba Street Orlando FL 32807 Prevailing Wages Minority Business Enterprise (MBE)Concrete Reinforcing Creative Concrete Services (863) 608‐0950 Lakeland FL 33804 Non‐Union NoneConcrete Reinforcing Creative Concrete Services (239) 691‐6054 Lakeland FL 33804 Non‐Union NoneConcrete Reinforcing L.R.E. Ground Services, Inc. (813) 205‐3792 1115 South Main Street Brooksville FL 34601 Non‐Union NoneConcrete Reinforcing L.R.E. Ground Services, Inc. (800) 580‐0229 x2120 1115 South Main Street Brooksville FL 34601 Non‐Union NoneConcrete Reinforcing L.R.E. Ground Services, Inc. (352) 279‐1073 1115 South Main Street Brooksville FL 34601 Non‐Union NoneConcrete Reinforcing L.R.E. Ground Services, Inc. (800) 580‐0229 1115 South Main Street Brooksville FL 34601 Non‐Union NoneConcrete Reinforcing CMC (407) 518‐5104 1755 Avenue A Kissimmee FL 34758 Prevailing Wages NonePrecast ConcretePrecast Concrete Patent LLC a Brand Energy Services Company (813) 626‐1133 6402 East Hanna Avenue Tampa FL 33610 Union Other, NonePrecast Concrete Coreslab Structures, Inc. (305) 823‐8950 10501 Northwest 121st Way Medley FL 33178 Union, Non‐Union, None Other, NonePrecast Concrete Gate Precast Company (407) 475‐5285 810 Sawdust Trail Kissimmee FL 34744 Union, Non‐Union NonePrecast Concrete Gate Precast Company (407) 847‐5285 810 Sawdust Trail Kissimmee FL 34744 Union, Non‐Union NonePrecast Concrete Gate Precast Company (904) 813‐6525 810 Sawdust Trail Kissimmee FL 34744 Union, Non‐Union NonePrecast Concrete Dura‐Stress (352) 787‐1422 11325 County Road 44 Leesburg FL 34788 Union, Non‐Union NonePrecast Concrete K.D. Construction of Florida, Inc. (954) 344‐4515 1831 Southwest 7th Avenue Pompano Beach FL 33060Precast Concrete Pre‐Cast Specialties, Inc. (954) 781‐4040 1380 Northeast 48th Street Pompano Beach FL 33064 Non‐Union NonePrecast Concrete Pre‐Cast Specialties, Inc. (954) 410‐2364 1380 Northeast 48th Street Pompano Beach FL 33064 Non‐Union NonePrecast Concrete Florida Wall Concepts Inc. (407) 971‐8418 1726 West Broadway Street Oviedo FL 32765Precast Concrete Permacast Walls (352) 201‐6783 6015 21st Street East Bradenton FL 34203 None NoneMetalsMetals Pierce Associates, Inc. (703) 751‐2400 774 West Midway Road Fort Pierce FL 34982Metals Suncor (407) 230‐2118 3408 West 84th Street Hialeah FL 33018 Non‐Union NoneMetals Suncor (608) 846‐9300 3408 West 84th Street Hialeah FL 33018 Non‐Union NoneMetals Associated Steel and Aluminum (954) 969‐0208 3860 East 10th Court Hialeah FL 33013Metals MMFX Technologies Corp (727) 560‐0048 8750 Philips Highway Jacksonville FL 32256 Non‐UnionMetals Bachillor Iron Works (305) 751‐7773 295 Northeast 71st Street Miami FL 33138Metals Bachillor Iron Works (305) 751‐7773 295 Northeast 71st Street Miami FL 33138Metals Bachillor Iron Works (305) 751‐7773 295 Northeast 71st Street Miami FL 33138Metals Gancedo (305) 836‐7030 9300 Northwest 36th Avenue Miami FL 33147Metals Skyline Steel (954) 968‐1912 4987 Northwest 23rd Avenue Fort Lauderdale FL 33309 Union None, OtherMetals Toledo Iron Works (305) 633‐4352 4710 Northwest 37th Avenue Miami FL 33142 None Minority Business Enterprise (MBE)Metals Brannon Specialties (305) 971‐9666 Miami FL 33157Metals Triple M Roofing Company (954) 524‐7000 914 Northwest 19th Avenue Fort Lauderdale FL 33311 Union NoneMetals Schuff Steel (407) 295‐6434 7351 Overland Road Orlando FL 32810 Union NoneMetals Schuff Steel (407) 295‐6433x4 7351 Overland Road Orlando FL 32810 Union NoneMetals Hernandez Ornamental (305) 525‐6209 Miami FL

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

37

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeMetals Hernandez Ornamental (305) 525‐6209 Miami FLMetals Akouri Metal, Inc. (305) 688‐4776 3851 Northwest 132nd Street Opa‐locka FL 33054

Metals Sterling Steel & Aluminum Fabrications, Inc. (561) 366‐8600 3801 Dawes Avenue West Palm Beach FL 33405 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Metals Brilliant Creative Fabrications (407) 203‐1514 613 Triumph Court Orlando FL 32805 Union, Non‐Union NoneMetals Sundance Architectural Products, LLC (407) 297‐1337 4249 L B McLeod Road Orlando FL 32811Metals Bostic Steel (305) 592‐7276 7740 Northwest 34th Street Miami FL 33122 Non‐Union Women Business Enterprise (WBE)Metals Enthalpy ENC, LLC (407) 850‐0600 5011 Batten Place Edgewood FL 32809Metals A Ultimate Fabrication & Welding Services, Inc. (561) 844‐2377 8049 Monetary Drive West Palm Beach FL 33404 Non‐Union NoneMetals Steel Fabricators, LLC (954) 772‐0440 721 Northeast 44th Street Oakland Park FL 33334 Union, Non‐Union NoneMetals Steel Fabricators, LLC (954) 772‐0440 721 Northeast 44th Street Oakland Park FL 33334 Union, Non‐Union NoneMetals Steel Fabricators, LLC (954) 938‐5800 721 Northeast 44th Street Oakland Park FL 33334 Union, Non‐Union NoneMetals CMC (407) 518‐5104 1755 Avenue A Kissimmee FL 34758 Prevailing Wages NoneMetals East Coast Metal Structures (561) 272‐5417 620 Whitney Street Lantana FL 33462 Non‐Union Small Business Enterprise (SBE)Metals East Coast Metal Structures (561) 272‐5417 620 Whitney Street Lantana FL 33462 Non‐Union Small Business Enterprise (SBE)Metals Georges Welding Service (305) 822‐2445 11400 Northwest 134th Street Medley FL 33178 Non‐Union OtherMetals Georges Welding Service (305) 822‐2445 11400 Northwest 134th Street Medley FL 33178 Non‐Union Other

Metals Gerdau Reinforcing Steel (954) 921‐2500 x261 2025 Tigertail Boulevard Dania Beach FL 33004 Union, NoneSmall Business Enterprise (SBE), Minority Business Enterprise (MBE), None, Other

Metals Gerdau Reinforcing Steel (954) 237‐0801 2025 Tigertail Boulevard Dania Beach FL 33004 Union, NoneSmall Business Enterprise (SBE), Minority Business Enterprise (MBE), None, Other

Metals Shelby Erectors, Inc. (954) 275‐3123 2860 Azalea Drive Hollywood FL 33026 Disadvantaged Business Enterprise (DBE)Metals Architectural Metal Designs (516) 546‐1856 1555 Jupiter Park Drive Jupiter FL 33458Metals Summa Construction (305) 506‐5546 Montreal QC Non‐Union OtherMetals Canatal Industries Inc. (418) 338‐6044 Ville de Québec QC Union, Non‐Union, Prevailing Wages Small Business Enterprise (SBE), NoneMetals Canatal Industries Inc. (418) 338‐6044 Ville de Québec QC Union, Non‐Union, Prevailing Wages Small Business Enterprise (SBE), NoneMetals Trident Building Systems, Inc. (941) 755‐7073 2812 Tallevast Road Sarasota FL 34243 Non‐Union OtherMetals Banker Steel (434) 847‐4575 6635 Edgewater Drive Orlando FL 32810 Union, Non‐Union OtherMetals Banker Steel (434) 847‐4575 6635 Edgewater Drive Orlando FL 32810 Union, Non‐Union OtherMetals Banker Steel (406) 607‐4958 6635 Edgewater Drive Orlando FL 32810 Union, Non‐Union OtherMetals Componenti USA (305) 213‐2985 4810 Northwest 35th Avenue Miami FL 33142 Non‐Union OtherMetals Componenti USA (786) 663‐9128 4810 Northwest 35th Avenue Miami FL 33142 Non‐Union OtherMetals Componenti USA (786) 358‐5069 4810 Northwest 35th Avenue Miami FL 33142 Non‐Union OtherMetals Componenti USA (239) 822‐0116 4810 Northwest 35th Avenue Miami FL 33142 Non‐Union OtherMetals ADF International, Inc. (954) 551‐5879 1925 Northwest 15th Street Pompano Beach FL 33069 Union, Non‐Union OtherMetals ADF International, Inc. (954) 323‐2221 1925 Northwest 15th Street Pompano Beach FL 33069 Union, Non‐Union OtherMetals ADF International, Inc. (954) 340‐8854 1925 Northwest 15th Street Pompano Beach FL 33069 Union, Non‐Union OtherMetals AMF Building Products (561) 790‐5799 x243 Mangonia Park FL Non‐Union NoneMetals Bohnert Sheet Metal (305) 696‐6851 2225 Northwest 76th Street Miami FL 33147Metals Icon Welding & Fabrication (941) 320‐3190 Sarasota FL 34243 Non‐Union NoneMetals G Welding Contractor 10226 Northwest 80th Avenue Hialeah Gardens FL 33016 None Small Business Enterprise (SBE)Metals Coastal Screen & Rail, LLC (561) 819‐0308 1127 Poinsettia Drive Delray Beach FL 33444 Non‐Union OtherMetals Big City Ventures,LLC (561) 683‐0888 300 Sunshine Road West Palm Beach FL 33411Metals Van Linda Iron Works (561) 586‐8400 3787 Boutwell Road Lake Worth FL 33461 Non‐Union Small Business Enterprise (SBE)

Metals Rebah Fabrications, Inc. (407) 857‐3232 Orlando FL 32837Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Metals East Coast Metals (561) 272‐5417 2301 West 8th Lane Hialeah FL 33010Metals American Ironworks, Inc. (301) 277‐8444 2331 East Woodson Road Acampo CA 95220Metals Valmont Lighting, Traffic and Communication Structures (305) 681‐8844 Florida FL Non‐Union, None NoneMetals Berlin Steel (610) 240‐8953 2023 New Berlin Road Jacksonville FL 32218Metals Pierce Associates, Inc. (703) 751‐2400 774 West Midway Road Fort Pierce FL 34982Metals Bostic Steel (305) 592‐7276 7740 Northwest 34th Street Miami FL 33122 Non‐Union Women Business Enterprise (WBE)Metals Remior Industries, Inc. (305) 883‐8722 9165 Northwest 96th Street Medley FL 33178 Non‐Union Small Business Enterprise (SBE)Interior SpecialtiesInterior Specialties Tri‐County Building Specialties, Inc. (954) 977‐6606 1300 West McNab Road Fort Lauderdale FL 33309 Non‐Union Women Business Enterprise (WBE)Interior Specialties Pacific Glass (305) 514‐0977 1325 Northwest 98th Court Doral FL 33172

Interior Specialties SSE & Associates, Inc. (800) 644‐8875 569 Canal Street New Smyrna Beach FL 32168 NoneMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Interior Specialties ACY Contractors LLC (407) 792‐2709 6160 Edgewater Drive Orlando FL 32810 Non‐Union, Prevailing Wages, UnionDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Interior Specialties Schedule 10 Specialists, Inc. (954) 340‐3681 3521 Northwest 99th Avenue Coral Springs FL 33065 Non‐Union Women Business Enterprise (WBE)Interior Specialties Crown Bath Corp (941) 794‐8444 7792 Plantation Circle Bradenton FL 34201 Non‐Union NoneInterior Specialties Divis10n Ten Specialties Incorporated (407) 253‐3449 2674 Pemberton Drive Apopka FL 32703 Non‐Union Women Business Enterprise (WBE)Interior Specialties Teilen System Walls 2567 West 80th Street Hialeah FL 33016Interior Specialties Hufcor Florida Group (407) 302‐2286 x230 1301 Central Park Drive Sanford FL 32771 Union, Prevailing Wages, Non‐Union NoneInterior Specialties Glass & Mirror Designs Corp. (305) 487‐3461 10780 Southwest 190th Street Cutler Bay FL 33157Interior Specialties Tri‐County Building Specialties, Inc. (954) 977‐6606 1300 West McNab Road Fort Lauderdale FL 33309 Non‐Union Women Business Enterprise (WBE)Interior Specialties Bathrooms Unique (305) 447‐4733 East Ponce De Leon Boulevard Coral Gables FL 33134Interior Specialties JL Closets, Inc.  (561) 912‐9881 1080 South Rogers Circle Boca Raton FL 33487 Non‐Union NoneInterior Specialties Acousti Engineering Company (305) 887‐1007 4656 Southwest 34th Street Orlando FL 32811 Non‐Union, Union None

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

38

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeInterior Specialties Capstone Contractors, LLC. (941) 371‐3321 Sarasota FL 34277 Non‐Union NoneInterior Specialties Wilkinson Hi‐Rise (954) 342‐4342 3001 Greene Street Hollywood FL 33020 Union, Non‐Union NoneInterior Specialties Elechs, Inc. (954) 689‐8668 4051 Southwest 47th Avenue Davie FL 33314 Non‐Union Small Business Enterprise (SBE)Interior Specialties Giber, Inc. (305) 969‐6105 19101 Southwest 108th Avenue Miami FL 33157 None OtherInterior Specialties Smith & Wassatt, Inc. (407) 265‐0055 105 Baywood Avenue Longwood FL 32750Interior Specialties Shower Doors Unlimited (561) 547‐0702 3551 High Ridge Road Boynton Beach FL 33426 Non‐Union Small Business Enterprise (SBE)Interior Specialties Capital Glass of Miami (786) 646‐6262 Miami FLRough CarpentryRough Carpentry Boffi Studio (305) 571‐8216 3800 Northeast 2nd Avenue Miami FL 33137Rough Carpentry Coconuts Furniture (954) 714‐9944 5855 Lyons Road Coconut Creek FL 33073Rough Carpentry Mirage Woodworking Inc. (305) 606‐7043 2233 34th Way North Largo FL 33771Rough Carpentry Nolte Kitchens (954) 929‐0889 773 Northwest 167th Street Miami Gardens FL 33169Rough Carpentry ALNO USA Corporation (305) 576‐2566 3650 North Miami Avenue Miami FL 33127 Non‐Union NoneRough Carpentry ALNO USA Corporation (786) 344‐3650 3650 North Miami Avenue Miami FL 33127 Non‐Union NoneRough Carpentry Pompanette Kitchens (561) 842‐0599 6667 42nd Terrace North Riviera Beach FL 33407Rough Carpentry Direct Cabinet Sales (561) 988‐9933 7600 North Federal Highway Boca Raton FL 33487 Non‐Union NoneRough Carpentry Adams Group (941) 639‐7188 2221 Murphy Court North Port FL 34289 Non‐Union Small Business Enterprise (SBE)Rough Carpentry Busby Cabinets (386) 462‐2709 1711 35th Street Orlando FL 32839Rough Carpentry Adams Group (941) 815‐6196 2221 Murphy Court North Port FL 34289 Non‐Union Small Business Enterprise (SBE)

Rough Carpentry Mill‐Rite Woodworking Co. Inc. (727) 527‐7808 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Rough Carpentry Mill‐Rite Woodworking Co. Inc. (727) 642‐3782 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Rough Carpentry Mill‐Rite Woodworking Co. Inc. (727) 527‐7808 x6309 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Rough Carpentry Allegheny Millwork (412) 956‐2051 104 Commerce Boulevard Lawrence PA 15055 Non‐Union, Union

Historically Underutilized Business (HUB), Small Business Enterprise (SBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Rough Carpentry FORMAS Inc. (305) 756‐2000 5582 Northeast 4th Court Miami FL 33137 Non‐Union OtherRough Carpentry Caesarstone Quartz Countertops (305) 758‐6601 6840 Hayvenhurst Avenue Van Nuys CA 91406 Union NoneRough Carpentry National Stoneworks (954) 349‐1609 3200 Meridian Parkway Weston FL 33331 None NoneRough Carpentry National Stoneworks (954) 349‐1609 3200 Meridian Parkway Weston FL 33331 None NoneRough Carpentry Southeast Woodcrafters, Inc. (561) 392‐2929 1800 Northwest 1st Court Boca Raton FL 33432

Rough Carpentry Commercial Stone Fabricators, Inc. (727) 209‐1141 3120 46th Avenue North Saint Petersburg FL 33714 Non‐UnionWomen Business Enterprise (WBE), Minority Business Enterprise (MBE)

Rough Carpentry Advanced Millwork, Inc. (407) 294‐2125 2645 Regent Avenue Orlando FL 32804 Non‐Union NoneRough Carpentry Italkraft (305) 406‐1301 2900 Northwest 77th Court Doral FL 33122 Non‐Union Other, NoneRough Carpentry Italkraft (305) 406‐1301 2900 Northwest 77th Court Doral FL 33122 Non‐Union Other, NoneRough Carpentry Hollywood Woodwork 2951 Pembroke Road Hollywood FL 33020 Non‐Union NoneRough Carpentry Hollywood Woodwork (954) 920‐5010 2951 Pembroke Road Hollywood FL 33020 Non‐Union NoneRough Carpentry Marmol (305) 592‐1181 3500 Northwest 79th Avenue Doral FL 33122Rough Carpentry Rolu Woodcraft (305) 685‐0914 4733 East 11th Avenue Hialeah FL 33013Rough Carpentry Bari Millwork and Supply (954) 969‐9440 1975 Northwest 18th Street Pompano Beach FL 33069Rough Carpentry Fender Marine (407) 481‐2750 1201 West Jackson Street Orlando FL 32805 Non‐Union Women Business Enterprise (WBE)Rough Carpentry Paramount Depot (786) 275‐0107 7975 Northwest 56th Street Doral FL 33166Rough Carpentry New England Custom Woodwork (954) 564‐1500 933 Northwest 36th Street Oakland Park FL 33309Rough Carpentry Distinctive Millwork (954) 328‐6076 7662 Northwest 6th Avenue Boca Raton FL 33487 Non‐Union OtherRough Carpentry Oliveri Millworks (561) 478‐7233 3001 Tuxedo Avenue West Palm Beach FL 33405Rough Carpentry Five Star (954) 956‐7665 506 Southeast 16th Street Fort Lauderdale FL 33316Rough Carpentry Baron Manufacturing (954) 590‐3800 3001 Northwest 16th Terrace Pompano Beach FL 33064 Non‐Union OtherRough Carpentry Baron Manufacturing (954) 590‐3800 3001 Northwest 16th Terrace Pompano Beach FL 33064 Non‐Union Other

Rough Carpentry Designers Specialty Millwork (954) 776‐4500 1320 Northwest 65th Place Fort Lauderdale FL 33309 Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE)

Rough Carpentry Designers Specialty Millwork (954) 776‐4500 1320 Northwest 65th Place Fort Lauderdale FL 33309 Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE)

Rough Carpentry Brannon Specialties (305) 971‐9666 Miami FL 33157Rough Carpentry Cambria (952) 873‐3022 141 Southwest 19th Court Dania Beach FL 33004Rough Carpentry Heron Stone LLLP (954) 389‐9444 x303 1555 North Park Drive Weston FL 33326 Non‐Union NoneRough Carpentry Heron Stone LLLP (954) 389‐9444 1555 North Park Drive Weston FL 33326 Non‐Union NoneRough Carpentry Eurogroup (305) 769‐3777 1201 Route 1 North Palm Beach FL 33408Rough Carpentry GER Industries, Inc. (914) 999‐4978 28 Potter Avenue New Rochelle NY 10801Rough Carpentry GER Industries, Inc. (914) 380‐7717 28 Potter Avenue New Rochelle NY 10801Rough Carpentry Handcraft Millwork (561) 241‐5517 1498 Northwest 3rd Street Deerfield Beach FL 33442Rough Carpentry Quality Cabinet and Fixture (312) 256‐3839 16235 North Florida Avenue Lutz FL 33549 Union, Non‐Union NoneRough Carpentry Innerspace Custome Storage Solutions (305) 665‐1776 100 Northwest 25th Street Miami FL 33127Rough Carpentry Italkitchen International Inc. (305) 513‐0066 4141 Northeast 2nd Avenue Miami FL 33137Rough Carpentry Kauri Group Corp (305) 758‐5773 790 Northwest 72nd Street Miami FL 33150 Non‐Union NoneRough Carpentry Larte Della Cucina (305) 513‐0066 4141 Northwest 2nd Avenue Miami FL 33127 Non‐Union None, OtherRough Carpentry Ornare USA (305) 781‐9056 4040 Northeast 2nd Avenue Miami FL 33137Rough Carpentry Poliform USA, Inc. (305) 573‐9950 4100 Northeast 2nd Avenue Miami FL 33137 Non‐Union NoneRough Carpentry Borgzinner, Inc. (561) 827‐6626 1160 West 13th Street Riviera Beach FL 33404

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

39

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeRough Carpentry Ryans Restorations (305) 255‐3971 Palmetto Bay FLRough Carpentry Inzirillo Company (954) 486‐0055 2051 Northwest 29th Street Oakland Park FL 33311Rough Carpentry Viking Kabinets, Inc. (305) 238‐9363 10445 Southwest 186th Lane Cutler Bay FL 33157Rough Carpentry 305‐KITCHEN.COM (305) 548‐2436 5981 Southwest 21st Street West Park FL 33023 Non‐Union, Prevailing Wages None, OtherRough Carpentry Thomas Riley Artisans Guild (239) 591‐3203 1510 Rail Head Boulevard Naples FL 34110Rough Carpentry Suncoast Construction of Central Florida (561) 809‐9897 746 Big Tree Road South Daytona FL 32119Rough Carpentry Adams Group (941) 639‐7188 2221 Murphy Court North Port FL 34289 Non‐Union Small Business Enterprise (SBE)Rough Carpentry Carbide Industries (678) 493‐0311 314 Crittenden Street Groveland FL 34736 UnionRough Carpentry CG Quality Woodwork (305) 231‐3480 7530 West 19th Court Hialeah FL 33014

Rough Carpentry Metropolitan Woodwork Inc. (908) 481‐1300 2864 Roosevelt Boulevard Clearwater FL 33760 Union, Non‐Union

Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE), Disadvantaged Business Enterprise (DBE)

Rough Carpentry Bon Vivant Custom Woodworking (305) 576‐0866 120 Northeast 27th Street Miami FL 33137Rough Carpentry AM Profile (305) 573‐7770 40 Northeast 40th Street Miami FL 33137Rough Carpentry Axmar Consultants, Inc. (786) 274‐8631 16590 Northeast 26th Avenue North Miami Beach FL 33160Rough Carpentry Snaidero USA (786) 662‐3850 2860 Pershing Street Hollywood FL 33020 Prevailing Wages Small Business Enterprise (SBE)Rough Carpentry Cayman National Manufacturing & Installation, Inc. (954) 421‐1170 1301 Southwest 34th Avenue Deerfield Beach FL 33442 None NoneRough Carpentry California Closets (305) 623‐8282 290 Southwest 12th Avenue Pompano Beach FL 33069 Non‐Union Other

Rough Carpentry ACY Contractors LLC (407) 792‐2709 6160 Edgewater Drive Orlando FL 32810 Non‐Union, Prevailing Wages, UnionDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Rough Carpentry Liberty Conshor (239) 910‐7801

Rough Carpentry Mill‐Rite Woodworking Co. Inc. (727) 527‐7808 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Rough Carpentry Mill‐Rite Woodworking Co. Inc. (727) 527‐7808 x5303 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Rough Carpentry Mill‐Rite Woodworking Co. Inc. (727) 647‐1708 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Rough Carpentry Mill‐Rite Woodworking Co. Inc. (727) 359‐9157 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Rough Carpentry Advanced Woodworking Inc. (954) 634‐3100 3601 Northeast 4th Avenue Oakland Park FL 33334 Non‐Union Small Business Enterprise (SBE)Rough Carpentry Glenn Rieder, Inc.  (312) 256‐3839 3420 W Capitol Dr Milwaukee WI 53216 Non‐Union, Union NoneRough Carpentry Glenn Rieder, Inc.  (414) 449‐2888 3420 W Capitol Dr Milwaukee WI 53216 Non‐Union, Union NoneRough Carpentry Glenn Rieder, Inc.  (702) 248‐4479 3420 W Capitol Dr Milwaukee WI 53216 Non‐Union, Union NoneRough Carpentry Five Star Millwork, Inc. (954) 956‐7665 4100 North Powerline Road Pompano Beach FL 33073 Non‐UnionRough Carpentry Saco Industries (219) 696‐2800 2300 Solona Street Haltom City TX 76117 Union, Non‐Union OtherRough Carpentry WJBergin Cabinetry (407) 271‐8982 1228 28th Street Orlando FL 32805 Non‐Union NoneRough Carpentry Anthonys Closets (561) 697‐0027 2257 Vista Parkway West Palm Beach FL 33411 Non‐Union NoneRough Carpentry Adornus LLC (305) 629‐4800 Doral FLRough Carpentry The Kichen Remodeling Co. (954) 457‐9212 906 Hallandale Beach Boulevard Hallandale Beach FL 33009Dampproofing And Waterproofing

Dampproofing And Waterproofing Alpha Insulation & Waterproofing (407) 379‐9300 955 Charles Street Longwood FL 32750 Non‐Union, UnionDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Women Business Enterprise (WBE)

Dampproofing And Waterproofing RS Florida (954) 865‐7656 200 Park Central Boulevard South Pompano Beach FL 33064 Non‐Union NoneDampproofing And Waterproofing Shippys Rolling Plains (480) 895‐8813 5 South Roosevelt Avenue Chandler AZ 85226 Union, Non‐Union Small Business Enterprise (SBE), NoneDampproofing And Waterproofing PPC Professional Sevices, Inc. (407) 203‐0617 2619 East Michigan Street Orlando FL 32806 Non‐Union NoneDampproofing And Waterproofing Percopo Coatings Company, LLC (407) 331‐3805 1608 Cherrywood Lane Longwood FL 32750 Non‐Union OtherDampproofing And Waterproofing Dacron 13 (954) 702‐8989 Dacron Drive Tallahassee FL 32301Dampproofing And Waterproofing Reynolds Construction Services (954) 933‐1161 1700 Ridge Avenue Daytona Beach FL 32117Dampproofing And Waterproofing Reynolds Construction Services (954) 933‐1161 1700 Ridge Avenue Daytona Beach FL 32117Dampproofing And Waterproofing Pegasus Painting (954) 755‐4616 290 Southwest 12th Avenue Pompano Beach FL 33069 None NoneDampproofing And Waterproofing Above All Caulking, Waterproofing and Restauration (727) 573‐9771 Miami FLDampproofing And Waterproofing Paragon Painting and Waterproofing (954) 499‐1900 3550 Southwest 139th Avenue Miramar FL 33027Dampproofing And Waterproofing M & P Reynolds Enterprises, Inc. (954) 942‐9444 1900 Northwest 32nd Street Pompano Beach FL 33064Dampproofing And Waterproofing Coastal Roofing & Waterproofing (561) 389‐4098 2627 Southeast Delmar Street Stuart FL 34997Dampproofing And Waterproofing Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneDampproofing And Waterproofing Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneDampproofing And Waterproofing Structural Integrity Contractors, Inc. (954) 239‐8392 Florida FLDampproofing And Waterproofing Structural Integrity Contractors, Inc. (954) 239‐8392 Florida FLDampproofing And Waterproofing John F Shea Co Inc (617) 298‐0356 655 Bodwell Street Extension Avon MA 2322 Union OtherDampproofing And Waterproofing John F Shea Co Inc (617) 298‐0356 655 Bodwell Street Extension Avon MA 2322 Union OtherDampproofing And Waterproofing Proietto Painting, Inc. (954) 772‐9744x210 4800 Northeast 10th Avenue Fort Lauderdale FL 33334 Non‐Union NoneDampproofing And Waterproofing IPS Consulting (954) 522‐2775 Deerfield Beach FL 33442Dampproofing And Waterproofing IPS Consulting (954) 522‐2775 Deerfield Beach FL 33442Dampproofing And Waterproofing Trident Surfacing Inc (305) 620‐4220 5399 Northwest 161st Street Miami Gardens FL 33014 Prevailing Wages NoneDampproofing And Waterproofing Biscayne Roofing & Waterproofing (888) 440‐7663 4700 Southwest 30th Street Davie FL 33314 Non‐Union Small Business Enterprise (SBE)Dampproofing And Waterproofing Biscayne Roofing & Waterproofing (888) 440‐7663 4700 Southwest 30th Street Davie FL 33314 Non‐Union Small Business Enterprise (SBE)Dampproofing And Waterproofing Biscayne Roofing & Waterproofing (888) 440‐7663 4700 Southwest 30th Street Davie FL 33314 Non‐Union Small Business Enterprise (SBE)Dampproofing And Waterproofing S & S Painting & Waterproofing, LLC (954) 917‐5554 2801 Powerline Road Pompano Beach FL 33069 Non‐Union NoneDampproofing And Waterproofing S & S Painting & Waterproofing, LLC (954) 917‐5554 2801 Powerline Road Pompano Beach FL 33069 Non‐Union NoneDampproofing And Waterproofing JLK Caulking (954) 493‐9797 900 North Federal Highway Hallandale Beach FL 33009 Non‐Union Small Business Enterprise (SBE), None

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

40

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeDampproofing And Waterproofing JLK Caulking (954) 493‐9797 900 North Federal Highway Hallandale Beach FL 33009 Non‐Union Small Business Enterprise (SBE), NoneDampproofing And Waterproofing General Caulking and Coatings (305) 652‐1020 101 Northwest 176th Street Miami FL 33169 Union NoneDampproofing And Waterproofing RS Florida (954) 606‐0225 200 Park Central Boulevard South Pompano Beach FL 33064 Non‐Union None

Dampproofing And Waterproofing Alpha Insulation & Waterproofing (407) 379‐9300 955 Charles Street Longwood FL 32750 Non‐Union, UnionDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Women Business Enterprise (WBE)

Dampproofing And Waterproofing Florida Lemark (305) 593‐1442 2040 Northwest 94th Avenue Doral FL 33172 Non‐Union, Prevailing WagesMinority Business Enterprise (MBE), Small Business Enterprise (SBE)

Dampproofing And Waterproofing Florida Lemark (305) 593‐1442 2040 Northwest 94th Avenue Doral FL 33172 Non‐Union, Prevailing WagesMinority Business Enterprise (MBE), Small Business Enterprise (SBE)

Dampproofing And Waterproofing Florida Lemark (305) 593‐1442 2040 Northwest 94th Avenue Doral FL 33172 Non‐Union, Prevailing WagesMinority Business Enterprise (MBE), Small Business Enterprise (SBE)

Dampproofing And Waterproofing MCW Acquisition, LLC. (954) 945‐7310 1100 Southwest 30th Avenue Pompano Beach FL 33069Dampproofing And Waterproofing MCW Acquisition, LLC. (954) 974‐0770 1100 Southwest 30th Avenue Pompano Beach FL 33069Dampproofing And Waterproofing Skyetec (904) 482‐4000 9570 Regency Square Boulevard Jacksonville FL 32225

Dampproofing And Waterproofing PJ Spillane Company (617) 389‐6200 97 Tileston Street Everett MA 2149 UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE), Other

