Loading...
Agenda 11/12/2019 Item #16C 3 (Contract #19-7539 Advanced Roofing, Inc., FA Remodeling and Repairs, Inc., Crowther Roofing and Sheet Metal of FL, Inc., Above All Roofing Contractor, LLC and Target Roofing and Sheet Metal, Inc.)11/12/2019 EXECUTIVE SUMMARY Recommendation to award Agreements for Request for Qualification No. 19 -7539, “Roofing Replacement Contractors,” for County-wide roofing replacement services to: Advanced Roofing, Inc., F.A. Remodeling and Repairs Inc., Crowther Roofing and Sheet Metal of Florida, Inc., Above All Roofing Contractor, LLC, and Target Roofing and Sheet Metal, Inc. OBJECTIVE: To qualify multiple roofing contractors to provide efficient and timely responses to address roofing replacement services of roofing systems for County owned and operated facilities to ensure the County roofing systems are in top condition to ensure buildings are free from environmental intrusion and that the interiors are safe and provide a healthy environment for employees and visitors. CONSIDERATIONS: The Facilities Management Division is responsible for maintaining more than 935 structures. To efficiently and effectively address roofing system repairs, replacements and/or construction projects (such as the annual capital improvement program projects), securing services from roofing contractors is necessary. If, during the roof maintenance process or conducting annual roofing inspections, the County’s roofing maintenance contractor or inspector determines an entire roof requires replacement, the awarded Contractors under the attached agreement will be offered the opportunity to bid on the replacement project. In the past, roofing maintenance and repairs and roofing replacements were under one agreement; but it was the consensus of the County staff to solicit contractors that will specifically conduct roof replacement services. On January 25, 2019, the Procurement Services Division posted Request for Qualification (“RFQ”) No. 19-7539, to 11,589 vendors for Roofing Replacement Contractors. Interested contractors downloaded eighty-six (86) proposal packages, and the County received eight (8) proposals by the March 7, 2019 deadline. Advanced Inc. was deemed non-responsive for failing to submit a complete proposal package. A Selection Committee met on April 23, 2019, to evaluate and rank the proposals. The RFQ utilized the following selection criteria: business plan, experience and capacity of the firm, specialized expertise of team members, and specialized expertise of team members. After reviewing the proposals, the Procurement staff found seven (7) of the eight (8) proposers responsive and responsible. Proposers Company Rank Responsive/Responsible Advanced Roofing, Inc. 1 Y/Y F.A. Remodeling and Repairs, Inc. 2 Y/Y Southern Coatings, Inc. 3 Y/Y Crowther Roofing and Sheet Metal of Florida, Inc. 4 Y/Y Above All Roofing, LLC 5 Y/Y Target Roofing and Sheet Metal, Inc. 6 Y/Y Double G Construction Corp. 7 Y/Y Advanced Inc, DBA Advanced Roofing N/A N/N The Selection Committee voted to select the top five of its ranked contractors from the seven responsive/responsible proposals submitted. However, after the selection committee ranking, staff agreed that awarding to all seven qualified vendors would provide for a more desirable distribution of the 16.C.3 Packet Pg. 1090 11/12/2019 anticipated work. After the decision, Double G Construction Corp. and Southern Coatings, Inc. failed to submit insurance certificates by the required deadline. Due to their failure to submit the required documents, they are not recommended for award. Under the Agreement, when work is required, a Request for Quote will be submitted to all five awarded Contractors who will submit a lump sum quote for the project. The work will be awarded to the Contractor with the lowest bid. Roofing Contractor services shall not exceed $200,000 for any one project without Board approval. Performance and Payment Bonds will be required for projects over $200,000. The contract was structured to include a FEMA grant compliance component and can be utilized for grant related repair work after declared emergencies and will be instrumental in supporting surtax funded projects. The initial term of the agreement shall be for a three (3) year period commencing upon the date of Board approval. The County may, at its discretion and with the consent of the firms, renew the agreement under all terms and conditions contained in the agreement for two (2) additional one-year (1) renewal options. This contract may be used by other County departments once awarded in accordance with the Procurement Ordinance. FISCAL IMPACT: Funds are available in the Division of Facilities Management Operating Budget 001-122240 and other user division cost centers. The historical, annual, county -wide expenditures are approximately $1,400,000, however, future annual expenditures will be based on the County’s needs and available budgets. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: To award Agreements for RFQ No. 19-7539, “Roofing Replacement Contractors,” for County-wide roofing replacement services to: Advanced Roofing, Inc., F.A. Remodeling and Repairs Inc., Crowther Roofing and Sheet Metal of Florida, Inc., Above All Roofing Contractor, LLC, and Target Roofing and Sheet Metal, Inc., and to authorize the Chairman to execute the attached Agreements. Prepared By: Miguel Carballo, Facilities Manager, Facilities Management Division ATTACHMENT(S) 1. 19-7539 AboveAll_Insurance_8-23-19 (PDF) 2. 19-7539 AboveAll_VendorSigned (PDF) 3. 19-7539 AdvancedRoofing_Insurance (PDF) 4. 19-7539 AdvancedRoofing_VendorSigned (PDF) 5. 19-7539 CrowtherRoofing_Insurance (PDF) 6. 19-7539 CrowtherRoofing_VendorSigned (PDF) 7. 19-7539 FA Remodeling_Insurance_8-20-19 (PDF) 16.C.3 Packet Pg. 1091 11/12/2019 8. 19-7539 FA Remodeling_VendorSigned (PDF) 9. 19-7539 NORA_executed (PDF) 10. 19-7539 Solicitation (PDF) 11. 19-7539 TargetRoofing_Insurance_9-4-19 (PDF) 12. 19-7539 TargetRoofing_VendorSigned (PDF) 13. [Linked] Above All Roofing Proposal Binder1 (PDF) 14. [Linked] Advance Roofing Proposal Binder1 (PDF) 15. [Linked] Crowther Roofing Proposal Binder1 (PDF) 16. [Linked] FA REmodleing Proposal Binder1 (PDF) 17. [Linked] Target Roofing Proposal Binder1 (PDF) 18. 19-7539 TargetRoofing_Insurance_11-4-19 (PDF) 16.C.3 Packet Pg. 1092 11/12/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.3 Doc ID: 10539 Item Summary: Recommendation to award Agreements for Request for Qualification No. 19- 7539, “Roofing Replacement Contractors,” for County-wide roofing replacement services to: Advanced Roofing, Inc., F.A. Remodeling and Repairs Inc., Crowther Roofing and Sheet Metal of Florida, Inc., Above All Roofing Contractor, LLC, and Target Roofing and Sheet Metal, Inc. Meeting Date: 11/12/2019 Prepared by: Title: – Facilities Management Name: Kathleen Sibert 10/15/2019 10:24 AM Submitted by: Title: Director - Facilities Management – Facilities Management Name: Damon Grant 10/15/2019 10:24 AM Approved By: Review: Facilities Management Kathleen Sibert Director - Facilities Skipped 10/15/2019 10:11 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 10/15/2019 11:05 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 10/17/2019 2:08 PM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 10/18/2019 4:02 PM Procurement Services Priscilla Doria Additional Reviewer Completed 10/21/2019 9:34 AM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 10/21/2019 2:31 PM Procurement Services Ted Coyman Additional Reviewer Completed 10/22/2019 9:54 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 10/22/2019 11:16 AM County Attorney's Office Jeffrey A. Klatzkow Level 2 Attorney Review Completed 10/23/2019 11:18 AM Grants Erica Robinson Level 2 Grants Review Completed 10/24/2019 2:18 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 10/25/2019 3:30 PM Grants Carrie Kurutz Additional Reviewer Completed 10/30/2019 4:58 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 10/30/2019 5:03 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 10/31/2019 8:24 AM Budget and Management Office Ed Finn Additional Reviewer Completed 10/31/2019 2:06 PM Grants Therese Stanley Additional Reviewer Completed 11/04/2019 9:16 AM 16.C.3 Packet Pg. 1093 11/12/2019 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/05/2019 10:05 AM Board of County Commissioners MaryJo Brock Meeting Pending 11/12/2019 9:00 AM 16.C.3 Packet Pg. 1094 INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $AUTOS (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2014/01) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Westfield Insurance Co. Builders Mutual Insurance Company Capitol Specialty Insurance Corp. LM Insurance Corp 8/23/2019 The Crichton Group 3011 Armory Drive Suite 250 Nashville, TN 37204 615 383-9761 615 383-4628 Above All Roofing Contractor, LLC 117 Spence Lane Nashville, TN 37210 24112 10844 10328 33600 A X X X X X TRA7985372 04/29/2019 04/29/2020 1,000,000 500,000 10,000 1,000,000 2,000,000 2,000,000 A X TRA7985372 04/29/2019 04/29/2020 1,000,000 A X X X 0 TRA7985372 04/29/2019 04/29/2020 5,000,000 5,000,000 B D N WCP1044278 WC539S721162029 04/29/2019 05/22/2019 04/29/2020 05/22/2020 X 500,000 500,000 500,000 C Contractors Pollution Liab./ Trans. Pollution EV2016083504 01/30/2019 01/30/2020 $1,000,000/$2,000,000 $5,000 deduct./occ. For any and all work performed on behalf of Collier County #19-7539 Certificate holder is included as additional insured as required by contract and as per the forms and endorsements referenced herein and attached to this certificate of insurance. Please refer to the following pages for additional information. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 1 of 1 #S784043/M778607 ABOVALLClient#: 24889 AEC 1 of 1 #S784043/M778607 16.C.3.a Packet Pg. 1095 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") COMMENTS/REMARKS COPYRIGHT 2000, AMS SERVICES INC.OFREMARK General Liability: Additional insured status applies when required by contract or agreement and only as per endorsements CG2010 04 13 and CG2037 04 13. Coverage for additional insureds applies on a primary and noncontributory basis and waiver of subrogation applies only when required by contract or agreement and only as per form CG7143 12 17. Business Automobile Liability: Additional insured status applies when required by contract or agreement and only as per form CA7078 10 13. Waiver of subrogation applies when required by contract and only as per form CA0444 10 13. Workers Compensation & Employers Liability: Waiver of subrogation applies to the Builders Mutual Insurance Company policy when required by written contract or agreement and only as per form WC980111 06 11. The Umbrella Liability policy provides excess limits over the scheduled underlying primary Commercial General Liability, Business Auto Liability, and Employers Liability policies' limits, subject to the Umbrella policy's terms, conditions and exclusions. Subject to all of the terms, conditions, exclusions and definitions of the above referenced policies as issued by the carrier(s). 16.C.3.a Packet Pg. 1096 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") Above All Roofing Contractor, LLCTRA7985372 04/29/2019 04/29/2020 16.C.3.a Packet Pg. 1097 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") Above All Roofing Contractor, LLC 04/29/202004/29/2019 TRA7985372 16.C.3.a Packet Pg. 1098 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ARTISAN CONTRACTORS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE The coverage provided by this endorsement is summarized below and is intended to provide a general coverage description only.For the details effecting each coverage please refer to the terms and condi- tions in this endorsement. A.Expected or Intended Injury Reasonable force B.Non-Owned Watercraft Increased to 60 feet C.Damage To Property -Borrowed Equipment D.Damage To Premises Rented To You E.Damage To Your Work F.Voluntary Property Damage G.Care,Custody Or Control H.Supplementary Payments Bail Bonds-$2,500 Loss of Earnings-$1,000 I.Additional Insureds -Automatic Status State or Governmental Agency or Subdivision or Political Subdivision Controlling Interest Managers or Lessors of Premises Mortgagee,Assignee or Receiver Owners or Other Interests From Whom Land Has Been Leased Co-Owners of Insured Premises Lessor of Leased Equipment Vendors J.Who Is An Insured broadened Joint Ventures /Partnership /Limited Liability Company Health Care Professionals (Incidental Medical Malpractice) Individual Owners of Building are Insured's Newly Formed or Acquired Entities. K.Knowledge and Notice of Occurrence L.Other Insurance Condition Amended M.Unintentional Failure To Disclose Hazards N.Waiver of Transfer Of Rights Of Recovery Against Others To Us -Automatic Status O.Liberalization P.Definitions Bodily Injury redefined . . . . . . . . . . . . . . . . . A.EXPECTED OR INTENDED INJURY Under SECTION I,COVERAGES,COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY,Item 2.exclusion a,is replaced with the following: a.Expected or Intended Injury "Bodily Injury"or "property damage" expected or intended from the standpoint of the insured.This ex- clusion does not apply to "bodily in- jury"or "property damage"resulting from the use of reasonable force for the purpose of protecting persons or property. CG 7143 12 17 Page 1 of 8 Above All Roofing Contractor, LLCTRA7985372 04/29/202004/29/2019 16.C.3.a Packet Pg. 1099 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") B.NON-OWNED WATERCRAFT Under SECTION I,COVERAGES,COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY,Item 2.Exclusions g.2(a)is re- placed with the following: (a)Less than 60 feet long;and C.DAMAGE TO PROPERTY -BORROWED EQUIPMENT Under SECTION I,COVERAGES,COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY,Item 2.Exclusions j.is deleted and replaced by the following: j.Damage To Property (1)Property you own,rent or oc- cupy (2)Premises you sell,give away or abandon,if the "property dam- age"arises