Dampproofing And Waterproofing Deluxe Waterproofing & Caulking (954) 623‐3777 1131 Southwest 1st Way Deerfield Beach FL 33441 Non‐Union Small Business Enterprise (SBE)Dampproofing And Waterproofing Deluxe Waterproofing & Caulking (954) 623‐3777 1131 Southwest 1st Way Deerfield Beach FL 33441 Non‐Union Small Business Enterprise (SBE)Dampproofing And Waterproofing Alliance Verdi USA (954) 840‐7770 1440 Coral Ridge Drive Coral Springs FL 33071 Non‐UnionDampproofing And Waterproofing Alliance Verdi USA (416) 676‐8281 1440 Coral Ridge Drive Coral Springs FL 33071 Non‐UnionDampproofing And Waterproofing General Caulking and Coatings (305) 652‐1020 101 Northwest 176th Street Miami FL 33169 Union NoneDampproofing And Waterproofing DeBrino Caulking & Waterproofing, Inc. (954) 427‐1112 5340 North Federal Highway Lighthouse Point FL 33064 Non‐Union Small Business Enterprise (SBE), OtherThermal And Mosiure ProtectionThermal And Mosiure Protection F & R Insulators (786) 525‐6177 3703 Northwest 41st Street Miami FL 33142Thermal And Mosiure Protection Therma Seal Insulation Company (561) 775‐9703 5900 North Australian Avenue West Palm Beach FL 33407 Non‐Union Other, Small Business Enterprise (SBE)Thermal And Mosiure Protection Gale Insulation (305) 625‐4520 5261 Northwest 161st Street Hialeah FL 33014Thermal And Mosiure Protection SprayWorks (305) 867‐7729 2221 Northeast 164th Street Aventura FL 33160Thermal And Mosiure Protection JWH Construction, Inc. (508) 839‐1633 Florida FLThermal And Mosiure Protection American Elite Construction  (631) 243‐5000 81 East Jefryn Boulevard Deer Park NY 11729 Non‐Union Small Business Enterprise (SBE)Thermal And Mosiure Protection Southern Foam Insulation, Inc. (407) 654‐1251 301 Maguire Road Ocoee FL 34761 Non‐Union NoneThermal And Mosiure Protection Santa Rosa Insulation (305) 592‐5249 Miami FLThermal And Mosiure Protection Midstate Caulking & Construction Services 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherThermal And Mosiure Protection Midstate Caulking & Construction Services (407) 350‐5958 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherThermal And Mosiure Protection Midstate Caulking & Construction Services (407) 350‐5958 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherThermal And Mosiure Protection Midstate Caulking & Construction Services (407) 350‐5958 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherThermal And Mosiure Protection Midstate Caulking & Construction Services (407) 530‐5773 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherThermal And Mosiure Protection Midstate Caulking & Construction Services (407) 530‐5775 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherThermal And Mosiure Protection Midstate Caulking & Construction Services (407) 350‐5958 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherThermal And Mosiure Protection Southern Foam Insulation, Inc. (407) 654‐1251 301 Maguire Road Ocoee FL 34761 Non‐Union NoneDoors And FramesDoors And Frames Designers Plumbing & Hardware (305) 442‐2550 3070 Southwest 38th Avenue Miami FL 33146Doors And Frames Tri‐County Building Specialties, Inc. (954) 977‐6606 1300 West McNab Road Fort Lauderdale FL 33309 Non‐Union Women Business Enterprise (WBE)Doors And Frames Tri‐County Building Specialties, Inc. (954) 977‐6606 1300 West McNab Road Fort Lauderdale FL 33309 Non‐Union Women Business Enterprise (WBE)Doors And Frames Hollywood Woodwork 2951 Pembroke Road Hollywood FL 33020 Non‐Union NoneDoors And Frames Ryans Restorations (305) 255‐3971 Palmetto Bay FLDoors And Frames Above All Garage Doors of South Florida, Inc. (305) 556‐6633 3590 Northwest 34th Street Miami FL 33142Doors And Frames Above All Garage Doors of South Florida, Inc. (305) 362‐9477 3590 Northwest 34th Street Miami FL 33142Doors And Frames Best Rolling MFG (305) 821‐6607 Tampa FLDoors And Frames Rolling Door Manufacturing Corp. (305) 599‐9977 Miami FL Non‐Union NoneDoors And Frames Bartels Doors (954) 924‐6137 1901 Tigertail Boulevard Dania Beach FL 33004Doors And Frames Acacia Supply (954) 971‐2101 2000 Northwest 16th Street Pompano Beach FL 33069Doors And Frames Acacia Supply (954) 971‐2101 2000 Northwest 16th Street Pompano Beach FL 33069Doors And Frames Acacia Supply (954) 931‐2101 2000 Northwest 16th Street Pompano Beach FL 33069Doors And Frames DAB DoorsJB Garage Doors (305) 822‐7870 12195 Northwest 98th Avenue Hialeah Gardens FL 33018Doors And Frames Legacy 21 Glass Mirror (727) 488‐2981 1212 North 39th Street Tampa FL 33605 Non‐Union NoneDoors And Frames A1A Overhead Door (305) 556‐3648 3771 Northwest 51st Street Miami FL 33142Doors And Frames AMF Building Products (561) 662‐1784 Mangonia Park FL Non‐Union NoneDoors And Frames J.B. Mathews (407) 346‐6599 2459 Clark Street Apopka FL 32703 Non‐Union NoneDoors And Frames Mills & Nebraska (407) 298‐5600 2721 Regent Avenue Orlando FL 32804 Non‐Union Women Business Enterprise (WBE), OtherDoors And Frames Trebor USA (954) 922‐1620 3901 North 29th Avenue Hollywood FL 33020 None NoneDoors And Frames Alpha Windows and Doors (866) 642‐5742 590 Southwest 9th Terrace Pompano Beach FL 33069Doors And Frames Pella Windows & Doors (781) 239‐1161 7818 Philips Highway Jacksonville FL 32256 Union, Non‐Union, None Other, None, Small Business Enterprise (SBE)Doors And Frames Taylor Cotton & Ridley (407) 298‐5114 x213 1904 Brengle Avenue Orlando FL 32808 Prevailing Wages NoneDoors And Frames American Roll Up Door Company (407) 857‐2427 10501 Rocket Boulevard Orlando FL 32824 Non‐Union Small Business Enterprise (SBE)Doors And Frames Stanley Access Technologies (954) 990‐6987 3101 Port Royale Boulevard Fort Lauderdale FL 33308 Non‐Union NoneDoors And Frames Door Systems of South Florida, Inc. (954) 935‐7000 North Andrews Avenue Extension Pompano Beach FL 33069Doors And Frames Door Systems of South Florida, Inc. (954) 935‐7000 North Andrews Avenue Extension Pompano Beach FL 33069Doors And Frames Door Systems of South Florida, Inc. (954) 935‐7000 North Andrews Avenue Extension Pompano Beach FL 33069Doors And Frames B & B Rolling Door Co. (305) 594‐1900 1601 Northwest 97th Avenue Miami FL 33172 Non‐Union NoneDoors And Frames Raymond Building Supply (239) 731‐8300 1501 Green Road Pompano Beach FL 33064 None Other

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

41

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeDoors And Frames Total Quality Services (772) 220‐2288 1850 Southwest Hackman Terrace Stuart FL 34997 Non‐Union NoneDoors And Frames Broten Garage Door Sales, Inc. (954) 946‐0555 886 South Andrews Avenue Pompano Beach FL 33069 Non‐Union Small Business Enterprise (SBE)Doors And Frames Broten Garage Door Sales, Inc. (954) 448‐3503 886 South Andrews Avenue Pompano Beach FL 33069 Non‐Union Small Business Enterprise (SBE)Doors And Frames Next Door Distribution (305) 691‐1589 x126 2705 North Commerce Parkway Miramar FL 33025 Non‐Union OtherDoors And Frames Next Door Distribution (305) 691‐1589 2705 North Commerce Parkway Miramar FL 33025 Non‐Union OtherDoors And Frames Atlantic Doors & Hardware (561) 968‐2228 4601 10th Avenue North Lake Worth FL 33463 Non‐Union NoneDoors And Frames Next Door Company (305) 691‐1589 1330 Northwest 74th Street Miami FL 33147Doors And Frames Atlass Hardware Corp. (954) 316‐6160 1923 Southwest 2nd Street Pompano Beach FL 33069 Non‐Union NoneDoors And Frames American Overhead Door Company, Inc. (305) 887‐5399 9101 Northwest 105th Circle Miami FL 33178 Non‐Union NoneDoors And Frames BEST DOORS II (305) 571‐6527 9780 Northwest 79th Avenue Miami Lakes FL 33016 Non‐Union OtherDoors And Frames Oliveri Millworks (561) 478‐7233 3001 Tuxedo Avenue West Palm Beach FL 33405Doors And Frames Bari Millwork and Supply (954) 969‐9440 1975 Northwest 18th Street Pompano Beach FL 33069Doors And Frames Mr. Glass Doors and Windows, Inc. (305) 470‐8284 8120 Northwest 84th Street Medley FL 33166 Non‐Union Small Business Enterprise (SBE)Doors And Frames Rolling Doors (305) 885‐7590 7214 Northwest 78th Terrace Medley FL 33166 Non‐Union Small Business Enterprise (SBE)Doors And Frames Nanz (305) 531‐2224 89 Northeast 27th Street Miami FL 33137 Non‐Union OtherDoors And Frames Performance Door & Hardware (407) 932‐2115 3710 West Royal Lane Irving TX 75063 Non‐Union NoneDoors And Frames Performance Door & Hardware (972) 721‐1944 3710 West Royal Lane Irving TX 75063 Non‐Union NoneDoors And Frames Mr. Glass Doors and Windows, Inc. (305) 470‐8284 8120 Northwest 84th Street Medley FL 33166 Non‐Union Small Business Enterprise (SBE)

Doors And Frames C.L. Elias Construction, Inc. (305) 662‐3837 7440 Southwest 50th Terrace Miami FL 33155 Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

GlazingGlazing Mr. Glass Doors and Windows, Inc. (305) 470‐8284x121 Northwest 84th Street Miami FL 33166 Non‐Union Small Business Enterprise (SBE)Glazing I.B. Glazing, Inc. (954) 979‐8999 Pompano Beach FL 33069Glazing RC Home Showcase (305) 392‐6214 16115 Northwest 52nd Avenue Miami Gardens FL 33014Glazing The Window Guys of Florida (561) 598‐6297 2361 Vista Parkway West Palm Beach FL 33411 Prevailing Wages Minority Business Enterprise (MBE)Glazing The Window Guys of Florida (561) 598‐6295 2361 Vista Parkway West Palm Beach FL 33411 Prevailing Wages Minority Business Enterprise (MBE)Glazing Continental Glass Systems (305) 231‐1101 Hialeah FL 33014 Prevailing Wages OtherGlazing Impact Glass Services (786) 245‐4595 3520 Southwest 20th Street Pembroke Park FL 33023Glazing RC Home Showcase (305) 392‐6214 16115 Northwest 52nd Avenue Miami Gardens FL 33014Glazing Mr. Glass Doors and Windows, Inc. (305) 470‐8284 Northwest 84th Street Miami FL 33166 Non‐Union Small Business Enterprise (SBE)Glazing Mr. Glass Doors and Windows, Inc. (305) 470‐8284 Northwest 84th Street Miami FL 33166 Non‐Union Small Business Enterprise (SBE)Glazing GM&P Glazing (305) 638‐5151 3550 Northwest 49th Street Miami FL 33142 Non‐Union NoneGlazing GM&P Glazing (305) 216‐9138 3550 Northwest 49th Street Miami FL 33142 Non‐Union None

Glazing Acurlite Structural Skylights, Inc. (570) 759‐6882 1017 North Vine Street Berwick PA 18603 Union, Prevailing WagesSmall Business Enterprise (SBE), Women Business Enterprise (WBE)

Glazing Trainor Glass Company (561) 863‐7078 1101 West 13th Street Riviera Beach FL 33404 Union, Non‐UnionRoof , Windows And SkylightsRoof , Windows And Skylights Advanced Film Solutions (813) 949‐3456 Tampa FL

Roof , Windows And Skylights JMD Global Developers, LLC (877) 945‐0004 35 West Pine Street Orlando FL 32801 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Roof , Windows And Skylights Advanced Roofing (954) 522‐6868 1950 Northwest 22nd Street Fort Lauderdale FL 33311 Non‐Union NoneRoof , Windows And Skylights Advanced Roofing (954) 522‐6868 1950 Northwest 22nd Street Fort Lauderdale FL 33311 Non‐Union None

Roof , Windows And Skylights Architectural Aluminum Techniques (C.T. Windows) (407) 857‐9237 9195 Boggy Creek Road Orlando FL 32824 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Roof , Windows And Skylights Sutter Roofing Company of FL (239) 277‐9200 6260 Metro Plantation Road Fort Myers FL 33966 Non‐Union Small Business Enterprise (SBE)Roof , Windows And Skylights Acacia Supply (954) 971‐2101 2000 Northwest 16th Street Pompano Beach FL 33069Roof , Windows And Skylights Acacia Supply (954) 971‐2101 2000 Northwest 16th Street Pompano Beach FL 33069Roof , Windows And Skylights Kando Windows & Doors (954) 391‐9725 11471 Interchange Circle South Miramar FL 33025Roof , Windows And Skylights Above The Sill (941) 492‐3101 745 Shamrock Boulevard Venice FL 34293 Non‐Union Women Business Enterprise (WBE)Roof , Windows And Skylights Ready Window (305) 269‐3999 4851 Northwest 36th Avenue Miami FL 33142Roof , Windows And Skylights Ready Window (305) 269‐3999 4851 Northwest 36th Avenue Miami FL 33142Roof , Windows And Skylights Pella Windows & Doors (781) 239‐1161 7818 Philips Highway Jacksonville FL 32256 Union, Non‐Union, None Other, None, Small Business Enterprise (SBE)Roof , Windows And Skylights Perfection Architectural Systems (954) 650‐5417 2310 Mercator Drive Orlando FL 32807 Union, Non‐Union Small Business Enterprise (SBE)Roof , Windows And Skylights Mr. Glass Doors and Windows, Inc. (305) 470‐8284 Northwest 84th Street Miami FL 33166 Non‐Union Small Business Enterprise (SBE)

Roof , Windows And Skylights Acurlite Structural Skylights, Inc. (570) 759‐6882 1017 North Vine Street Berwick PA 18603 Union, Prevailing WagesSmall Business Enterprise (SBE), Women Business Enterprise (WBE)

Roof , Windows And Skylights Skylight Concepts Inc. (954) 776‐7616 9715 West Broward Boulevard Davie FL 33324 Non‐Union NoneRoof , Windows And Skylights Building Blocks Inc. (312) 636‐9003 1620 West Chicago Avenue Chicago IL 60622 Prevailing Wages, Union, Non‐Union NoneRoof , Windows And Skylights Roatan Mahagony USA, Inc. (305) 774‐5999 4004C Aurora Street Coral Gables FL 33146Roof , Windows And Skylights Structural Integrity Contractors, Inc. (954) 239‐8392 Florida FLRoof , Windows And Skylights Skylight Concepts Inc. (954) 325‐5315 9715 West Broward Boulevard Davie FL 33324 Non‐Union NoneRoof , Windows And Skylights John F Shea Co Inc (617) 298‐0356 655 Bodwell Street Extension Avon MA 2322 Union OtherRoof , Windows And Skylights John F Shea Co Inc (617) 298‐0356 655 Bodwell Street Extension Avon MA 2322 Union OtherRoof , Windows And Skylights Structural Integrity Contractors, Inc. (954) 239‐8392 Florida FLRoof , Windows And Skylights Alpha Windows and Doors (866) 642‐5742 590 Southwest 9th Terrace Pompano Beach FL 33069Roof , Windows And Skylights Heritage Products (863) 425‐7100 Lakeland FL None NoneRoof , Windows And Skylights Heritage Products (863) 425‐7100 Lakeland FL None NoneRoof , Windows And Skylights Solar X of The Palms (561) 436‐8886Roof , Windows And Skylights Skylight Solutions, LLC (863) 688‐6595 321 North Kentucky Avenue Lakeland FL 33801 Non‐Union NoneRoof , Windows And Skylights Skylight Solutions, LLC (863) 688‐6595 321 North Kentucky Avenue Lakeland FL 33801 Non‐Union None

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

42

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeRoof , Windows And Skylights Advanced Film Solutions (813) 949‐3456 Tampa FLSpecialty Doors And FramesSpecialty Doors And Frames Mills & Nebraska (407) 298‐5600 2721 Regent Avenue Orlando FL 32804 Non‐Union Women Business Enterprise (WBE), OtherSpecialty Doors And Frames American Roll Up Door Company (407) 857‐2427 10501 Rocket Boulevard Orlando FL 32824 Non‐Union Small Business Enterprise (SBE)Specialty Doors And Frames Total Quality Services (772) 220‐2288 1850 Southwest Hackman Terrace Stuart FL 34997 Non‐Union NoneSpecialty Doors And Frames American Overhead Door Company, Inc. (305) 887‐5399 9101 Northwest 105th Circle Miami FL 33178 Non‐Union NoneSpecialty Doors And Frames Next Door Distribution (305) 691‐1589 x126 2705 North Commerce Parkway Miramar FL 33025 Non‐Union OtherSpecialty Doors And Frames Bari Millwork and Supply (954) 969‐9440 1975 Northwest 18th Street Pompano Beach FL 33069Specialty Doors And Frames New Door Installation LLC (954) 358‐0822 2705 North Commerce Parkway Miramar FL 33025 Non‐Union, Prevailing Wages OtherSpecialty Doors And Frames A1A Overhead Door (305) 556‐3648 3771 Northwest 51st Street Miami FL 33142Specialty Doors And Frames BEST DOORS II (305) 571‐6527 9780 Northwest 79th Avenue Miami Lakes FL 33016 Non‐Union OtherSpecialty Doors And Frames Best Rolling MFG (305) 821‐6607 Tampa FLSpecialty Doors And Frames Acacia Supply (954) 971‐2101 2000 Northwest 16th Street Pompano Beach FL 33069Specialty Doors And Frames Acacia Supply (954) 931‐2101 2000 Northwest 16th Street Pompano Beach FL 33069Specialty Doors And Frames Taylor Cotton & Ridley (407) 298‐5114 x213 1904 Brengle Avenue Orlando FL 32808 Prevailing Wages NoneSpecialty Doors And Frames Atlass Hardware Corp. (954) 316‐6160 1923 Southwest 2nd Street Pompano Beach FL 33069 Non‐Union NoneSpecialty Doors And Frames Building Group LLC (954) 701‐1076 Palm City FL 34990Specialty Doors And Frames Door Systems of South Florida, Inc. (954) 935‐7000 North Andrews Avenue Extension Pompano Beach FL 33069Specialty Doors And Frames DAB DoorsJB Garage Doors (305) 822‐7870 12195 Northwest 98th Avenue Hialeah Gardens FL 33018Specialty Doors And Frames American Aluminum Doors (305) 693‐2642 1026 Northwest 78th Street Hialeah FL 33013Specialty Doors And Frames J.B. Mathews (407) 346‐6599 2459 Clark Street Apopka FL 32703 Non‐Union NoneSpecialty Doors And Frames Performance Door & Hardware (972) 721‐1944 3710 West Royal Lane Irving TX 75063 Non‐Union None

Specialty Doors And Frames Retrolock Corporation  (626) 269‐6827 17915 Railroad Street City of Industry CA 91748 Non‐Union, UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Specialty Doors And Frames Atlantic Doors & Hardware (561) 968‐2228 4601 10th Avenue North Lake Worth FL 33463 Non‐Union NoneSpecialty Doors And Frames Hydro Shield of Orlando (407) 613‐2434Specialty Doors And Frames DH Pace Door Services of Orlando (407) 563‐3668 3839 Saint Valentine Way Orlando FL 32811 Non‐Union NoneSpecialty Doors And Frames DH Pace Door Services of Orlando (816) 480‐2653 3839 Saint Valentine Way Orlando FL 32811 Non‐Union NoneSpecialty Doors And Frames Legacy 21 Glass Mirror (727) 488‐2981 1212 North 39th Street Tampa FL 33605 Non‐Union NoneSpecialty Doors And Frames B & B Rolling Door Co. (305) 594‐1900 1601 Northwest 97th Avenue Miami FL 33172 Non‐Union NoneFinishesFinishes The Finishing Center (305) 266‐9188 8725 Southwest 129th Terrace Miami FL 33176

Finishes Acurlite Structural Skylights, Inc. (570) 759‐6882 1017 North Vine Street Berwick PA 18603 Union, Prevailing WagesSmall Business Enterprise (SBE), Women Business Enterprise (WBE)

Finishes Emuna Construction LLC (305) 792‐1313 21332 West Dixie Highway Miami FL 33180 Non‐Union None

Finishes Miguel Lopez jr. Inc. (305) 884‐0767 Miami FL 33166 NoneMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Finishes PPC Professional Sevices, Inc. (407) 203‐0617 2619 East Michigan Street Orlando FL 32806 Non‐Union NoneFinishes Tuffwrap Installations (215) 256‐6953 2080 Detwiler Rd Harleysville PA 19438 Union, Non‐Union NoneFinishes Tuffwrap Installations (610) 476‐4768 2080 Detwiler Rd Harleysville PA 19438 Union, Non‐Union NoneFinishes Bari Millwork and Supply (954) 969‐9440 1975 Northwest 18th Street Pompano Beach FL 33069Finishes Southland Concrete Creations (941) 721‐4900 Terra Ceia FL 34250 Non‐Union Women Business Enterprise (WBE)Finishes Midstate Caulking & Construction Services 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherFinishes Midstate Caulking & Construction Services (407) 350‐5958 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherFinishes Midstate Caulking & Construction Services (407) 350‐5958 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherFinishes Midstate Caulking & Construction Services (407) 350‐5958 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherFinishes Midstate Caulking & Construction Services (407) 530‐5773 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherFinishes Midstate Caulking & Construction Services (407) 530‐5775 1600 Kelley Avenue Kissimmee FL 34744 Non‐Union OtherFinishes Southland Concrete Creations (941) 721‐4900 Terra Ceia FL 34250 Non‐Union Women Business Enterprise (WBE)FlooringsFloorings Sinai Marble & Stone (954) 455‐2095 1250 South Powerline Road Deerfield Beach FL 33442Floorings Doyle Dickerson Terrazzo, Inc. (704) 921‐4940 1709 University Commercial Place Charlotte NC 28213 Non‐Union, Prevailing Wages Small Business Enterprise (SBE)Floorings Terrazzo And Surfaces (954) 822‐5510 6555 West Broward Boulevard Plantation FL 33317 None Women Business Enterprise (WBE)Floorings Carpets by Jason (954) 973‐4990 1739 Banks Road Margate FL 33063Floorings Artistic Surfaces (964) 968‐1700 1591 North Powerline Road Pompano Beach FL 33069 Union, Non‐Union OtherFloorings Floor & Dcor (786) 837‐0400 13650 Pines Boulevard Pembroke Pines FL 33027 Non‐Union Minority Business Enterprise (MBE)Floorings Preferred, LLC (321) 208‐7954 4300 U.S. 1 Rockledge FL 32955 Non‐Union NoneFloorings Preferred, LLC (321) 505‐2267 4300 U.S. 1 Rockledge FL 32955 Non‐Union NoneFloorings David Allen Company (919) 821‐7100 150 Rush Street Raleigh NC 27603 Non‐Union, Prevailing Wages NoneFloorings FloorEver Solutions (904) 671‐3930 2085 A1A South St Augustine FL 32080Floorings All American Floors (305) 624‐9663 4748 Northwest 167th Street Miami Gardens FL 33054Floorings US Paver Co. (561) 704‐6161 Florida FLFloorings Merit Floors (305) 887‐7571 3024 Northwest 25th Avenue Pompano Beach FL 33069Floorings Carpet Designs Unlimited (561) 265‐1019 975 South Congress Avenue Delray Beach FL 33445Floorings Sub‐Floor Specialties (954) 240‐1653 Florida FL

Floorings Bettinger West Interiors (813) 737‐4898 5668 Fishhawk Crossing Boulevard Lithia FL 33547 Union, Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE)

Floorings Lourdes Flooring (786) 306‐5537 7224 Southwest 134th Court Miami FL 33183 Non‐Union Minority Business Enterprise (MBE)Floorings Patriot Flooring Supplies (561) 689‐6866 1312 Commerce Lane Jupiter FL 33458Floorings Patriot Flooring Supplies (561) 689‐6866 1312 Commerce Lane Jupiter FL 33458Floorings Scaife Enterprises, Inc. (352) 588‐2662 13735 Bellamy Brothers Boulevard Dade City FL 33525

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

43

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeFloorings Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneFloorings Contracting Specialists, Inc. (954) 786‐3223 Florida FL Union NoneFloorings Capitol Carpet And Tile (561) 533‐9800 10113 Southern Boulevard Royal Palm Beach FL 33411 Non‐Union OtherFloorings House of Floors Commercial (561) 989‐0599 1765 Commercial Drive Naples FL 34112Floorings Creative Carpet (305) 266‐7001 1137 Old Dixie Highway Vero Beach FL 32960Floorings Domino Floor Company (305) 669‐0663 4600 Southwest 71st Avenue Miami FL 33155Floorings Pavers Depot (407) 223‐5200 3150 36th Street Orlando FL 32839 None NoneFloorings Natural Wood Floors, Inc. (305) 899‐2722 11000 Biscayne Boulevard Miami FL 33161Floorings StonePly (903) 454‐4630 4400 Oneal Street Greenville TX 75401Floorings Heron Stone LLLP (954) 389‐9444 x303 1555 North Park Drive Weston FL 33326 Non‐Union NoneFloorings Heron Stone LLLP (954) 389‐9444 1555 North Park Drive Weston FL 33326 Non‐Union NoneFloorings Amion Enterprises International Company (305) 252‐3967 13651 Southwest 143rd Court Miami FL 33186 Non‐Union Minority Business Enterprise (MBE)Floorings Horizon Italian Tile Inc. (561) 723‐2107 2702 West Alabama Street Houston TX 77098Floorings Kember Hardwood Flooring (289) 804‐0032 Florida FLFloorings Blanco Flooring (305) 571‐9445 Doral FLFloorings East Coast Flooring (954) 321‐5721 2680 Gateway Drive Pompano Beach FL 33069 Non‐Union OtherFloorings Sub‐Floor Solutions of FL, Inc. (954) 812‐1084 1820 North Corporate Lakes Boulevard Weston FL 33326 Non‐Union Small Business Enterprise (SBE)Floorings Perfect Pavers of South Florida, LLC (954) 779‐1855 528 Northwest 1st Avenue Fort Lauderdale FL 33301Floorings Merit Floors, Inc. (305) 804‐5189 2301 Northwest 33rd Court Pompano Beach FL 33069Floorings J&P Tiles (305) 232‐0112 12262 Southwest 128th Street Miami FL 33186 Non‐Union NoneFloorings Opler Carpet, Inc. (305) 445‐8795 12119 Southwest 114th Place Miami FL 33176Floorings Floor Technologies, Inc. (305) 970‐0174 11911 West Okeechobee Road Hialeah FL 33018Floorings Bay Carpets, Inc. (305) 889‐0617 680 West 18th Street Hialeah FL 33010Floorings Bay Carpets, Inc. (305) 889‐0617 680 West 18th Street Hialeah FL 33010Floorings Creative Terrazzo (954) 767‐6372 3300 Southwest 3rd Avenue Fort Lauderdale FL 33315 Non‐Union NoneFloorings Paramount Depot (786) 275‐0107 7975 Northwest 56th Street Doral FL 33166Floorings Dura Floor Inc. dba Dura Bond Co. (305) 576‐6533 x110 142 Northwest 29th Street Miami FL 33127 Non‐Union Other

Floorings Duffy & Lee Company, Inc. (954) 467‐1288 3333 Southwest 13th Avenue Fort Lauderdale FL 33315 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Floorings Lotspeich Company / Lotspeich Contracting (305) 520‐5744 6351 Northwest 28th Way Fort Lauderdale FL 33309 Non‐Union NoneFloorings Professional Flooring Contractors (954) 623‐7346 3693 Northwest 124th Avenue Coral Springs FL 33065 Non‐Union OtherFloorings Professional Flooring Contractors (954) 623‐7346 3693 Northwest 124th Avenue Coral Springs FL 33065 Non‐Union OtherFloorings Acousti Engineering Company (305) 887‐1007 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneFloorings Acousti Engineering Company (305) 887‐1007 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneFloorings Acousti Engineering Company (305) 887‐1007 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneFloorings Acousti Engineering Company (954) 791‐6650 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneFloorings Acousti Engineering Company (954) 791‐6650 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneFloorings Acousti Engineering Company (305) 887‐1007 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneFloorings Stonhard (678) 642‐6824 2849 Paces Ferry Road Atlanta GA 30339 Non‐Union, Prevailing Wages, Union None

Floorings Commercial Interior Contractors, Corp (305) 636‐3700 2500 Northwest 39th Street Miami FL 33142Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Floorings MIK Construction Group (561) 768‐6587 933 Northwest 36th Street Oakland Park FL 33309Floorings Alliance Verdi USA (416) 676‐8281 1440 Coral Ridge Drive Coral Springs FL 33071 Non‐UnionFloorings Alliance Verdi USA (954) 840‐7770 1440 Coral Ridge Drive Coral Springs FL 33071 Non‐UnionFloorings Floor Pro Inc (954) 748‐1116 5253 Northwest 108th Avenue Sunrise FL 33351 Non‐Union NoneFloorings Henrys Carpet & Interiors Inc. (954) 474‐6700 2081 Southwest 70th Avenue Davie FL 33317Floorings Century Tile & Marble, Inc. (954) 973‐1020 6701 Powerline Road Fort Lauderdale FL 33309 Non‐Union Women Business Enterprise (WBE)Floorings Trident Surfacing Inc (305) 620‐4220 5399 Northwest 161st Street Miami Gardens FL 33014 Prevailing Wages NoneTilingTiling Bay Carpets, Inc. (786) 251‐2964 680 West 18th Street Hialeah FL 33010Tiling David Allen Company (919) 821‐7100 150 Rush Street Raleigh NC 27603 Non‐Union, Prevailing Wages NoneTiling Custom Tile & Marble, Inc. (305) 667‐8453 Miami FL 33155 Non‐Union Minority Business Enterprise (MBE)Tiling Tile Redi USA LLC (954) 323‐0125 x221 4450 Northwest 126th Avenue Coral Springs FL 33065 Non‐Union Small Business Enterprise (SBE)Tiling Tile Redi USA LLC (954) 323‐0125 4450 Northwest 126th Avenue Coral Springs FL 33065 Non‐Union Small Business Enterprise (SBE)Tiling Tile Redi USA LLC (954) 323‐0125 4450 Northwest 126th Avenue Coral Springs FL 33065 Non‐Union Small Business Enterprise (SBE)Tiling Spectra Contract Flooring (954) 382‐3491 1802 Grant Street Tampa FL 33605 Non‐Union NoneTiling Premier Stoneworks (561) 330‐3737 1455 Southwest 4th Avenue Delray Beach FL 33444 Prevailing Wages Small Business Enterprise (SBE)Tiling Premier Stoneworks (561) 699‐9192 1455 Southwest 4th Avenue Delray Beach FL 33444 Prevailing Wages Small Business Enterprise (SBE)Tiling Elite Flooring of Naples, Inc. (239) 566‐7984 5770 Shady Oaks Lane Naples FL 34119Tiling Puraterra (954) 218‐7521 Grand Trunk Road Amritsar PB 143001 Non‐UnionTiling Prosein USA 8975 Northwest 25th Street Doral FL 33172Tiling Italbec US Inc. (954) 964‐6890 5553 Anglers Avenue Fort Lauderdale FL 33312Tiling GDP Marble (754) 252‐8381 Florida FLTiling Precision Stone Corp. (561) 800‐4770 900 Southwest 15th Avenue Boca Raton FL 33486Tiling General Property Construction Co (305) 592‐9570 1550 Northwest 96th Avenue Miami FL 33172 UnionTiling Glenny Stone Works, Inc. (305) 470‐2944 3050 Northwest 77th Court Doral FL 33122Tiling Modern Stones (305) 468‐9093 7841 Northwest 32nd Street Doral FL 33122Tiling Florida Brick & Stone LLC (561) 842‐7477 1708 Turkey Creek Road Plant City FL 33566Tiling Marble of The World (954) 745‐9700 6001 Powerline Road Fort Lauderdale FL 33309Tiling Acousti Engineering Company (305) 887‐1007 11700 Northwest 101st Road Miami FL 33178 Non‐Union, Union NoneTiling National Stoneworks (954) 349‐1609x207 3200 Meridian Parkway Weston FL 33331 None None

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

44

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeTiling Custom Tile & Marble, Inc. (305) 342‐7318 Miami FL 33155 Non‐Union Minority Business Enterprise (MBE)Tiling Bay Carpets, Inc. (305) 889‐0617 680 West 18th Street Hialeah FL 33010Tiling Heron Stone LLLP (954) 389‐9444 x303 1555 North Park Drive Weston FL 33326 Non‐Union NoneTiling Heron Stone LLLP (954) 389‐9444 1555 North Park Drive Weston FL 33326 Non‐Union NoneTiling SVP Tile & Marble (954) 978‐8859 1718 West Atlantic Boulevard Pompano Beach FL 33069Tiling Capitol Carpet And Tile (561) 533‐9800 10113 Southern Boulevard Royal Palm Beach FL 33411 Non‐Union OtherTiling Imperial Stone Corporation (No Longer in Business) (954) 964‐5996 311 West Ansin Boulevard Hallandale Beach FL 33009Tiling J&P Tiles (305) 232‐0112 12262 Southwest 128th Street Miami FL 33186 Non‐Union NoneTiling Paramount Depot (786) 275‐0107 7975 Northwest 56th Street Doral FL 33166Tiling Horizon Italian Tile Inc. (561) 723‐2107 2702 West Alabama Street Houston TX 77098Tiling Twin Stone (954) 920‐8028 821 North 21st Avenue Hollywood FL 33020Tiling Titan Stone, LLC (954) 316‐0272 2999 Powerline Road Pompano Beach FL 33069Tiling Titan Stone, LLC (954) 316‐0272 2999 Powerline Road Pompano Beach FL 33069Tiling Marmol (305) 592‐1181 3500 Northwest 79th Avenue Doral FL 33122Tiling Marble Systems (954) 979‐9530 2010 West Atlantic Boulevard Pompano Beach FL 33069Tiling Century Tile & Marble, Inc. (954) 973‐1020 6701 Powerline Road Fort Lauderdale FL 33309 Non‐Union Women Business Enterprise (WBE)Tiling Century Tile & Marble, Inc. (954) 973‐1020 6701 Powerline Road Fort Lauderdale FL 33309 Non‐Union Women Business Enterprise (WBE)Tiling Century Tile & Marble, Inc. (954) 973‐1020 6701 Powerline Road Fort Lauderdale FL 33309 Non‐Union Women Business Enterprise (WBE)Tiling Professional Flooring Contractors (954) 623‐7346 3693 Northwest 124th Avenue Coral Springs FL 33065 Non‐Union Other

Tiling Commercial Stone Fabricators, Inc. (727) 209‐1141 3120 46th Avenue North Saint Petersburg FL 33714 Non‐UnionWomen Business Enterprise (WBE), Minority Business Enterprise (MBE)

Tiling Excellence in Stone (305) 716‐2827 1654 Northwest 108th Avenue Miami FL 33172Tiling Pinnacle Tile & Remodeling Inc (561) 637‐0400 Boca Raton FL 33429 Non‐Union OtherTiling Artistic Surfaces (964) 968‐1700 1591 North Powerline Road Pompano Beach FL 33069 Union, Non‐Union OtherSpecialtiesSpecialties International Signs and Lighting, Inc. (407) 332‐9663 714 Commerce Circle Longwood FL 32750Specialties Triangle Fire, Inc. (305) 592‐3011 7720 Northwest 53rd Street Miami FL 33166 Non‐Union NoneSpecialties Advanced Filing Systems (954) 792‐8226 1561 Southwest 68th Avenue Plantation FL 33317Specialties Carol Naughton & Associates, Inc. (312) 951‐5353 Florida FL

Specialties AC Signs, LLC (407) 857‐5564 11609 Orange Blossom Trail Orlando FL 32837Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Specialties Aerial Innovations Inc. (813) 254‐7339 3703 West Azeele Street Tampa FL 33609 None Disadvantaged Business Enterprise (DBE)Specialties Art Sign Co., Inc. (888) 763‐4410 835 Northwest 6th Avenue Fort Lauderdale FL 33311Specialties Penco Products (813) 428‐3232 2708 Scenic Hills Drive Bedford TX 76021 Non‐Union, Union, Prevailing Wages NoneSpecialties Penco Products (817) 781‐7097 2708 Scenic Hills Drive Bedford TX 76021 Non‐Union, Union, Prevailing Wages NoneSpecialties BR Group (954) 509‐3791 1719 Banks Road Margate FL 33063Specialties BR Group (954) 509‐3791 1719 Banks Road Margate FL 33063

Specialties Inpro Fabrication (888) 715‐8390 Apollo Drive Muskego WI 53150 Non‐Union, Prevailing Wages, None, Union

Small Business Enterprise (SBE), Other, Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Specialties EverGlow (704) 841‐2580 1122 Industrial Drive Matthews NC 28105 Non‐Union, None Small Business Enterprise (SBE)Specialties Acolite Claude United Sign Co., Inc. (305) 362‐3333 540 West 83rd Street Hialeah FL 33014Specialties Interstate Signcrafters (561) 547‐3760 130 Commerce Road Boynton Beach FL 33426Specialties Synergy Signs (866) 290‐7446 3195 Southeast Gran Park Way Stuart FL 34997Specialties Smith & Wassatt, Inc. (407) 265‐0055 105 Baywood Avenue Longwood FL 32750Specialties ASD Specialties, Inc. (305) 685‐0611 3361 Northwest 154th Terrace Opa‐locka FL 33054Specialties Southern Storage Systems Inc (407) 302‐4405 2800 West Airport Boulevard Sanford FL 32771 Prevailing Wages OtherSpecialties Creative Sign Designs (407) 427‐4264 12801 Commodity Place Tampa FL 33626 Non‐Union OtherSpecialties Creative Sign Designs (800) 804‐4809 x390 12801 Commodity Place Tampa FL 33626 Non‐Union OtherSpecialties Creative Sign Designs (813) 749‐8548 12801 Commodity Place Tampa FL 33626 Non‐Union Other

Specialties GC Graphic Communications (800) 336‐7733 1300 Beach Drive Southeast St Petersburg FL 33701 Union

Small Business Enterprise (SBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Specialties Giber, Inc. (305) 969‐6105 19101 Southwest 108th Avenue Miami FL 33157 None Other

Specialties ASI Signage (305) 653‐1974 20202 Northeast 15th Court Miami FL 33179 Union, Non‐UnionMinority Business Enterprise (MBE), Small Business Enterprise (SBE)

Specialties Engineered Equipment Systems (305) 223‐5504 2015 Viscount Row Orlando FL 32809Specialties Intelligent Signs (954) 568‐2255 3443 Southeast Saint Lucie Boulevard Stuart FL 34997Specialties agroSci 36 Doctor Foote Road Colchester CT 6415Specialties Storagecraft (239) 313‐7870 2823 West Orange Avenue Apopka FL 32703 Non‐Union NoneSpecialties Harmon Inc. (954) 809‐6501 3361 Northwest 55th Street Fort Lauderdale FL 33309 Union None, OtherSpecialties Harmon Inc. (561) 733‐7097 3361 Northwest 55th Street Fort Lauderdale FL 33309 Union None, OtherSpecialties Baron Sign Manufacturing (561) 721‐0691 900 West 13th Street Riviera Beach FL 33404 Non‐Union Women Business Enterprise (WBE)Specialties Baron Sign Manufacturing (800) 531‐9558 900 West 13th Street Riviera Beach FL 33404 Non‐Union Women Business Enterprise (WBE)Specialties Vital Signs of Orlando, Inc. (407) 297‐0680 7806 North Orange Blossom Trail Orlando FL 32810 Non‐Union NoneSpecialties Poblocki Sign Company LLC (919) 354‐3818 201 Kitty Hawk Drive Morrisville NC 27560 Union, Non‐Union NoneSpecialties Capstone Contractors, LLC. (941) 371‐3321 Sarasota FL 34277 Non‐Union None

Specialties Multi‐ Graphics (229) 294‐4601 2965 Landfill Road Camilla GA 31730 Union, Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

45

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeSpecialties IMG (727) 789‐6974 2383 Grove Valley Avenue Palm Harbor FL 34683Specialties Hydro Shield of Orlando (407) 613‐2434Specialties Unknown Company (646) 562‐4563 151 Southhall Lane Maitland FL 32751

Specialties FASTSIGNS Orlando (407) 770‐1500 7154 West Colonial Drive Orlando FL 32818 Non‐Union

Small Business Enterprise (SBE), Women Business Enterprise (WBE), Other, None, Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Historically Underutilized Business (HUB)

Specialties Mshower, LLC 601 North Florida Avenue Tampa FL 33602 Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE), None

Specialties Miami Signage LLC (305) 877‐3924 13885 Southwest 140th Street Miami FL 33186 None NoneSpecialties Jones Sign (727) 488‐5055 1711 Scheuring Road De Pere WI 54115 Non‐Union, Union, Prevailing Wages OtherSpecialties Florida Specialty Products, LLC (321) 765‐4977 1809 East Broadway Street Oviedo FL 32765 None Women Business Enterprise (WBE)Specialties Jack Gervais (954) 920‐0905 2830 North 28th Terrace Hollywood FL 33020 Non‐Union NoneSpecialties Schedule 10 Specialists, Inc. (954) 340‐3681 3521 Northwest 99th Avenue Coral Springs FL 33065 Non‐Union Women Business Enterprise (WBE)Specialties Signs and Display of USA 304 Racetrack Road Northeast Fort Walton Beach FL 32547

Specialties FASTSIGNS Miami (561) 465‐2325 8227 South Dixie Highway Miami FL 33143 Non‐Union

Small Business Enterprise (SBE), Women Business Enterprise (WBE), Other, None, Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Historically Underutilized Business (HUB)

Specialties Hot Tub & Sauna (954) 744‐5395 5081 North State Road 7 Davie FL 33314Specialties Aculite Signs (305) 362‐3333 540 West 83rd Street Hialeah FL 33014

Specialties FASTSIGNS Miami (561) 465‐2325 121 Southeast 2nd Avenue Miami FL 33132 Non‐Union

Small Business Enterprise (SBE), Women Business Enterprise (WBE), Other, None, Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Historically Underutilized Business (HUB)

Specialties Divis10n Ten Specialties Incorporated (407) 253‐3449 2674 Pemberton Drive Apopka FL 32703 Non‐Union Women Business Enterprise (WBE)Specialties Intutitive Signs (954) 648‐6878 52 North Federal Highway Dania Beach FL 33004Specialties Ground Penetrating Radar Systems, Inc. (305) 801‐4138 Miami FL Non‐Union OtherSpecialties Architectural Sign Design (305) 833‐0216 12801 Commodity Place Tampa FL 33626Specialties Triangle Reprographics (407) 843‐1492 850 South Hughey Avenue Orlando FL 32801Specialties Modular Business Systems, Inc. (954) 671‐4700 822 Anclote Road Tarpon Springs FL 34689Specialties Florida Business Interiors (FBI) (407) 805‐9977 767 Stirling Center Place Lake Mary FL 32746 UnionCommercial EquipmentCommercial Equipment JWH Construction, Inc. (508) 839‐1633 Florida FLCommercial Equipment Classroom Outfitters (786) 245‐8601 19301 Southwest 106th Avenue Miami FL 33157 Non‐Union Small Business Enterprise (SBE)Commercial Equipment MIK Construction Group (561) 768‐6587 933 Northwest 36th Street Oakland Park FL 33309Commercial Equipment General Electric Company / GE Appliances (772) 692‐8515 600 Whittaker Road Jacksonville FL 32218 Union, Non‐Union, Prevailing Wages, None Small Business Enterprise (SBE), Other, NoneCommercial Equipment Drimmers Appliances (305) 892‐8260 Miami FLCommercial Equipment Allied Building Products (844) 255‐4332 3121 Southwest 1st Terrace Fort Lauderdale FL 33315 None Small Business Enterprise (SBE), Other, NoneCommercial Equipment Florida Builders Appliance Monarch Premium Appliance Co. (561) 622‐9900 400 Northpoint Parkway West Palm Beach FL 33407Commercial Equipment Hood Depot (954) 570‐9860 710 South Powerline Road Deerfield Beach FL 33442 Non‐Union NoneCommercial Equipment Bond Supply (954) 347‐7023 1250 Northwest 23rd Street Miami FL 33142 None OtherCommercial Equipment DS Transport Corporation (570) 386‐4599 2015 East 21st Street Jacksonville FL 32206Commercial Equipment Johns Tractor Service Inc. (812) 357‐7252 Palm City FL 34990

Commercial Equipment Radio One, Inc. (561) 951‐7140 Florida FLMinority Business Enterprise (MBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Commercial Equipment Radio One, Inc. (561) 245‐2195 Florida FLMinority Business Enterprise (MBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Commercial Equipment Bari Millwork and Supply (954) 969‐9440 1975 Northwest 18th Street Pompano Beach FL 33069

Commercial Equipment Ferguson Enterprises (305) 507‐6221 10355 South Orange Avenue Orlando FL 32824 Union, None, Non‐Union, Prevailing WagesNone, Historically Underutilized Business (HUB), Small Business Enterprise (SBE), Women Business Enterprise (WBE)

Commercial Equipment PowerLogics, Inc. (800) 357‐8743x103 1115 Marbella Plaza Drive Tampa FL 33619Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Commercial Equipment Alberts Garage & Farm Equipment (724) 894‐2982 Florida FL

Commercial Equipment PowerLogics, Inc. (800) 357‐8743x101 1115 Marbella Plaza Drive Tampa FL 33619Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Commercial Equipment USSW, Inc. (877) 812‐1242 Florida FLCommercial Equipment Touax Modular Buildings (305) 495‐2100 8030 Northwest 74th Street Medley FL 33166Commercial Equipment Rapid EPS (704) 252‐1345 Gelderd Road Morley LS27 7JU Non‐Union OtherCommercial Equipment PROTEX Products (312) 841‐6899 3104 West Touhy Avenue Chicago IL 60645 None Small Business Enterprise (SBE)Commercial Equipment Scaffolds of Floprida (305) 953‐9760 11050 Northwest 36th Avenue Miami FL 33167Commercial Equipment GDP Marble (754) 252‐8381 Florida FLCommercial Equipment AES Portable Sanitaion, Inc. (786) 556‐0106 11050 Northwest 36th Avenue Miami FL 33167Commercial Equipment Certified Propane (305) 637‐7575 201 South Monroe Street Tallahassee FL 32301Commercial Equipment Noland (954) 946‐5531 1190 South Dixie Highway Pompano Beach FL 33060 UnionCommercial Equipment Automated Laundry Systems (904) 733‐5500 2849 Dawn Road Jacksonville FL 32207 None OtherCommercial Equipment Central Food Equipment (863) 665‐4314 3310 Reynolds Road Lakeland FL 33803Commercial Equipment Bells Appliance (305) 883‐3377 Hialeah FL

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

46

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeCommercial Equipment East Coast Hoist, Inc. (215) 257‐0155 105 Keystone Drive Telford PA 18969 UnionEquipmentEquipment Miner Corporation (407) 210‐6400 3855 Saint Johns Parkway Sanford FL 32771 Non‐Union, None, Union, Prevailing Wages Other, NoneEquipment J.B. Mathews (407) 346‐6599 2459 Clark Street Apopka FL 32703 Non‐Union NoneEquipment American Overhead Door Company, Inc. (305) 887‐5399 9101 Northwest 105th Circle Miami FL 33178 Non‐Union NoneEquipment Pro‐Bel Enterprises Limited (800) 461‐0575 Union, Non‐Union, Prevailing Wages Small Business Enterprise (SBE)Equipment Pro‐Bel Enterprises Limited (800) 461‐0575 Union, Non‐Union, Prevailing Wages Small Business Enterprise (SBE)Equipment Synergy Rents (305) 362‐6632 2910 Overpass Road Tampa FL 33619Frunishings / Window ShadingsFrunishings / Window Shadings J Geiger Shading Technology 143 East Bay Street Charleston SC 29401

Frunishings / Window Shadings Mill‐Rite Woodworking Co. Inc. (727) 359‐9157 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Frunishings / Window Shadings Haldeman Homme Inc. (904) 355‐2080 2344 Harper Street Jacksonville FL 32204 Non‐Union Small Business Enterprise (SBE)Frunishings / Window Shadings Unknown CompanyFrunishings / Window Shadings Landscape Design Group, Inc. (407) 359‐4332 1000 Van Arsdale Street Oviedo FL 32765 Non‐Union Small Business Enterprise (SBE)Frunishings / Window Shadings Landscape Design Group, Inc. (407) 359‐4332 1000 Van Arsdale Street Oviedo FL 32765 Non‐Union Small Business Enterprise (SBE)Frunishings / Window Shadings Prism Window Products, Inc. (954) 741‐5972 Florida FL

Frunishings / Window Shadings Mill‐Rite Woodworking Co. Inc. (727) 647‐1708 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Frunishings / Window Shadings Mill‐Rite Woodworking Co. Inc. (727) 527‐7808 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Frunishings / Window Shadings Mill‐Rite Woodworking Co. Inc. (727) 642‐3782 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Frunishings / Window Shadings Mill‐Rite Woodworking Co. Inc. (727) 527‐7808 x6309 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Frunishings / Window Shadings Mill‐Rite Woodworking Co. Inc. (727) 527‐7808 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Frunishings / Window Shadings Mill‐Rite Woodworking Co. Inc. (727) 527‐7808 x5303 6401 47th Street North Pinellas Park FL 33781 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Frunishings / Window Shadings Well Kept Windows (407) 408‐5253 Orlando FLFrunishings / Window Shadings Well Kept Windows Orlando FLFrunishings / Window Shadings Oceanview Shades (305) 442‐2628 2522 Ponce De Leon Boulevard Coral Gables FL 33134Frunishings / Window Shadings Fvi Corporation (305) 669‐0533 6790 Coral Way Miami FL 33155 None Minority Business Enterprise (MBE)Frunishings / Window Shadings Custom Blinds International Inc. (954) 424‐7824 14300 Bedford Court Davie FL 33325Frunishings / Window Shadings Cube Care Company 6043 Northwest 167th Street Hialeah FL 33015 Non‐Union Women Business Enterprise (WBE)Frunishings / Window Shadings Automated Shading (239) 594‐9595 1040 Collier Center Way Naples FL 34110Frunishings / Window Shadings Novum Structures (941) 447‐2342 1962 Main Street Sarasota FL 34236 Non‐Union, Union NoneSpecial Constructon / PoolsSpecial Construction / Pools Greenbrook Pools (305) 661‐0707 1550 Madruga Avenue Coral Gables FL 33146 Non‐Union Small Business Enterprise (SBE)Special Construction / Pools Recreational Design & Construction, Inc. (954) 566‐3885 3990 Powerline Road Oakland Park FL 33309 Non‐Union NoneSpecial Construction / Pools Aquadynamics (305) 667‐8975 5000 Southwest 75th Avenue Miami FL 33155Special Construction / Pools Rock'N Crab Aquatics LLC (603) 595‐2722 Windham NH Non‐Union Women Business Enterprise (WBE)Special Construction / Pools Artesian Pool Construction (239) 415‐7374 12290 Metro Parkway Fort Myers FL 33966Special Construction / Pools Aqua Designs International LLC (520) 219‐8929 7534 North La Cholla Boulevard Tucson AZ 85741Special Construction / Pools Nidy Sports Construction Company, Inc. (407) 205‐3778 1075 Florida Central Parkway Longwood FL 32750 Non‐Union NoneSpecial Construction / Pools Nidy Sports Construction Company, Inc. (407) 330‐9466 1075 Florida Central Parkway Longwood FL 32750 Non‐Union NoneSpecial Construction / Pools Regency Pools & Spas (954) 583‐7373 6507 Northwest 13th Court Plantation FL 33313Special Construction / Pools Freeport Fountains, Inc. (407) 330‐1150 1510 Kastner Place Sanford FL 32771 Union, Non‐Union Small Business Enterprise (SBE)Special Construction / Pools Freeport Fountains, Inc. (407) 330‐1150 1510 Kastner Place Sanford FL 32771 Union, Non‐Union Small Business Enterprise (SBE)Special Construction / Pools Freeport Fountains, Inc. (407) 330‐1150 1510 Kastner Place Sanford FL 32771 Union, Non‐Union Small Business Enterprise (SBE)Special Construction / Pools Certified Pool Mechanics (239) 992‐9096 12960 Commerce Lakes Dr Fort Myers FL 33913 Non‐Union NoneSpecial Construction / Pools Van Kirk & Sons, Inc. (954) 755‐4402 3144 Southwest 13th Drive Deerfield Beach FL 33442 Non‐Union NoneSpecial Construction / Pools Van Kirk & Sons, Inc. (800) 741‐3911 3144 Southwest 13th Drive Deerfield Beach FL 33442 Non‐Union NoneSpecial Construction / Pools Edwin M. Green, Inc. (305) 324‐4081 775 Northwest 21st Street Miami FL 33127 Non‐Union NoneSpecial Construction / Pools Dillon Pools (954) 668‐2000 11591 Interchange Circle South Miramar FL 33025 Union, Non‐Union, Prevailing Wages NoneSpecial Construction / Pools Nidy Sports Construction Company, Inc. (407) 330‐9466 1075 Florida Central Parkway Longwood FL 32750 Non‐Union NoneConveying Equipment / ElevatorsConveying Equipment / Elevators Global Elevators Sales and Service, Inc. (954) 649‐7375 2373 West 78th Street Hialeah FL 33016Conveying Equipment / Elevators Southeastern Elevator Consulting (813) 641‐2515 417 Apollo Beach Boulevard Apollo Beach FL 33572

Conveying Equipment / Elevators Eklund's (832) 250‐8452 Southlake TX Non‐UnionHistorically Underutilized Business (HUB), Minority Business Enterprise (MBE), Women Business Enterprise (WBE)

Conveying Equipment / Elevators Otis Elevator (954) 599‐6941 422 Interstate Court Sarasota FL 34240 Union Other, NoneConveying Equipment / Elevators Otis Elevator (954) 485‐6501 422 Interstate Court Sarasota FL 34240 Union Other, NoneConveying Equipment / Elevators Otis Elevator (305) 816‐5740 422 Interstate Court Sarasota FL 34240 Union Other, NoneConveying Equipment / Elevators Southeastern Elevator Consulting (813) 641‐2515 417 Apollo Beach Boulevard Apollo Beach FL 33572Conveying Equipment / Elevators Otis Elevator (305) 816‐5740 422 Interstate Court Sarasota FL 34240 Union Other, NoneConveying Equipment / Elevators Otis Elevator (407) 438‐3633x18 422 Interstate Court Sarasota FL 34240 Union Other, NoneConveying Equipment / Elevators Otis Elevator (954) 535‐1330 422 Interstate Court Sarasota FL 34240 Union Other, NoneConveying Equipment / Elevators Schindler Elevator (954) 317‐6050 Union NoneConveying Equipment / Elevators Schindler Elevator (973) 397‐6500 Union None

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

47

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeConveying Equipment / Elevators Schindler Elevator (954) 626‐5588 Union NoneConveying Equipment / Elevators KONE Inc. (954) 437‐4300 3421 Enterprise Way Miramar FL 33025 Union, Prevailing Wages NoneConveying Equipment / Elevators KONE Inc. (954) 882‐3863 3421 Enterprise Way Miramar FL 33025 Union, Prevailing Wages NoneConveying Equipment / Elevators KONE Inc. (678) 290‐4100x50033 3421 Enterprise Way Miramar FL 33025 Union, Prevailing Wages NoneConveying Equipment / Elevators KONE Inc. (773) 655‐3585 3421 Enterprise Way Miramar FL 33025 Union, Prevailing Wages NoneConveying Equipment / Elevators Thyssenkrupp Elevator (904) 334‐9074 4330 Southwest 29 Avenue Gainesville FL 32608 Union, Non‐Union, Prevailing Wages NoneConveying Equipment / Elevators Thyssenkrupp Elevator (813) 287‐1744 4330 Southwest 29 Avenue Gainesville FL 32608 Union, Non‐Union, Prevailing Wages NoneConveying Equipment / Elevators Thyssenkrupp Elevator (786) 336‐5245 4330 Southwest 29 Avenue Gainesville FL 32608 Union, Non‐Union, Prevailing Wages NoneConveying Equipment / Elevators Southeastern Elevator Consulting (813) 641‐2515 417 Apollo Beach Boulevard Apollo Beach FL 33572Conveying Equipment / Elevators Otis Elevator (954) 485‐6501 422 Interstate Court Sarasota FL 34240 Union Other, NoneConveying Equipment / Elevators Delaware Elevator Inc. (410) 749‐3489 x1051 Tampa FL Non‐Union, Prevailing Wages Small Business Enterprise (SBE), OtherConveying Equipment / Elevators Delaware Elevator Inc. (561) 989‐4784 Tampa FL Non‐Union, Prevailing Wages Small Business Enterprise (SBE), OtherConveying Equipment / Elevators Delaware Elevator Inc. (561) 353‐8289 Tampa FL Non‐Union, Prevailing Wages Small Business Enterprise (SBE), OtherConveying Equipment / Elevators Mid‐American Elevator (773) 486‐6900 Alexandria VA 22312 Union OtherConveying Equipment / Elevators PHA PersohnHahn Associates, Inc. (713) 467‐4440 Florida FLFire And Smoke ProtectionFire And Smoke Protection Southern Fire Protection of Orlando, Inc. (407) 323‐4200 3801 Florida 46 Sanford FL 32771 Non‐Union Small Business Enterprise (SBE)Fire And Smoke Protection Southern Fire Protection of Orlando, Inc. (407) 323‐4200 3801 Florida 46 Sanford FL 32771 Non‐Union Small Business Enterprise (SBE)

Fire And Smoke Protection Fire & Life Safety America (703) 502‐0397 3017 Vernon Road Richmond VA 23228 Non‐Union, UnionWomen Business Enterprise (WBE), Minority Business Enterprise (MBE), Other, None

Fire And Smoke Protection Fire & Life Safety America (407) 688‐1949 3017 Vernon Road Richmond VA 23228 Non‐Union, UnionWomen Business Enterprise (WBE), Minority Business Enterprise (MBE), Other, None

Fire And Smoke Protection Fire & Life Safety America (407) 688‐1949 x203 3017 Vernon Road Richmond VA 23228 Non‐Union, UnionWomen Business Enterprise (WBE), Minority Business Enterprise (MBE), Other, None

Fire And Smoke Protection Century Fire Protection, LLC (770) 945‐2330 2450 Meadowbrook Parkway Duluth GA 30096 Union, Non‐Union Other, NoneFire And Smoke Protection Polaris Fire Protection (954) 495‐0474 3651 Lindell Road Las Vegas NV 89103 Non‐Union, Union Disabled Veteran Business Enterprise (DVBE)Fire And Smoke Protection Polaris Fire Protection (612) 325‐6372 3651 Lindell Road Las Vegas NV 89103 Non‐Union, Union Disabled Veteran Business Enterprise (DVBE)Fire And Smoke Protection Brothers Fire Protection, Inc. (954) 419‐9377 1058 Southwest 1st Way Deerfield Beach FL 33441 Non‐Union OtherFire And Smoke Protection Firestop Specialties (305) 970‐3450 7555 Northwest 50th Street Miami FL 33166 Non‐Union NoneFire And Smoke Protection McGilvray Mechanical (561) 471‐3350 8690 Northwest 58th Street Doral FL 33166Fire And Smoke Protection ER Fire Protection Engineering, Inc. (786) 223‐4927 12100 Southwest 132nd Court Miami FL 33186Fire And Smoke Protection City Fire Protection Inc. (786) 505‐2489 13350 Southwest 131st Street Miami FL 33186 Non‐Union Small Business Enterprise (SBE)Fire And Smoke Protection Central Lightning Protection, Inc. (407) 380‐6995 Orlando FLFire And Smoke Protection Fire Alarm Systems & Security (954) 327‐8670 3901 Southwest 47th Avenue Davie FL 33314Fire And Smoke Protection F & R Fire Protection (305) 970‐9440 3359 Northwest 154th Terrace Miami Gardens FL 33054Fire And Smoke Protection Wiginton Fire Systems (561) 601‐0261 1501 Northpoint Parkway West Palm Beach FL 33407 Non‐Union None

Fire And Smoke Protection Avcon, Inc. (407) 599‐1122 5555 East Michigan Street Orlando FL 32822Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Fire And Smoke Protection Therma Seal Insulation Company (561) 775‐9703 5900 North Australian Avenue West Palm Beach FL 33407 Non‐Union Other, Small Business Enterprise (SBE)Fire And Smoke Protection Northstar Fire Protection of Texas, Inc. (954) 495‐0474 5001 South University Drive Fort Lauderdale FL 33328 Union, Non‐Union None, Small Business Enterprise (SBE)Fire And Smoke Protection A & A Alarm Systems, Inc. (813) 661‐8262 333 North Falkenburg Road Tampa FL 33619 Non‐Union Small Business Enterprise (SBE)Fire And Smoke Protection A & A Alarm Systems, Inc. (813) 661‐8262 333 North Falkenburg Road Tampa FL 33619 Non‐Union Small Business Enterprise (SBE)

Fire And Smoke Protection Kirlin Group, LLC (954) 670‐1051 3125 West Commercial Boulevard Fort Lauderdale FL 33309 Union, Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE), None, Other