out of any part of those premises; (3)Property loaned to you; (4)Personal property in the care, custody or control of the in- sured; (5)That particular part of any real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing op- erations,if the "property dam- age"arises out of those operations;or (6)That particular part of any real property that must be restored, replaced,or repaired because "your work"was incorrectly performed on it. Paragraphs (1),(3)and (4)of this exclusion do not apply to: (i)"property damage"to tools or equipment loaned to you if the tools or equipment are not being used to per- form operations at the time of loss;or (ii)"property damage" (other than damage by fire)to premises rented to you or temporarily occupied to you with the permission of the owner or to the con- tents of premises rented to you for a pe- riod of 7 or fewer con- secutive days.A separate limit of insur- ance applies to Dam- age To Premises Rented To You as de- scribed in Section III - Limits Of Insurance. Paragraph (2)of this exclusion does not apply if the premises are "your work"and were not occupied,rented or held for rental by you beyond one year from the date "your work" was completed. Paragraph (2)of this exclusion does not apply if the premises are "your work"and were never occupied,rented or held for rental by you. Paragraphs (3),(4),(5)and (6)of this exclu- sion do not apply to liability assumed under a sidetrack agreement. Paragraph (6)of this exclusion does not apply to "property damage"included in the "products-completed operations hazard." D.DAMAGE TO PREMISES RENTED TO YOU Under SECTION I -COVERAGES,COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY,Item 2.Exclusions,the last para- graph of Item 2.Exclusions is replaced with the following: Exclusion c.through n.do not apply to dam- age by fire or explosion to premises while rented to you or temporarily occupied by you with permission of the owner.A separate limit of insurance applies to this coverage as de- scribed in Section III -LIMITS OF INSUR- ANCE. E.DAMAGE TO YOUR WORK Under SECTION 1,COVERAGES,COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY,Item 2.Exclusions l.is deleted and replaced by the following: l.Damage To Your Work "Property damage"to "your work"arising out of it and included in the "products-completed operations hazard". This exclusion only applies to that particular part of "your work"out of which the damage arises. This exclusion does not apply if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. Under SECTION I,COVERAGES,the following are added: F.VOLUNTARY PROPERTY DAMAGE 1.Insuring Agreement We will pay,at your request,for "prop- erty damage"to property of others caused by you,or while in your proc- ession,arising out of your business op- erations. CG 7143 12 17 Page 2 of 8 16.C.3.a Packet Pg. 1100 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 2.Exclusions Coverage for Voluntary Property Damage does not apply to: a."Loss"of property at premises owned,rented,leased,operated or used by you; b."Loss"or property while in transit; c."Loss"of property owned by,rented to,leased to,borrowed by or used by you; d.The cost of repairing or replacing; (1)"Your work"defectively or in- correctly done by you;or (2)"Your product"manufactured sold or supplied by you; unless the "property damage"is caused directly by you after delivery of "your product"or completion of "your work"and resulting from a subsequent undertaking. e."Loss"of property caused by or arising out of the "products- completed operations hazard." The most we will pay under Voluntary Property Damage for "loss"arising out of any one "occurrence"is $250.The most we will pay for the sum of all "losses"under this coverage is $1,000 3.Deductible We will not pay for "loss"in any one "occurrence"until the amount of "loss" exceeds $250.We will then pay the amount of "loss"in excess of $250,up to the applicable limit of liability. 4.Actual Cost In the event of a covered "loss",you shall,if requested by us,replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost,excluding profit or overhead charges. G.CARE,CUSTODY OR CONTROL 1.Insuring Agreement We will pay those sums the insured be- comes legally obligated to pay as dam- ages because of "property damage"to property of others while in your care, custody or control or property as to which you are exercising physical control if the "property damage"arises out of your business operations. 2.Exclusions Coverage for Care,Custody and Control does not apply to: a."Property damage"to property at any premises owned,rented,leased, operated or used by you; b."Property damage"to property while in transit; c.The cost of repairing or replacing; (1)"Your work"defectively or in- correctly done by you;or (2)"Your product"manufactured or sold by you; unless the "property damage"is caused directly by you after delivery of "your product"or completion of "your work"and resulting from a subsequent undertaking. d."Property damage"to property caused by or arising out of the "products-completed operations hazard". The most we will pay under Care Cus- tody or Control for "property damage"is $2.500 for each "occurrence".The most we will pay for the sum of all damages because of "property damage"under this coverage is $5,000. 3.Deductible We will not pay for "property damage"in any one "occurrence"until the amount of "property damage"exceeds $250.We will then pay the amount of "property damage"in excess of $250,up to the ap- plicable limit of liability. 4.Actual Cost In the event of covered "property dam- age"you shall,if requested by us,re- place the property or furnish the labor and materials necessary for repairs thereto,at your actual cost,excluding profit or overhead charges. H.SUPPLEMENTARY PAYMENTS Under SECTION I -SUPPLEMENTARY PAY- MENTS COVERAGES A AND B,item 1.b.is replaced with the following: b.Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the "Bodily Injury"Liability Coverage applies.We do not have to furnish these bonds. CG 7143 12 17 Page 3 of 8 16.C.3.a Packet Pg. 1101 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") Under SECTION I -SUPPLEMENTARY PAY- MENTS COVERAGES A AND B,item 1.d.is replaced with the following: d.All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit",including actual loss of earnings up to $1,000 a day because of time off from work. I.ADDITIONAL INSUREDS -AUTOMATIC STA- TUS SECTION II -WHO IS AN INSURED is amended to include as an insured any person or organization (called additional insured) described in paragraphs a.through g.below whom you are required to add as an addi- tional insured on this policy under a written contract or written agreement.However the written contract or written agreement must be: 1.Currently in effect or becoming effective during the term of the policy;and 2.Executed prior to the "bodily injury", "property damage"or "personal injury and advertising injury",but Only the following persons or organizations are additional insureds under this endorse- ment and coverage provided to such addi- tional insureds is limited as provided herein: a.State or Governmental Agency or Subdivision or Political Subdivisions A state or governmental agency or subdivision or political subdivision subject to the following provisions: (1)This insurance applies only with respect to the following hazards for which the state or govern- mental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises you own,rent or control and to which this insurance applies; (a)The existence,repair main- tenance,erection,con- struction,or removal of advertising signs,awnings canopies,cellar entrances, coal holes,driveways, manholes marquees, hoistaway openings,side- walk vaults,street banners, or decorations and similar exposures;or (b)The construction,erection, or removal of elevators. (2)This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or poli- tical subdivision has issued a permit or authorization. This insurance does not apply to "bodily injury,""property dam- age"or "personal and advertis- ing injury"arising out of operations performed for the federal government,state or municipality. b.Controlling Interest Any person or organizations with a controlling interest in you but only with respect to their liability arising out of: (1)Their financial control of you;or (2)Premises they own,maintain or control while you lease or oc- cupy these premises. This insurance does not apply to structural alterations,new con- struction and demolition operations performed by or for such additional insured. c.Managers or Lessors of Premises A manager or lessor of premises but only with respect to liability arising out of the ownership,maintenance or use of that specific part of the premises leased to you and subject to the following additional exclu- sions: This insurance does not apply to: (1)Any "occurrence"which takes place after you cease to be a tenant in that premises;or (2)Structural alterations,new con- struction or demolition oper- ations performed by or on behalf of such additional in- sured. d.Mortgagee,Assignee or Receiver A mortgagee,assignee or receiver but only with respect to their liability as mortgagee,assignee or receiver and arising out of the ownership, maintenance,or use of a premises by you. This insurance does not apply to structural alterations,new con- struction or demolition operations performed by or for such additional insured. CG 7143 12 17 Page 4 of 8 16.C.3.a Packet Pg. 1102 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") e.Owners Or Other Interests From Whom Land Has Been Leased An owner or other interest from whom land has been leased by you but only with respect to liability aris- ing out of the ownership,mainte- nance or use of that specific part of the land leased to you and subject to the following additional exclu- sions: This insurance does not apply to: (1)Any "occurrence"which takes place after you cease to lease that land;or (2)Structural alterations,new con- struction or demolition oper- ations performed by or on behalf of such additional in- sured. f.Co-owner of Insured Premises A co-owner of a premises co-owned by you and covered under this in- surance but only with respect to the co-owners liability as co-owner of such premises. g.Lessor of Equipment Any person or organization from whom you lease equipment.Such person or organization are insureds only with respect to their liability arising out of the maintenance,op- eration or use by you of equipment leased to you by such person or or- ganization.A person's or organiza- tion's status as an insured under this endorsement ends when their writ- ten contract or written agreement with you for such leased equipment ends. With respect to the insurance af- forded these additional insureds,the following exclusions apply: This insurance does not apply: (1)To any "occurrence"which takes place after the equipment lease expires;or (2)To "bodily injury","property damage",or "personal and ad- vertising injury"arising out of the sole negligence of such ad- ditional insured. Any insurance provided to an addi- tional insured designated under par- agraphs a.through g.above does not apply to "bodily injury"or "prop- erty damage"included within the "products-completed operations hazard". h.Vendors Any person(s)or organization(s) with whom you agree in a written contract or agreement to name as an additional insured but only with respect to "bodily injury"or "prop- erty damage"arising out of "your products"which are distributed or sold in the regular course of the vendors business,subject to the fol- lowing additional exclusions: (1)The insurance afforded the ven- dor does not apply to: (a)"Bodily injury"or "property damage"for which the ven- dor is obligated to pay damages by reason of the assumption of liability in a contract or agreement.This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b)Any express warranty un- authorized by you; (c)Any physical or chemical change in the product made intentionally by the vendor; (d)Repackaging,except when unpacked solely for the purpose of inspection dem- onstration,testing,or the substitution of parts under instructions from the man- ufacturer,and the repack- aged in the original container; (e)Any failure to make such inspections,adjustments, tests or servicing as the vendor has agreed to make or normally undertake to make in the usual course of business in connection with the distribution or sale of the products; (f)Demonstration,installation, servicing or repair oper- ations,except such oper- ations performed at the vendor's premises in con- nection with the sale of the product; CG 7143 12 17 Page 5 of 8 16.C.3.a Packet Pg. 1103 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") (g)Products which,after dis- tribution or sale by you, have been labeled or rela- beled or used as a con- tained,part or ingredient of any other thing or sub- stance by or for the vendor; or (h)"Bodily injury"or "property damage"arising out of the sole negligence of the ven- dor for its own acts or omissions or those of its employees or anyone else acting on its behalf.How- ever,this exclusion does not apply to: (i)The exceptions con- tained in subpara- graphs 4 and 6;or (ii)Such inspections,ad- justments,tests or ser- vicing as the vendor has agreed to make or normally undertake to make in the usual course of business,in connection with the distribution or sale of the products. (2)This insurance does not apply to any insured person or organ- ization from whom you have ac- quired such products,or any ingredient,part or contained, entering into accompanying or containing such products. As respects the coverage provided under this provision,Paragraph 4.b.(1)of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDI- TIONS is deleted and replaced with the fol- lowing: 4.Other Insurance b.Excess Insurance (1)This insurance is excess over: Any other insurance naming the additional insured as an insured whether primary,excess,con- tingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing.Where re- quired by written contractor written agreement,we will con- sider any other insurance main- tained by the additional insured for injury or damage covered by this endorsement to be excess and noncontributing with this insurance. J.WHO IS AN INSURED BROADENED Under SECTION II -WHO IS AN INSURED the following is added to item 1: f.Joint Ventures /Partnership /Lim- ited Liability Company Coverage You are an insured when you had an Interest in a joint venture,partner- ship or limited liability company which is terminated or ended prior to or during this policy period but only to the extent of your interest in such joint venture,partnership or limited liability company.This cov- erage does not apply: (1)Prior to the termination date of any joint venture,limited liability company or partnership;or (2)If there is other valid and collectible insurance purchased specifically to insure the joint venture,legal liability company or partnership. Under SECTION II -WHO IS AN INSURED, 2.a.(1)(d)is deleted and replaced with the fol- lowing: (d)Arising out of his or her providing or failing to pro- vide professional health care services. This does not apply to nurses,emergency medical technicians or paramedics employed by you to provide health care services,but only if you are not in the business or occupation of providing such professional services. Under SECTION II -WHO IS AN INSURED the following is added: 4.For COVERAGE A and COVERAGE B only,the owner of any building leased to you,but only if the building owner is a shareholder in your corporation or a partner in your partnership insured by this policy,and only with respect to li- ability arising out of the ownership, maintenance or use of that part of the premises leased to you.However,this insurance does not apply: a.To any "occurrence"or offense which takes place after you cease to be a tenant in the premises;or CG 7143 12 17 Page 6 of 8 16.C.3.a Packet Pg. 1104 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") b.To structural alterations,new con- struction or demolition operations performed by or on behalf of the building owner. Under SECTION II -WHO IS AN INSURED,3.a. is deleted and replaced with the following: a.Coverage under this provision is af- forded only until the end of the policy period or the next anniversary of this policy's effective date after you ac- quire or form the organization whichever is earlier. Under SECTION II -WHO IS AN INSURED the last paragraph in this section is deleted and replaced with the following: Except as provided in 3.above,no per- son or organization is an insured with respect to the conduct of any current or past joint venture,limited liability com- pany or partnership that is not shown as a named insured in the Declarations. K.KNOWLEDGE AND NOTICE OF OCCURRENCE Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS,2.Duties in the Event of Occurrence,Offense,Claim Or Suit, the following is added: e.The requirement in Condition 2.a. applies only when the "occurrence" or offense is know to: (1)You,if you are an individual; (2)A partner,if you are a partner- ship; (3)An "executive officer"or insur- ance manager,if you are a cor- poration;or (4)A manager,if you are a limited liability company. f.The requirement in Condition 2.b. will not be breached unless the breach occurs after such claim or "suit"is know to: (1)You,if you are an individual; (2)A partner,if you are a partner- ship; (3)An "executive officer"or insur- ance manager,if you are a cor- poration;or (4)A manager,if you are a limited liability company. g.Your rights under this Coverage Part will not be prejudiced if you fail to give us notice of an "occurrence," offense,claim,or "suit"and that failure is solely due to your reason- able belief that the "bodily injury"or "property damage"is not covered under this Coverage Part.However, you shall give written notice of this "occurrence,"offense,claim,or "suit"to us as soon as you are aware this insurance may apply to such "occurrence,"offense,claim, or "suit." L.OTHER INSURANCE CONDITION AMENDED When required by written contract with any additional insured owner,lessee,or contrac- tor to provide insurance on a primary and noncontributory basis,Condition 4.of Section IV -Commercial General Liability Conditions is deleted and replaced by the following: 4.Other Insurance If other valid and collectible insurance is available for a loss we cover under Cov- erage A or B of this Coverage Part,our obligations are limited as follows: a.Primary Insurance This insurance is primary and non- contributory except when b.below applies. b.Excess Insurance This insurance is excess over any of the other insurance,whether pri- mary,excess,contingent,or on any other basis: (1)That is Fire,Extended Coverage, Builders Risk,Installation Risk, or similar coverage for "your work"; (2)That is Fire insurance for prem- ises rented to you or temporar- ily occupied by you with permission of the owner;or (3)If the loss arises out of the maintenance or use of aircraft, "autos,"or watercraft to the ex- tent not subject to Exclusion g. of Section 1 -Coverage A. (4)If the loss is caused by the sole negligence of any additional in- sured,owner,lessee,or con- tractor. When this insurance is excess,we will have no duty under Coverage A or B to defend the insured against any "suit"if any other insurer has a duty to defend the insured against that "suit."If no other defends,we will undertake to do so,but we will be entitled to the other insured's rights against all those other insur- ers. CG 7143 12 17 Page 7 of 8 16.C.3.a Packet Pg. 1105 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") When this insurance is excess over other insurance,we will pay only our share of the amount of loss,if any, that exceeds the sum of: (1)The total amount that all such other insurance would pay for the loss in the absence of this insurance;and (2)The total of all deductibles and self-insured amounts under all that other insurance. We will share the remaining loss,if any,with any other insurance that is not described in this Excess Insur- ance provision and was not bought specifically to apply in excess of the limits of Insurance shown in the declarations of this Coverage Part. M.UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS,item 6.Represen- tations,the following is added: d.Your failure to disclose all hazards or prior "occurrences"existing as of the inception date of this policy shall not prejudice the coverage afforded by this policy,provided such failure to disclose all hazards or prior "oc- currences"is not intentional. N.WAIVER OF TRANSFER OF RIGHTS OF RE- COVERY AGAINST OTHERS TO US AUTO- MATIC STATUS Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS,item 8.Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: We waive any right of recovery we may have against any person or organization with re- spect to which the insured has waived its right of recovery. It is further agreed that work commenced un- der letter of intent or work order,subject to subsequent reduction to writing,with cus- tomers whose customary written contracts would require a waiver of recovery rights against them also falls within this blanket waiver of recovery rights. O.LIBERALIZATION If we adopt a change in our forms or rules which would broaden coverage for contrac- tors under this coverage form without an ad- ditional premium charge,your policy will automatically provide the additional cover- ages as of the date the broadened coverage is effective in your state. P.DEFINITIONS Under SECTION V -DEFINITIONS,item 3.is deleted and replaced with the following: 3."Bodily Injury"means bodily injury,disa- bility,sickness,or disease sustained by a person,including death resulting from any of these at any time."Bodily injury" includes mental anguish or other mental injury resulting from "bodily injury". CG 7143 12 17 Page 8 of 8 16.C.3.a Packet Pg. 1106 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") Above All Roofing Contractor, LLCTRA7985372 04/29/2019 04/29/2020 16.C.3.a Packet Pg. 1107 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.a Packet Pg. 1108 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.a Packet Pg. 1109 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") Above All Roofing Contractor, LLCTRA7985372 04/29/2019 04/29/2020 16.C.3.a Packet Pg. 1110 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") Above All Roofing Contractor, LLCWCP1044278 04/29/202004/29/2019 16.C.3.a Packet Pg. 1111 Attachment: 19-7539 AboveAll_Insurance_8-23-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1112Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1113Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1114Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1115Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1116Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1117Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1118Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1119Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1120Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1121Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1122Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1123Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1124Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1125Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1126Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.b Packet Pg. 1127 Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1128Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1129Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1130Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1131Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1132Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1133Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1134Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1135Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1136Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1137Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1138Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1139Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1140Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1141Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1142Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1143Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1144Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1145Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1146Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1147Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1148Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1149Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1150Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1151Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1152Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1153Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1154Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1155Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.bPacket Pg. 1156Attachment: 19-7539 AboveAll_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 8/20/2019 Frank H. Furman, Inc. 1314 East Atlantic Blvd. P. O. Box 1927 Pompano Beach FL 33061 (954)943-5050 (954)942-6310 jenny@furmaninsurance.com Advanced Roofing Inc Advanced Leasing Inc. 1950 NW 22nd St Ft. Lauderdale FL 33311 Greenwich Insurance Company 22322 American Guarantee & Liability Ins Co 26247 Bridgefield Employers Ins Co 10701 Continental Casualty Co 20443 Jan 19 Ft. Laud w/IF A X X X Contractual & XCU Incl X Broad Form PD x X CGS7409794 1/1/2019 1/1/2020 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 A X X X X CAH7409795 1/1/2019 1/1/2020 2,000,000 PIP 10,000 B X X X Zero AUC930367417 1/1/2019 1/1/2020 25,000,000 25,000,000 C Y 830-56020 1/1/2019 1/1/2020 x 1,000,000 1,000,000 1,000,000 D Installation Floater 4016260407 1/1/2019 1/1/2020 Any One Jobsite 2,500,000 5% W/H; 1000 AOP Any One Occurrence 2,500,000 RE: For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners, or, Board of County Commissioners in Coller County, or Collier County Government, or Collier County included as additional insured for general liability & auto liability on a primary & non contributory basis as required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 Dirk DeJong/MR The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 16.C.3.c Packet Pg. 1157 Attachment: 19-7539 AdvancedRoofing_Insurance (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1158Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1159Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1160Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1161Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1162Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1163Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1164Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1165Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1166Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1167Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1168Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1169Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1170Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1171Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1172Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.d Packet Pg. 1173 Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1174Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1175Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1176Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1177Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1178Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1179Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1180Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1181Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1182Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1183Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1184Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1185Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1186Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1187Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1188Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1189Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1190Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1191Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1192Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1193Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1194Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1195Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1196Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1197Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1198Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1199Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1200Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1201Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.dPacket Pg. 1202Attachment: 19-7539 AdvancedRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Willis of Illinois, Inc. c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA Crowther Roofing and Sheet Metal of Florida Inc. 2543 Rockfill Rd. Ft. Myers, FL 33916 This Voids and Replaces Previously Issued Certificate Dated 08/14/2019 WITH ID: W12298796. RE: For any and all work performed on behalf of Collier County Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, or Collier County are included as Additional Insureds as respects to General Liability and Auto Liability policies. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 08/19/2019 1-877-945-7378 1-888-467-2378 certificates@willis.com Illinois National Insurance Company 23817 National Union Fire Insurance Company of P 19445 W12319824 A 2,000,000 300,000 10,000 2,000,000 2,000,000 2,000,000 Y GL4611649 07/01/2019 07/01/2020 A 2,000,000 07/01/202007/01/2019YCA7742283 WC014590638B 1,000,000No07/01/2019 07/01/2020 1,000,000 1,000,000 133105018396674SR ID:BATCH: Page 1 of 2 16.C.3.e Packet Pg. 1203 Attachment: 19-7539 CrowtherRoofing_Insurance (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Crowther Roofing and Sheet Metal of Florida Inc. 2543 Rockfill Rd. Ft. Myers, FL 33916 General Liability and Auto Liability policies shall be Primary and Non-contributory with any other insurance in force for or which may be purchased by Additional Insureds. 2 2 Willis of Illinois, Inc. See Page 1 See Page 1 See Page 1 See Page 1 25 Certificate of Liability Insurance W12319824CERT:1331050BATCH:18396674SR ID: 16.C.3.e Packet Pg. 1204 Attachment: 19-7539 CrowtherRoofing_Insurance (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors")                                                       9                                                                                                                                                                                                                                                                                                             16.C.3.e Packet Pg. 1205 Attachment: 19-7539 CrowtherRoofing_Insurance (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 07/01/2019 16.C.3.e Packet Pg. 1206 Attachment: 19-7539 CrowtherRoofing_Insurance (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following " attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 07 / 01 / 2019 forms a part of Policy No. WC 014590638 Issued to CROWTHER ROOF ING & SHEET METAL OF FLOR IDA , INC . By NAT IONAL UN ION FIRE INSURANCE COMPANY OF PITTSBURGH , PA . LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE NAMED INSURED (WORKERS' COMPENSATION ONLY) This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the Named Insured or, if applicable, any other employers named in Item 1 of the Information Page is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the " Certificate Holder(s)" ) and the Named Insured has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the Named Insured receives notice of cancellation of this policy and prior to this policy' s cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the " Advice" ) via e-mail to each such Certificate Holders within 30 days after the Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following definitions apply to this endorsement: 1. Named Insured means the insured first named employer in Item 1 of the Information Page of this policy. 2. Insurer means the insurance company shown in the header on the Information Page of this policy. All other terms, conditions and exclusions shall remain the same. AUTHORIZED REPRESENTATIVE WC 99 00 56 (Ed. 04/11) 16.C.3.e Packet Pg. 1207 Attachment: 19-7539 CrowtherRoofing_Insurance (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1208Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1209Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1210Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1211Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1212Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1213Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1214Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1215Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1216Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1217Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1218Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1219Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1220Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1221Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1222Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1223Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1224Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1225Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1226Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1227Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1228Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1229Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1230Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1231Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1232Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1233Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1234Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1235Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1236Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1237Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1238Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1239Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1240Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1241Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1242Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1243Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1244Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1245Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1246Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1247Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1248Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1249Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1250Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1251Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.fPacket Pg. 1252Attachment: 19-7539 CrowtherRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.g Packet Pg. 1253 Attachment: 19-7539 FA Remodeling_Insurance_8-20-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.g Packet Pg. 1254 Attachment: 19-7539 FA Remodeling_Insurance_8-20-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1255Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1256Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1257Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1258Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1259Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1260Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1261Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1262Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1263Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1264Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1265Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1266Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1267Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1268Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1269Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1270Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1271Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1272Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1273Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1274Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1275Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1276Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1277Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1278Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1279Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1280Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1281Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1282Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1283Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1284Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1285Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1286Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1287Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1288Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1289Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1290Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1291Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1292Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1293Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1294Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1295Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1296Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1297Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1298Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.hPacket Pg. 1299Attachment: 19-7539 FA Remodeling_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.i Packet Pg. 1300 Attachment: 19-7539 NORA_executed (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR QUALIFICATION (RFQ) FOR ROOFING REPLACEMENT CONTRACTORS SOLICITATION NO.: 19-7539 KRISTOFER LOPEZ, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8944 Kristofer.Lopez@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.3.j Packet Pg. 1301 Attachment: 19-7539 Solicitation (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") SOLICITATION PUBLIC NOTICE REQUEST FOR QUALIFICATION (RFQ) NUMBER: 19-7539 PROJECT TITLE: Roofing Replacement Contractors LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 RFQ OPENING DAY/DATE/TIME: February 28, 2019 @ 3:00 p.m. PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “I TB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The intent of this solicitation is to qualify roofing Contractors who will provide roofing replacements services of ro ofing systems for County owned and operated facilities in order to minimize operational down time and for facilities to be maintained in to p operating condition. Historically, County departments have spent approximately 1,400,000 dollars annually; however, this may not be indicative of future buying patterns. BACKGROUND During the roof maintenance process, or during annual roofing inspections should the roofing maintenance Contractor or Inspector determine that the entire roof requires replacement the awarded Contractors under this agreement will be offered the opportun ity to bid on the replacement. In the past the roofing maintenance and repairs and roofing re placements were under one agreement; it is the consensus of the County staff to solicit Contractors who will specifically conduct roof replacement services. TERM OF CONTRACT The contract term, if awards are made, is intended to be for three (3) years with two (2) one-year renewals. The intent of this solicitation is to qualify between three (3) and five (5) vendors to complete roof replacement services in the County. All planned projects will be quoted to the qualified vendors using lump sum pricing. All qualified vendors must provide quotes within ten (10) business days as dictated by project manager. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and con ditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written n otice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of t he Agreement term then in effect. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 16.C.3.j Packet Pg. 1302 Attachment: 19-7539 Solicitation (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") DETAILED SCOPE OF WORK A Request for Quote will be submitted to all Contractors awarded under this agreement utilizing a lump sum quote schedule. The work will be awarded to the Contractor with the lowest bid. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under this Agr eement. The Owner will review all of the proposals, and may negotiate terms and conditions with the Contractor who submits the lowest, qualified proposal; Roofing Contractor services shall not exceed $200,000 for any one project without Board approval; Performance and Payment Bonds will be required for projects over $200,000; Issuance of a Purchase Order by Owner. The Contractor may not begin work until a written Notice to Proceed is issued from the County representative or designee. GENERAL REQUIRMENTS All work will require Warranty certifications, reporting and submittals ensuring compliance and continuity of manufacturer’s and contractor’s warranty as applicable, and providing manufacturer’s acknowledgement of compliance and acceptance of repairs and warranty work provided. Bidder(s) may also be required to use the County’s Work Management procedures, such as utilizing internal work request forms or future online work request system, at no additional cost to the County or Contractor. The Contractor will be responsible for utilizing any systems used by the Count y for work requests under this Agreement, when applicable. All bidders must provide requested certifications and licenses necessary to perform the services outlined in the bid specific ations, if applicable. These credentials must be provided prior to the award of a contract. The awarded Contractor(s) shall use qualified technicians to complete all work in accordance with the requirements specified in the bid. Technician credentials may be requested by the County. All roofing replacements shall confor m to Florida Building Codes, all existing Governing Authorities Codes and Regulations. All projects are required to be in compliance with the following: 1. Contractors will comply with the specifications/qualifications required by the National Roofing Contra ctors Association (NRCA) and comply with NRCA and SMACNA standards, 2. Contractors will provide and maintain roofing systems in accordance with Manufacturer’s technical specifications and warranty requirements, as applicable. 3. All work must be completed in compliance with Collier County vertical standards unless specifically exempted in writing by Facilities Management Division Representative or designee. The latest Standards are located at the following website: http://www.colliergov.net/your-government/divisions-f-r/facilities-management/vertical-construction-standards. The Standards are considered to be “living documents” and the awarded contractor(s) shall review and reference the latest version when proposing work. Failure to comply with these Standards will result in the out -of-compliance work being remediated by the responsible contractor(s) at no additional cost to the County. Typically, roofing replacement will be completed during normal business hours; however, the County may request services durin g off-hours, as deemed necessary by the County Representative and/or designee. Normal business hours are considered Monday through Friday between 7:00 AM and 6:00 PM. After hours are considered before 7:00 AM and after 6:00 PM on weekdays and at any time on Saturday, Sunday or County Observed Holiday. Contractor’s Responsibilities Provide Roofing Replacements: Request for Quote will be submitted to all Contractors awarded under this agreement. The work will be awarded to the qualified Contractor with the lowest bid. 1. Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the maintenance services, repairs, and miscellaneous services for the County’s facilities. 16.C.3.j Packet Pg. 1303 Attachment: 19-7539 Solicitation (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 2. When required, the Contractor must use a qualified professional or company representative (with all r elated licenses and certifications being current and in full force and effect) with the experience and ability to obtain all permits required for any and all repairs, etc. when necessary and applicable. 3. Re-roofing Materials: All materials and parts must be as specified in the Quote request. If the work request is not specific and/or the Collier County Vertical Standards do not specify, then the parts/materials must be approved by the County Representative and/or designee. The Contractor(s) will be required to provide proof of the materials/supplies supplied by providing invoices and/or photographs at the time of invoice submission. The Contractor(s) shall be required to expressly warrant that all materials are new and free from defects, warranted for thei r merchantability and meet the performance specifications of the original material. In the event a portion, or all of an order, is found to be defective when delivered and/ or installed, the Contractor shall immediately replace the parts at no cost to the County. 4. Records and Documentation: The Contractor(s) is responsible to maintain and update records for services provided. The documentation will include, and not be limited to, records of all service calls, maintenance performed, and any modifications , if applicable. The Contractor(s) will not charge for any call back work. All reports shall be sent to the County Representative or designee, noting date, repair, materials, location, and/or disposal information. 5. Post Work Inspections: The County and the Contractor(s) will conduct an inspection of the completed services provided in response to any resulting purchase order. A post inspection report will be completed by the contractor and provided to the County prior to invoicing for services. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies will be corrected within 24 hours after receipt of notification or other time specified by the County Representative or designee, at the Contractor’s expense, or the County may follow the provisions in Performance Measures and Contract Deductions Section. Deductions may be imposed at the time of initial notification for lack of performance. 6. Performance Measures: The Contractor(s) shall maintain compliance with the following performance measures: ✓ The Contractor(s) will provide all required reports and records within the time frame specified to the County Representative or designee. ✓ The Contractor(s) will advise the County, in writing, of any extenuating circumstances that will prohibit the Contractor from meeting the above-outlined performance measures. ✓ The Contractor(s) will furnish all necessary labor, tools, equipment and services to perform contracted services specified in the contract. The term contract officer or project manager as used herein, shall mean the County Representative or designee. The Division Management and/or County Representative shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under the resultant contract. ✓ Contractors will be expected to understand and comply with all applicable laws and regulations of any governmental entity and Collier County CMA’s, Standard Operating Procedures (SOP’s) o r Job Safety Analysis (JSA’s) that that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. ✓ Contractor must agree that all work must meet or exceed the standards set forth in the Collier County Vertical Construction Standards and Collier County IT Construction Standards (if applicable) unless specifically exempted in writing by Facilities Management Division Representative or designee. Final Acceptance by County: The County shall consider the work complete when the Contractor has completed in its entirety all of the work and the County has accepted all of the work and notified the Contractor in writing that the work is complete. Once the County has approved and accepted the work, Contract or shall be entitled to payment in accordance with the Contract requirements. Recovery of Damages Suffered by Third Parties: Contractor shall be liable to the County to the extent the County incurs damages from a third party as a result of Contractor’s failure to fulfill all of its obligations under the Contract. The recovery of any delay related damages under this Contract through for example liquidated damages, does not preclude the County from recovering from Contractor any other non-delay related damages that may be owed to it arising out of or relating to this Contract. REQUEST FOR QUALIFICATION (RFQ) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored base d on the criteria in Grading Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and recommend multiple firms to establish a library for services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after grading and before the final ranking. A contract will be developed with the selected firms, based on their qualifications and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Qualification selection process. 16.C.3.j Packet Pg. 1304 Attachment: 19-7539 Solicitation (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the qualifications, discussion, and clarifying questions, and recommend multiple firms in a library for quoting services . GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score e ach proposal. Proposers are encouraged to keep their submittals concise and to include a minimum o f marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points 3. Business Plan/Company Overview 30 Points 4. Experience and Capacity of the Firm 40 Points 5. Specialized Expertise of Team Members 20 Points 6. TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty -four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financ ial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. Provide the following information which does not exceed two (2) pages: • Acknowledge the scope of work and how the proposer will complete that scope of work, using a sample project. • List all proposed subcontractors who may participate on the General Contractors team. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available/1 Page Limitation) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN/COMPANY OVERVIEW (30 Total Points Available) In this tab, provide the following information: • Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time. • Describe how your company typically manages project workloads when demand exceeds current staffing levels. • Provide your approach in coordinating a project that exceeds fifty thousand dollars ($50,000) • Provide a sample schedule, with milestones for a project that exceeds fifty thousand dollars ($50,000). EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM (40 Total Points 16.C.3.j Packet Pg. 1305 Attachment: 19-7539 Solicitation (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") Available/10 Page Limitation) In this tab, include but not limited to: • Provide information that outlines the process that the Roofing Contractor’s subcontractor’s qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the Roofing Contractors various team members who deliver successful projects on time and on budget. Provide at least one (1) example. • Please provide proof that your company is licensed and insured in the State of Florida • Identify the number of “industry awards and/or recognitions” that the company has received from peer groups (National Roofing Contractors Association or affiliates) • The County requests that the vendor submits no fewer than five (5) and no more than ten (10) completed reference forms from clients during the past 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. References may be a combination of municipal, commercial and/or residential with no more than 2 references being residential. References need to demonstrate having performed work on both single and multistory structures. • Provide list of owned and/or leased equipment and machinery to demonstrate the Contractor’s ability to perform the work. • Please list the Manufacturers your firm is authorized and approved for Warranty repair and installation. EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (20 Total Points Available) In this tab, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.C.3.j Packet Pg. 1306 Attachment: 19-7539 Solicitation (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 8/29/2019 Five County Insurance Agency Inc 14120 Metropolis Ave Fort Myers FL 33912 Certificate Department 239-939-1400 239-939-3813 certs@fivecountyinsurance.com Lloyd's of London TARGE-1 Old Dominion Insurance 40231TargetRoofingandSheetMetalInc 2043 W First St Fort Myers FL 33901 702841871 A X 1,000,000 X 100,000 5,000 1,000,000 2,000,000 X Y WCISCGL000220101 10/30/2018 10/30/2019 2,000,000 B 1,000,000 X X X B1T7423T 10/23/2018 10/23/2019 A X 5,000,000 X WCISCGL000220201 10/30/2018 10/30/2019 5,000,000 For any and all work performed on behalf of Collier County Collier County Board of County Commissioners,or,Board of County Commissioners in Collier County,or,Collier County Government,or Collier County included as an additional insured under the captioned commercial General Liability and Automobile Liability polices on a primary and non-contributory basis if and to the extent required by written contract. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E NAPLES FL 34112 16.C.3.k Packet Pg. 1307 Attachment: 19-7539 TargetRoofing_Insurance_9-4-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 08/30/2019 Bouchard Insurance for WBS PO Box 6090 Clearwater, FL 33758-6090 (866) 293-3600 ext. 623 American Zurich Insurance Company 40142 Workforce Business Services, Inc. Alt. Emp: Target Roofing and Sheet Metal Inc. 1401 Manatee Ave. West Ste 600 Bradenton, FL 34205-6708 Coverage is provided for only those co-employees of, but not subcontractors to: WC 90-00-818-08 12/31/2018 12/31/2018 12/31/2019 12/31/2019 1,000,000 1,000,000 1,000,000 18FL079929202 054554-FL Any and All work performed in Collier County Y Steven D Adkins is not included in work comp coverage Target Roofing and Sheet Metal Inc. 1841 Ortiz Ave Fort Myers, FL 33905 Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 Client# A Location Coverage Period: X 16.C.3.k Packet Pg. 1308 Attachment: 19-7539 TargetRoofing_Insurance_9-4-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1309Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1310Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1311Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1312Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1313Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1314Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1315Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1316Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1317Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1318Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1319Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1320Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1321Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1322Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1323Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.l Packet Pg. 1324 Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1325Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1326Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1327Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1328Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1329Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1330Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1331Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1332Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1333Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1334Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1335Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1336Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1337Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1338Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1339Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1340Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1341Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1342Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1343Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1344Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1345Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1346Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1347Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1348Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1349Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1350Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1351Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1352Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") 16.C.3.lPacket Pg. 1353Attachment: 19-7539 TargetRoofing_VendorSigned (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 11/4/2019 Five County Insurance Agency Inc 14120 Metropolis Ave Fort Myers FL 33912 Certificate Department 239-939-1400 239-939-3813 certs@fivecountyinsurance.com Old Dominion Insurance 40231 TARGE-1 Target Roofing and Sheet Metal Inc 1841 Ortiz Ave Fort Myers FL 33905 965746038 A 1,000,000 X Y B1T7423T 10/23/2019 10/23/2020 COMP/COLL DED:500 each For any and all work performed on behalf of Collier County Board of Commissioners in Collier County or Collier County Government or Collier County are included as an additional insured when required per written contractual agreement with respects to Auto Liability.Notice of Cancellation is given in accordance with the policy provisions. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E BUILDING C2 NAPLES FL 34112-5746 16.C.3.r Packet Pg. 1354 Attachment: 19-7539 TargetRoofing_Insurance_11-4-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 11/1/2019 (800) 243-6899 (407) 788-7933 37745 Target Roofing and Sheet Metal Inc 1841 Ortiz Avenue Fort Myers, FL 33905 35378 A 1,000,000 X AR01RS190104600 10/30/2019 10/30/2020 100,000 5,000 1,000,000 2,000,000 2,000,000 5,000,000B MKLV2EUL103702 10/30/2019 10/30/2020 5,000,000 For any and all work performed on behalf of Collier County: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County are included as an additional insured with respect to General Liability & is primary and non-contributory when required by written contract per form #CG2010 4/13, CG2037 04/13 & CG2001 04/13. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 TARGROO-01 DIRSTA Insurance Office of America, Inc. 1855 West State Road 434 Longwood, FL 32750 Clear Blue Specialty Insurance Company Evanston Insurance Company X X X X X X 16.C.3.r Packet Pg. 1355 Attachment: 19-7539 TargetRoofing_Insurance_11-4-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") ==-' 7+,6(1'256(0(17&+$1*(67+(32/,&<3/($6(5($',7&$5()8//<  $'',7,21$/,1685('±2:1(56/(66((625 &2175$&7256 ±6&+('8/('3(562125 25*$1,=$7,21 7KLVHQGRUVHPHQWPRGLILHVLQVXUDQFHSURYLGHGXQGHUWKHIROORZLQJ &200(5&,$/*(1(5$//,$%,/,7<&29(5$*(3$57 6&+('8/( 32/,&<180%(5==-'&200(5&,$/*(1(5$//,$%,/,7< &* &*‹,QVXUDQFH6HUYLFHV2IILFH,QF3DJHRI 1DPH2I$GGLWLRQDO,QVXUHG3HUVRQ V 2U2UJDQL]DWLRQ V /RFDWLRQ V 2I&RYHUHG2SHUDWLRQV 0RVV $VVRFLDWHV//&DQG)ORULGD3RZHUDQG/LJKW  ,QIRUPDWLRQUHTXLUHGWRFRPSOHWHWKLV6FKHGXOHLIQRWVKRZQDERYHZLOOEHVKRZQLQWKH'HFODUDWLRQV $ 6HFWLRQ ,, ±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r Packet Pg. 1356 Attachment: 19-7539 TargetRoofing_Insurance_11-4-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") ==-' 3DJHRI‹,QVXUDQFH6HUYLFHV2IILFH,QF&* &:LWK UHVSHFW WR WKH LQVXUDQFH DIIRUGHG WR WKHVH DGGLWLRQDO LQVXUHGV WKH IROORZLQJ LV DGGHG WR 6HFWLRQ,,,±/LPLWV2I,QVXUDQFH ,I FRYHUDJH SURYLGHG WR WKH DGGLWLRQDO LQVXUHG LV UHTXLUHG E\ D FRQWUDFW RU DJUHHPHQW WKH PRVW ZH ZLOO SD\ RQ EHKDOI RI WKH DGGLWLRQDO LQVXUHG LV WKH DPRXQWRILQVXUDQFH 5HTXLUHGE\WKHFRQWUDFWRUDJUHHPHQWRU $YDLODEOH XQGHU WKH DSSOLFDEOH /LPLWV RI ,QVXUDQFHVKRZQLQWKH'HFODUDWLRQV ZKLFKHYHULVOHVV 7KLV HQGRUVHPHQW VKDOO QRW LQFUHDVH WKH DSSOLFDEOH /LPLWV RI ,QVXUDQFH VKRZQ LQ WKH 'HFODUDWLRQV 16.C.3.r Packet Pg. 1357 Attachment: 19-7539 TargetRoofing_Insurance_11-4-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") ==-' 7+,6(1'256(0(17&+$1*(67+(32/,&<3/($6(5($',7&$5()8//< $'',7,21$/,1685('±2:1(56/(66((625 &2175$&7256±&203/(7('23(5$7,216 7KLVHQGRUVHPHQWPRGLILHVLQVXUDQFHSURYLGHGXQGHUWKHIROORZLQJ &200(5&,$/*(1(5$//,$%,/,7<&29(5$*(3$57 352'8&76&203/(7('23(5$7,216/,$%,/,7<&29(5$*(3$57 6&+('8/( 32/,&<180%(5==-'&200(5&,$/*(1(5$//,$%,/,7< &* &*‹,QVXUDQFH6HUYLFHV2IILFH,QF3DJHRI 1DPH2I$GGLWLRQDO,QVXUHG3HUVRQ V 2U2UJDQL]DWLRQ V /RFDWLRQ$QG'HVFULSWLRQ2I&RPSOHWHG2SHUDWLRQV 0RVV $VVRFLDWHV//&DQG)ORULGD3RZHUDQG /LJKW  ,QIRUPDWLRQUHTXLUHGWRFRPSOHWHWKLV6FKHGXOHLIQRWVKRZQDERYHZLOOEHVKRZQLQWKH'HFODUDWLRQV $ 6HFWLRQ ,, ±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±/LPLWV2I,QVXUDQFH ,I FRYHUDJH SURYLGHG WR WKH DGGLWLRQDO LQVXUHG LV UHTXLUHG E\ D FRQWUDFW RU DJUHHPHQW WKH PRVW ZH ZLOO SD\ RQ EHKDOI RI WKH DGGLWLRQDO LQVXUHG LV WKH DPRXQWRILQVXUDQFH 5HTXLUHGE\WKHFRQWUDFWRUDJUHHPHQWRU $YDLODEOH XQGHU WKH DSSOLFDEOH /LPLWV RI ,QVXUDQFHVKRZQLQWKH'HFODUDWLRQV ZKLFKHYHULVOHVV 7KLVHQGRUVHPHQW VKDOOQRWLQFUHDVH WKH DSSOLFDEOH /LPLWVRI,QVXUDQFHVKRZQLQWKH'HFODUDWLRQV 16.C.3.r Packet Pg. 1358 Attachment: 19-7539 TargetRoofing_Insurance_11-4-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") Insured Copy COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 01 04 13 Insurance Services Office, Inc., 2012 Page 1 of 1 PRIMARY AND NONCONTRIBUTORY --- OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 16.C.3.r Packet Pg. 1359 Attachment: 19-7539 TargetRoofing_Insurance_11-4-19 (10539 : Award RFQ No. 19-7539, "Roofing Replacement Contractors") Solicitation RFQ #19-7539 Roofing Replacement Contractors 3:00 PM, Thursday, March 7, 2018 Paul Brunton Above All Roofing Contractor, LLC 5900 Shirley Street, Unit 6 Naples, Florida 34109 (239) 302-2778 office@aboveallroofingfl.com www.aboveallroofingfl.com Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: E-Verify: Employer Wizard - Company Information https://e-verify.uscis.gov/web/EmployerWizard.aspx[6/18/2019 2:39:42 PM] Official Website of the Department of Homeland Security Company Information Additional Information Organization Designation Company Name Above All Roofing Contractor, LLC Company ID Number 1383402 Doing Business As (DBA) Name Above All Roofing Contractor, LLC DUNS Number -- Physical Location Address 1 5900 Shirley Street, Suite 6 Address 2 -- City Naples State FL Zip Code 34109 County COLLIER Mailing Address Address 1 5900 Shirley Street, Suite 6 Address 2 -- City Naples State FL Zip Code 34109 Employer Identification Number 800660704 Total Number of Employees 20 to 99 Parent Organization Above All Roofing Contractor, LLC Administrator -- Employer Category None of these categories apply Welcome Paul Brunton Company Above All Roofing Contractor, LLC User ID PBRU7704  MENU E-Verify: Employer Wizard - Company Information https://e-verify.uscis.gov/web/EmployerWizard.aspx[6/18/2019 2:39:42 PM] Last Login: 06/18/2019 02:12 PM View Original MOU Template NAICS Code 238 - SPECIALTY TRADE CONTRACTORS Total Hiring Sites 1 Total Points of Contact 2 U.S. Department of Homeland Security U.S. Citizenship and Immigration Services Enable Permanent Tooltips Accessibility Download Viewers E-Verify Tutorial - Knowledge Test Results https://e-verify.uscis.gov/web/TutorialRender.aspx?tutorialPage=Tutorial/EV/Test/kt_pg0290.html[6/18/2019 2:41:04 PM] U.S. Department of Homeland Security - www.dhs.gov U.S. Citizenship and Immigration Services - www.uscis.gov Accessibility Download Viewers Knowledge Test Results Congratulations! Paul Brunton (PBRU7704), your score is 100% Paul Brunton, you successfully completed this tutorial and passed the E-Verify Knowledge Test on June 18, 2019. Use your browser's print capability to obtain a copy of this page for your records. To use E-Verify, select 'Exit Tutorial.' REMINDER: You must visit 'View Essential Resources' to read the E-Verify User Manual, and you must print and clearly display the 'Notice of E-Verify Participation' and 'Right to Work' posters in all languages supplied by DHS. Tutorial Home | Exit Tutorial | Log Out 30 of 30E-Verify Program Administrator Tutorial for Employers asasur_ctou¥y Administrative Services Division Procurement Services Date: From: To: Subject: Email: Kristofer.Iopez@colliercountyfl.gov Telephone: (239)252-8944 Addendum #2 February 27, 2019 Kristofer Lopez, Procurement Strategist Interested B idders Addendum # 2 Solicitation # 19-7539-Roofing Replacement Contractors The following clarifications are issued as an addendum: I. Reference Forms have been uploaded. Please have them completed by your references. 2. RFQ due date has been extended until March 7, 2019 @ 3 :00 p.in. If you require additional information, please post a question on our Bid Sync (www.bidsvnc.com) bidding platform under the solicitation for this project. or#beTFrm,AI\foofir5erfuchr,L(,a, Cinunty Aqmmrstra{i+e-atrteesberrarr,nor: = .r.`-I-`..+-..`:,:-, J=|-,-;-, Refe pence Question n aire_srfuti= RFQ # 19-7539 Ri.feri`nccQui.stionnairi.for: Abo`'e All Rot)flu (`ontmcloi.` LL(` (Name of c`ompany Requesting Rcfcren.`e lnfcirmation) Paul Bninloli (Name of [ndividua]s Rcqu€sting Referencl. Infonmtioii) tN;av:;.jatc\coAmnp£, ,Pg :eTeracn¥.. q nest ton rna ,ne , :=o`¥uau:::r` sscr:#n;` :ro<mpT3, ::`r*e¥his. in fur Lr:!pi±!uha±±fuslhad..|i&jJaz!rfeEA2L(a- C.ollii.r C.uunly has impli`m..nlt.d a proi.i.ss that i.bill...ts rclbri.iic... in``ormalion on rirms and their key pi.rsol`ni.I to be. used in thi. seli`i`tion ol. firms to perform lhis proji`ct. The Name of th.. C.ompany lislcd in lhi` S`ib.icct abov.` has listi`d you as a client I`or w.hit.h [hi.y hu`.e previously perfonned work. Please complelc lhc ."rve.v. Pleas.. rati. each criterju to lhe best of`your knowli`dgi. on a si.ali` or I io lo. wiih 10 ri.pri`seniing that you wi.rc ``.`ry saiisil.cd (and wound hiri. lhe rlrm/individual agaili) alld I represcn[ing thal you ``.ere `'cry unsatisrled (and would never hire the firm/jndivdiual agiiin). Iryou do lio[ ha``i. sulrlcjl.nt know.I..dgc orpasl perfomuncc in a |tarlji.ular ttri.a, Ii.avc il blank and thi. ilcm or form will bt. scored ..0." proii`ci Di`sei.iptioii. ¢_g_np\tk &-a._.P c.ompl.`tioit Diiii.: _ _J±_.-_€: a_S}_EL __ proii`ciBudgi.I:___rm£Loji_____projceiNtmbi.rofDays: Item Ci'eria Score I ::::::;::::`na,::'"t';:a::Jtc::,,`..Odstu:c`:;1::I,::`e,:,:-n,::€o::r..:::,,;,:::p:i------,1\D-LD3Quality {)fwork. I -,`S\C)4 Quallty ofconsultative ad\Jice pro`'ided on the proj..i.1. 51;Profi`ssionalism and abilily [o mailagc` pi`rsonrfu`l. ()Proji`ct admiliis(ration (complcti.d doi.umi'nls. fit.al in\'oic`c. rinal pr{)dui.I (uriro\`cr: \Din\'oii`cs: imnuals or going t.orward doc`urnen(ation. ctc.) 78 Ability to verbally communii`all` .And doi`umi.nl inrorlnation i`lcarly and sui`i.iiii`lly. )-^b-H+I-,tyroi;-n;gcl,-`~k-sTaia--i-ifie-xie`cTic=Jiin|c€ri.;I-cri-m~qifn-cc+`~---------~~~~-I -%~ -+--~i 9 Ability lo follow con`rnct ul>c.uinci``s. policies. proceduri`s. ruli`s. rcgulalions, cti..\0--I()--Li-}-`'er=lit.a-ini.orL-le\¢lwiiiLhiFiTgTfiI`?ori;;;1n}lriTthefuturc(cuslomcrsetisl`ai`no„ 10_-1,-_--- - --. -- -`-----`-- . -`--. ---. ------- ----.---------_...-__,._ _ -_--_ TOTAL SCORE OF ALL ITEMS + 177 100 co#rer can"t}, Adrr\rttstrat}`,'e Scrvces DepartrnerT: C?,I:. .¢,.i\,f:rw :ti-I\C<.9 ['i S --I Reference Questionnaire C`ollii.r C`ount} ha`` impli`im`nti`d a proi.I-.`s that i`ul|i`i.is ri.r..rcni`i. informalion on firms and lhi`ir ki.y pcrsonncl lo be. usl'd in lbi` si`l|`|`tion ol` firms to pi`rt`orm this proji.ct. Thi` Name. of lh.. Company listed in the Subjccl abo`'c has listl`d }'ou as a i`liont for w.hii`li they ha\.i` prt`vi`]usly pc.rformi.d work. Please comr)lelc the sur`'c}.. Please ralc cal`h criterla to tlil` be`st o``your knou'li`dgi` on a si.all. ot` 1 to lot with 10 rcprcscnling that you wcrc \'ery satisil.i`d (and w.ould hiri` the firm''indi`'idual again) and I rl.prestming that you u'ere very unsatisfied (ai`d would r`ever hire the firmindi`.diual again). If }'ou do not ha`c. s`iflicil.in kno``.li`dgc of pasi pcrfonmn.`c. in a particular arc'a. Icav.. il blank and lhi. ilcm or form \` ill bi` scoretl ..0." Proji`ct admmistration ( compli`led {lticumi`nls. fiml in`'tiil`|`. rinal produi.I tumo\'cr: iii\ oii`i```: tnaniiiil` or going I`i)rward di)i.uml`Iit.iLit]i`` i.ti`.) Abilily to verb:`lly com]iiii(lil.iili` aiid doi.iiml.i`t in[``trilm`i`>i` i`li`arl}' anil ``ui.i`ini`LI}J. _ _ -------.---------.------- I-I ---- I ---.---.-.------------ ' -----. _ _.. ^billlt} lo lniimigi. risks alid `incxpl`c`ti.d pr(]ji`i`l i`iri`i]ms[ani`cs. `,T` _ lL: +_L_I::__ Ability `it I.ouow con`ri`i`` dociimi.i`ts` polii.il`s` prot`cdi`ri``` ruli`s. ri.gulation`, i.ti.. ( _i ()\Cl.all cciil`l`iirt lc\.i`l ``'ilh hirnig thl` i`itmpany in tl`i` fu(uri` (i`ustonii`r satisl`iLi.tiol`) ( TOT^l. S{`ORE OF ^1.I. ITEMS 100 ioiicilaliTaF:-RFQTa -Roorln 19-7539 erL.ri`n.`.`Q`I..slionmiirel`itr: L.`-._ , ,-_ (Nan`e ofcolH.., r\aul Brunton :a,I;-ins:i,a:cttn: LL(` Rcqucsting ch:caife=fse¥i-` ' tl ,(,r``+,I .r. , `-` . Re.eron.e Qu.slioiimin _------`---`----`-----`-.-.-----..----,.-.-.