Fire And Smoke Protection Randall Mechanical (407) 464‐7776 3307 Clarcona Rd Apopka FL 32703 Non‐Union, Prevailing Wages Other, NoneFire And Smoke Protection Randall Mechanical (407) 464‐7776 3307 Clarcona Rd Apopka FL 32703 Non‐Union, Prevailing Wages Other, NoneFire And Smoke Protection Therma Seal Insulation Company (561) 775‐9703 5900 North Australian Avenue West Palm Beach FL 33407 Non‐Union Other, Small Business Enterprise (SBE)Fire And Smoke Protection Burns Engineering, Inc. (215) 979‐7700 3275 Progress Drive Orlando FL 32826Fire And Smoke Protection Space Coast Fire and Safety, Inc. (321) 783‐1040 420 Manor Drive Merritt Island FL 32952 Non‐Union NoneFire And Smoke Protection RGD & Associates, Inc. (561) 743‐0165 2151 Florida A1A Alternate Jupiter FL 33477Fire And Smoke Protection Mp Firestop (954) 483‐8999 12360 Southwest 132nd Court Miami FL 33186 None, Prevailing Wages Other, Small Business Enterprise (SBE)Fire And Smoke Protection Mp Firestop (786) 409‐2449 12360 Southwest 132nd Court Miami FL 33186 None, Prevailing Wages Other, Small Business Enterprise (SBE)Fire And Smoke Protection Mp Firestop (786) 343‐0847 12360 Southwest 132nd Court Miami FL 33186 None, Prevailing Wages Other, Small Business Enterprise (SBE)Fire And Smoke Protection John J. Kirlin, Inc. (301) 738‐8866 3125 West Commercial Boulevard Fort Lauderdale FL 33309Fire And Smoke Protection Advanced Fire & Security (954) 772‐1700 2701 Gateway Drive Pompano Beach FL 33069 Union, None Women Business Enterprise (WBE)Fire And Smoke Protection Tyco SimplexGrinnell (954) 431‐3700 Florida FL Non‐Union Other, NoneFire And Smoke Protection National Fire Protection Inc. (954) 670‐1104 3125 West Commercial Boulevard Fort Lauderdale FL 33309 Union, Prevailing Wages OtherFire And Smoke Protection National Fire Protection Inc. (954) 670‐1115 3125 West Commercial Boulevard Fort Lauderdale FL 33309 Union, Prevailing Wages OtherFire And Smoke Protection National Fire Protection Inc. (954) 739‐8107 3125 West Commercial Boulevard Fort Lauderdale FL 33309 Union, Prevailing Wages OtherFire And Smoke Protection National Fire Protection Inc. (954) 739‐8107 3125 West Commercial Boulevard Fort Lauderdale FL 33309 Union, Prevailing Wages OtherFire And Smoke Protection National Fire Protection Inc. (301) 315‐7542 3125 West Commercial Boulevard Fort Lauderdale FL 33309 Union, Prevailing Wages OtherFire And Smoke Protection Contractors Direct Sales (407) 260‐6115 648 Florida Central Parkway Longwood FL 32750 None, Non‐Union Women Business Enterprise (WBE), OtherFire And Smoke Protection Contractors Direct Sales (407) 260‐6115 648 Florida Central Parkway Longwood FL 32750 None, Non‐Union Women Business Enterprise (WBE), OtherFire And Smoke Protection National Fire Protection Inc. (305) 522‐6240 3125 West Commercial Boulevard Fort Lauderdale FL 33309 Union, Prevailing Wages OtherFire And Smoke Protection Protective Systems, Inc. (305) 796‐1544 2149 Northwest 22nd Street Pompano Beach FL 33069 Non‐Union Small Business Enterprise (SBE)Fire And Smoke Protection Northstar Fire Protection (612) 325‐6372 10800 Lyndale Avenue South Bloomington MN 55420 Union, Non‐UnionFire And Smoke Protection MT Fire Stop Corporation (786) 262‐4836 10090 Northwest 80th Court Hialeah Gardens FL 33016Fire And Smoke Protection American Fireproofing (613) 243‐5000 Miami FLFire And Smoke Protection Firepak, Inc. (305) 994‐9220 8315 Northwest 74th Street Medley FL 33166Fire And Smoke Protection MT Fire Stop Corp. (305) 305‐2474 11077 Biscayne Boulevard Miami FL 33161

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

48

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeFire And Smoke Protection Sprinklermatic Fire Protection Systems, Inc. (954) 327‐3686 4740 Davie Road Davie FL 33314 Non‐Union NoneFire And Smoke Protection Sprinklermatic Fire Protection Systems, Inc. (954) 327‐3686 4740 Davie Road Davie FL 33314 Non‐Union NoneFire And Smoke Protection Sprinklermatic Fire Protection Systems, Inc. (954) 327‐3686 4740 Davie Road Davie FL 33314 Non‐Union NoneFire And Smoke Protection Safway Services, LLC (615) 872‐0811 11208 Boggy Creek Road Orlando FL 32824 Non‐Union, Prevailing Wages, None NoneFire And Smoke Protection Safway Services, LLC (615) 891‐9056 11208 Boggy Creek Road Orlando FL 32824 Non‐Union, Prevailing Wages, None NoneFire And Smoke Protection Safway Services, LLC (305) 685‐1191 11208 Boggy Creek Road Orlando FL 32824 Non‐Union, Prevailing Wages, None NoneFire And Smoke Protection Safway Services, LLC (305) 685‐1191 11208 Boggy Creek Road Orlando FL 32824 Non‐Union, Prevailing Wages, None NoneFire And Smoke Protection Nationwide Fire Sprinkler (305) 863‐7711 13501 Southwest 128th Street Miami FL 33186

Fire And Smoke Protection Alpha Insulation & Waterproofing (407) 379‐9300 955 Charles Street Longwood FL 32750 Non‐Union, UnionDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Women Business Enterprise (WBE)

Fire And Smoke Protection Alpha Insulation & Waterproofing (407) 379‐9300 955 Charles Street Longwood FL 32750 Non‐Union, UnionDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Women Business Enterprise (WBE)

Fire And Smoke Protection QC Facades (801) 520‐9222 2007 1300 East Salt Lake City UT 84105Fire And Smoke Protection State Line Products of South Florida (954) 971‐0791 3021 Northwest 25th Avenue Pompano Beach FL 33069Fire And Smoke Protection State Line Products of South Florida (954) 971‐0791 3021 Northwest 25th Avenue Pompano Beach FL 33069Fire And Smoke Protection Summers Fire Sprinklers, Inc. (561) 393‐6718 751 Park of Commerce Drive Boca Raton FL 33487Fire And Smoke Protection Summers Fire Sprinklers, Inc. (561) 393‐6718 751 Park of Commerce Drive Boca Raton FL 33487Fire And Smoke Protection Summers Fire Sprinklers, Inc. (561) 393‐6718x303 751 Park of Commerce Drive Boca Raton FL 33487

Fire And Smoke Protection Cladding Systems, Inc. (813) 250‐0786 3218 East 4th Avenue Tampa FL 33605 Non‐Union

Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Historically Underutilized Business (HUB), Small Business Enterprise (SBE)

Fire And Smoke Protection Cladding Systems, Inc. (813) 250‐0786 3218 East 4th Avenue Tampa FL 33605 Non‐Union

Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Historically Underutilized Business (HUB), Small Business Enterprise (SBE)

Fire And Smoke Protection Rodel Fire Protection Systems, Inc. (305) 232‐3473 13601 Southwest 143rd Court Miami FL 33186Fire And Smoke Protection Rodel Fire Protection Systems, Inc. (305) 232‐3473 13601 Southwest 143rd Court Miami FL 33186Fire And Smoke Protection Total Fire Sprinkler (954) 630‐1599 4038 Northeast 5th Terrace Oakland Park FL 33334 Non‐Union NoneFire And Smoke Protection Fire Stop Systems, Inc. (239) 774‐3343 4173 Arnold Avenue Naples FL 34104 Union, Non‐Union Small Business Enterprise (SBE), NoneFire And Smoke Protection Fire Stop Systems, Inc. (239) 774‐3343 4173 Arnold Avenue Naples FL 34104 Union, Non‐Union Small Business Enterprise (SBE), NoneFire And Smoke Protection Fire Stop Systems, Inc. (239) 774‐3343 4173 Arnold Avenue Naples FL 34104 Union, Non‐Union Small Business Enterprise (SBE), NoneFire And Smoke Protection Southern Fire Protection of Orlando, Inc. (407) 320‐1990 3801 Florida 46 Sanford FL 32771 Non‐Union Small Business Enterprise (SBE)PlumbingPlumbing Wool Plumbing Supply (305) 266‐7111 6778 North Military Trail Riviera Beach FL 33407Plumbing Lapin Services (407) 841‐8200 3031 40th Street Orlando FL 32839Plumbing Nagelbush Mechanical, Inc. (954) 736‐3000 5101 Northwest 21st Avenue Fort Lauderdale FL 33309 Union NonePlumbing H & H Plumbing (561) 362‐7119 98 Spanish River Boulevard Boca Raton FL 33431 Non‐Union OtherPlumbing AKO Plumbing CORP (305) 269‐8033 4519 Southwest 75th Avenue Miami FL 33155 None, Prevailing Wages, Non‐Union NonePlumbing AKO Plumbing CORP (305) 269‐8033 4519 Southwest 75th Avenue Miami FL 33155 None, Prevailing Wages, Non‐Union NonePlumbing Douglas Orr Plumbing (305) 887‐1687 301 Flagler Drive Miami Springs FL 33166 Union NonePlumbing Douglas Orr Plumbing (305) 887‐1687 301 Flagler Drive Miami Springs FL 33166 Union NonePlumbing Douglas Orr Plumbing (305) 887‐1687 301 Flagler Drive Miami Springs FL 33166 Union NonePlumbing Douglas Orr Plumbing (305) 887‐1687 301 Flagler Drive Miami Springs FL 33166 Union NonePlumbing Y & T Plumbing (305) 255‐8919 13170 Southwest 134th Street Miami FL 33186Plumbing Y & T Plumbing (305) 255‐8919 13170 Southwest 134th Street Miami FL 33186Plumbing A&O Plumbing (786) 845‐8223 6332 Northwest 72nd Avenue Miami FL 33166 Non‐Union Minority Business Enterprise (MBE)Plumbing Manny & Lou Plumbing Contr., Inc. (305) 666‐7511 7125 Southwest 47th Street Miami FL 33155Plumbing Aurora Plumbing Corporation (305) 633‐9578 301 East 10th Avenue Hialeah FL 33010 Non‐Union NonePlumbing Gulf Plumbing (305) 662‐6844 7040 Southwest 47th Street Miami FL 33155Plumbing Peoples Plumbing & Mechanical, Inc. (305) 885‐7473 7320 Northwest 70th Street Miami FL 33166 None Women Business Enterprise (WBE)Plumbing Tasco Plumbing Corporation (305) 558‐2726 410 East 10th Court Hialeah FL 33010 Non‐Union OtherPlumbing Mar B Plumbing Corp. (305) 361‐1039 131 Northwest South River Drive Miami FL 33128Plumbing MIK Construction Group (561) 768‐6587 933 Northwest 36th Street Oakland Park FL 33309Plumbing Professional Plumbing (305) 822‐8282 1755 West 39th Place Hialeah FL 33012 Non‐Union Small Business Enterprise (SBE)Plumbing Professional Plumbing (305) 822‐8282 1755 West 39th Place Hialeah FL 33012 Non‐Union Small Business Enterprise (SBE)Plumbing Imaxx Plumbing System (407) 880‐6044 144 East 8th Street Apopka FL 32703Plumbing Gulf Plumbing, Inc. (305) 662‐6844 7040 Southwest 47th Street Miami FL 33155Plumbing A Better Plumbing (954) 421‐2226 4061 North Federal Highway Pompano Beach FL 33064 Non‐Union Small Business Enterprise (SBE)Plumbing Olympia Plumbing Corp. (305) 821‐8111 6650 Northwest 77th Court Miami FL 33166Plumbing Designers Plumbing & Hardware (305) 442‐2550 3070 Southwest 38th Avenue Miami FL 33146Plumbing McGilvray Mechanical (561) 471‐3350 8690 Northwest 58th Street Doral FL 33166Plumbing Rightway Plumbing (954) 423‐0000 1329 Shotgun Road Sunrise FL 33326 Non‐Union NonePlumbing Mcgilvray Mechanical (561) 471‐3349 8690 Northwest 58th Street Doral FL 33166 Union OtherPlumbing Mcgilvray Mechanical (561) 471‐3350 8690 Northwest 58th Street Doral FL 33166 Union OtherPlumbing Tubs & More (954) 423‐2250 1387 Shotgun Road Sunrise FL 33326Plumbing Tubs & More (954) 423‐2250 1387 Shotgun Road Sunrise FL 33326Plumbing Suncoast Sales (813) 901‐8552 6306 Benjamin Road Tampa FL 33634Plumbing Nagelbush Mechanical, Inc. (954) 736‐3000 x354 5101 Northwest 21st Avenue Fort Lauderdale FL 33309 Union NonePlumbing Wool Plumbing Supply (954) 622‐4162 6778 North Military Trail Riviera Beach FL 33407Plumbing Nagelbush Mechanical, Inc. (954) 736‐3000 5101 Northwest 21st Avenue Fort Lauderdale FL 33309 Union None

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

49

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypePlumbing Wool Plumbing Supply (954) 641‐5317 6778 North Military Trail Riviera Beach FL 33407Plumbing Ringemann Plumbing (305) 635‐4516 Florida FL None Small Business Enterprise (SBE)Plumbing SR Plumbing (407) 275‐9614 4208 Daubert Street Orlando FL 32803Plumbing Seaway Plumbing (305) 522‐1424 10 Barracuda Lane Key Largo FL 33037Plumbing The New Miami Shores Plumbing, Inc. (305) 751‐2446 900 Northwest 144th Street Miami FL 33168Plumbing Coral Gables Kitchen and Bath (305) 441‐9954 452 Biltmore Way Coral Gables FL 33134Plumbing Waterworks (305) 573‐7593x3073 6575 80th Avenue Pinellas Park FL 33781 Non‐Union None

Plumbing Avcon, Inc. (407) 599‐1122 5555 East Michigan Street Orlando FL 32822Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Plumbing Burns Engineering, Inc. (215) 979‐7700 3275 Progress Drive Orlando FL 32826

Plumbing Mettron Contracting, Inc. (407) 313‐0757 6160 Edgewater Drive Orlando FL 32810 Prevailing WagesMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE)

Plumbing Central Florida Tapping and Construction Services Inc. (407) 834‐8271 Longwood FL 32752Plumbing Grandview Pipe & Supply, Inc. (407) 366‐0270 826 Eyrie Drive Oviedo FL 32765Plumbing Grandview Pipe & Supply, Inc. (407) 366‐0270 826 Eyrie Drive Oviedo FL 32765Plumbing Matern Professional Engineering, Inc. (239) 332‐1187 130 Candace Drive Maitland FL 32751Plumbing Prime Construction Group, Inc. (407) 856‐8180 Orlando FL 32824Plumbing Milian Plumbing 1271 Coral Way Miami FL 33145Plumbing Custum Gas (305) 643‐2444 Miami FL 33135Plumbing Randall Mechanical (407) 464‐7776 3307 Clarcona Rd Apopka FL 32703 Non‐Union, Prevailing Wages Other, NonePlumbing Randall Mechanical (407) 464‐7776 3307 Clarcona Rd Apopka FL 32703 Non‐Union, Prevailing Wages Other, NonePlumbing John J. Kirlin, Inc. (301) 738‐8866 3125 West Commercial Boulevard Fort Lauderdale FL 33309Plumbing Freedom Insulation, Inc. (407) 398‐4065 New Port Richey FL 34652 Non‐Union Women Business Enterprise (WBE)Plumbing Sagamore Plumbing & Heating, Inc. (781) 331‐1600 Weymouth MA 2188 Non‐Union, Prevailing Wages Small Business Enterprise (SBE), NonePlumbing RGD & Associates, Inc. (561) 743‐0165 2151 Florida A1A Alternate Jupiter FL 33477Plumbing Xylem (954) 283‐5270 5771 Country Lakes Drive Fort Myers FL 33905Plumbing Plumbing HVAC Products LLC (904) 744‐3669 Florida FLPlumbing Page Mechanical Group (239) 275‐4406 4611 Cummins Court Fort Myers FL 33905 Non‐Union NonePlumbing Mid City Plumbing Butler WI

Plumbing Ferguson Enterprises (305) 266‐1571 1225 South Scenic Highway Frostproof FL 33843 Union, None, Non‐Union, Prevailing WagesNone, Historically Underutilized Business (HUB), Small Business Enterprise (SBE), Women Business Enterprise (WBE)

Plumbing B&I Contractors (954) 726‐2744 2701 Prince Street Fort Myers FL 33916

Plumbing Kirlin Group, LLC (954) 739‐8100 3125 West Commercial Boulevard Fort Lauderdale FL 33309 Union, Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE), None, Other

Plumbing Kirlin Group, LLC (954) 670‐1051 3125 West Commercial Boulevard Fort Lauderdale FL 33309 Union, Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE), None, Other

Plumbing Lapin Services (407) 841‐8200 3031 40th Street Orlando FL 32839Heating, Ventilation & Air ConditioningHeating, Ventilation & Air Conditioning Jorda Mechanical Contr. (305) 262‐0095 1510 Northwest 79th Avenue Doral FL 33126Heating, Ventilation & Air Conditioning Jorda Mechanical Contr. (305) 262‐0095 1510 Northwest 79th Avenue Doral FL 33126Heating, Ventilation & Air Conditioning Jorda Mechanical Contr. (305) 262‐0095 1510 Northwest 79th Avenue Doral FL 33126Heating, Ventilation & Air Conditioning Cailis Mechanical Corp. (954) 252‐0263 10400 West State Road 84 Davie FL 33324 Union NoneHeating, Ventilation & Air Conditioning Cailis Mechanical Corp. (954) 252‐0263 10400 West State Road 84 Davie FL 33324 Union NoneHeating, Ventilation & Air Conditioning Norca Air Conditioning & Refrigeration (305) 558‐1422 8195 Northwest 98th Street Hialeah Gardens FL 33016 Non‐Union NoneHeating, Ventilation & Air Conditioning Norca Air Conditioning & Refrigeration (305) 558‐1422 8195 Northwest 98th Street Hialeah Gardens FL 33016 Non‐Union NoneHeating, Ventilation & Air Conditioning Thermal Concepts (954) 472‐4465 2201 College Avenue Davie FL 33317 Non‐Union NoneHeating, Ventilation & Air Conditioning Thermal Concepts (954) 472‐4465 2201 College Avenue Davie FL 33317 Non‐Union NoneHeating, Ventilation & Air Conditioning American Commercial Services (305) 466‐3310 210 174th Street North Miami Beach FL 33160 UnionHeating, Ventilation & Air Conditioning Hill York (954) 525‐2971 2125 South Andrews Avenue Fort Lauderdale FL 33316 Union Other, NoneHeating, Ventilation & Air Conditioning Hill York (954) 525‐2971 2125 South Andrews Avenue Fort Lauderdale FL 33316 Union Other, NoneHeating, Ventilation & Air Conditioning Hill York (954) 525‐2971x2247 2125 South Andrews Avenue Fort Lauderdale FL 33316 Union Other, NoneHeating, Ventilation & Air Conditioning Hill York (954) 525‐2971 2125 South Andrews Avenue Fort Lauderdale FL 33316 Union Other, NoneHeating, Ventilation & Air Conditioning Florida HVAC Contractor INC (305) 826‐2645 2739 W 79th St Hialeah FL 33016 Non‐Union NoneHeating, Ventilation & Air Conditioning Florida HVAC Contractor INC (305) 826‐2645 2739 W 79th St Hialeah FL 33016 Non‐Union NoneHeating, Ventilation & Air Conditioning Florida HVAC Contractor INC (305) 826‐2645 2739 W 79th St Hialeah FL 33016 Non‐Union NoneHeating, Ventilation & Air Conditioning MIK Construction Group (561) 768‐6587 933 Northwest 36th Street Oakland Park FL 33309Heating, Ventilation & Air Conditioning Hart Mechanical Contractors, Inc. (786) 573‐9007 12920 Southwest 128th Street Miami FL 33186 Disadvantaged Business Enterprise (DBE)Heating, Ventilation & Air Conditioning Hart Mechanical Contractors, Inc. (786) 573‐9007 12920 Southwest 128th Street Miami FL 33186 Disadvantaged Business Enterprise (DBE)Heating, Ventilation & Air Conditioning Hart Mechanical Contractors, Inc. (786) 573‐9007 12920 Southwest 128th Street Miami FL 33186 Disadvantaged Business Enterprise (DBE)Heating, Ventilation & Air Conditioning Stryker Electrical Contracting, Inc. (772) 219‐3389 4241 Southwest High Meadows Avenue Palm City FL 34990 Union, Non‐Union OtherHeating, Ventilation & Air Conditioning Stryker Electrical Contracting, Inc. (772) 219‐3389 4241 Southwest High Meadows Avenue Palm City FL 34990 Union, Non‐Union OtherHeating, Ventilation & Air Conditioning Southeast Mechanical Contractors (954) 981‐3600 2120 West Atlantic Avenue Delray Beach FL 33445 Non‐Union NoneHeating, Ventilation & Air Conditioning Southeast Mechanical Contractors (954) 981‐3600 2120 West Atlantic Avenue Delray Beach FL 33445 Non‐Union NoneHeating, Ventilation & Air Conditioning Kar Larrabee (305) 885‐1573 7171 Northwest 74th Street Miami FL 33166Heating, Ventilation & Air Conditioning Kar Larrabee (305) 887‐1573 7171 Northwest 74th Street Miami FL 33166Heating, Ventilation & Air Conditioning Hyvac, Inc. (954) 427‐3811 3400 Southwest 10th Street Deerfield Beach FL 33442 Non‐Union Women Business Enterprise (WBE)Heating, Ventilation & Air Conditioning Hyvac, Inc. (954) 427‐3811 3400 Southwest 10th Street Deerfield Beach FL 33442 Non‐Union Women Business Enterprise (WBE)

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

50

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeHeating, Ventilation & Air Conditioning Nagelbush Mechanical, Inc. (954) 736‐3000 5101 Northwest 21st Avenue Fort Lauderdale FL 33309 Union NoneHeating, Ventilation & Air Conditioning Nagelbush Mechanical, Inc. (954) 736‐3000 x354 5101 Northwest 21st Avenue Fort Lauderdale FL 33309 Union NoneHeating, Ventilation & Air Conditioning Nagelbush Mechanical, Inc. (954) 736‐3000 5101 Northwest 21st Avenue Fort Lauderdale FL 33309 Union None

Heating, Ventilation & Air Conditioning Kreit Mechanical (818) 387‐6418 13839 Weddington Street Sherman Oaks CA 91401 UnionMinority Business Enterprise (MBE), Small Business Enterprise (SBE), Disadvantaged Business Enterprise (DBE)

Heating, Ventilation & Air Conditioning Airsouth Mechanical (305) 828‐9400 1650 W 32nd Pl Hialeah FL 33012 Non‐Union None

Heating, Ventilation & Air Conditioning Kirlin Group, LLC (954) 670‐1051 3125 West Commercial Boulevard Fort Lauderdale FL 33309 Union, Non‐UnionSmall Business Enterprise (SBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE), None, Other

Heating, Ventilation & Air Conditioning Page Mechanical Group (239) 275‐4406 4611 Cummins Court Fort Myers FL 33905 Non‐Union NoneHeating, Ventilation & Air Conditioning RGD & Associates, Inc. (561) 743‐0165 2151 Florida A1A Alternate Jupiter FL 33477Heating, Ventilation & Air Conditioning Sagamore Plumbing & Heating, Inc. (781) 331‐1600 Weymouth MA 2188 Non‐Union, Prevailing Wages Small Business Enterprise (SBE), NoneHeating, Ventilation & Air Conditioning Randall Mechanical (407) 464‐7776 3307 Clarcona Rd Apopka FL 32703 Non‐Union, Prevailing Wages Other, NoneHeating, Ventilation & Air Conditioning Randall Mechanical (407) 464‐7776 3307 Clarcona Rd Apopka FL 32703 Non‐Union, Prevailing Wages Other, NoneHeating, Ventilation & Air Conditioning Evapco ‐ Tower Enterprises (954) 952‐9358 2046 McKinley Street Hollywood FL 33020 Union, Non‐Union Small Business Enterprise (SBE)Heating, Ventilation & Air Conditioning Top‐Tech AC & Refrigeration, Inc. (305) 200‐9468 401 East Las Olas Boulevard Fort Lauderdale FL 33301Heating, Ventilation & Air Conditioning Phoenix Mechanical (508) 650‐1780 524 Stockton Street Jacksonville FL 32204 Non‐Union, Prevailing Wages NoneHeating, Ventilation & Air Conditioning John J. Kirlin, Inc. (301) 738‐8866 3125 West Commercial Boulevard Fort Lauderdale FL 33309Heating, Ventilation & Air Conditioning Maddox Electric, Inc. (434) 665‐9589 Dopey Drive Orlando FL 32836Heating, Ventilation & Air Conditioning Maddox Electric, Inc. (434) 944‐7498 Dopey Drive Orlando FL 32836Heating, Ventilation & Air Conditioning Cool‐Breeze Air Conditioning Corporation (305) 226‐2665 Miami FL 33186Heating, Ventilation & Air Conditioning Aurora Mechanical (305) 822‐2554 5521 Northwest 74th Avenue Miami FL 33166 Non‐Union Minority Business Enterprise (MBE)Heating, Ventilation & Air Conditioning EvapTech, Inc. (913) 322‐5165 8331 Nieman Road Lenexa KS 66214 Non‐Union OtherHeating, Ventilation & Air Conditioning Matern Professional Engineering, Inc. (239) 332‐1187 130 Candace Drive Maitland FL 32751Heating, Ventilation & Air Conditioning Burns Engineering, Inc. (215) 979‐7700 3275 Progress Drive Orlando FL 32826Heating, Ventilation & Air Conditioning Air Revive (954) 232‐5750 Florida FLHeating, Ventilation & Air Conditioning Dryco Group (866) 379‐2600 18660 Collins Avenue Sunny Isles Beach FL 33160 Non‐Union

Heating, Ventilation & Air Conditioning Richard Flanders Enterprises, Inc. (954) 755‐2912 3800 Inverrary Boulevard Lauderhill FL 33319 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE)

Heating, Ventilation & Air Conditioning Mcgilvray Mechanical (305) 592‐5910 2001 North Andrews Avenue Pompano Beach FL 33069 Union OtherHeating, Ventilation & Air Conditioning Cyvsa International, Inc. (954) 674‐3444 11550 Interchange Circle North Miramar FL 33025Heating, Ventilation & Air Conditioning ECCO Mechanical (954) 328‐0019 39 Skyline Drive Lake Mary FL 32746Heating, Ventilation & Air Conditioning Wayne Group & Services, Inc AC (954) 733‐6557 2305 Northwest 30th Street Oakland Park FL 33311Heating, Ventilation & Air Conditioning Smart Air Systems (954) 968‐1288 Margate FLHeating, Ventilation & Air Conditioning US Tech Inc. (561) 570‐0998 Franklin Lakes NJ 7417Heating, Ventilation & Air Conditioning McGilvray Mechanical (561) 471‐3350 8690 Northwest 58th Street Doral FL 33166

Heating, Ventilation & Air Conditioning Turnkey Mechanical (305) 591‐0261 1315 Northwest 98th Court Doral FL 33172 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Heating, Ventilation & Air Conditioning South Florida Air Conditioning & Refrigeration (305) 274‐5287 8115 Northwest 29th Street Doral FL 33122 Non‐Union OtherHeating, Ventilation & Air Conditioning JB Mechanical (412) 341‐0981 70 South Street Washington PA 15301 Non‐Union NoneHeating, Ventilation & Air Conditioning Debonair Mechanical, Inc. (305) 826‐2240 2649 West 81st Street Hialeah FL 33016Heating, Ventilation & Air Conditioning Cardon Discount Air Conditioning (813) 227‐8833 4921 Stolls Avenue Tampa FL 33615 Non‐Union NoneHeating, Ventilation & Air Conditioning Trinity Air Conditioning Co., LLC (305) 256‐9099 13335 Southwest 88th Avenue Miami FL 33176ElectricalElectrical ION Electric LLC (954) 434‐7432 2001 North Andrews Avenue Pompano Beach FL 33069 Union OtherElectrical ION Electric LLC (954) 434‐7432 2001 North Andrews Avenue Pompano Beach FL 33069 Union OtherElectrical Russelectric Inc. (781) 749‐6000 Florida FL None NoneElectrical ION Electric LLC (954) 434‐7432 2001 North Andrews Avenue Pompano Beach FL 33069 Union OtherElectrical ION Electric LLC (954) 434‐7432 2001 North Andrews Avenue Pompano Beach FL 33069 Union OtherElectrical Unlimited Electrical Contractors (954) 481‐8250 3500 Park Central Boulevard North Pompano Beach FL 33064Electrical Fanto Group, LLC (860) 559‐1979 58 Church Street Old Saybrook CT 6475 None Disabled Veteran Business Enterprise (DVBE)Electrical PM Electrical Contractors Inc (305) 257‐1116 9820 Southwest 130th Street Miami FL 33176 Prevailing Wages OtherElectrical JC & A Electrical Contractors, Inc. (305) 594‐2775 1901 Northwest 108th Avenue Miami FL 33172Electrical Generation Electrical Services (305) 252‐7780 13850 Southwest 143rd Court Miami FL 33186 Non‐Union Small Business Enterprise (SBE)Electrical Caner Electrical, Inc. (561) 479‐0601 Florida's Turnpike Florida's Turnpike FLElectrical Hillers Electrical Engineering (561) 451‐9165x221 Boca Raton FL 33428Electrical Luxe Electric, Inc. (305) 914‐0147 Miami FL 33131Electrical Elcon Electric (954) 979‐5445 668 South Military Trail Deerfield Beach FL 33442Electrical Davco Electrical Contractors Corporation (561) 732‐3434 4885 Park Ridge Boulevard Boynton Beach FL 33426Electrical Davco Electrical Contractors Corporation (561) 732‐3434 4885 Park Ridge Boulevard Boynton Beach FL 33426

Electrical Radio One, Inc. (561) 951‐7140 Florida FLMinority Business Enterprise (MBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Electrical Archis Technologies (888) 324‐2557 158 Terra Mango Loop Orlando FL 32835 Non‐Union Minority Business Enterprise (MBE)Electrical Langer Electric Co. (954) 984‐8489 6500 Northwest 21st Avenue Fort Lauderdale FL 33309Electrical Maddox Electric, Inc. (434) 944‐7498 Dopey Drive Orlando FL 32836Electrical Maddox Electric, Inc. (434) 665‐9589 Dopey Drive Orlando FL 32836Electrical CLX Engineering (407) 878‐2774 645 Hickman Circle Sanford FL 32771Electrical SICK, Inc. (800) 325‐7425 7200 West Camino Real Boca Raton FL 33433Electrical Toshiba Business Solutions (800) 526‐7926 6401 Nob Hill Road Pompano Beach FL 33321

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

51

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeElectrical VIP Systems (954) 957‐1847 415 Northeast 2nd Avenue Hallandale Beach FL 33009 None Small Business Enterprise (SBE)Electrical Trinity Manufacturing Corporation (941) 727‐9595 6205 31st Street East Bradenton FL 34203Electrical Tri‐City Electrical Contractors, Inc. (407) 788‐3500 430 West Drive Altamonte Springs FL 32714 Non‐Union NoneElectrical RGD & Associates, Inc. (561) 743‐0165 2151 Florida A1A Alternate Jupiter FL 33477Electrical GLD Group (754) 999‐2800 800 Tech Row Madison Heights MI 48071Electrical GLD Group (754) 999‐2800 800 Tech Row Madison Heights MI 48071Electrical B&I Contractors (954) 726‐2744 2701 Prince Street Fort Myers FL 33916Electrical Diversified (770) 447‐1001 10550 Deerwood Park Boulevard Jacksonville FL 32256Electrical Maxicon, LLC (786) 702‐3045 19585 Northeast 10th Avenue Miami FL 33179 Non‐UnionElectrical Technomedia Solutions, LLC (407) 872‐8622 4545 36th Street Orlando FL 32811 Union, Non‐Union NoneElectrical Skype Electric, Inc. (305) 822‐5657 7290 West 18th Avenue Hialeah FL 33014Electrical Honshy Electric Co., Inc. (305) 264‐5500 7345 Southwest 41st Street Miami FL 33155Electrical Insyte Security (407) 831‐4411 910 Sand Lake Road Altamonte Springs FL 32714Electrical Bernhard MCC, LLC (407) 650‐2251 531 Cooper Industrial Parkway Apopka FL 32703 Non‐Union, Union, Prevailing Wages Other, NoneElectrical Thunder Electrical Contractors, Inc. (305) 669‐1776 7035 Southwest 47th Street Miami FL 33155Electrical Thunder Electrical Contractors, Inc. (305) 669‐1776 7035 Southwest 47th Street Miami FL 33155Electrical Carpenter Electric, Inc. (561) 848‐7881 1333 53rd Street West Palm Beach FL 33407 Non‐Union OtherElectrical Electraserve, Inc. (954) 327‐9475 3501 Northwest 14th Avenue Pompano Beach FL 33064 Non‐Union Women Business Enterprise (WBE)Electrical Integration Wiring, LLC (321) 591‐2986 Florida FLElectrical Matern Professional Engineering, Inc. (239) 332‐1187 130 Candace Drive Maitland FL 32751