-~ Rcfcrcncc li`formation) rcfcrl`nccqucslionraire) FAX: C.onxpany.. (ri`'aluator`s CHto;I)ny=(gi,it,l€'?,lst;|„ |-_c`ls.phgiv§____--_ ---------.----------------- LC-15.PIlt,-T€`i-___ -.C`omcrCountyhasimplcmci`tcdaproc-ers{lral.`ollcl`tsrcferenccmt`ormationonfumsand`heITlc)pers{mne``obe usedinlhi-sele.`tionol`rirmstopl`rfolmthtsprojeel.TheNameofthl`Compeny``s`ulm`hcSubicc`aho`€ha+\iti`ed youasaclienlforwhichlheyha`ieprcv.ious|yperfond``.ork.Pleasecomp`c.e`het`urvcy.P`.'asra`ccachcr``crra`o thcbestol`yourknou'lcdgconascal.`of|io|o```.iih|orcpreseniing`ha`you\rvcrc`'crysa`isifcd{anduourahITc`hc firrm`individual again) aiid I rcDrcsentino thn. u^u ``.a-A ..--..----- i ---. ` . .-_ _ _ _., __.`-I.-+. \t4,JP', ,1++`|h, tl,)\J \L|\J---------.-.-- I at5duu iiiia I rcprcsenting that you u'cre `Jcry unsatTisried-(and `~ou`d never hire the t-`Tm'ind``rd`ua` again).Il`youdonotha`.csufficicntkno".ledgcofpastprformnceinapaTt.iL.ulararca.ha`ieitbhnkand`hcltcmo[ t`orm ``rill be scored ..0.`. Projl`cl Dcsl`ription: proj.`ctBud8|`t:ng Compll`tiot` Da`c: Projt:T-`NumtL`rol`Days: I te in Citeria \ \ I =b::::; :: =:nat::nthpcropj=ce=:=stus£:~L=;:c:cc_:n_:t:::I:=:a;;==`_ _._ ~+i \\\\ !3 Qualityofwork. \ / \ j4 Quality of consul(a(ive advice provided on the project. \ i i5 Profcssionalismandabilitytorrmagcpersonnel. \ i \ ;6 rn::=:sa;d:::::[j:ngt::gTo[e::,:°dc:i:`:iafitToa:.;:tvc:;CC` fma` Prodr` `umovc[.. \ / o _i\ 7 Ability to verbally cormunicatc and document inlorrmtlon clearly and succlne`ly. D i 8 Abiltity to manage risks and unexpected proicct cneumstanccs. qA5ilitytofollowcontrattdocumcnts.policies`pracedurc&rukes`tcguhilous`ctc.•..inthefuture{custonelsat-isfactiot`). 9 10 overall con`foft level w.Lth hlrmg the company 0IOFAILITEMSEL_ TOTAL SCOR , Solicitation: RFQ #19-7539 Reference Questionnaire for: Above All Roofing Contractor, LLC Co 1er County � Administrative Services Department Procurement Services D1v1s1on Reference Questionnaire (Name of Company Requesting Reference Information) Paul Brunton (Name of Individuals Requesting Reference Information) Company: EBL Partners, LLC (Evaluator's Company completing reference) Name: Ryan LoVecchio (Evaluator completing reference questionnaire) Email: rlovecchio@eblpartners.com FAX: Telephone: 239-431-5003 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of tbe Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of l to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you ·do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "O." Completion Date: ____________ _ Project Description: Re-Roofing Multiple Buildings Project Budget: $226,000_______ _ Project Number of Days: _90_________ _ Item Citeria Score Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration ( completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOT AL SCORE OF ALL ITEMS 10 10 10 10 10 10 10 10 10 10 100 C�COUXLY ,Admtnhlratiue Services Depertrnent Pnxwemmnt Services Dwisian Dorm 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: n The Solicitation Submittal has been signed. [0 The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. K] All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ® Any addenda have been signed and included. ® Affidavit for Claiming Status as a Local Business, if aippfficable. ® Division of Corporations - Florida Department of State — httn://dos.myflorida.com/sunbiz/ (If work performed in the State). X❑ E-Verify/Immigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Advanced Roofing, Inc. Address: 1950 NW 22nd Street City, State, Zip: Fort Lauderdale, FL 33311 Telephone: (954) 522-6868 Email: MichaelK@AdvancedRoofing.com Representative Signature: Representative Name: Michael Kornahrens Date 03.06.2019 • C. rer County Adminfstrati►re Servioes Deparhnent Pr=mw a Services Division Form 3; Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Advanced Signature and Print Name: Michael Kornahrens Title of Signatory: Vice President 03.06.2019 Co;ler County Administratn� Services Deparhnerrt Procurement Services Divisbn Form 4: Vendor Declaration Statement BOARD OF COUNTY CO)AWSSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WBEREOF, WE have hereunto subscribed our names on this 6 day of March , 20 19i the County of Broward in the State of Florida Firm's Legal Name: Advanced Roofing, Inc. Address: 1950 NW 22nd St. City, state, zip Code: Fort Lauderdale, FL 33311 Florida Certificate of Document # of Coreoration: G65116 / Roofing License: CCCO24413 Authority Document �'�" •---.` •"�-•^ Number Federal Tec 59-2360591 Wentif".cation Numbe. *CCR # or CAGE Code N/A `Only if Grant Funded....'�°.-- elepbove; 954 522-6868 Signature by: (Typed and written) Title: Michael Kornahrens Vice President Additional Contact Information Send payments to: Advanced Roofing, Inc. (required if different from Company name used as payee above) Contact name: Anna Colosimo Title: Accounts Receivable Address: 1950 NW 22nd Street City, State, ZIP Fort Lauderdale, FL 33311 Telephone: 954 522-6868 ext. 1624 Email: AnnaC@advancedroofing.com Office servicing Collier Same as above County to place orders (required if different from above) Contact name: Michael Kornahrens Title: Vice President Address: 1950 NW 22nd Street City, State, ZIP Fort Lauderdale, FL 33311 Telephone: 954 522-6868 ext. 1608 Email: MichaelK@advancedroofing.com C61LU County Adminis7a W Services Depwbment Promreavent swces Mesion Form S: Immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal ofthe firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verifyro ram may deem the Vendor's promgsal as non- responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understznding with E -Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E -Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Advanced Roofing, Inc. Print Name Michael Kornahrens Title Vice president Signature Date 03.06.2019 State of Florida County of Broward The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. ier Cot�y A�straare Sa�vires DeparUneM Rxuranem savlos bAicwn Form 6: Vendor Substitute W —9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Advanced Roofing, Inc. (as shown on income tax return) Business Name (if dierent from taxpayer name) Address 1950 NW 22nd Street City_ Fort Lauderdale State FL Zip 33311 Order Information (Must be filled out) Remit / Payment Information (Must be filled out) Address 1950 NW 22nd Street Address 1950 NW 22nd Street City Ft. Laud. StateFL Zip 33311 City Ft. Laud. State FL Zip 33311 Email 2. Company Status (check only one) Individual / Sole Proprietor X Corporation Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelincs IRC 501 (c) 3) C Enter the tax classification 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 59-2360591 who do not have a TIN, will. be required to provide a social security number prior to an 4. Sign and Date Form: Certification: Under Penalties ofperiurv. I certifv that the information .shown an this farm is rnrrort to n/v Ir.,nwln�ier Slgttature Date 03.D6.2019 Title Michael Kornahrens Vice President Phone Number 954 522-6868 ext. 1608 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at httpsa,apps.fldfs.comlhoccxer„nr! 2. ® Employer's Liability $_1,000,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Z Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hircd; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ _. _ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution 1's Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $_ Per Occurrence ❑ Cyber Liability S Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. Z The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read. For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tantiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. I x/19 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Advanced Roofing, Inc. Vendor Signature Print Name Robert P. Kornahrens President Insurance Agency Frank H. Furman, Inc. Date March 6, 2019 Agent Name Robert Foote Telephone Number 954-943-5050 ACORO` CERTIFICATE OF LIABILITY INSURANCE `..rte DATE 12/15/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER E: PHONE (954) 943-5050AIC FAX, Ne: (954)942-9910 Frank H. Furman, Inc. 1314 East Atlantic Blvd. E-MAIL ADORE 9: J atilt @.pu=.,,,a,,; ngut•gnnR _ Gpm Y INSURERIS) AFFORDING COVERAGE NRIC E P. O. BOX 1927 INSURER A:Greenvrich Insurance Company 22322 Pompano Beach FL 33061 INSURED INSURER B. American Guarantee S Liability Ins CO 26247 INSURER C: Bridgefield Mmoloyars Ins CO 10701 Advanced Roofing Inc INSURER D: Continental Casualty Co 120443 Advanced Leasing Inc. INSURER E: 1950 NFT 22nd St INSURERF: Ft. Lauderdale FL 33311 COVERAGES CERTIFICATE NUMBER:Jan 19 Ft Laud yr/IF REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL aUBR POLICY NUMBER POLICY EFF IMM1DDfYYYY1 POLICY EXP A1M22M= LIMITS A X COMMERCIALGENERALLIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ 1,000,000 DAM ETO RENTED 300,000 PREMI IR oerarmence $ MED EXP (Any one person) $ 5,000 X Contractual, i XCD Incl CG87409794 1/1/2019 1/1/2020 X Broad Form PD PERSONAL 8 ADV INJURY S 1,000,000 GEN'LAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE $ 2,000,000 POLICY JECT LOC PRODUCTS-COMPIOPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY OMBINED INGLE LIMIT $ 2,000,000 Ee acciden BODILY INJURY (Per person) $ A X ANYAU70 ALL OWNED SCHEDULED AUTOS AUTOS CAH7109795 1/1/2019 1/1/2020 BODILY INJURY (Per acddenl) $ NON -OWNED X HIREDAUTOS X AUTOS' PROPERTY DAMAGE $ Peracciden PIp $ 10,000 X UMBRELLAL9AB HCLAIMS-MADE OCCUR EACH OCCURRENCE $ 25,000,000 AGGREGATE $ 25,000,000 B EXCESS LIAR DED I I RETENTION III $ AIX930367417 1/1/2019 1/1/2020 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN 8 PER STAH- TU ER E.L. EACH ACCIDENT $ 1,000,000 C ANY PROPRIETOR/PARTNER/EXECUTNE1:1NIA OFFICEPJMEMBER EXCLUDED? (Mandatory in NH) 530-56020 1/1/2019 1/1/2020 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 It yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT $ 11000,000 D Installation Floater 4016260407 1/1/2019 1/1/2020 Any One Jobste 2,000,000 5W Tr/R; 1000 AO? Any One Occurrence 2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, mey be atlachod R more space Is required) CERTIFICATE HOLDER CANCELLATION Hror Bidding Purposes Only" SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Dejong/MR ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD INS02S (2014131) All rlohts K H. or ar — INC. INSURANCE RISK MAl+AEEAIENT FAVIOYEE EEKEFITS January 17, 2018 �. NCATI DNAL A 0 0 F I N C ON TRALTONS ASSOCIATION 11"'MEMBER RE: ADVANCED ROOFING INC. - Risk Management/Insurance Protection Robert P. Foote, President Frank IL Furman, Inc. 1314 E. Atlantic Blvd. Pompano Beach, FL. 33060 Main: 954.943.5050 Toll Free 800344.4838 Mobile: 954.609.0820 Rob@furmaninsurance.com We are the risk advisor for Advanced Roofing, Inc. The purpose of our correspondence is to share with you some of the highlights of the Advanced Roofing risk management programs. We will be sharing with you some details of the protection Advanced Roofing, Inc. provides to their clients to protect your assets. ARI has achieved an A+ superior risk management rating due to their strict risk and job safety quality controls. i RECOGNITION BY INSURER — CNA one of the largest construction insurers in the country recognizes Advanced Roofing as a "best in class" contractor for ARI's commitment to safety and loss control. f- SEVERE LOSS PROTECTION - ARI has a $27M aggregate limit of insurance protection. ARI has a $26M occurrence limit in the event of a covered bodily injury or property damage claim that may occur on a jobsite or from an automobile injury. �► ARI's exceptional workers' compensation experience modification rating allows them to secure reduced insurance rates which, in turn, translates into savings for you, their clients. Advanced Roofing, Inc. has a full time safety director, as well as a risk manager that aggressively manages their internal, as well as managing their clients' risk during the course of their construction projects. Advanced Roofing, Inc. believes deeply in educating and training their roofing mechanics to deliver to you the quality and workmanship your roofing asset deserves. The ARI training program separates them from many other roofing professionals. This past year alone, Advanced Roofing, Inc. has conducted the following training programs: 87 employees have received the OSHA 10 -Hour training to promote safety competency. 30 foremen and construction managers have received the OSHA 30 -Hour training. 18 employees were Certified Roofing Torch Applicators (CERTA). 