Electrical Heron Electric (407) 296‐2550 4708 West Concord Avenue Orlando FL 32808Minority Business Enterprise (MBE), Women Business Enterprise (WBE)

Electrical Fine Line Electric, Inc. (954) 786‐8006 3071 North Dixie Highway Pompano Beach FL 33064 Non‐Union None

Electrical Avcon, Inc. (407) 599‐1122 5555 East Michigan Street Orlando FL 32822Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Electrical Proplus Communications, Inc. (407) 290‐2772 2415 North John Young Parkway Orlando FL 32804Electrical Quality Cable Contractors, Inc. (407) 246‐0606 84 West Jersey Street Orlando FL 32806Electrical Electric Services, Inc. (352) 787‐1322 1746 US‐441 South Leesburg FL 34748 Non‐Union NoneElectrical Morton Electric, Inc. (407) 830‐1000 3625 Florida 46 Sanford FL 32771

Electrical Power Engineering Group, Inc. (407) 277‐3150 5448 Hoffner Avenue Orlando FL 32812 NoneMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE)

Electrical Prime Electrical Services (407) 574‐5177 550 Holts Lake Court Apopka FL 32703 Non‐UnionDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Electrical Mills Electric Service, Inc. (954) 640‐5262 Fort Lauderdale FL 33309Electrical Ge (215) 942‐3238 8301 Scenic Highway Pensacola FL 32514 Non‐Union, None OtherElectrical WILCO ELECTRICAL LLC (305) 248‐9911 430 Business Park Way Royal Palm Beach FL 33411 Non‐Union Small Business Enterprise (SBE)Electrical Unlimited Electrical Contractors (954) 481‐8250 3500 Park Central Boulevard North Pompano Beach FL 33064Electrical Unlimited Electrical Contractors (954) 481‐8250 3500 Park Central Boulevard North Pompano Beach FL 33064Electrical ABW Electric (305) 971‐9222 13006 Southwest 120th Street Miami FL 33186Electrical Johnny Electric Electrical Contractors, Inc. (305) 653‐1220 20855 Northeast 16th Place Miami FL 33179Electrical Andreu & Associates, Inc. (954) 943‐7032x103 275 Southwest 14th Avenue Pompano Beach FL 33069Electrical RAC Electric Inc. (954) 443‐7561 1100 Southwest 189th Avenue Pembroke Pines FL 33029 Non‐Union NoneElectrical Ostrow Electric (508) 754‐2641 9 Mason Street Worcester MA 1609 Union NoneElectrical Paramount Depot (786) 275‐0107 7975 Northwest 56th Street Doral FL 33166Electrical Meisner Electric (561) 278‐0124 220 Northeast 1st Street Delray Beach FL 33444Electrical Meisner Electric (561) 278‐8362 220 Northeast 1st Street Delray Beach FL 33444Electrical Pomeroy Electric, Inc. (954) 427‐0705 3131 Southwest 13th Drive Deerfield Beach FL 33442 Non‐Union NoneElectrical C. Davis Electric Company, Inc. (954) 432‐4334 1701 Southwest 100th Terrace Miramar FL 33025 Non‐UnionElectrical C. Davis Electric Company, Inc. (954) 432‐4334 1701 Southwest 100th Terrace Miramar FL 33025 Non‐UnionElectrical Champion Electric (561) 296‐4144 5155 Corporate Way Jupiter FL 33458 Non‐Union Small Business Enterprise (SBE)Electrical Delta Tech Electric (305) 588‐6922 360 Central Avenue St. Petersburg FL 33701

Electrical M&M Electric of Central Florida, Inc. (800) 734‐0776 6923 Narcoossee Road Orlando FL 32822 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Electrical Empire Electric Inc (305) 264‐9982 2200 Southwest 67th Avenue Miami FL 33155 Non‐Union NoneElectrical Empire Electric Inc (305) 264‐9982 2200 Southwest 67th Avenue Miami FL 33155 Non‐Union NoneElectrical Empire Electric Inc (305) 264‐9982 2200 Southwest 67th Avenue Miami FL 33155 Non‐Union NoneElectrical Dynalectric Company (954) 624‐0000 2501 Southwest 160th Avenue Miramar FL 33027 Union NoneElectrical Dynalectric Company (954) 624‐0000 2501 Southwest 160th Avenue Miramar FL 33027 Union NoneElectrical MIK Construction Group (561) 768‐6587 933 Northwest 36th Street Oakland Park FL 33309Electrical National Lighting Protection Corp (303) 295‐1695 13550 Smith Road Aurora CO 80011 Non‐Union Small Business Enterprise (SBE)Electrical Fisk Electric Company (305) 884‐5311 10125 Northwest 116th Way Medley FL 33178 Union NoneElectrical Fisk Electric Company (305) 884‐5311 10125 Northwest 116th Way Medley FL 33178 Union NoneElectrical Fisk Electric Company (305) 884‐5311 10125 Northwest 116th Way Medley FL 33178 Union NoneElectrical Fisk Electric Company (305) 884‐5311 10125 Northwest 116th Way Medley FL 33178 Union NoneElectrical Fisk Electric Company (305) 884‐5311 10125 Northwest 116th Way Medley FL 33178 Union NoneElectrical Fisk Electric Company (305) 884‐5311 10125 Northwest 116th Way Medley FL 33178 Union NoneElectrical Fisk Electric Company (305) 884‐5311 10125 Northwest 116th Way Medley FL 33178 Union NoneElectrical Advanced Electrical Sol. (954) 325‐0960 4051 Southwest 47th Avenue Davie FL 33314 Non‐Union Minority Business Enterprise (MBE)Electrical Advanced Electrical Sol. (954) 327‐9212 x111 4051 Southwest 47th Avenue Davie FL 33314 Non‐Union Minority Business Enterprise (MBE)Electrical Advanced Electrical Sol. (954) 327‐9212 4051 Southwest 47th Avenue Davie FL 33314 Non‐Union Minority Business Enterprise (MBE)

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

52

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeElectrical Stryker Electrical Contracting, Inc. (772) 219‐3389 4241 Southwest High Meadows Avenue Palm City FL 34990 Union, Non‐Union OtherElectrical Stryker Electrical Contracting, Inc. (772) 219‐3389 4241 Southwest High Meadows Avenue Palm City FL 34990 Union, Non‐Union OtherElectrical Hypower, Inc. (888) 978‐9300 5913 Northwest 31st Avenue Fort Lauderdale FL 33309 Non‐Union NoneElectrical Hypower, Inc. (954) 917‐1462 5913 Northwest 31st Avenue Fort Lauderdale FL 33309 Non‐Union NoneElectrical Hypower, Inc. (954) 770‐6153 5913 Northwest 31st Avenue Fort Lauderdale FL 33309 Non‐Union NoneElectrical Hypower, Inc. (954) 978‐9300 5913 Northwest 31st Avenue Fort Lauderdale FL 33309 Non‐Union None

Electrical Comelco, Inc. (407) 830‐5884 410 North Street Longwood FL 32750 Non‐UnionDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Other

Electrical Power Design Inc. (727) 497‐3244 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneElectrical Power Design Inc. (727) 497‐3267 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneElectrical Power Design Inc. (727) 497‐3267 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneElectrical Power Design Inc. (727) 210‐0492x358 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneElectrical Power Design Inc. (727) 497‐3544 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneElectrical Power Design Inc. (727) 497‐3267 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneElectrical Power Design Inc. (727) 210‐0492 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneElectrical Power Design Inc. (727) 210‐0492 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneElectrical / LightingElectrical / Lighting Lighting Affiliates, Ltd. (860) 721‐1171 Florida FLElectrical / Lighting Maddox Electric, Inc. (434) 944‐7498 Dopey Drive Orlando FL 32836Electrical / Lighting Candela Controls, Inc. (407) 654‐2420 751 Business Park Boulevard Winter Garden FL 34787 Non‐Union Small Business Enterprise (SBE)Electrical / Lighting Candela Controls, Inc. (407) 654‐2420 751 Business Park Boulevard Winter Garden FL 34787 Non‐Union Small Business Enterprise (SBE)Electrical / Lighting Sesco Lighting (954) 474‐9888 1133 West Morse Boulevard Winter Park FL 32789 Union, Non‐Union, Prevailing Wages NoneElectrical / Lighting Lighting Dynamics, Inc. (954) 527‐0033 7835 West Commercial Boulevard Tamarac FL 33351Electrical / Lighting Star LED (954) 900‐2290 3233 Southwest 2nd Avenue Fort Lauderdale FL 33315Electrical / Lighting Solar Electric Power Co. (772) 220‐6615 7986 Southwest Jack James Drive Stuart FL 34997Electrical / Lighting Solar Electric Power Co. (772) 220‐6615 7986 Southwest Jack James Drive Stuart FL 34997Electrical / Lighting iLite (813) 786‐4965 1800 Constantine Street Orlando FL 32825Electrical / Lighting Universal Fiber Optics, Inc. (941) 343‐8115 201 Hamlin Drive Casselberry FL 32730Electrical / Lighting DLS Designer Lighting Solutions (954) 764‐3585 311 South Andrews Avenue Fort Lauderdale FL 33301Electrical / Lighting Candela Controls, Inc. (407) 654‐2420 751 Business Park Boulevard Winter Garden FL 34787 Non‐Union Small Business Enterprise (SBE)Electrical / Lighting Brand Lighting (305) 681‐0232 2930 Southwest 30th Avenue Hallandale Beach FL 33009Electrical / Lighting Paul Steelman Design Group (702) 873‐0221 Florida FLElectrical / Lighting Langer Electric Co. (954) 984‐8489 6500 Northwest 21st Avenue Fort Lauderdale FL 33309Electrical / Lighting Maddox Electric, Inc. (434) 665‐9589 Dopey Drive Orlando FL 32836Electrical / Lighting MC2, Inc. (407) 859‐6802 Sanford FL Non‐Union Small Business Enterprise (SBE)Electrical / Lighting Planet Lighting (305) 757‐5001 5120 Biscayne Boulevard Miami FL 33137Electrical / Lighting South Dade Lighting (305) 238‐7131 13006 Southwest 87th Avenue Miami FL 33176Electrical / Lighting Power Design Inc. (727) 568‐7953 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneElectrical / Lighting Power Design Inc. (727) 497‐3244 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneElectrical / Lighting Power Design Inc. (727) 497‐3267 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneElectrical / Lighting Fanto Group, LLC (407) 857‐5101 7022 Tpc Drive Orlando FL 32822 None Disabled Veteran Business Enterprise (DVBE)Communications / Audio Video

Communications / Audio Video Radio One, Inc. (561) 951‐7140 Florida FLMinority Business Enterprise (MBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Communications / Audio Video Advanced Home Theater (305) 593‐1965 8312 Northwest 30th Terrace Doral FL 33122Communications / Audio Video Global Communicationc Systems, Inc. (843) 340‐7291 2700 West Cypress Creek Road Fort Lauderdale FL 33309 Non‐Union NoneCommunications / Audio Video Global Communicationc Systems, Inc. (954) 733‐8700 2700 West Cypress Creek Road Fort Lauderdale FL 33309 Non‐Union NoneCommunications / Audio Video Lumaware Safety (954) 655‐7899 Florida FLCommunications / Audio Video Lumaware Safety (561) 703‐0603 Florida FLCommunications / Audio Video Burns Engineering, Inc. (215) 979‐7700 3275 Progress Drive Orlando FL 32826Communications / Audio Video Epic Engineering & Consulting Group LLC (407) 381‐3742 1511 East State Road 434 Winter Springs FL 32708Communications / Audio Video Harris IT Services Corporation (703) 673‐1400 2215 East 4th Avenue Tampa FL 33605Communications / Audio Video Power Design Inc. (727) 497‐3267 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneCommunications / Audio Video Power Design Inc. (727) 497‐3244 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneCommunications / Audio Video Ground Hound Detection Services, Inc. (561) 737‐9800 2930 Northwest Commerce Park Drive Boynton Beach FL 33426 UnionCommunications / Audio Video Ground Hound Detection Services, Inc. (561) 737‐9800 2930 Northwest Commerce Park Drive Boynton Beach FL 33426 UnionCommunications / Audio Video Hypower, Inc. (954) 917‐1434 5913 Northwest 31st Avenue Fort Lauderdale FL 33309 Non‐Union NoneCommunications / Audio Video Hypower, Inc. (954) 917‐1440 5913 Northwest 31st Avenue Fort Lauderdale FL 33309 Non‐Union NoneCommunications / Audio Video Hypower, Inc. (954) 978‐9300 5913 Northwest 31st Avenue Fort Lauderdale FL 33309 Non‐Union NoneCommunications / Audio Video Hypower, Inc. (954) 770‐6153 5913 Northwest 31st Avenue Fort Lauderdale FL 33309 Non‐Union NoneCommunications / Audio Video Hypower, Inc. (954) 917‐1488 5913 Northwest 31st Avenue Fort Lauderdale FL 33309 Non‐Union NoneCommunications / Audio Video Hypower, Inc. (888) 978‐9300 5913 Northwest 31st Avenue Fort Lauderdale FL 33309 Non‐Union NoneCommunications / Audio Video Ferguson Cabling Corp (727) 470‐2802 203 Orange Street Palm Harbor FL 34683 Non‐Union, Prevailing Wages Small Business Enterprise (SBE)Communications / Audio Video Privid‐Eye Security Systems (954) 581‐1756 3300 Corporate Avenue Weston FL 33331 Non‐Union NoneCommunications / Audio Video Meir Alarms Inc. (954) 971‐2110 2195 North Andrews Avenue Pompano Beach FL 33069Communications / Audio Video TEM Systems, Inc. (954) 577‐6044 4747 North Nob Hill Road Tamarac FL 33321 Union, Non‐Union Women Business Enterprise (WBE)Communications / Audio Video Jade Communications, Inc. (561) 997‐8552 x112 6610 East Rogers Circle Boca Raton FL 33487Communications / Audio Video Siemens (954) 364‐6787 3021 Commerce Pkwy Hollywood FL 33025 Union, Non‐Union, Prevailing Wages, None Other, NoneCommunications / Audio Video Global Security Paradyme (305) 592‐6970 16115 Southwest 117th Avenue Miami FL 33177Communications / Audio Video Glanz Technology (305) 893‐1269 687 Northeast 124th Street North Miami FL 33161

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

53

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeCommunications / Audio Video Communication Access Services, Inc. (954) 791‐6116 Plantation FL 33317 Non‐Union Small Business Enterprise (SBE)Communications / Audio Video ATCI Communications (305) 620‐0062 1270 Northwest 165th Street Miami FL 33169 Non‐Union NoneCommunications / Audio Video All Sound Equipment, Inc. (305) 471‐9888 8545 Northwest 29th Street Doral FL 33122Communications / Audio Video Langer Electric Co. (954) 984‐8489 6500 Northwest 21st Avenue Fort Lauderdale FL 33309Communications / Audio Video Uni‐Tel Group (407) 803‐4142 9672 Sweetleaf Street Orlando FL 32827 Union, Non‐Union OtherCommunications / Audio Video Security Innovative Solutions (954) 358‐0799 6314 Kingspointe Parkway Orlando FL 32819Communications / Audio Video Aon Risk Services Northeast Inc (212) 441‐1450 7650 West Courtney Campbell Causeway Tampa FL 33607 None OtherCommunications / Audio Video Integration Wiring, LLC (321) 591‐2986 Florida FLCommunications / Audio Video Teleco of South Florida (954) 312‐0457 Deerfield Beach FL

Communications / Audio Video Security 101 (888) 909‐4101x127 Orlando FL 32826 Union, Prevailing WagesSmall Business Enterprise (SBE), Women Business Enterprise (WBE)

Communications / Audio Video Security 101 (888) 909‐4101 Orlando FL 32826 Union, Prevailing WagesSmall Business Enterprise (SBE), Women Business Enterprise (WBE)

Communications / Audio Video Commercial Systems Group, Inc. (407) 801‐1276 995 West Kennedy Boulevard Orlando FL 32810 Non‐Union NoneCommunications / Audio Video Advanced Networks & Cabling Services Corp (786) 614‐9690 8544 NorthWest 64th Street Miami FL 33166Communications / Audio Video GLD Group (754) 999‐2800 800 Tech Row Madison Heights MI 48071Communications / Audio Video GLD Group (754) 999‐2800 800 Tech Row Madison Heights MI 48071Communications / Audio Video MC2, Inc. (407) 859‐3801 Sanford FL Non‐Union Small Business Enterprise (SBE)

Communications / Audio Video Advanced Cable Connection, Inc. (813) 978‐0101 13654 North 12th Street Tampa FL 33613 Prevailing WagesMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Communications / Audio Video Uni‐Tel Group (407) 803‐4142 Florida FLCommunications / Audio Video Pro‐Vigil (210) 858‐1109x5027 4710 Perrin Creek San Antonio TX 78217 Non‐Union, Prevailing Wages NoneCommunications / Audio Video Thunder Electrical Contractors, Inc. (305) 669‐1776 7035 Southwest 47th Street Miami FL 33155Communications / Audio Video Fision Work 3521 West Broward Boulevard Fort Lauderdale FL 33312Communications / Audio Video Industrial Communications (305) 423‐3046 350 Southwest 41st Street Miami FL 33169Communications / Audio Video Control Communications (954) 791‐8040 3731 Southwest 47th Avenue Davie FL 33314 Non‐Union NoneCommunications / Audio Video Control Communications (954) 791‐8040 3731 Southwest 47th Avenue Davie FL 33314 Non‐Union NoneCommunications / Audio Video Straight Line Communications, Inc. (386) 575‐0400 650 Deltona Boulevard Deltona FL 32725Communications / Structured CablingCommunications / Structured Cabling Digital Video Systems (954) 239‐4410 3270 Executive Way Miramar FL 33025Communications / Structured Cabling Sound Components (305) 665‐4299 6620 Southwest 57th Avenue South Miami FL 33143Communications / Structured Cabling Power Design Inc. (727) 497‐3244 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneCommunications / Structured Cabling Advanced Home Theater (305) 593‐1695 8312 Northwest 30th Terrace Doral FL 33122Communications / Structured Cabling Advanced Home Theater (305) 593‐1965 8312 Northwest 30th Terrace Doral FL 33122Communications / Structured Cabling The Perfect Shade and Sound Collection (305) 438‐0011 3616 Northeast 2nd Avenue Miami FL 33137Communications / Structured Cabling MELODY INC. (954) 292‐3524 5454 Northwest 77th Court Miami FL 33166 Non‐Union Small Business Enterprise (SBE)Communications / Structured Cabling Media Design Associates (954) 334‐0000 5450 Northwest 33rd Avenue Fort Lauderdale FL 33309Communications / Structured Cabling Integration Wiring, LLC (321) 591‐2986 Florida FLCommunications / Structured Cabling Russelectric Inc. (781) 749‐6000 Florida FL None NoneCommunications / Structured Cabling Power Design Inc. (727) 497‐3267 11600 9th Street North Saint Petersburg FL 33716 Union, Non‐Union NoneCommunications / Structured Cabling Digital Video Systems (954) 239‐4410 3270 Executive Way Miramar FL 33025

Communications / Structured Cabling Advanced Cable Connection, Inc. (813) 978‐0101 13654 North 12th Street Tampa FL 33613 Prevailing WagesMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Communications / Structured Cabling GLD Group (754) 999‐2800 800 Tech Row Madison Heights MI 48071Communications / Structured Cabling GLD Group (754) 999‐2800 800 Tech Row Madison Heights MI 48071Communications / Structured Cabling Manigilie (786) 953‐5281 5581 Northwest 79th Avenue Doral FL 33166

Communications / Structured Cabling Structured Cabling Solutions (305) 915‐1427 5632 Northwest 161st Street Miami Gardens FL 33014 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Communications / Structured Cabling VIP Systems (954) 957‐1847 415 Northeast 2nd Avenue Hallandale Beach FL 33009 None Small Business Enterprise (SBE)Communications / Structured Cabling Wiring Technologies (407) 862‐6290x102 1015 Sunshine Lane Altamonte Springs FL 32714 None NoneCommunications / Structured Cabling Reliable Cable (954) 484‐9606 Fort Lauderdale FL 33309 Non‐Union NoneElectronic Safety and SecurityElectronic Safety and Security Straight Line Communications, Inc. (386) 575‐0400 650 Deltona Boulevard Deltona FL 32725EarthworkEarthwork Master Excavators (305) 238‐0119 9950 Southwest 168th Terrace Miami FL 33157 Non‐Union None

Earthwork Noury Construction (954) 227‐0138 9660 West Sample Road Coral Springs FL 33065 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Earthwork Southeastern Engineering Contractors (305) 557‐4226 12054 Northwest 98th Avenue Hialeah FL 33018Earthwork Luna Development Corp. (954) 990‐6629x228 1001 Northwest 51st Court Fort Lauderdale FL 33309 Non‐Union NoneEarthwork United Site Services (561) 644‐0749 11574 Philips Highway Jacksonville FL 32256 Non‐Union, Union, None, Prevailing Wages Other, NoneEarthwork Boys Engineering 2685 West 78th Street Hialeah FL 33016Earthwork Pan American Marble Stone (305) 887‐5594 8160 Northwest 93rd Street Medley FL 33166 None Other

Earthwork Sagoma Construction Services (954) 636‐8560 3116 South Andrews Avenue Fort Lauderdale FL 33316Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Earthwork Gonzalez and Sons (305) 822‐5455 9390 Northwest 109th Street Medley FL 33178Earthwork Door Guys International (954) 629‐3319 111 Southwest 23rd Street Fort Lauderdale FL 33315Earthwork Central Florida Equipment (305) 888‐3344 9030 Northwest 97th Terrace Medley FL 33178Earthwork Central Florida Equipment (305) 888‐3344 9030 Northwest 97th Terrace Medley FL 33178Earthwork Area Paving & Excavating, Inc. (561) 239‐6829 Coral Springs FL 33075 Non‐Union NoneEarthwork Central Florida Equipment (305) 888‐3344 9030 Northwest 97th Terrace Medley FL 33178Earthwork South Pointe Construction (305) 858‐0784 1870 Coral Way Miami FL 33145

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

54

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise Type

Earthwork Contex Construction Company Inc. (305) 271‐4125 16920 Southwest 96th Court Miami FL 33157 Non‐Union

Disadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE), Minority Business Enterprise (MBE)

Earthwork Morlic Engineering Corp. (305) 597‐1200 Northwest 79th Avenue NW 79th Ave FL Non‐Union NoneEarthwork Morlic Engineering Corp. (305) 597‐1200 Northwest 79th Avenue NW 79th Ave FL Non‐Union NoneEarthwork Sun Up Enterprises, Inc. (954) 384‐1675 16641 Waters Edge Drive Weston FL 33326

Earthwork Ambient Technologies, Inc. (407) 545‐7378 4610 Central Avenue St Petersburg FL 33711 Non‐UnionMinority Business Enterprise (MBE), Women Business Enterprise (WBE), Disadvantaged Business Enterprise (DBE)

Earthwork Summa Construction Inc. (305) 506‐5546 15519 U.S. 441 Eustis FL 32726Earthwork Nanaks Landscaping, Inc. (954) 596‐5337 998 South Military Trail Deerfield Beach FL 33442 Non‐Union NoneEarthwork N Square, Inc. (239) 514‐1173 North Boulevard Tampa FLEarthwork Geotechnical Foundation Systems, Inc. (407) 644‐4600 8008 Apopka Boulevard Apopka FL 32703 None Small Business Enterprise (SBE)Earthwork Formcrete, LLC (305) 248‐5885 327 Southwest 2nd Avenue Florida City FL 33034Earthwork City Engineering (305) 778‐8687 Miami FLEarthwork Central Florida Equipment (305) 888‐3344 9030 Northwest 97th Terrace Medley FL 33178Earthwork Lapin Services (407) 841‐8200 3031 40th Street Orlando FL 32839Earthwork Lapin Services (407) 841‐8200 3031 40th Street Orlando FL 32839Earthwork MCR Development, Inc. (407) 859‐8560 11400 Boggy Creek Road Orlando FL 32824Earthwork All County Paving (561) 302‐3078 1180 Southwest 10th Street Delray Beach FL 33444 Prevailing Wages OtherEarthwork Universal Engineering Sciences, Inc. (305) 249‐8434 Corporate Boulevard Orlando FL 32811 None OtherEarthwork Mabey Bridge & Shoring (813) 404‐8256 6851 Communications Lane Tampa FL 33619 None, Non‐Union, Union OtherEarthwork Terracon Consultants, Inc. (800) 593‐7777 Lost Mound Drive Chattanooga TN 37406 Union, Non‐Union, None, Prevailing Wages Other, NoneEarthwork Southern Underground Industries, Inc. (305) 710‐0470 Florida FLEarthwork Virtual Engineering Pipe King (317) 225‐4742 Florida FLEarthwork ALTAIR ENVIRONMENTAL GROUP (407) 339‐7134 710 South Milwee Street Longwood FL 32750 Non‐Union NoneEarthwork Aurora Mechanical (305) 822‐2554 5521 Northwest 74th Avenue Miami FL 33166 Non‐Union Minority Business Enterprise (MBE)Earthwork Beck Concrete Construction (954) 632‐1313 17799 32nd Lane North Loxahatchee FL 33470Earthwork Nicholson Construction Company (305) 715‐2080 17535 Darby Lane Lutz FL 33558 Union NoneEarthwork GZA Geoenvironmental, Incorporated (781) 278‐3840 Florida FL UnionEarthwork Ram Jack Foundation Repair, LLC (888) 332‐9909 14403 Main Street North Jacksonville FL 32218Earthwork Downrite Engineering Corp (305) 232‐2340 14241 Southwest 143rd Court Miami FL 33186 Union

Earthwork AWK Consulting Engineers, Inc. (412) 823‐8331 6457 Hazeltine National Drive Orlando FL 32822Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Earthwork Radise International (561) 841‐0103 4152 West Blue Heron Boulevard Riviera Beach FL 33404Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Earthwork Roberts Traffic (954) 929‐2922 2210 Hayes Street Hollywood FL 33020 Non‐UnionMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE)

Earthwork GFA International, Inc. (305) 945‐1990 590 Northwest Mercantile Place Port St Lucie FL 34986 Non‐Union Small Business Enterprise (SBE)Earthwork Ryan Inc. Southern (954) 427‐5599 1700 South Powerline Road Deerfield Beach FL 33442 Non‐Union OtherEarthwork EMS Construction (954) 648‐8927 7906 Clark Moody Boulevard Port Richey FL 34668Earthwork Everglades Construction (248) 374‐1911 1000 West McNab Road Pompano Beach FL 33069 UnionEarthwork American Engineering and Development Corporation (305) 825‐9800 11765 West Okeechobee Road Hialeah Gardens FL 33018 Union NoneEarthwork Bg Group (561) 413‐4088 1140 Holland Dr Boca Raton FL 33487 Non‐Union Women Business Enterprise (WBE)Earthwork Earth Tech, Inc. (813) 909‐8000 2620 Hunt Road Land O' Lakes FL 34638 Non‐Union, Union NoneEarthwork Belvedere Contracting, Inc. (561) 747‐6637 5 Park Street Jupiter FL 33458

Earthwork Ram‐Tech Constructions (305) 259‐7853 15802 Southwest 200th Street Miami FL 33187 Non‐Union

Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Small Business Enterprise (SBE), Women Business Enterprise (WBE)

Earthwork C & H Concrete Construction, Inc. (954) 978‐3087 970 Southwest 6th Street Pompano Beach FL 33069 Non‐Union NoneEarthwork Hayward Baker Inc. (954) 977‐8117 8275 Northwest 80th Street Miami FL 33166 Non‐Union Historically Underutilized Business (HUB), NoneEarthwork CMG Development (954) 640‐3258 6500 Northwest 21st Avenue Oakland Park FL 33309Exterior Improvements / LandscapingExterior Improvements / Landscaping BrightView Landscapes LLC (407) 296‐7100 x1832 320 North Mission Road Orlando FL 32811 Small Business Enterprise (SBE), None, OtherExterior Improvements / Landscaping Newberg Irrigation, Inc. (407) 816‐6393 3336 36th Avenue North Saint Petersburg FL 33713 Non‐Union OtherExterior Improvements / Landscaping Bermuda Landscape and Design (561) 432‐0300 10689 Heritage Farms Road Lake Worth FL 33449 None NoneExterior Improvements / Landscaping Arazoza Brothers Corp. (305) 246‐3223 Homestead FL 33092 UnionExterior Improvements / Landscaping PSL Landscaping (772) 879‐3766 Miami FLExterior Improvements / Landscaping Dixie Landscape (305) 884‐5700 12950 Northwest 113th Court Miami FL 33178 Non‐Union NoneExterior Improvements / Landscaping Dixie Landscape (305) 884‐5700 12950 Northwest 113th Court Miami FL 33178 Non‐Union NoneExterior Improvements / Landscaping Geomantic Landscaping (305) 665‐9688 6800 Southwest 81st Street Miami FL 33143Exterior Improvements / Landscaping Geomantic Landscaping (305) 665‐9688 6800 Southwest 81st Street Miami FL 33143Exterior Improvements / Landscaping Amaro Landscape Associates, Inc.. (305) 234‐8440 14480 Southwest 216th Street Miami FL 33170Exterior Improvements / Landscaping Nanaks Landscaping, Inc. (954) 596‐5337 998 South Military Trail Deerfield Beach FL 33442 Non‐Union NoneExterior Improvements / Landscaping Landscaping Associates, Inc. (305) 258‐6310 26002 Southwest 107th Avenue Princeton FL 33032Exterior Improvements / Landscaping Landscaping Associates, Inc. (305) 258‐6310 26002 Southwest 107th Avenue Princeton FL 33032Exterior Improvements / Landscaping STI Turf (877) 784‐8873 1620 Route 1 Tequesta FL 33469Exterior Improvements / Landscaping ElanLandscape, Inc. (954) 680‐7711 5120 Southwest 208th Lane Southwest Ranches FL 33332Exterior Improvements / Landscaping Windmill Sprinkler Company (954) 763‐3411 1535 West Sunrise Boulevard Fort Lauderdale FL 33311 Non‐Union OtherExterior Improvements / Landscaping B & R Industries, Inc. (954) 782‐2370 242 Southwest 5th Street Pompano Beach FL 33060

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

55

James A. Cummings, Inc. Subcontractor List

Bid Package Company Phone Street City State Zip Labor Type Enterprise TypeExterior Improvements / Landscaping Pritts, Inc. (954) 733‐7663 Florida FLExterior Improvements / Landscaping Aquatic Landscaping Design, Inc. (305) 257‐2220 25405 Southwest 107th Avenue Homestead FL 33032 Non‐Union NoneExterior Improvements / Landscaping Raymond Jungles (305) 858‐6777 3000 Grand Avenue Miami FL 33133Exterior Improvements / Landscaping Langan Engineering (786) 264‐7213 110 East Broward Boulevard Fort Lauderdale FL 33301 Non‐Union, Union NoneExterior Improvements / Landscaping Superior Landscaping & Lawn Service (305) 634‐0717 Miami FL Non‐Union NoneExterior Improvements / Landscaping BrightView Landscapes LLC (305) 258‐8011 320 North Mission Road Orlando FL 32811 Small Business Enterprise (SBE), None, OtherExterior Improvements / Landscaping BrightView Landscapes LLC (305) 258‐8011 320 North Mission Road Orlando FL 32811 Small Business Enterprise (SBE), None, OtherExterior Improvements / Landscaping Hanley Landscape Services (561) 793‐9269 3274 D Road Loxahatchee FL 33470 Non‐Union NoneExterior Improvements / Landscaping Winter Garden Grassing, Inc. (407) 877‐0709 532 North Bluford Avenue Ocoee FL 34761Exterior Improvements / Landscaping Green Construction Technologies, Inc. Wilton Manors FL Non‐Union NoneExterior Improvements / Landscaping Go Green (305) 205‐6503 8314 Southeast 58th Avenue Ocala FL 34480Exterior Improvements / Landscaping Newberg Irrigation, Inc. (727) 521‐6620 3336 36th Avenue North Saint Petersburg FL 33713 Non‐Union OtherExterior Improvements / Landscaping Newberg Irrigation, Inc. (727) 521‐6620 3336 36th Avenue North Saint Petersburg FL 33713 Non‐Union OtherExterior Improvements / Landscaping Newberg Irrigation, Inc. (727) 521‐6620 3336 36th Avenue North Saint Petersburg FL 33713 Non‐Union OtherExterior Improvements / Landscaping Superior Landscaping & Lawn Service (305) 634‐0717 Miami FL Non‐Union NoneExterior Improvements / Landscaping Research Irrigation, Inc. (305) 863‐9390 11700 Northwest 102nd Road Medley FL 33178 Non‐Union NoneExterior Improvements / Landscaping Pro Landscaping Services (786) 220‐6474 2800 Mahan Drive Tallahassee FL 32308Exterior Improvements / Landscaping Shade Scapes America (970) 315‐0114 Hotchkiss CO

Exterior Improvements / Landscaping Landscape Service Pros (954) 721‐6920 6115 Northwest 77th Way Tamarac FL 33321 Non‐Union

Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE)

Exterior Improvements / Landscaping Landscape Service Pros (954) 721‐6920 6115 Northwest 77th Way Tamarac FL 33321 Non‐Union

Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE)

Exterior Improvements / Landscaping Savino Miller Design Studio (305) 895‐9082 12345 Northeast 6th Avenue North Miami FL 33161Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Exterior Improvements / Landscaping Sterling Silver Scape & Sod, Inc. (407) 846‐3225 2201 Partin Settlement Road Kissimmee FL 34744 NoneDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Exterior Improvements / Landscaping Landscape Design Group, Inc. (407) 359‐4332 1000 Van Arsdale Street Oviedo FL 32765 Non‐Union Small Business Enterprise (SBE)Exterior Improvements / Landscaping Landscape Design Group, Inc. (407) 359‐4332 1000 Van Arsdale Street Oviedo FL 32765 Non‐Union Small Business Enterprise (SBE)Exterior Improvements / Landscaping Creative Playthings (407) 695‐8855 3000 Kananwood Court Oviedo FL 32765 Non‐Union Small Business Enterprise (SBE)

Exterior Improvements / Landscaping Matcon Construction Services, Inc. (813) 600‐5555 x203 171 Village Parkway Northeast Marietta GA 30067 NoneDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Exterior Improvements / Fencing

Exterior Imprvements / Fencing KMG Fence, LLC (407) 654‐7600 1031 Crown Park Circle Winter Garden FL 34787 Non‐Union, Prevailing WagesMinority Business Enterprise (MBE), Women Business Enterprise (WBE)

Exterior Imprvements / Fencing Fence Grafters (561) 848‐6220 4801 Dyer Road Riviera Beach FL 33407Exterior Imprvements / Fencing AMF Building Products (561) 662‐1784 Mangonia Park FL Non‐Union NoneExterior Imprvements / Fencing AMF Building Products (561) 790‐5799 x243 Mangonia Park FL Non‐Union NoneExterior Imprvements / Fencing Tropic Fence, Inc. (954) 978‐1250 1864 Northwest 21st Avenue Pompano Beach FL 33069 Non‐Union Small Business Enterprise (SBE)Exterior Imprvements / Fencing Carlson Fence Co. (Florida Fence Rental, Inc.) (305) 593‐8590 8491 Northwest 64th Street Miami FL 33166Exterior Imprvements / Fencing South Florida Fencing (305) 233‐5333 214 South F Street Lake Worth FL 33460

Exterior Imprvements / Fencing WBE Environmental (386) 775‐3774 Orange City FLMinority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Exterior Imprvements / Fencing Fence Masters, Inc (305) 635‐7777 3550 Northwest 54th Street Miami FL 33142 Non‐Union Small Business Enterprise (SBE)Exterior Imprvements / Fencing Island Fence (305) 888‐9090 711 East Okeechobee Road Hialeah FL 33010Exterior Imprvements / Fencing Absolute Erosion Control, LLC (407) 729‐5881 14421 Parker Road Orlando FL 32832 Disadvantaged Business Enterprise (DBE)Exterior Imprvements / Fencing Ceros Fence (305) 887‐8668 7950 Northwest 53rd Street Miami FL 33166

Exterior Imprvements / Fencing Flash‐Rite, Inc. (407) 834‐0408 115 Atlantic Drive Maitland FL 32751 Non‐UnionDisadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE)

Exterior Imprvements / Fencing Hills Fencing Inc. (386) 228‐0038 915 East Ohio Avenue Lake Helen FL 32744Minority Business Enterprise (MBE), Disadvantaged Business Enterprise (DBE)

Exterior Imprvements / Fencing All Dade Fences, Inc. (305) 826‐2535 2720 West 78th Place Hialeah FL 33018 Non‐Union Small Business Enterprise (SBE)Exterior Imprvements / Fencing Marcelin Home Appliances (305) 593‐1183 Northwest 104th Court Miami FL 33172Exterior Imprvements / Fencing Smith Fence (407) 557‐4001 4699 110th Avenue North Clearwater FL 33762 Non‐Union, Union OtherExterior Imprvements / Fencing Smith Fence (727) 573‐5440 4699 110th Avenue North Clearwater FL 33762 Non‐Union, Union OtherExterior Imprvements / Fencing Smith Fence (305) 772‐9602 4699 110th Avenue North Clearwater FL 33762 Non‐Union, Union OtherExterior Imprvements / Fencing Smith Fence (727) 204‐5808 4699 110th Avenue North Clearwater FL 33762 Non‐Union, Union OtherExterior Imprvements / Fencing JWP Iron & Fence (917) 991‐9052 Florida FL

PN

C2

11

48

14

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c1

/17

/20

18

p. 1

56

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 157

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 158

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 159

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 160

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 161

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 162

James A. Cummings, Inc.

Solicitation: PNC2114814P1

Solicitation PNC 2114814P1

MANAGING GENERAL CONTRACTOR FOR

Cruise Terminals 2 & 4Parking Garage Improvements

Submitted To:Broward County Board of County Commissioners - Purchasing Division

Submitted By: James A. Cummings, Inc.One East Broward Blvd., Suite 1300Ft. Lauderdale, FL 33301(p) 954-733-4211

Date of Submission:January 12, 2018

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 163

James A. Cummings, Inc.

Solicitation: PNC2114814P1

A. Responsiveness Criteria 1. LobbyistRegistrationRequirementCertification2. Addenda3. ProposalBond- Per Special Instructions4. DomesticPartnershipActCertificationForm-Per Special Instructions

B. Responsibility Criteria1. LitigationHistory2. FinancialInformation3. AuthoritytoConductBusinessinFL4. AffiliatedEntitiesofthePrincipal(s)5. InsuranceRequirements6. CBEGoalContractorAssuranceStatement-Per Special Instructions7. WorkforceInvestmentProgramCert.Form-Per Special Instructions8. LicensingRequirements - Per Special Instructions

C. Additional Information & Certifications1.VendorQuestionnaire2. StandardCertifications a.ConeofSilenceRequirementCert. b.Drug-FreeWorkplaceCert. c.Non-CollusionCert. d.PublicEntitiesCrimeCert. e.ScrutinizedCompaniesListCert.3. Subcontractors/Subconsultants/SuppliersRequirement

D. Standard Agreement Language Requirements1. AgreementExceptionForm

E. Evaluation Criteria1. EvaluationCriteriaResponseForm 1.Personnel 2.ProjectApproach 3.PastPerformance 4.WorkloadoftheFirm 5.Location

Tiebreaker Criteria1. LocalVendorCertificationForm(Preference&Tiebreaker)2. DomesticPartnershipActCertification(RequirementandTiebreaker)3. TiebreakerCriteriaForm:VolumeofWorkOverFiveYears

Contents

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 164

James A. Cummings, Inc.

Solicitation: PNC2114814P1

A. Responsiveness Criteria Lobbyist Registration Requirement Certification

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 165

James A. Cummings, Inc.

Solicitation: PNC2114814P1

A. Responsiveness Criteria Addenda

JamesA.Cummings,Inc.acknowledgesthefollowingaddendum.

Addendum 1-December15,2017-VendorReferenceVerificationFillableForm Addendum 2-January3,2018-EvaluationCriteria&EvaluationCriteriaResponseForm-WORDdocument.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 166

James A. Cummings, Inc.

Solicitation: PNC2114814P1

A. Responsiveness Criteria Proposal Bond (per special instructions)

Onthefollowingpage,wehave includingacopyoftheproposalbondfor$10,000. TheoriginalProposalBond,hasbeendeliveredto:

BrowardCountyPurchasingDivision115SouthAndrewsAvenue,Room212Ft.Lauderdale,FL33301

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 167

James A. Cummings, Inc.

Solicitation: PNC2114814P1

A. Responsiveness Criteria

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 168

James A. Cummings, Inc.

Solicitation: PNC2114814P1

A. Responsiveness Criteria

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 169

James A. Cummings, Inc.

Solicitation: PNC2114814P1

A. Responsiveness Criteria

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 170

James A. Cummings, Inc.

Solicitation: PNC2114814P1

A. Responsiveness Criteria

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 171

James A. Cummings, Inc.

Solicitation: PNC2114814P1

A. Responsiveness Criteria

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 172

James A. Cummings, Inc.

Solicitation: PNC2114814P1

A. Responsiveness Criteria

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 173

James A. Cummings, Inc.

Solicitation: PNC2114814P1

A. Responsiveness Criteria Domestic Partnership Act Certification Form (per special instructions)

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 174

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Litigation History

Supplier Response FormLITIGATION HISTORY FORM

The completed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Vendor may be deemed non­responsive for failure to fully comply within stated timeframes.

There are no material cases for this Vendor; or Material Case(s) are disclosed below:

Is this for a: (check type)Parent, Subsidiary,

orPredecessor Firm?

If Yes, name of Parent/Subsidiary/Predecessor:Please see attached.

Or No

PartyCase Number, Name,

and Date FiledName of Court or other tribunal

Type of Case Bankruptcy Civil Criminal Administrative/Regulatory Claim or Cause of Action and Brief description of

each CountBrief description of the

Subject Matter and Project Involved

Disposition of Case

(Attach copy of any applicable Judgment,

Settlement Agreement and Satisfaction of

Judgment.)

Pending Settled Dismissed

Judgment Vendor’s Favor Judgment Against Vendor

If Judgment Against, is Judgment Satisfied? Yes NoOpposing Counsel Name:

Email:

Telephone Number:

Vendor Name: James A. Cummings, Inc.

Please enter your password below and click Save to save your response.Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.)

Page 1 of 2DPX Form

1/9/2018file:///C:/Users/beth.yowell/Desktop/RLI_-_RFP_-_RFQ_Litigation_History_Form.htm

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 175

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria

Parent – Tutor Perini Fort Lauderdale-Hollywood VentureParty: TutorPeriniFortLauderdale-HollywoodVentureCase Number:CACE15-011648(09)Case Name:ShawFarmsv.BrowardCounty[seecompletecasestylebelow]Date Filed: October24,2017(dateofThirdAmendedCrossClaim)Name of Court:BrowardCountyCircuitCourt–17thJudicialCircuitType of Case:CivilClaim or Cause of Action: Count1-NegligenceclaimagainstTPFLHV;Count3-IndemnityclaimagainstTPFLHV;Count5-BreachofContractclaimagainstTPFLHVBrief description:Cross-ClaimfiledbyBrowardCountyontheconstructionoftheFortLauderdaleAirportrunwayfornegli-gence,indemnityandbreachofcontractagainstTPFLHVfordamagesallegedlycausebythe“taking”ofthePlaintiff,Shaw’s,propertywhichisadjacenttotherunway.Disposition of case:pendingOpposing counsel:(AttorneyforBrowardCounty)AndrewJ.Meyers,Esq.AlexanderJ.Williams,Esq.CarlosA.Rodriguez-CabarrocasGovernmentalCenter,Suite4232200SW45thStreet,Suite101DaniaBeach,Florida33312PH:(954)357-7600•FAX:(954)357-7641EMAILS:[email protected];[email protected]

FULLCASESTYLE

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 176

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria

LAUDERHILL

Case Number:CACE-16-002983

Case Name:CityofLauderhillv.JamesA.Cummings,Inc.

Date Filed:2/18/2016(dateofCity’sComplaintforDamagesagainstJAC)

Name of Court:BrowardCountyCircuitCourt–17thJudicialCircuit

Type of Case:Civil

Claim or Cause of Action:Count1-BreachofContract

Brief description of subject matter involved:lawsuitinvolvesconstructionofthecityofLauderhillperformingartscenter.JamesA.Cummings,Inc.filedalawsuitagainsttheCityforbreachofcontractandnon-paymentunderthecontract.ThecitysuedJACforbreachofcontractandconstructionoftheproject.Thematterhasbeensettledbytheparties.

Disposition of case: settled

Opposing counsel:GaryBrown/[email protected]

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 177

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria

PROCACCI DOLPHIN LLC AND PROCACCI SWEETWATER LLC

Case Number: CACE-2016-028140 CA (44)

Case Name: James A. Cummings, Inc. v. Procacci Dolphin and Procacci Sweetwater

Date Filed: 8/8/2017 (date of Procacci Dolphin’s Counterclaim against JAC)

Name of Court: Miami-Dade County Circuit Court – 11th Judicial Circuit

Type of Case: Civil

Claim or Cause of Action: Count 1 -Breach of Fiduciary Duty; Count 2- Breach of Contract, Count 3-Fraudulent Lien, Count 4-Slander of Title

Brief description: this lawsuit involves the construction of the Dual Brand Hotel in West Miami-Dade County. JAC sued the owner for non-payment under the contract and the owner has in turn sued JAC for breach of contract.

Disposition of case: pending

Opposing counsel: Michael Kurzman (attorney for Procacci Dolphin) / [email protected]

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 178

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Financial Information

JamesA.Cummings,Inc.isawholly-ownedsubsidiaryofTutorPeriniCorporationofSylmar,California.FinancialStatementsforTutorPeriniareonaconsolidatedbasis.Wehaveattachedthelasttwoyearsoffinancialstatements2016and2015.

In a busy airport where thousands of vehicles make trips a day into the airport, your leadership in developing safe traffic patterns was invaluable. Your emphasis on safety not only to the general public but to the workers was second to none.

Lawrence P. Spencer, Former Assistant Director Broward County Aviation Department

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 179

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Authority to Conduct Business in FL

JamesA.Cummings,Inc.isauthorizedtoconductbusinessinFL.PleaseseescreenshotsfromSunBiz.org.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 180

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Authority to Conduct Business in FL

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 181

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Authority to Conduct Business in FL

State of FloridaDepartment of State

I certify from the records of this office that JAMES A. CUMMINGS, INC. is acorporation organized under the laws of the State of Florida, filed on June 15,1981.

The document number of this corporation is 690287.

I further certify that said corporation has paid all fees due this office throughDecember 31, 2017, that its most recent annual report/uniform business reportwas filed on April 15, 2017, and that its status is active.

I further certify that said corporation has not filed Articles of Dissolution.

Given under my hand and theGreat Seal of the State of Floridaat Tallahassee, the Capital, thisthe Ninth day of January, 2018

Tracking Number: CU5878159727

To authenticate this certificate,visit the following site,enter this number, and thenfollow the instructions displayed.

https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 182

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Affiliated Entities of the Principal(s)

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 183

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Affiliated Entities of the Principal(s)

PrincipalsName Name&AddressofAffiliatedEntities:RonaldN.Tutor-Director TutorPeriniCorporation-Sylmar,CA

TutorPeriniBuildingCorp.-Phoenix,AZ

RobertBand-Director TutorPeriniCorporation-Sylmar,CATutorPeriniBuildingCorp.-Phoenix,AZ

DanielHoisman-President&CEO TutorPeriniBuildingCorp.-Phoenix,AZ

JohnD.Barrett-VicePresident,TreasurerandSecretary TutorPeriniCorporation-Sylmar,CATutorPeriniBuildingCorp.-Phoenix,AZ

GaryG.Smalley-VicePresident,AssistantTreasurerandAssistantSecretary

TutorPeriniCorporation-Sylmar,CA

KevinCvengros-AssistantTreasurer TutorPeriniCorporation-Sylmar,CATutorPeriniBuildingCorp.-Phoenix,AZ

DonnaE.Tannar-AssistantSecretary TutorPeriniCorporation-Sylmar,CATutorPeriniBuildingCorp.-Phoenix,AZ

LisaM.Melonas-AssistantSecretary TutorPeriniCorporation-Sylmar,CATutorPeriniBuildingCorp.-Phoenix,AZ

James A. Cummings, Inc.’s Principals Directors:RobertBandRonaldN.Tutor

Officers:DanielHoisman-President&CEOJohnD.Barrett-VicePresident,TreasurerandSecretaryGaryG.Smalley-VicePresident,AssistantTreasurerandAssistantSecretaryKevinCvengros-AssistantTreasurerLisaAbbaticchio-AssistantSecretaryDonnaE.Tannar-AssistantSecretaryLisaM.Melonas-AssistantSecretary

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 184

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Insurance Requirements

The ACORD name and logo are registered marks of ACORD

CERTIFICATE HOLDER

© 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03)

AUTHORIZED REPRESENTATIVE

CANCELLATION

DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE

LOCJECTPRO-POLICY

GEN'L AGGREGATE LIMIT APPLIES PER:

OCCURCLAIMS-MADE

COMMERCIAL GENERAL LIABILITY

PREMISES (Ea occurrence) $DAMAGE TO RENTEDEACH OCCURRENCE $

MED EXP (Any one person) $

PERSONAL & ADV INJURY $

GENERAL AGGREGATE $

PRODUCTS - COMP/OP AGG $

$RETENTIONDED

CLAIMS-MADE

OCCUR

$

AGGREGATE $

EACH OCCURRENCE $UMBRELLA LIAB

EXCESS LIAB

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)

INSRLTR TYPE OF INSURANCE POLICY NUMBER

POLICY EFF(MM/DD/YYYY)

POLICY EXP(MM/DD/YYYY) LIMITS

PERSTATUTE

OTH-ER

E.L. EACH ACCIDENT

E.L. DISEASE - EA EMPLOYEE

E.L. DISEASE - POLICY LIMIT

$

$

$

ANY PROPRIETOR/PARTNER/EXECUTIVE

If yes, describe underDESCRIPTION OF OPERATIONS below

(Mandatory in NH)OFFICER/MEMBER EXCLUDED?

WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY Y / N

AUTOMOBILE LIABILITY

ANY AUTOOWNED SCHEDULED

HIRED NON-OWNEDAUTOS ONLY AUTOS

AUTOS ONLY AUTOS ONLY

COMBINED SINGLE LIMIT

BODILY INJURY (Per person)

BODILY INJURY (Per accident)PROPERTY DAMAGE $

$

$

$

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE 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.

INSDADDL

WVDSUBR

N / A

$

$

(Ea accident)

(Per accident)

OTHER:

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE 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 onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:

INSURED

PHONE(A/C, No, Ext):

PRODUCER

ADDRESS:E-MAIL

FAX(A/C, No):

CONTACTNAME:

NAIC #

INSURER A :

INSURER B :

INSURER C :

INSURER D :

INSURER E :

INSURER F :

INSURER(S) AFFORDING COVERAGE

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS.

1/9/2018

Alliant Insurance Services, Inc.333 South Hope Street, Suite 3750Los Angeles CA 90071

James A Cummings, Inc.1 East Broward Blvd., Ste. 1300Fort Lauderdale, FL 33301

Zurich American Insurance CompanyACE Property & Casualty Ins CoAmerican Zurich Insurance Company

165352069940142

213-443-2440

506758656

A Y Y GLO654236306 5/31/2017 5/31/2018 3,000,000

1,000,000

10,000

3,000,000

6,000,000

6,000,000

X

X

X X

A Y Y

Y Y

XBAP654236206 5/31/2017 5/31/2018 2,000,000

B X X XOOG2812059A002 5/31/2017 5/31/2018 25,000,000

25,000,000

AC

N

WC980600407 (WI)WC654236508 (EXCEPT WI)

5/31/20175/31/2017

5/31/20185/31/2018

X

1,000,000

1,000,000

1,000,000

Y

SAMPLE CERTIFICATE for MANAGING GENERAL CONTRACTOR TERMINAL 4 PARKING GARAGE IMPROVEMENTSBroward County will be listed as additional insured if JAC is awarded a contract.

Azco IncP O Box 567Appleton WI 54912-0567

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 185

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria

Alliant Insurance Services, Inc. 333 S. Hope Street Ste 3750 Los Angeles, CA 90071 Phone (213) 443-2440 www.alliantinsurance.com License No. 0C36861

January 3, 2018 Broward County 1850 Eller Drive Fort Lauderdale, FL 33316 Attn: Israel Rozental RE: BROWARD COUNTY MANAGING GENERAL CONTRACTOR CRUISE TERMINALS 2 & 4 PARKING GARAGE IMPROVEMENTS

To Whom It May Concern: Alliant Insurance Services, Inc. is the insurance broker for Tutor Perini Corporation and their subsidiaries James A. Cummings. Coverage can be provided using current practice policies and/or through the utilization of project specific policies to meet the insurance requirements shown in the Request for Proposal for the Cruise Terminals 2 & 4 Parking Garage Improvements project dated 11/16/2017. Please do not hesitate to contact our office should you have any questions or if we may be of additional service. Sincerely,

Robert Retzlaff Account Manager Construction Services Group Alliant Insurance Services, Inc. 333 S. Hope Street, Suite 3750 Los Angeles, CA 90071 Direct: 213-270-0126 [email protected]

Insurance Requirements

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 186

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria CBE Goal Contractor Assurance Statement

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 187

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Workforce Investment Program Certification Form

Supplier Response FormWorkforce Investment Program Requirements:

A. In accordance with Broward County Workforce Investment Program, Administrative Code, Section 19.211, the Workforce Investment Program (Program) this solicitation is a covered contract if the open-end contract award value exceeds $500,000 per year or if the individual project value exceeds $500,000 under a fixed-term contract. The Program encourages Vendors to utilize CareerSource Broward (CareerSouce) and their contract partners as a first source for employment candidates for work on County-funded projects, and encourages investment in Broward County economic development through the hiring of economically disadvantaged or hard-to-hire individuals.

B. Compliance with the Program, including compliance with First Source Referral and the Qualifying New Hires goals, is a matter of responsibility. Vendor should submit the Workforce Investment Program Certification Form with its response. If not provided with solicitation submittal, the Vendor must supply within three business days of County’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

C. The following is a summary of requirements contained in the Program. This summary is not all-inclusive of the requirements of the Program. If there is any conflict between the following summary and the language in the Program, the language in the Program shall prevail. In compliance with the Program, Vendor (and/or its subcontractors) shall agree to:

1. be bound to contractual obligations under the contract;

2. use good faith efforts to meet First Source Referral goal for vacancies that result from award of this contract;

3. publicly advertise any vacancies that are the direct result of this contract, exclusively with CareerSource for at least five (5) business days;

4. review qualifications of CareerSource’s Qualified Referrals and use good faith efforts to interview Qualified Referrals that appear to meet the required qualifications;

5. use good faith efforts to hire Qualifying New Hires (as defined by the Program) for at least fifty percent (50%) of the vacancies (rounded up) that are the direct result of this contract;

6. obtain a hired worker’s written certification, attesting to a status as a Qualifying New Hire, Economically Disadvantaged Worker, or Hard-to-Hire worker (if applicable);

7. retain records relating to Program requirements, including: records of all applicable vacancies; job order requests to CareerSource; qualified referral lists; and records of candidates interviewed and the outcome of the interviews.

8. provide to the County any documents and records demonstrating Vendor’s compliance and good faith efforts to comply with the Program;

Page 1 of 3DPX Form

1/9/2018file:///C:/Users/beth.yowell/Desktop/Workforce_Investment_Program_Requirements.htm

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 188

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Workforce Investment Program Certification Form

9. submit to the County an annual report by January 31st and within 30 days of contract completion or expiration; and

10. ensure that all of its subcontractors comply with the requirements of the Program.

D. Further information about the Program, Vendor’s obligations, and the Qualifying New Hire’s certification form may be obtained on the Office of Economic and Small Business Development website:

broward.org/econdev/Pages/WorkforceInvestmentProgram.aspx. Vendor is responsible for reading and understanding requirements of the Program.

E. Subcontractors: Vendor’s subcontractors shall use good faith efforts to meet the First Source Referral and the Qualifying New Hires goals, in accordance with the Program. The Vendor shall include in any subcontracts a requirement that the all subcontractors comply with the Program requirements. The Vendor shall be responsible for compliance by any subcontractor with the Program as it applies to their subcontract.

F. Reporting: Vendor shall maintain and make available to County upon request all records documenting Vendor’s compliance and its subcontractors’ compliance with the requirements of the Program, and shall submit the required reports to the Contract Administrator annually by January 31 and within thirty (30) days after the conclusion of this contract. Failure to timely comply with reporting requirements shall constitute a material breach of this contract.

G. Evaluation: The Contract Administrator will document the Vendor’s compliance and good faith efforts as part of the Vendor’s Performance Evaluation.

H. Failure to demonstrate good faith efforts to meet the First Source Referral and the Qualifying New Hires goal shall constitute a material breach of this contract.

WORKFORCE INVESTMENT PROGRAM CERTIFICATION FORM

This form(s) should be returned with the Vendor’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

In accordance with the Workforce Investment Program:

Page 2 of 3DPX Form

1/9/2018file:///C:/Users/beth.yowell/Desktop/Workforce_Investment_Program_Requirements.htm

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 189

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Workforce Investment Program Certification Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 190

James A. Cummings, Inc.

Solicitation: PNC2114814P1

B. Responsibility Criteria Licensing Requirements

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 191

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Vendor Questionnaire and Standard Certifications Form

Supplier Response Form

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONSRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name: James A. Cummings, Inc.

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN): 59-2098732

4. Dun and Bradstreet No.: 05-422-9034

5. Website address (if applicable):

6. Principal place of business address:

One East Broward Blvd., Suite 1300 Ft. Lauderdale, FL 33301

7. Office location responsible for this project:

One East Broward Blvd., Suite 1300 Ft. Lauderdale, FL 33301

8. Telephone no.: 954-733-4211 Fax no.: 954-485-9688

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation): Florida

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name): 690287

11. List name and title of each principal, owner, officer, and major shareholder:

a) Tutor Perini Corporation - Parent Company

b) Please see attached list for principals.

c)d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Daniel Hoisman

Title: President & CEO

E-mail: [email protected]

Page 1 of 4DPX Form

1/9/2018https://www.bidsync.com/DPXViewer/RFP-RLI-RFQ_Vendor_Questionnaire_and_Std._Ce...

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 192

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Vendor Questionnaire and Standard Certifications Form

Telephone No.: 954-733-4211

Name: Carlos Lopez

Title: VP of Business Development

E-mail: [email protected]

Telephone No.: 954-733-4211

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No16. Is your firm or any of its principals or officers currently principals or officers of another

organization? If yes, specify details in an attached written response. Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract.Living Wage had an effect on the pricing.

Yes No N/A

If yes, Living Wage increased the pricing by % or decreased the pricing by%.

Cone of Silence Requirement Certification: The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

Page 2 of 4DPX Form

1/9/2018https://www.bidsync.com/DPXViewer/RFP-RLI-RFQ_Vendor_Questionnaire_and_Std._Ce...

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 193

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Vendor Questionnaire and Standard Certifications Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 194

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Vendor Questionnaire and Standard Certifications Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 195

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Vendor Questionnaire and Standard Certifications Form

Question 11. List name and title of each principal, owner, officer, and major shareholder:

JamesA.Cummings,Inc.isawholly-ownedsubsidiaryofTutorPeriniCorporation.

JamesA.Cummings,Inc.’sPrincipals Directors:RobertBandRonaldN.Tutor

Officers:DanielHoisman-President&CEOJohnD.Barrett-VicePresident,TreasurerandSecretaryGaryG.Smalley-VicePresident,AssistantTreasurerandAssistantSecretaryKevinCvengros-AssistantTreasurerLisaAbbaticchio-AssistantSecretaryDonnaE.Tannar-AssistantSecretaryLisaM.Melonas-AssistantSecretary

Question 16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify detail in an attached written response.

Yes,pleaseseebelow.

Company Directors Officers

AirTech Systems Inc. 1125CloseAvenue Bronx,NY10472 Ownership:100%-GreenStarServicesCorp.

RonaldN.Tutor GaryG.Smalley

JohnD.Barrett-SecretaryandTreasurer GaryG.Smalley-AssistantTreasurerandAssistantSecretary

Anderson Companies, Inc. 11400ReicholdRd. Gulfport,MS39503 Ownership:100%-TutorPeriniCorporation

GaryG.Smalley GaryG.Smalley-Chairman JohnD.Barrett-SecretaryandTreasurer KevinCvengros-AssistantTreasurer

Becho, Inc. 15900OldenStreet Sylmar,CA91342 Ownership:100%-TutorPeriniCorporation

RonaldN.Tutor JohnD.Barrett

JohnD.Barrett-SecretaryandTreasurer KevinCvengros-AssistantTreasurer

Black Construction Corporation 15901OldenStreet Sylmar,CA91342 Ownership:99.4%-TutorPacificConstruction,LLC

RonaldN.Tutor JohnD.Barrett

RonaldN.Tutor-President JohnD.Barrett-VicePresident,AssistantTreasurer&AssistantSecretary

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 196

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Company Directors Officers

Black Construction Investments, Inc. 15901OldenStreet Sylmar,CA91342 Ownership:100%-TutorPeriniCorporation

RonaldN.Tutor JohnD.Barrett

RonaldN.Tutor-President JohnD.Barrett-VicePresident,Secretary&Treasurer

Black Micro Corporation 15901OldenStreet Sylmar,CA91342 Ownership:100%-TutorMicronesiaConstruction,LLC

RonaldN.Tutor JohnD.Barrett

RonaldN.Tutor-President JohnD.Barrett-VicePresident,AssistantTreasurer&AssistantSecretary

Bow Equipment Leasing Company, Inc. 15901OldenStreet Sylmar,CA91342 Ownership:100%-TutorPeriniCorporation

RobertBand RonaldN.Tutor JohnD.Barrett

RobertBand-President JohnD.Barrett-VicePresident,Treasurer,SecretaryandClerk KevinCvengros-AssistantTreasurer DonnaE.Tannar-AssistantSecretary LisaM.Melonas-AssistantSecretary

Brice Building Company, LLC 201SunbeltParkway Birmingham,Alabama35211 Ownership:100%-AndersonCompanies,Inc.

JohnD.Barrett JohnD.Barrett-SecretaryandTreasurer KevinCvengros-AssistantTreasurer

Cherry Hill Construction, Inc. 8211WashingtonBlvd. Jessup,Maryland20794-0356 Ownership:100%-TutorPeriniCorporation

RobertBand RonaldN.Tutor

JohnD.Barrett-VicePresident,TreasurerandSecretary KevinCvengros-AssistantTreasurer DonnaE.Tannar-AssistantSecretary

Daniel J. Keating Construction Company, LLC d/b/aKeatingBuildingCompany OneLoganSquare 130N.18thStreet,Suite1500 Philadelphia,PA19103 610.668.4100 Ownership:100%-TutorPeriniCorporation

RobertBand RonaldN.Tutor

RonaldN.Tutor-Chairman JohnD.Barrett-TreasurerandSecretary KevinCvengros-AssistantTreasurer

Desert Mechanical, Inc. 15870OldenStreet Sylmar,CA91342 Ownership:100%-TutorPeriniCorporation

RonaldN.Tutor JohnD.Barrett

RonaldN.Tutor-CEOandPresident JohnD.Barrett-VicePresident,Secretary&Treasurer LisaM.Melonas-AssistantSecretary

E.E. Black, Limited 15901OldenStreet Sylmar,CA91342 Ownership:100%-TutorPacific,Inc.

RonaldN.Tutor JohnD.Barrett

RonaldN.Tutor-President JohnD.Barrett-VicePresident,Treasurer&Secretary

Vendor Questionnaire and Standard Certifications Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 197

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Company Directors Officers

Federated Fire Protection Systems Corp. 150Broadway,Suite1910 NewYork,NY10038 Tel:212-695-1009 Fax:212-695-1066 Ownership:100%-WDFInc.

JohnD.Barrett-VicePresident,SecretaryandTreasurer KevinCvengros-AssistantTreasurer LisaM.Melonas-AssistantSecretary

Fisk Acquisition, Inc. 10855WestviewDrive Houston,TX77043 Mailing: POBox19979 Houston,TX77224-9979 Ownership:100%-TutorPeriniCorporation

RonaldN.Tutor JohnD.Barrett

RonaldN.Tutor-Chairman JohnD.Barrett-ExecutiveVicePresident,TreasurerandSecretary

Fisk Electric Company 10855WestviewDrive Houston,TX77043 Mailing: POBox19979 Houston,TX77224-9979 Ownership:100%-FiskAcquisition,Inc.

RonaldN.Tutor JohnD.Barrett

RonaldN.Tutor-Chairman JohnD.Barrett-SeniorVicePresident,TreasurerandSecretary

Fisk International, Ltd. 10855WestviewDrive Houston,TX77043 Mailing: POBox19979 Houston,TX77224-9979 Ownership:100%-FiskAcquisition,Inc.

RonaldN.Tutor JohnD.Barrett

RonaldN.Tutor-Chairman JohnD.Barrett-SeniorVicePresident,TreasurerandSecretary KevinCvengros-AssistantTreasurer

Five Star Electric Corp. 101-32101stStreet OzonePark,NY11416 Ownership:100%-GreenStarServicesCorp.

RonaldN.Tutor GaryG.Smalley

JohnD.Barrett-SecretaryandTreasurer GaryG.Smalley-AssistantTreasurerandAssistantSecretary

FK Management Services, Inc. 15900OldenStreet Sylmar,CA91342 Ownership:100%-Frontier-KemperConstructors,Inc.

JohnD.Barrett JohnD.Barrett-SecretaryandTreasurer

Frontier-Kemper Constructors ULC 15900OldenStreet Sylmar,CA91342 Ownership:100%-Frontier-KemperConstructors,Inc.

JohnD.Barrett-Secretary

Vendor Questionnaire and Standard Certifications Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 198

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Company Directors Officers

Frontier-Kemper Constructors, Inc. 15900OldenStreet Sylmar,CA91342 Ownership:100%-TutorPeriniCorporation

RonaldN.Tutor GaryG.Smalley JohnD.Barrett

GaryG.Smalley-ChiefFinancialOfficer JohnD.Barrett-Vice-PresidentandSecretary-Treasurer KevinCvengros-AssistantTreasurer LisaM.Melonas-AssistantSecretary

G.W. Murphy Construction Company, Inc. 15901OldenStreet Sylmar,CA91342 Ownership:100%-TutorPacific,Inc.

RonaldN.Tutor JohnD.Barrett

RonaldN.Tutor-President JohnD.Barrett-VicePresident,Secretary&Treasurer

GreenStar Services Corporation 30NorthMacQuestenParkway MountVernon,NY10550 Ownership:100%-TutorPeriniCorporation

RonaldN.Tutor GaryG.Smalley

RonaldN.Tutor-ChiefExecutiveOfficer&President GaryG.Smalley-VicePresident,AssistantSecretaryandAssistantTreasurer JohnD.Barrett-SecretaryandTreasurer

Harrell Contracting Group, LLC 368HighlandColonyParkway Ridgeland,MS39157 Ownership:100%-AndersonCompanies,Inc.

GaryG.Smalley GaryG.Smalley-Chairman JohnD.Barrett-SecretaryandTreasurer KevinCvengros-AssistantTreasurer

International Construction Management Services, Inc. 73Mt.WayteAvenue Framingham,MA01701 Ownership:100%-TutorPeriniCorporation

RobertBand RonaldN.Tutor

RobertBand-President JohnD.Barrett-TreasurerandSecretary KevinCvengros-AssistantTreasurer DonnaE.Tannar-AssistantSecretary

Johnson Western Constructors, Inc. 940DoolittleDrive SanLeandro,CA94577 Ownership:100%-SuperiorGunite,LLC

RonaldN.Tutor JohnD.Barrett

JohnD.Barrett-VicePresident,Secretary,TreasurerandCFO KevinCvengros-AssistantTreasurer LisaM.Melonas-AssistantSecretary

Johnson Western Gunite Company 940DoolittleDrive SanLeandro,CA94577 Ownership:100%-SuperiorGunite,LLC

RonaldN.Tutor JohnD.Barrett

JohnD.Barrett-VicePresident,Secretary,TreasurerandCFO KevinCvengros-AssistantTreasurer LisaM.Melonas-AssistantSecretary

Keating Project Development, Inc. OneLoganSquare 130N.18thStreet,Suite1500 Philadelphia,PA19103 610.668.4100 Ownership:100%-DanielJ.KeatingConstructionCompany,LLC

RobertBand; RonaldN.Tutor

RonaldN.Tutor-Chairman JohnD.Barrett-TreasurerandCorporateSecretary KevinCvengros-AssistantTreasurer

Lunda Construction Company 620GebhardtRd,POBox669 BlackRiverFalls,WI54615-0669 Ownership:100%-TutorPeriniCorporation

JohnD.Barrett JohnD.Barrett-SecretaryandTreasurer

Vendor Questionnaire and Standard Certifications Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 199

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Company Directors Officers

Mt. Wayte Realty, LLC 73Mt.WayteAvenue Framingham,MA02701 Ownership:100%-TutorPeriniCorporation

RobertBand RonaldN.Tutor

RobertBand-President JohnD.Barrett-TreasurerandSecretary KevinCvengros-AssistantTreasurer DonnaE.Tannar-AssistantSecretary

Nagelbush Mechanical, Inc. 5101NW21Avenue,Suite210 FortLauderdale,FL33309 Ownership:100%-WDF/NagelbushHoldingCorp.

RonaldN.Tutor GaryG.Smalley JohnD.Barrett

JohnD.Barrett-SecretaryandTreasurer GaryG.Smalley-VicePresident,AssistantSecretaryandAssistantTreasurer

PCR Insurance Company 15901OldenStreet Sylmar,CA91342 Ownership:100%-TutorPeriniCorporation

JohnD.Barrett GaryG.Smalley

JohnD.Barrett-PresidentandTreasurer GaryG.Smalley-VicePresident KevinW.Cvengros-AssistantTreasurer LisaM.Melonas-AssistantSecretary

Percon Constructors, Inc. 73Mt.WayteAvenue Framingham,MA01701 Ownership:100%-InternationalConstructionManagementServices,Inc.

RobertBand RonaldN.Tutor JohnD.Barrett

RobertBand-President GaryG.Smalley-VicePresident JohnD.Barrett-TreasurerandSecretary KevinCvengros-AssistantTreasurer DonnaE.Tannar-AssistantSecretary

Perini Holding Company Cayman Islands 73Mt.WayteAvenue Framingham,MA01701 Ownership:100%-TutorPeriniCorporation

RobertBand RonaldN.Tutor

RonaldN.Tutor-CEO RobertBand-President JohnD.Barrett-TreasurerandSecretary KevinCvengros-AssistantTreasurer DonnaE.Tannar-AssistantSecretary

Perini International Corporation 73Mt.WayteAvenue Framingham,MA01701 Ownership:100%-PeriniHoldingCompanyCaymanIslands

RobertBand RonaldN.Tutor JamesA.Frost

RonaldN.Tutor-CEO RobertBand-President JohnD.Barrett-TreasurerandSecretary KevinCvengros-AssistantTreasurer DonnaE.Tannar-AssistantSecretary

Perini Management Services, Inc. 73MtWayteAvenue Framingham,MA01701-9160 Ownership:100%-TutorPeriniCorporation

RobertBand RonaldN.Tutor

RobertBand-Chairman,PresidentandCEO JohnD.Barrett-TreasurerandCorporateSecretary KevinW.Cvengros-AssistantTreasurerandAssistantSecretary DonnaE.Tannar-AssistantSecretaryandClerk

R. E. Dailey and Co. 73Mt.WayteAvenue Framingham,MA02701 Ownership:100%-TutorPeriniCorporation

RobertBand RonaldN.Tutor JohnD.Barrett

RobertBand-ChairmanandPresident JohnD.Barrett-TreasurerandSecretary KevinCvengros-AssistantTreasurer DonnaE.Tannar-AssistantSecretary

RA Properties, LLC 11400ReicholdRd. Gulfport,MS39503 Ownership:100%-AndersonCompanies,Inc.

JohnD.Barrett-SecretaryandTreasurer KevinCvengros-AssistantTreasurer

Vendor Questionnaire and Standard Certifications Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 200

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Company Directors Officers

Roy Anderson Corp 11400ReicholdRd. Gulfport,MS39503 Ownership:100%-AndersonCompanies,Inc.

JohnD.BarrettGaryG.Smalley

JohnD.Barrett-VicePresident,SecretaryandTreasurerKevinCvengros-AssistantTreasurer

Rudolph and Sletten, Inc. 1600SeaportBoulevard,Suite350 RedwoodCity,CA94063-5575 Ownership:100%-TutorPeriniCorporation

RobertBand RonaldN.Tutor JohnD.Barrett

JohnD.Barrett-TreasurerandSecretary KevinCvengros-AssistantTreasurer DonnaE.Tannar-AssistantSecretary LisaM.Melonas-AssistantSecretary

Safe Harbor Electric Inc. 1800NW49thStreetSTE110 FortLauderdale,FL33309 Ownership:100%-GreenStarServicesCorp.

RonaldN.Tutor GaryG.Smalley-CEOandPresident JohnD.Barrett-VicePresident,SecretaryandTreasurer

Superior Gunite LLC 15901OldenStreet Sylmar,CA91342 Ownership:100%-TutorPeriniCorporation

JohnD.Barrett-VicePresident,Secretary,TreasurerandCFO KevinCvengros-AssistantTreasurer LisaM.Melonas-AssistantSecretary

Superior Gunite 12306VanNuysBlvd LakeviewTerrace,CA91342 Ownership:100%-SuperiorGunite,LLC

RonaldN.Tutor JohnD.Barrett

JohnD.Barrett-VicePresident,Secretary,TreasurerandCFO KevinCvengros-AssistantTreasurer LisaM.Melonas-AssistantSecretary

TPC Aggregates, LLC 15901OldenStreet Sylmar,CA91342 Ownership:100%-Tutor-SalibaCorporation

RonaldN.Tutor RonaldN.Tutor-President JohnD.Barrett-VicePresident,Secretary,ChiefFinancialOfficerandTreasurer

Tutor Holdings, LLC 15901OldenStreet Sylmar,CA91342 Ownership:100%-Tutor-SalibaCorporation

RonaldN.Tutor-President JohnD.Barrett-VicePresident,SecretaryandTreasurer

Tutor Micronesia Construction, LLC 15901OldenStreet Sylmar,CA91342 Ownership:100%-TutorPacific,Inc.

RonaldN.Tutor-President JohnD.Barrett-VicePresident,SecretaryandTreasurer

Tutor Pacific Construction, LLC 15901OldenStreet Sylmar,CA91342 Ownership:100%-TutorPacific,Inc.

RonaldN.Tutor-President JohnD.Barrett-VicePresident,SecretaryandTreasurer

Tutor Pacific, Inc. 15901OldenStreet Sylmar,CA91342 Ownership:100%-BlackConstructionInvestments,Inc.

RonaldN.Tutor RonaldN.Tutor-President JohnD.Barrett-VicePresident,SecretaryandTreasurer

Vendor Questionnaire and Standard Certifications Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 201

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Company Directors Officers

Tutor Perini Building Corp. 5055E.WashingtonStreet,Suite210 Phoenix,AZ85034 Ownership:100%-TutorPeriniCorporation

RonaldN.Tutor RobertBand-ExecutiveVicePresident JohnD.Barrett-TreasurerandSecretary DanielHoisman-ExecutiveVicePresident–FloridaOperations KevinCvengros-AssistantTreasurer DonnaE.Tannar-AssistantSecretary LisaM.Melonas-AssistantSecretary

Tutor Perini Corporation 15901OldenStreet Sylmar,CA91342 Ownership:PubliclyTradedontheNYSE

RonaldN.Tutor RonaldN.Tutor-Chairman&ChiefExecutiveOfficer GaryG.Smalley-ExecutiveVicePresident,ChiefFinancialOfficer,AssistantTreasurerandAssistantSecretary JohnD.Barrett-ExecutiveVicePresident,Treasurer,CorporateSecretary&Clerk&Tax RobertBand-SeniorVicePresident KevinW.Cvengros-AssistantTreasurer,AssistantSecretaryandAssistantClerk LisaM.Melonas-AssistantSecretaryandAssistantClerk DonnaE.Tannar-AssistantSecretaryandAssistantClerk

Tutor Perini Merger Company 15901OldenStreet Sylmar,CA91342 Ownership:100%-TutorPeriniCorporation

GaryG.Smalley JohnD.Barrett

RonaldN.Tutor-PresidentandChiefExecutiveOfficer JohnD.Barrett-ExecutiveVicePresident,ChiefFinancialOfficer,SecretaryandTreasurer

Tutor-Saliba Corporation 15901OldenStreet Sylmar,CA91342 Ownership:100%-Tutor-SalibaLLC

RonaldN.Tutor GaryG.Smalley JohnD.Barrett

RonaldN.Tutor-President JohnD.Barrett-SeniorVicePresident,CFO,SecretaryandTreasurer LisaM.Melonas-AssistantSecretary

Tutor-Saliba LLC 15901OldenStreet Sylmar,CA91342 Ownership:100%-TutorPeriniCorporation

RonaldN.Tutor JohnD.Barrett

RonaldN.Tutor-President JohnD.Barret-SeniorVicePresident,CFO,SecretaryandTreasurer

Valley Concrete & Framing, Inc. 12308VanNuysBlvd LakeviewTerrace,CA91342 Ownership:100%-SuperiorGunite,LLC

RonaldN.Tutor JohnD.Barrett

JohnD.Barrett-VicePresident,Secretary,TreasurerandChiefFinancialOfficer KevinCvengros-AssistantTreasurer LisaM.Melonas-AssistantSecretary

WDF/Nagelbush Holding Corp. 30NorthMacQuestenParkway MountVernon,NY10550 Ownership:100%-GreenStarServicesCorp.

RonaldN.Tutor GaryG.Smalley

JohnD.Barrett-SecretaryandTreasurer GaryG.Smalley-AssistantTreasurerandAssistantSecretary

Vendor Questionnaire and Standard Certifications Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 202

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Scrutinized Companies List Requirement Certification Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 203

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Subcontractors / Subconsultants / Suppliers Requirement Form

Supplier Response FormSUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS REQUIREMENT FORMRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

A. The Vendor shall submit a listing of all subcontractors, subconsultants and major material suppliers (firms), if any, and the portion of the contract they will perform. A major material supplier is considered any firm that provides construction material for construction contracts, or commodities for service contracts in excess of $50,000, to the Vendor.

B. If participation goals apply to the contract, only non-certified firms shall be identified on the form. A non-certified firm is a firm that is not listed as a firm for attainment of participation goals (ex. County Business Enterprise or Disadvantaged Business Enterprise), if applicable to the solicitation.

C. This list shall be kept up-to-date for the duration of the contract. If subcontractors, subconsultants or suppliers are stated, this does not relieve the Vendor from the prime responsibility of full and complete satisfactory performance under any awarded contract.

D. After completion of the contract/final payment, the Vendor shall certify the final list of non-certified subcontractors, subconsultants, and suppliers that performed or provided services to the County for the referenced contract.

E. The Vendor has confirmed that none of the recommended subcontractors, subconsultants, or suppliers’ principal(s), officer(s), affiliate(s) or any other related companies have been debarred from doing business with Broward County or any other governmental agency.

If none, state “none” on this form. Use additional sheets as needed. Vendor should scan and upload any additional form(s) in BidSync.

1. Subcontracted Firm’s Name: None

Subcontracted Firm’s Address:

Subcontracted Firm’s Telephone Number:

Contact Person’s Name and Position: Contact Person’s E-Mail Address:

Estimated Subcontract/Supplies Contract Amount:

Type of Work/Supplies Provided:

2. Subcontracted Firm’s Name:

Subcontracted Firm’s Address:

Subcontracted Firm’s Telephone Number:

Contact Person’s Name and Position:

Contact Person’s E-Mail Address:

Estimated Subcontract/Supplies Contract Amount:

Type of Work/Supplies Provided:

3. Subcontracted Firm’s Name:

Page 1 of 2DPX Form

1/9/2018https://www.bidsync.com/DPXViewer/RFP-RLI-RFQ_Subcontractors-Subconsultants-Supp...

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 204

James A. Cummings, Inc.

Solicitation: PNC2114814P1

C. Additional Information & Certifications

Subcontractors / Subconsultants / Suppliers Requirement Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 205

James A. Cummings, Inc.

Solicitation: PNC2114814P1

D. Standard Agreement Language Requirements

Agreement Exception Form

Supplier Response FormAGREEMENT EXCEPTION FORM

The completed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, it shall be deemed an affirmation by the Vendor that it accepts the terms and conditions of the County’s Agreement as disclosed in the solicitation.

The Vendor must either provide specific proposed alternative language on the form below. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

There are no exceptions to the terms and conditions of the County Agreement as referenced insolicitation; or

The following exceptions are disclosed below: (use additional forms as needed; separate each Article/ Section number)

Term or ConditionArticle / Section

Insert version of exception or specific proposed alternative

language

Provide brief justification for change

Vendor Name: James A. Cummings, Inc.

Please enter your password below and click Save to save your response.Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.)

To take exception:1) Click Take Exception. 2) Create a Word document detailing your exceptions. 3) Upload exceptions as an attachment to your offer on BidSync's system. By completing this form, your bid has not yet been submitted.  Please click on the place offer button to finish filling out your bid.

Username [email protected] *

Save Take Exception Close

 * Required fields

Page 1 of 1DPX Form

1/10/2018https://www.bidsync.com/DPXViewer/RLI_-_RFP_-_RFQ_Agreement_Exception_Form_...

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 206

James A. Cummings, Inc.

Solicitation: PNC2114814P1

E. Evaluation Criteria

PerAddendum2,weareusingtheWorddocumenttocompletetheEvaluationCriteria.ItwillbeuploadedtoBidSyncasaseparateattachedperquestion7fromtheQ&A.

Evaluation Criteria

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 207

James A. Cummings, Inc.

Solicitation: PNC2114814P1

Tiebreaker Criteria

Local Vendor Certification Form

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 208

James A. Cummings, Inc.

Solicitation: PNC2114814P1

Tiebreaker Criteria

Domestic Partnership Act Certification Form (per special instructions)

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 209

James A. Cummings, Inc.

Solicitation: PNC2114814P1

Tiebreaker Criteria

Volume of Work Over Five Years

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 210

James A. Cummings, Inc.

Solicitation: PNC2114814P1

Tiebreaker Criteria

Volume of Work Over Five Years

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 211

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non -responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The Vendor must provide responses to the Evaluation Criteria using the Evaluation Criteria Response Form. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula: 

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files. 

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both

responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount               Filing Fee$30,000 - $250,000                             $ 500$250,001 - $500,000                           $1,000$500,001 - $5 million                          $3,000Over $5 million                                    $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (e.g. Evaluation Criteria Response Form,  Financials Statements, Insurance, etc.) in the Item Response Form in BidSync (Place Offer page, Upload Attachment), under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria using the pdf-fillable Evaluation Criteria Response Form provided under this solicitation. Refer to Evaluation Criteria Response Form and submit as instructed.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.  

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 212

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non -responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The Vendor must provide responses to the Evaluation Criteria using the Evaluation Criteria Response Form. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula: 

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files. 

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both

responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount               Filing Fee$30,000 - $250,000                             $ 500$250,001 - $500,000                           $1,000$500,001 - $5 million                          $3,000Over $5 million                                    $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (e.g. Evaluation Criteria Response Form,  Financials Statements, Insurance, etc.) in the Item Response Form in BidSync (Place Offer page, Upload Attachment), under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria using the pdf-fillable Evaluation Criteria Response Form provided under this solicitation. Refer to Evaluation Criteria Response Form and submit as instructed.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.  

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 213

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non -responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The Vendor must provide responses to the Evaluation Criteria using the Evaluation Criteria Response Form. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula: 

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files. 

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both

responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount               Filing Fee$30,000 - $250,000                             $ 500$250,001 - $500,000                           $1,000$500,001 - $5 million                          $3,000Over $5 million                                    $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (e.g. Evaluation Criteria Response Form,  Financials Statements, Insurance, etc.) in the Item Response Form in BidSync (Place Offer page, Upload Attachment), under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria using the pdf-fillable Evaluation Criteria Response Form provided under this solicitation. Refer to Evaluation Criteria Response Form and submit as instructed.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.  

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 214

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non -responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The Vendor must provide responses to the Evaluation Criteria using the Evaluation Criteria Response Form. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula: 

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files. 

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both

responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount               Filing Fee$30,000 - $250,000                             $ 500$250,001 - $500,000                           $1,000$500,001 - $5 million                          $3,000Over $5 million                                    $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (e.g. Evaluation Criteria Response Form,  Financials Statements, Insurance, etc.) in the Item Response Form in BidSync (Place Offer page, Upload Attachment), under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria using the pdf-fillable Evaluation Criteria Response Form provided under this solicitation. Refer to Evaluation Criteria Response Form and submit as instructed.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.  

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 215

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non -responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The Vendor must provide responses to the Evaluation Criteria using the Evaluation Criteria Response Form. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula: 

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files. 

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both

responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount               Filing Fee$30,000 - $250,000                             $ 500$250,001 - $500,000                           $1,000$500,001 - $5 million                          $3,000Over $5 million                                    $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (e.g. Evaluation Criteria Response Form,  Financials Statements, Insurance, etc.) in the Item Response Form in BidSync (Place Offer page, Upload Attachment), under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria using the pdf-fillable Evaluation Criteria Response Form provided under this solicitation. Refer to Evaluation Criteria Response Form and submit as instructed.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.  

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 216

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non -responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The Vendor must provide responses to the Evaluation Criteria using the Evaluation Criteria Response Form. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula: 

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files. 

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both

responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount               Filing Fee$30,000 - $250,000                             $ 500$250,001 - $500,000                           $1,000$500,001 - $5 million                          $3,000Over $5 million                                    $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (e.g. Evaluation Criteria Response Form,  Financials Statements, Insurance, etc.) in the Item Response Form in BidSync (Place Offer page, Upload Attachment), under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria using the pdf-fillable Evaluation Criteria Response Form provided under this solicitation. Refer to Evaluation Criteria Response Form and submit as instructed.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.  

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 217

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non -responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The Vendor must provide responses to the Evaluation Criteria using the Evaluation Criteria Response Form. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula: 

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files. 

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both

responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount               Filing Fee$30,000 - $250,000                             $ 500$250,001 - $500,000                           $1,000$500,001 - $5 million                          $3,000Over $5 million                                    $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (e.g. Evaluation Criteria Response Form,  Financials Statements, Insurance, etc.) in the Item Response Form in BidSync (Place Offer page, Upload Attachment), under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria using the pdf-fillable Evaluation Criteria Response Form provided under this solicitation. Refer to Evaluation Criteria Response Form and submit as instructed.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.  

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 218

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non -responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The Vendor must provide responses to the Evaluation Criteria using the Evaluation Criteria Response Form. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula: 

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files. 

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both

responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount               Filing Fee$30,000 - $250,000                             $ 500$250,001 - $500,000                           $1,000$500,001 - $5 million                          $3,000Over $5 million                                    $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (e.g. Evaluation Criteria Response Form,  Financials Statements, Insurance, etc.) in the Item Response Form in BidSync (Place Offer page, Upload Attachment), under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria using the pdf-fillable Evaluation Criteria Response Form provided under this solicitation. Refer to Evaluation Criteria Response Form and submit as instructed.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.  

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 219

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non -responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The Vendor must provide responses to the Evaluation Criteria using the Evaluation Criteria Response Form. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula: 

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files. 

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both

responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount               Filing Fee$30,000 - $250,000                             $ 500$250,001 - $500,000                           $1,000$500,001 - $5 million                          $3,000Over $5 million                                    $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (e.g. Evaluation Criteria Response Form,  Financials Statements, Insurance, etc.) in the Item Response Form in BidSync (Place Offer page, Upload Attachment), under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria using the pdf-fillable Evaluation Criteria Response Form provided under this solicitation. Refer to Evaluation Criteria Response Form and submit as instructed.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.  

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 220

5

6

Standard Instructions for VendorsRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request.  Vendor may be deemed non -responsive for failure to fully comply within stated timeframes.  

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.  

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements.  The annual financial statements will be in the form of:  

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings. 

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.  

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.  

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.  

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.  

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal.  If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.  

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.   

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived.  Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The Vendor must provide responses to the Evaluation Criteria using the Evaluation Criteria Response Form. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Evaluation Criteria identifies points available; a total of 100 points is available.  

b. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula: 

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

c. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.  

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files. 

G. Presentations

If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both

responsive and responsible to the requirements of the solicitation will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform.  The committee may provide a list of subject matter for the discussion. All Vendor ’s will have equal time to present but the question-and-answer time may vary.  

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested) including a representative of the Vendor that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors to participate via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.  

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:  

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Except for the materials submitted in compliance with this section, any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated elsewhere in the submittal otherwise the Vendor ’s claim for confidentiality will be deemed as a waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.  

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.  

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.  

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount               Filing Fee$30,000 - $250,000                             $ 500$250,001 - $500,000                           $1,000$500,001 - $5 million                          $3,000Over $5 million                                    $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

2. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

3. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

4. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (e.g. Evaluation Criteria Response Form,  Financials Statements, Insurance, etc.) in the Item Response Form in BidSync (Place Offer page, Upload Attachment), under line one (regardless if pricing requested).

5. Vendor should upload responses to Evaluation Criteria using the pdf-fillable Evaluation Criteria Response Form provided under this solicitation. Refer to Evaluation Criteria Response Form and submit as instructed.

6. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

7. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

8. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.  

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 221

55

66

Security Requirements – Port Everglades

A. The Port Everglades Department requires persons to present, at port entry, a valid driver's license, and valid reason for wishing to be granted port access in order to obtain a temporary/visitor ID badge.  For persons who will visit the Port more than 15 times in a 90 day period, a permanent identification badge must be obtained and paid for by the contractor for all employees, subcontractors, agents and servants visiting or working on the port project. A restricted access badge application process will include fingerprints and a comprehensive background check.  Badges must be renewed annually and the fees paid pursuant to Broward County Administrative Code, Section 42.6. For further information, please call 954-765-4225.

B. All vehicles that are used regularly on the dock apron must have a Dockside Parking Permit. Only a limited number of permits will be issued per business entity. The fee is $100.00 per permit/vehicle. Individuals requesting a permit must possess a valid Port-issued Restricted Access Area badge with a "Dock" destination.  Requests for Dockside Parking Permits must be submitted in writing, on company letterhead, to the ID Badge Office.  Applicants must demonstrate a need for access to the dock apron.   Requests shall be investigated, and approved, if appropriate justification is provided.  Supporting documentation must be supplied, if requested.  Dock permits are not transferable and must be affixed to the lower left corner of the permitted vehicle's windshield. Should the permit holder wish to transfer the permit to another vehicle during the term of issuance, the permit will be removed and exchanged at no charge for a new permit. Only one business entity representative will be permitted on the dock at a time at the vessel location.  

C. The Federal Government has instituted requirements for a Transportation Worker Identification Credential (TWIC) for all personnel requiring unescorted access to designated secure areas within Port Everglades.  The contractor will be responsible for complying with the applicable TWIC requirements.  For further information, please call 1-855-347-8371, or go on line to https://www.tsa.gov/for-industry/twic.

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 222

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONSRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:James A. Cummings, Inc.

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):59-2098732

4. Dun and Bradstreet No.:05-422-9034

5. Website address (if applicable):

6. Principal place of business address: One East Broward Blvd., Suite 1300

Ft. Lauderdale, FL 33301

7. Office location responsible for this project: One East Broward Blvd., Suite 1300 Ft. Lauderdale, FL 33301

8. Telephone no.:954-733-4211 Fax no.:954-485-9688

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):Florida

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name): 690287

11. List name and title of each principal, owner, officer, and major shareholder:

a) Tutor Perini Corporation - Parent Companu

b) Please see attached list for principals.

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Daniel Hoisman

Title: President & CEO

E-mail: [email protected]

Telephone No.: 954-733-4211

Name: Carlos Lopez

Title: VP of Business Development

E-mail: [email protected]

Telephone No.: 954-733-4211

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain

communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed

to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this

solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this

RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;

c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; andb. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:

a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such

officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for

purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that

Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name: James A. Cummings, Inc.

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

Supplier: James A. Cummings, Inc

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been

debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products during

the last three (3) years? If yes, specify details in an attached written response.Yes No

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational

purposes only. Response is not considered in determining the award of this contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Daniel Hoisman President & CEO 1/9/2018

*AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 223

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONSRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:James A. Cummings, Inc.

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):59-2098732

4. Dun and Bradstreet No.:05-422-9034

5. Website address (if applicable):

6. Principal place of business address: One East Broward Blvd., Suite 1300

Ft. Lauderdale, FL 33301

7. Office location responsible for this project: One East Broward Blvd., Suite 1300 Ft. Lauderdale, FL 33301

8. Telephone no.:954-733-4211 Fax no.:954-485-9688

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):Florida

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name): 690287

11. List name and title of each principal, owner, officer, and major shareholder:

a) Tutor Perini Corporation - Parent Companu

b) Please see attached list for principals.

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Daniel Hoisman

Title: President & CEO

E-mail: [email protected]

Telephone No.: 954-733-4211

Name: Carlos Lopez

Title: VP of Business Development

E-mail: [email protected]

Telephone No.: 954-733-4211

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain

communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed

to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this

solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this

RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;

c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; andb. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:

a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such

officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for

purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that

Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name: James A. Cummings, Inc.

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

Supplier: James A. Cummings, Inc

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been

debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products during

the last three (3) years? If yes, specify details in an attached written response.Yes No

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational

purposes only. Response is not considered in determining the award of this contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Daniel Hoisman President & CEO 1/9/2018

*AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 224

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONSRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:James A. Cummings, Inc.

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):59-2098732

4. Dun and Bradstreet No.:05-422-9034

5. Website address (if applicable):

6. Principal place of business address: One East Broward Blvd., Suite 1300

Ft. Lauderdale, FL 33301

7. Office location responsible for this project: One East Broward Blvd., Suite 1300 Ft. Lauderdale, FL 33301

8. Telephone no.:954-733-4211 Fax no.:954-485-9688

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):Florida

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name): 690287

11. List name and title of each principal, owner, officer, and major shareholder:

a) Tutor Perini Corporation - Parent Companu

b) Please see attached list for principals.

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Daniel Hoisman

Title: President & CEO

E-mail: [email protected]

Telephone No.: 954-733-4211

Name: Carlos Lopez

Title: VP of Business Development

E-mail: [email protected]

Telephone No.: 954-733-4211

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain

communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed

to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this

solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this

RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;

c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; andb. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:

a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such

officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for

purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that

Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name: James A. Cummings, Inc.

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

Supplier: James A. Cummings, Inc

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been

debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products during

the last three (3) years? If yes, specify details in an attached written response.Yes No

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational

purposes only. Response is not considered in determining the award of this contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Daniel Hoisman President & CEO 1/9/2018

*AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 225

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONSRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:James A. Cummings, Inc.

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):59-2098732

4. Dun and Bradstreet No.:05-422-9034

5. Website address (if applicable):

6. Principal place of business address: One East Broward Blvd., Suite 1300

Ft. Lauderdale, FL 33301

7. Office location responsible for this project: One East Broward Blvd., Suite 1300 Ft. Lauderdale, FL 33301

8. Telephone no.:954-733-4211 Fax no.:954-485-9688

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):Florida

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name): 690287

11. List name and title of each principal, owner, officer, and major shareholder:

a) Tutor Perini Corporation - Parent Companu

b) Please see attached list for principals.

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Daniel Hoisman

Title: President & CEO

E-mail: [email protected]

Telephone No.: 954-733-4211

Name: Carlos Lopez

Title: VP of Business Development

E-mail: [email protected]

Telephone No.: 954-733-4211

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain

communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed

to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this

solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this

RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;

c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; andb. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:

a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such

officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for

purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that

Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name: James A. Cummings, Inc.

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

Supplier: James A. Cummings, Inc

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been

debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products during

the last three (3) years? If yes, specify details in an attached written response.Yes No

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational

purposes only. Response is not considered in determining the award of this contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Daniel Hoisman President & CEO 1/9/2018

*AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 226

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONSRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:James A. Cummings, Inc.

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):59-2098732

4. Dun and Bradstreet No.:05-422-9034

5. Website address (if applicable):

6. Principal place of business address: One East Broward Blvd., Suite 1300

Ft. Lauderdale, FL 33301

7. Office location responsible for this project: One East Broward Blvd., Suite 1300 Ft. Lauderdale, FL 33301

8. Telephone no.:954-733-4211 Fax no.:954-485-9688

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):Florida

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name): 690287

11. List name and title of each principal, owner, officer, and major shareholder:

a) Tutor Perini Corporation - Parent Companu

b) Please see attached list for principals.

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Daniel Hoisman

Title: President & CEO

E-mail: [email protected]

Telephone No.: 954-733-4211

Name: Carlos Lopez

Title: VP of Business Development

E-mail: [email protected]

Telephone No.: 954-733-4211

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain

communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed

to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this

solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this

RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;

c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; andb. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:

a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such

officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for

purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that

Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name: James A. Cummings, Inc.

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

Supplier: James A. Cummings, Inc

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been

debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products during

the last three (3) years? If yes, specify details in an attached written response.Yes No

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational

purposes only. Response is not considered in determining the award of this contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Daniel Hoisman President & CEO 1/9/2018

*AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 227

55

66

LOBBYIST REGISTRATION REQUIREMENT CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business

days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

The Vendor certifies that it understands if it has retained a lobbyist(s) to lobby in connection with a competitive

solicitation, it shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies

that each lobbyist retained has timely filed the registration or amended registration required under Broward County

Lobbyist Registration Act, Section 1-262, Broward County Code of Ordinances; and it understands that if, after awarding

a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon

investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis,

exercise any contractual right to terminate the contract for convenience.

The Vendor hereby certifies that: (select one)

It has not retained a lobbyist(s) to lobby in connection with this competitive solicitation; however, if retained after

the solicitation, the County will be notified.

It has retained a lobbyist(s) to lobby in connection with this competitive solicitation and certified that each lobbyist

retained has timely filed the registration or amended registration required under Broward County Lobbyist

Registration Act, Section 1-262, Broward County Code of Ordinances.

It is a requirement of this solicitation that the names of any and all lobbyists retained to lobby in connection

with this solicitation be listed below:

Name of Lobbyist:

Lobbyist ’s Firm:

Phone:

E-mail:

Name of Lobbyist:

Lobbyist ’s Firm:

Phone:

E-mail:

Authorized Signature/Name: Daniel Hoisman Date: 1/9/2018

Title: President & CEO

Vendor Name: James A. Cummings, Inc.

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 228

55

66

DOMESTIC PARTNERSHIP ACT CERTIFICATION FORM (REQUIREMENT AND TIEBREAKER)

Refer to Special Instructions to identify if Domestic Partnership Act is a requirement of the solicitation or acts

only as a tiebreaker. If Domestic Partnership is a requirement of the solicitation, the completed and signed form

should be returned with the Vendor ’s submittal. If the form is not provided with submittal, the Vendor must

submit within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully

comply within stated timeframes. To qualify for the Domestic Partnership tiebreaker criterion, the Vendor must

currently offer the Domestic Partnership benefit and the completed and signed form must be returned at time of

solicitation submittal.

The Domestic Partnership Act, Section 16 ½  -157, Broward County Code of Ordinances, requires all Vendors

contracting with the County, in an amount over $100,000 provide benefits to Domestic Partners of its employees,

on the same basis as it provides benefits to employees ’ spouses, with certain exceptions as provided by the

Ordinance.

For all submittals over $100,000.00, the Vendor, by virtue of the signature below, certifies that it is aware of the

requirements of Broward County ’s Domestic Partnership Act, Section 16-½   -157, Broward County Code of

Ordinances; and certifies the following: (check only one below).

Supplier: James A. Cummings, Inc

1. The Vendor currently complies with the requirements of the County ’s Domestic Partnership Act

and provides benefits to Domestic Partners of its employees on the same basis as it provides

benefits to employees ’ spouses

2. The Vendor will comply with the requirements of the County ’s Domestic Partnership Act at time of

contract award and provide benefits to Domestic Partners of its employees on the same basis as

it provides benefits to employees ’ spouses.

3. The Vendor will not comply with the requirements of the County ’s Domestic Partnership Act at

time of award.

4. The Vendor does not need to comply with the requirements of the County ’s Domestic Partnership

Act at time of award because the following exception(s) applies: (check only one below).

The Vendor is a governmental entity, not-for-profit corporation, or charitable organization.

The Vendor is a religious organization, association, society, or non -profit charitable or

educational institution.

The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in

compliance with the Act stating the efforts taken to provide such benefits and the amount of

the cash equivalent).

The Vendor cannot comply with the provisions of the Domestic Partnership Act because it

would violate the laws, rules or regulations of federal or state law or would violate or be

inconsistent with the terms or conditions of a grant or contract with the United States or State

of Florida. Indicate the law, statute or regulation (State the law, statute or regulation and

attach explanation of its applicability).

Daniel Hoisman President & CEO James A. Cummings, Inc.

1/9/2018

Authorized Signature/Name Title Vendor Name Date

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 229

55

66

AFFILIATED ENTITIES OF THE PRINCIPAL(S) CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County.

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements.  “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

The Vendor hereby certifies that: (select one)

No principal of the proposing Vendor has prior affiliations that meet the criteria defined as “Affiliated entities ”

Principal(s) listed below have prior affiliations that meet the criteria defined as “Affiliated entities ”

Principal ’s Name: Please see attached.

Names of Affiliated Entities:

Principal ’s Name:

Names of Affiliated Entities:

Principal ’s Name:

Names of Affiliated Entities:

Authorized Signature Name: Daniel Hoisman

Title: President & CEO

Vendor Name: James A. Cummings, Inc.

Date: 1/9/2018

Supplier: James A. Cummings, Inc

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 230

55

66

AGREEMENT EXCEPTION FORM

The completed form(s) should be returned with the Vendor ’s submittal. If not provided with submittal, it shall be deemed an affirmation by the Vendor that it accepts the terms and conditions of the County ’s Agreement as disclosed in the solicitation.

The Vendor must either provide specific proposed alternative language on the form below. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

Vendor Name: James A. Cummings, Inc.

Supplier: James A. Cummings, Inc

There are no exceptions to the terms and conditions of the County Agreement as referenced in the solicitation; or

The following exceptions are disclosed below: (use additional forms as needed; separate each Article/ Section number)

Term or Condition

Article / Section

Insert version of exception or specific proposed alternative

language

Provide brief justification for change

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 231

55

66

Supplier: James A. Cummings, Inc

LITIGATION HISTORY FORM

The completed form(s) should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

There are no material cases for this Vendor; or

Material Case(s) are disclosed below:

Is this for a: (check type)

Parent, Subsidiary, or

Predecessor Firm?

If Yes, name of Parent/Subsidiary/Predecessor:Please see attached form.

Or No

PartyCase Number, Name,

and Date FiledName of Court or other tribunal

Type of Case Bankruptcy Civil Criminal Administrative/Regulatory

Claim or Cause of Action and Brief description of

each CountBrief description of the

Subject Matter and Project Involved

Disposition of Case

(Attach copy of any applicable Judgment,

Settlement Agreement and Satisfaction of Judgment.)

Pending Settled Dismissed

Judgment Vendor ’s Favor Judgment Against Vendor

If Judgment Against, is Judgment Satisfied? Yes No

Opposing Counsel Name: Email: Telephone Number:

Vendor Name: James A. Cummings, Inc.

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 232

5

6

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit this form and supporting information may affect the Vendor ’s evaluation. Provided information is subject to verification by the County.

A Vendor ’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County ’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center ’  and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center ’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor ’s principal place of business in Broward County shall be the Vendor ’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation ’s due date.  

Check one of the following:

The Vendor certifies that it has a principal place of business location (also known as the nerve

center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor ’s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor ’s “Principal Address”   listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation ’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation ’s opening date;

4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and

6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnershipb. Percentage of Equity for all Joint Venture Partnersc. A copy of the executed Agreement(s) between the Joint Venture Partners

Vendor does not have a principal place of business location (also known as the nerve center)

within Broward County.

Vendor Information:

Vendor Name: James A. Cummings, Inc.

Vendor ’s address listed in its submittal is:   

One East Broward Blvd., Suite 1300 Ft. Lauderdale, FL 33301

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

Supplier: James A. Cummings, Inc

Daniel Hoisman President & CEO James A. Cummings, Inc.

1/9/18

Authorized Signature/Name

Title Vendor Name Date

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 233

5

6

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit this form and supporting information may affect the Vendor ’s evaluation. Provided information is subject to verification by the County.

A Vendor ’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County ’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center ’  and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center ’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor ’s principal place of business in Broward County shall be the Vendor ’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation ’s due date.  

Check one of the following:

The Vendor certifies that it has a principal place of business location (also known as the nerve

center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor ’s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor ’s “Principal Address”   listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation ’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation ’s opening date;

4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and

6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnershipb. Percentage of Equity for all Joint Venture Partnersc. A copy of the executed Agreement(s) between the Joint Venture Partners

Vendor does not have a principal place of business location (also known as the nerve center)

within Broward County.

Vendor Information:

Vendor Name: James A. Cummings, Inc.

Vendor ’s address listed in its submittal is:   

One East Broward Blvd., Suite 1300 Ft. Lauderdale, FL 33301

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

Supplier: James A. Cummings, Inc

Daniel Hoisman President & CEO James A. Cummings, Inc.

1/9/18

Authorized Signature/Name

Title Vendor Name Date

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 234

5

6

LOCAL VENDOR CERTIFICATION FORM (PREFERENCE AND TIEBREAKER)

The completed and signed form should be returned with the Vendor ’s submittal to qualify for Local Preference, however it must be returned at time of solicitation submittal to qualify for the Tie Break criteria. If not provided with submittal, the Vendor must submit within three business days ofCounty ’s request for evaluation of Local Preference. Proof of a local business tax must be returned at time of solicitation submittal to qualify for the Tie Break criteria. Failure to timely submit this form or local business tax receipt may render the business ineligible for application of the Local Preference. Failure to timely submit this form and local business tax receipt at time of submittal will disqualify the Vendor for this Tie Breaker.

In accordance with Section 21.31.d. of the Broward County Procurement Code, to qualify for the Tie Break Criteria, the undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is a local Vendor in Broward County and:

a. has a valid Broward County local business tax receipt; b. has been in existence for at least six-months prior to the solicitation opening; c. provides services on a day-to-day basis, at a business address physically located within

the limits of Broward County and in an area zoned for such business; and d. services provided from this location are a substantial component of the services offered in

the Vendor's proposal.

In accordance with Local Preference, Section 1-74, et. seq., Broward County Code of Ordinances, and Broward County ’s Interlocal Reciprocity Agreement with Miami-Dade County, a local business meeting the below requirements is eligible for Local Preference. To qualify for the Local Preference, the undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is a local Vendor in Broward or Miami-Dade County and:

a. has a valid corresponding County local business tax receipt; b. has been in existence for at least one-year prior to the solicitation opening; c. provides services on a day-to-day basis, at a business address physically located

within the limits of Broward or Miami-Dade County and in an area zoned for such business; and

d. the services provided from this location are a substantial component of the services offered in the Vendor's proposal.

Vendor does not qualify for Tie Break Criteria or Local Preference, in accordance with the above

requirements.

Supplier: James A. Cummings, Inc

Daniel Hoisman President & CEO James A. Cummings, Inc.

1/9/2018

Authorized Signature/Name

Title Vendor Name Date

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 235

5

6

VOLUME OF PREVIOUS WORK ATTESTATION FORM

The completed and signed form should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to provide timely may affect the Vendor ’s evaluation. This completed form must be included with the Vendor ’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. The Vendor attests to the following:

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the

County?      Yes                                No       

If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

Vendor Name:  James A. Cummings, Inc.

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit this form and supporting documentation may affect the Vendor ’s evaluation.

The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is not based on the total payments to the Joint Venture firm.  

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years as a member of a Joint Venture. The Vendor attests to the following:

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name:  Cummings – Balfour Beatty A Joint Venture

Supplier: James A. Cummings, Inc

Item No.

Project TitleSolicitation/

Contract Number:

Department or Division

Date Awarded

Paid to DateDollar Amount

1 Broward County Courthouse

H0891902C1 Building 6/12/2012 187,965,546.95

2

3

4

5

Grand Total 187,965,546.95

Daniel Hoisman James A. Cummings, Inc. 1/10/2018Authorized Signature/ Name Title Date

Item No.

Project Title

Solicitation/Contract Number:

Department or Division

DateAwarded

JV Equity

%

Paid to DateDollar

Amount1 Terminal 4 /

FIS R0787918R1 Building 9/28/2010 55/45 153,281,754.18

2

3

4

5

Grand Total 153,281,754.18

Daniel Hoisman President & CEO 1/10/2018Authorized Signature/ Name Title Date

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 236

5

6

VOLUME OF PREVIOUS WORK ATTESTATION FORM

The completed and signed form should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to provide timely may affect the Vendor ’s evaluation. This completed form must be included with the Vendor ’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. The Vendor attests to the following:

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the

County?      Yes                                No       

If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

Vendor Name:  James A. Cummings, Inc.

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit this form and supporting documentation may affect the Vendor ’s evaluation.

The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is not based on the total payments to the Joint Venture firm.  

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years as a member of a Joint Venture. The Vendor attests to the following:

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name:  Cummings – Balfour Beatty A Joint Venture

Supplier: James A. Cummings, Inc

Item No.

Project TitleSolicitation/

Contract Number:

Department or Division

Date Awarded

Paid to DateDollar Amount

1 Broward County Courthouse

H0891902C1 Building 6/12/2012 187,965,546.95

2

3

4

5

Grand Total 187,965,546.95

Daniel Hoisman James A. Cummings, Inc. 1/10/2018Authorized Signature/ Name Title Date

Item No.

Project Title

Solicitation/Contract Number:

Department or Division

DateAwarded

JV Equity

%

Paid to DateDollar

Amount1 Terminal 4 /

FIS R0787918R1 Building 9/28/2010 55/45 153,281,754.18

2

3

4

5

Grand Total 153,281,754.18

Daniel Hoisman President & CEO 1/10/2018Authorized Signature/ Name Title Date

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 237

5

6

3 4

SUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS REQUIREMENT FORMRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

The following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

A. The Vendor shall submit a listing of all subcontractors, subconsultants and major material suppliers (firms), if any, and the portion of the contract they will perform. A major material supplier is considered any firm that provides construction material for construction contracts, or commodities for service contracts in excess of $50,000, to the Vendor.

B. If participation goals apply to the contract, only non-certified firms shall be identified on the form. A non-certified firm is a firm that is not listed as a firm for attainment of participation goals (ex. County Business Enterprise or Disadvantaged Business Enterprise), if applicable to the solicitation.

C. This list shall be kept up -to-date for the duration of the contract. If subcontractors, subconsultants or suppliers are stated, this does not relieve the Vendor from the prime responsibility of full and complete satisfactory performance under any awarded contract.  

D. After completion of the contract/final payment, the Vendor shall certify the final list of non-certified subcontractors, subconsultants, and suppliers that performed or provided services to the County for the referenced contract.  

E. The Vendor has confirmed that none of the recommended subcontractors, subconsultants, or suppliers ’   principal(s), officer(s), affiliate(s) or any other related companies have been debarred from doing business with Broward County or any other governmental agency.

If none, state “none” on this form. Use additional sheets as needed. Vendor should scan and upload any additional form(s) in BidSync.

Supplier: James A. Cummings, Inc

1.   Subcontracted Firm’s Name:  none

      Subcontracted Firm’s Address:  

      Subcontracted Firm’s Telephone Number:  

      Contact Person’s Name and Position:  

      Contact Person’s E-Mail Address:  

      Estimated Subcontract/Supplies Contract Amount: 

      Type of Work/Supplies Provided:  

2.   Subcontracted Firm’s Name:  

      Subcontracted Firm’s Address:  

      Subcontracted Firm’s Telephone Number:  

      Contact Person’s Name and Position:  

      Contact Person’s E-Mail Address:  

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 238

55

66

3 4

SCRUTINIZED COMPANIES LIST REQUIREMENT CERTIFICATION FORM

The completed and signed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Vendor may be deemed nonresponsive for failure to fully comply within stated timeframes.  

Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor, by virtue of the signature below, certifies that:

a. The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4725 Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

b. The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List;  and 

c. If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

Supplier: James A. Cummings, Inc

Daniel Hosiman President & CEO James A. Cummings, Inc.

1/9/2018

Authorized Signature/Name  Title Vendor Name Date

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 239

5

6

Workforce Investment Program Requirements:   

A. In accordance with Broward County Workforce Investment Program, Administrative Code, Section 19.211, the Workforce Investment Program (Program) this solicitation is a covered contract if the open-end contract award value exceeds $500,000 per year or if the individual project value exceeds $500,000 under a fixed-term contract. The Program encourages Vendors to utilize CareerSource Broward (CareerSouce) and their contract partners as a first source for employment candidates for work on County-funded projects, and encourages investment in Broward County economic development through the hiring of economically disadvantaged or hard-to-hire individuals.  

B. Compliance with the Program, including compliance with First Source Referral and the Qualifying New Hires goals, is a matter of responsibility. Vendor should submit the Workforce Investment Program Certification Form with its response. If not provided with

solicitation submittal, the Vendor must supply within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

C. The following is a summary of requirements contained in the Program. This summary is not all-inclusive of the requirements of the Program. If there is any conflict between the following summary and the language in the Program, the language in the Program shall prevail. In compliance with the Program, Vendor (and/or its subcontractors) shall agree to:

1. be bound to contractual obligations under the contract;

2. use good faith efforts to meet First Source Referral goal for vacancies that result from award of this contract;  

3. publicly advertise any vacancies that are the direct result of this contract, exclusively with CareerSource for at least five (5) business days;  

4. review qualifications of CareerSource ’s Qualified Referrals and use good faith efforts to interview Qualified Referrals that appear to meet the required qualifications;

5. use good faith efforts to hire Qualifying New Hires (as defined by the Program) for at least fifty percent (50%) of the vacancies (rounded up) that are the direct result of this contract;

6. obtain a hired worker ’s written certification, attesting to a status as a Qualifying New Hire, Economically Disadvantaged Worker, or Hard-to-Hire worker (if applicable);  

7. retain records relating to Program requirements, including: records of all applicable vacancies; job order requests to CareerSource; qualified referral lists; and records of candidates interviewed and the outcome of the interviews.   

8. provide to the County any documents and records demonstrating Vendor ’s compliance and good faith efforts to comply with the Program;  

9. submit to the County an annual report by January 31st and within 30 days of contract completion or expiration; and

10. ensure that all of its subcontractors comply with the requirements of the Program.  

D. Further information about the Program, Vendor ’s obligations, and the Qualifying New Hire ’s certification form may be obtained on the Office of Economic and Small Business Development website:

broward.org/econdev/Pages/WorkforceInvestmentProgram.aspx. Vendor is responsible for reading and understanding requirements of the Program.  

E. Subcontractors: Vendor ’s subcontractors shall use good faith efforts to meet the First Source Referral and the Qualifying New Hires goals, in accordance with the Program. The Vendor shall include in any subcontracts a requirement that the all subcontractors comply with the Program requirements. The Vendor shall be responsible for compliance by any subcontractor with the Program as it applies to their subcontract.

F. Reporting: Vendor shall maintain and make available to County upon request all records documenting Vendor ’s compliance and its subcontractors ’ compliance with the requirements of the Program, and shall submit the required reports to the Contract Administrator annually by January 31 and within thirty (30) days after the conclusion of this contract. Failure to timely comply with reporting requirements shall constitute a material breach of this contract.  

G. Evaluation: The Contract Administrator will document the Vendor ’s compliance and good faith efforts as part of the Vendor ’s Performance Evaluation.

H. Failure to demonstrate good faith efforts to meet the First Source Referral and the Qualifying New Hires goal shall constitute a material breach of this contract.  

WORKFORCE INVESTMENT PROGRAM CERTIFICATION FORM

This form(s) should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

In accordance with the Workforce Investment Program:

James A. Cummings, Inc. (Vendor) agrees to be bound to the contractual obligations of the

Workforce Investment Program, Broward County Administrative Code Section 19.211, requiring our firm to use good faith efforts to meet the First Source Referral Goal and the Qualifying New Hires Goal.

The statement must be signed by an authorized signatory of the firm. Receipt of the signed statement from the Vendor is a matter of responsibility. A firm not offering an affirmative response in this regard will be found "non-responsible" to the solicitation and not eligible for further evaluation or award.

Supplier: James A. Cummings, Inc

Daniel Hoisman President & CEO 1/9/2018AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 240

5

6

Workforce Investment Program Requirements:   

A. In accordance with Broward County Workforce Investment Program, Administrative Code, Section 19.211, the Workforce Investment Program (Program) this solicitation is a covered contract if the open-end contract award value exceeds $500,000 per year or if the individual project value exceeds $500,000 under a fixed-term contract. The Program encourages Vendors to utilize CareerSource Broward (CareerSouce) and their contract partners as a first source for employment candidates for work on County-funded projects, and encourages investment in Broward County economic development through the hiring of economically disadvantaged or hard-to-hire individuals.  

B. Compliance with the Program, including compliance with First Source Referral and the Qualifying New Hires goals, is a matter of responsibility. Vendor should submit the Workforce Investment Program Certification Form with its response. If not provided with

solicitation submittal, the Vendor must supply within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

C. The following is a summary of requirements contained in the Program. This summary is not all-inclusive of the requirements of the Program. If there is any conflict between the following summary and the language in the Program, the language in the Program shall prevail. In compliance with the Program, Vendor (and/or its subcontractors) shall agree to:

1. be bound to contractual obligations under the contract;

2. use good faith efforts to meet First Source Referral goal for vacancies that result from award of this contract;  

3. publicly advertise any vacancies that are the direct result of this contract, exclusively with CareerSource for at least five (5) business days;  

4. review qualifications of CareerSource ’s Qualified Referrals and use good faith efforts to interview Qualified Referrals that appear to meet the required qualifications;

5. use good faith efforts to hire Qualifying New Hires (as defined by the Program) for at least fifty percent (50%) of the vacancies (rounded up) that are the direct result of this contract;

6. obtain a hired worker ’s written certification, attesting to a status as a Qualifying New Hire, Economically Disadvantaged Worker, or Hard-to-Hire worker (if applicable);  

7. retain records relating to Program requirements, including: records of all applicable vacancies; job order requests to CareerSource; qualified referral lists; and records of candidates interviewed and the outcome of the interviews.   

8. provide to the County any documents and records demonstrating Vendor ’s compliance and good faith efforts to comply with the Program;  

9. submit to the County an annual report by January 31st and within 30 days of contract completion or expiration; and

10. ensure that all of its subcontractors comply with the requirements of the Program.  

D. Further information about the Program, Vendor ’s obligations, and the Qualifying New Hire ’s certification form may be obtained on the Office of Economic and Small Business Development website:

broward.org/econdev/Pages/WorkforceInvestmentProgram.aspx. Vendor is responsible for reading and understanding requirements of the Program.  

E. Subcontractors: Vendor ’s subcontractors shall use good faith efforts to meet the First Source Referral and the Qualifying New Hires goals, in accordance with the Program. The Vendor shall include in any subcontracts a requirement that the all subcontractors comply with the Program requirements. The Vendor shall be responsible for compliance by any subcontractor with the Program as it applies to their subcontract.

F. Reporting: Vendor shall maintain and make available to County upon request all records documenting Vendor ’s compliance and its subcontractors ’ compliance with the requirements of the Program, and shall submit the required reports to the Contract Administrator annually by January 31 and within thirty (30) days after the conclusion of this contract. Failure to timely comply with reporting requirements shall constitute a material breach of this contract.  

G. Evaluation: The Contract Administrator will document the Vendor ’s compliance and good faith efforts as part of the Vendor ’s Performance Evaluation.

H. Failure to demonstrate good faith efforts to meet the First Source Referral and the Qualifying New Hires goal shall constitute a material breach of this contract.  

WORKFORCE INVESTMENT PROGRAM CERTIFICATION FORM

This form(s) should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

In accordance with the Workforce Investment Program:

James A. Cummings, Inc. (Vendor) agrees to be bound to the contractual obligations of the

Workforce Investment Program, Broward County Administrative Code Section 19.211, requiring our firm to use good faith efforts to meet the First Source Referral Goal and the Qualifying New Hires Goal.

The statement must be signed by an authorized signatory of the firm. Receipt of the signed statement from the Vendor is a matter of responsibility. A firm not offering an affirmative response in this regard will be found "non-responsible" to the solicitation and not eligible for further evaluation or award.

Supplier: James A. Cummings, Inc

Daniel Hoisman President & CEO 1/9/2018AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 241

5

6

Workforce Investment Program Requirements:   

A. In accordance with Broward County Workforce Investment Program, Administrative Code, Section 19.211, the Workforce Investment Program (Program) this solicitation is a covered contract if the open-end contract award value exceeds $500,000 per year or if the individual project value exceeds $500,000 under a fixed-term contract. The Program encourages Vendors to utilize CareerSource Broward (CareerSouce) and their contract partners as a first source for employment candidates for work on County-funded projects, and encourages investment in Broward County economic development through the hiring of economically disadvantaged or hard-to-hire individuals.  

B. Compliance with the Program, including compliance with First Source Referral and the Qualifying New Hires goals, is a matter of responsibility. Vendor should submit the Workforce Investment Program Certification Form with its response. If not provided with

solicitation submittal, the Vendor must supply within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

C. The following is a summary of requirements contained in the Program. This summary is not all-inclusive of the requirements of the Program. If there is any conflict between the following summary and the language in the Program, the language in the Program shall prevail. In compliance with the Program, Vendor (and/or its subcontractors) shall agree to:

1. be bound to contractual obligations under the contract;

2. use good faith efforts to meet First Source Referral goal for vacancies that result from award of this contract;  

3. publicly advertise any vacancies that are the direct result of this contract, exclusively with CareerSource for at least five (5) business days;  

4. review qualifications of CareerSource ’s Qualified Referrals and use good faith efforts to interview Qualified Referrals that appear to meet the required qualifications;

5. use good faith efforts to hire Qualifying New Hires (as defined by the Program) for at least fifty percent (50%) of the vacancies (rounded up) that are the direct result of this contract;

6. obtain a hired worker ’s written certification, attesting to a status as a Qualifying New Hire, Economically Disadvantaged Worker, or Hard-to-Hire worker (if applicable);  

7. retain records relating to Program requirements, including: records of all applicable vacancies; job order requests to CareerSource; qualified referral lists; and records of candidates interviewed and the outcome of the interviews.   

8. provide to the County any documents and records demonstrating Vendor ’s compliance and good faith efforts to comply with the Program;  

9. submit to the County an annual report by January 31st and within 30 days of contract completion or expiration; and

10. ensure that all of its subcontractors comply with the requirements of the Program.  

D. Further information about the Program, Vendor ’s obligations, and the Qualifying New Hire ’s certification form may be obtained on the Office of Economic and Small Business Development website:

broward.org/econdev/Pages/WorkforceInvestmentProgram.aspx. Vendor is responsible for reading and understanding requirements of the Program.  

E. Subcontractors: Vendor ’s subcontractors shall use good faith efforts to meet the First Source Referral and the Qualifying New Hires goals, in accordance with the Program. The Vendor shall include in any subcontracts a requirement that the all subcontractors comply with the Program requirements. The Vendor shall be responsible for compliance by any subcontractor with the Program as it applies to their subcontract.

F. Reporting: Vendor shall maintain and make available to County upon request all records documenting Vendor ’s compliance and its subcontractors ’ compliance with the requirements of the Program, and shall submit the required reports to the Contract Administrator annually by January 31 and within thirty (30) days after the conclusion of this contract. Failure to timely comply with reporting requirements shall constitute a material breach of this contract.  

G. Evaluation: The Contract Administrator will document the Vendor ’s compliance and good faith efforts as part of the Vendor ’s Performance Evaluation.

H. Failure to demonstrate good faith efforts to meet the First Source Referral and the Qualifying New Hires goal shall constitute a material breach of this contract.  

WORKFORCE INVESTMENT PROGRAM CERTIFICATION FORM

This form(s) should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

In accordance with the Workforce Investment Program:

James A. Cummings, Inc. (Vendor) agrees to be bound to the contractual obligations of the

Workforce Investment Program, Broward County Administrative Code Section 19.211, requiring our firm to use good faith efforts to meet the First Source Referral Goal and the Qualifying New Hires Goal.

The statement must be signed by an authorized signatory of the firm. Receipt of the signed statement from the Vendor is a matter of responsibility. A firm not offering an affirmative response in this regard will be found "non-responsible" to the solicitation and not eligible for further evaluation or award.

Supplier: James A. Cummings, Inc

Daniel Hoisman President & CEO 1/9/2018AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2114814P1Broward County Board ofCounty Commissioners

BidSync1/17/2018 p. 242