17 foremen and construction managers received certification in first aid and CPR. ARI has safety training at 6 a.m. Monday through Friday every single week. Commercial & Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance ADVANCED ROOFING Page 2 r GENERAL LIABILITY PROTECTION —Advanced Roofing has the following protection included in their general liability portfolio of protection: o Habitational/Residential — Including Multi -Family o Torch Coverage o "Hot" Applied Roof System Coverage o Unlimited Building Height Protection o There is no water damage exclusion r AUTOMOBILE PROTECTION — ARI has an occurrence limit on the commercial automobile protection of $26M in the event there is a covered bodily injury or property damage on your job site stemming from Advanced Roofing's operations. (Carrier A -excellent rated A.M. Best Co.) s COMMERCIAL UMBRELLA —Advanced Roofing has a $25M limit of liability. (Zurich Af superior rated by A.M. Best Co). Their umbrella provides protection above their underlying general liability and auto protection. INSTALLATION FLOATER —BUILDERS' RISK — ARI has secured protection for certain stored materials that are to be installed on your job site. This protection reduces the economic loss to you, the owner of the project, during the course of construction. i- MOLD/POLLUTION LIABILITY PROTECTION — ARI has secured $1M limits of liability to protect you, the owner, in the event that there is a covered cause of loss stemming from mold, algae, fungai, etc. as a result of the roofing operations of ARI. This highly specialized coverage illustrates to you, the owner, that ARI is serious about protecting your assets during the course of the construction project. When you are investing in a roofing system, we encourage you to explore deeper than what is the cost of the roof. Advanced Roofing's commitment to quality and the experience they deliver places them at the top of the roofing profession. ARI is recognized by the following organizations for professionalism and community contributions: i Professional Roofing Magazine i Roofing Contractor Magazine i Roofing Siding Industry Magazine Florida Forum Magazine Dunn & Bradstreet National Football League Partnership for Rebuilding America i South Florida Business Journal Roof Connect Founding Member Orlando Business Journal Commercial & Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance ADVANCED ROOFING Page 3 ARI is recognized for their industry accomplishments as well as for reinvesting back to the community and environment. Experience Does Matter!!! Whether it be service, maintenance, new construction, re -roofing, repairs, or retro -fit, ARI has a solid portfolio of protection in order to responsibly protect your building assets Sincerely, Xga�*R-� Robert P. Foote, President CPCU, ARM, AIM, CRIS, AFSB RF:mm Commercial & Personal Insurance N Employee Benefits I Risk Management I OSHA Compliance Aalmirstrauv�e Services Elision Procurement Serwees Date: February 7, 2019 Email: Kristofer.lopez@colliercountyfl.gov Telephone: (239)252-8944 Addendum #1 F'rom: Kristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation #I 9 -7539 -Roofing Replacement Contractors The following clarifications are issued as an addendum: 1. Pre-bid meeting has been scheduled for Tuesday February 19, 2019 @ 10:00 a.m. at Procurement Services Division, Conference Room A. If you require additional information, please post a question on our Bid Sync (www.bidsvnc.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. J,/// - Rohprt P_ Knrnahrpnc_ Prpcidpnt 02 07 2019 (Signature) Advanced Roofing, Inc. (Name of Firm) Date Co �r Go�.Mty Adrnidslrat� Sensces ❑iuision Procurement services Date: February 27, 2019 Email: Kristofer.lopez@colliercountyfl.gov Telephone: (239)252-8944 Addendum #2 From: Kristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation #19 -7539 -Roofing Replacement Contractors The following clarifications are issued as an addendum: 1. Reference Forms have been uploaded. Please have them completed by your references. 2. RFQ due date has been extended until March 7, 2019 @ 3:00 p.m. If you require additional information, please post a question on our Bid Sync (www.bidsync.coml bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above (Signature) Advanced Roofing, Inc. (Name of Firm) 02.27.2019 Date State of Florida Departme& of State I certify from the records of this office that ADVANCED ROOFING, INC. is a corporation organized under the laws of the State of Florida, filed on October 8, 1983. The document number of this corporation is G65116. I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on April 9, 2018, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florider at Tallahassee, the Capital, this the Ninth day ofApril, 2018 IWk� Secretary ojState Tracking Number: CC5168089573 To authenticate this cerlificate,visit the following site,enter this number, and then follow the instructions displayed. bttps:llservices.suabiz.orgIFilings/CertificateOfstatus/CertificateAuthentication e 3 m N > N N / � o to W � n o �� Z M _0 n JU. 15-�► � ---"'-~I� X17-� -'� Z � O p Q is"C'S.�'', in � wrw•`F IIC11'��1 � j13xiL err r�~ f;,! _ i .w'? .j •� W IYII ilS -A1j1 ! 4-_ +'� I I Y iO Yi4Z CA ti , :a,rn , CL Nn I mn an 11 c .�,E' ; - ° ami h'.00`,+ � l�I , kd z m CD m m rn m ;q N pcl m CL Z ® C m m m Z T OJ Detail by Entity Name Florida Department Df State i r a!` rit),I 9 s rot ri)ilrial _;rrur fir FTurid" tl-4W& Department of State 1 Division of Corporations i Search Records 1 Detail By Document NUMB 1 Detail by Entity Name Florida Profit Corporation ADVANCED ROOFING, INC. Filina Information Document Number G65116 FEVEIN Number 59-2360591 Date Filed 10/08/1983 State FL Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 06/28/2001 Event Effective Date NONE Princioal Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Mailing Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Realstered Aaent Name & Address KORNAHRENS, KEVIN 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Name Changed: 04/29/2015 Address Changed: 04/09/2018 Officer/Director Detail Name & Address Title PSD Komahrens, Robert 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Pagel of 3 DIVISION OF CORPORATIONS http://search. sunbiz.orglInquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/27/2019 Detail by Entity Name Title Treasurer, VP Komahrens, Kevin 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Title VP CARRUTH, JASON 200 NORTHSTAR COURT SANFORD, FL 32771 Title VP Komahrens, Michael 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Title VP Sockman, Clinton 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Annual Reports Report Year Filed Date 2016 0412GIZOIS 2017 0212112017 2018 ,.IV 12018 Document Images 04/0912018—ANNUAL REPORT View image in PDFiornat 02121/2017 —ANNUAL REP081 View Image in PDF format 11/29/2016 —AMENDED ANNUAL REP RT Yit image in PDF fomrat 04126/2016 — ANNUAL REPORT Yrew imago in PDF famrat 01/22/2016 — Off/Dir Resiana5on Yrew image in PDF format 04/29/2015 — Ren. Aaent Chance View Image in PDF format D4=12015 —ANNUAL REPORT 0311212014 — Rea. Aaent Chanae 02/28/2014 — ANNUAL REPORT V .1-. V 1.] - WVICIYV C V P'J-ym 01/17/2013 —ANNUAL REPORT 03/0612012 — Rea. Anent Chance 01/04/2012 —ANNUAL REPORT 02/15/2011 —ANNUAL REPORT 01/27J2010 ANNUAL REPORT 05/0512009 —ANNUAL REPORT View Image in PDF format View imaae In PDF format View image in PDF format View image in PDF format View image in PDF format Yrew image In PDF format View image In PDF format Yew image in PDF format View image in PDF format View image In PDF format view image In PDF format view image in PDF format Page 2 of 3 http:llsearch. sunbiz.orglInquirylCorporationSearchISearchResultDetail?inquirytype—Entity... 2/27/2019 Locations Served Advanced Roofing is headquartered in Fort Lauderdale, Florida with branch offices located in Miami, Jupiter, Orlando, Tampa, St. Augustine, and Ft. Myers. Additionally, we can perform work in the following locations: ■ Georgia • Alabama ■ Louisiana ■ North Carolina ■ Virginia ■ Westem and Eastern Caribbean Islands ■ Puerto Rico and US Virgin Islands ■ Bahamas ■ Roof Connect Affiliated Markets — Entire US Advanced Roofina is a founding member of RoofConnect. RoofConnect is a professional national commercial roofing organization. They specialize in emergency roofing repairs, maintenance and re -roofing but also perform specialty projects that require nationwide labor availability in the construction field. RoofConnect has 60 plus members and 100 locations nationwide. Members have over 7,000 employees and approach revenue of 1 billion dollars annually. RoofConnect is founded and administered by the leading commercial roofers in the United States. All members must adhere to a strict code of ethics and pass several requirements to participate. RoofConnect is a leading national roofing services provider for commercial roofing solutions. Roof Connect gives Adva nced the capabilities to work with tap tier roofing contractors throughout the United States without sacrificing quality. Office Locations Toll Free: (800) 638-6869 Office: (786) 483-3043 Fax: (305) 661-2032 555 NW 95th St Miami, FL 33150 Toll Free: (800) 638.6869 Office: (954) 522-6868 Fax: (954) 566-2967 1950 NW 22 n St. Ft. Lauderdale, FL 33311 Office: (800) 638-6869 1700 Park Ln. South Unit# 2 Jupiter, FL 33458 TollFree: (866) 365-6071 Office: (407) 322-1555 Fax: (407) 322-0010 200 Northstar Ct Sanford, FL 32771 Toll Free: (800) 354-9896 Office: (904) 826-3860 Office: (813) 885-5811 Toil Free: (800) 638-6869 Fax. (8 13) 884-8927 910 Cumberland Park Dr. Suite 2051206 2702 Hanson St. www.advancedroofing.com 8507 Sunstate St. Fort Myers, FL 33901 Tampa, FL 33534 St. Augustine, FL 32095 Advanced Roofing. Inc I Proposal Package E -Verify: Employer Wizard - Company Information Page 1 of 3 E -Verify Welcome = MENU Rose Brlttaln Company Information Company Mame Advanced Roofing Inc. Company ID Number 175608 Doing Business As (DBA) Name DUNS Number 112954359 Physical Location Address 1 1950 NW 22 Street Address 2 City Fort Lauderdale state FL Zip Code 33311 County BROWARD Mailing Address Address 1 Address 2 City https://e-verify.uscis.gov/web/EmployerWizard.aspx 2/4/2019 E -Verify: Employer Wizard - Company Information State Zip Code Additional Information Employer Identification Number 592360591 Total Number of Employees 100 to 499 Parent Organization Administrator Organization Designation Employer Category Federal Contractor with FAR E -Verify Clause Federal Contractor Category None of these categories apply Employees Being Verified All new hires and all existing employees assigned to a Federal contract View 1 Edit NAICS Code 238 - SPECIALTY TRADE CONTRACTORS Vises 1 Edit Total Hiring Sites 2 View 1 Edit Total Points of Contact 2 View 1 Edit View Original MOU Template Page 2 of 3 https://e-verify.uscis.gov/web/EmployerWizard.aspx 2/4/2019 .XPSR1ENCE MA'rTZRS. ADVANC=10D. R0raFING CC-CO24413 - ESTABLISHED 1983 COVER LETTER / MANAGEMENT SUMMARY Authorized Contact: Michael Kornahrens, MichaelK advancedroofin .com (954) 522-6868 ext. 1608 We are pleased to submit for your consideration this letter of interest for Roofing Replacement Contractors for Collier County. Advanced Roofing installs all different types of roofing and is approved with all the major manufacturers, offering 20-30 year NDL Material and Labor Warranties. Additionally, we have over 30 Term Contracts with various agencies in the State of Florida for Roofing Replacement/Repair Services and we are very familiar with this type of contract/work. Advanced Roofing, Inc. began in 1983 and has become south Florida's premier commercial roofing specialist. ARI is headquartered in Fort Lauderdale and has additional branches located in Sanford, St. Augustine, Tampa, Jupiter, Miami and Fort Myers. We have grown to be a full- service commercial roofing contractor consisting of a Service Department (providing repairs and maintenance), Metal Roofing Division, HVAC Division, a custom Sheet Metal Fabrication Division, Crane Division and Solar/Renewable Energy Division. Advanced hoofing, Inc. is a State Certified Roofing Contractor, General Contractor, HVAC Mechanical Contractor, and State Certified Solar Contractor. Working on occupied buildings is what ARI does. Performing re -roofs and repairs on holidays, off hours, or nights is standard operating procedure at Advanced Roofing. Our goal is to provide immediate response services without disruption to your facilities. We highly strive on our dedication to work place safety, protecting your assets and ours. Each site will have a customized safety assessment plan to protect your occupants as well as our roofing crews. We offer a wide variety of roof systems to fit your needs, and we are certified by every major material manufacturer to install the highest quality roofing systems with the best warranties. Our goal is to make the roofing process easy and hassle free for you, our customer. Roofing of occupied buildings is a highly technical process. Our experience constantly improves, from protecting the property, documentation, existing conditions, pre -construction, job meetings, code compliance, involving building departments, manufacturers' representatives, close out and getting other recommendations from you. Our roofing department has over 475 expertly trained Construction Managers, foreman, roofing mechanics and laborers. They are all intensively trained in roofing safety procedures. Our service department handles all major and minor problems that may occur on your roof quickly, efficiently, and at a reasonable cost. With 55 service trucks on the road in Florida an over 325 buildings, totaling over 9 million square feet of roof, under Advanced Roofing's Proactive Maintenance Agreement, our commitment to service speaks for itself. Advanced Roofing's dedication to clients has allowed Advanced Roofing to grow, expand, and service the roofing needs of some of Florida's biggest businesses, government entities, schools, and more. www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 221,d Street I Fort Lauderdale) Florida 33311 F%pgRIENCE MAT`rHJ?8, ADVANCED I OOFINGA CC -0O24413 ESTABLISHED 1983 You can count on ARI to bring our 35 years of impeccable service along with our outstanding safety record throughout every phase of the project. You can expect constant communication, excellent workmanship and superior service from start to finish. Any challenge is an opportunity for us to bring a solution. From the time you sign with us, we've got it all covered. When we say we'll do something, you can swear by it. Advanced Roofing, Inc. does not routinely utilize subcontractors. Over the past 35 years, Advanced Roofing, Inc. has put money back into the company and community. • We have our own fleet of vehicles that include trucks, cranes, semi -tractor trailers, hydro, tower crane, equipment and dump trucks to haul our roofing debris. This allows Advanced Roofing, Inc. the control of having trailers at our disposal when we need them and therefore allows for a smoother project. • We also have our own state -licensed Air Conditioning Division —This again allows us to coordinate the shutdown and raising of the air conditioning units on the roof. • Lightning Protection Division • In-house Sheet Metal Division —where we fabricate our own metal. • We are a licensed General Contractor—which allows us to handle small contracting items on the roof. • Certified Solar/PV system installer for renewable energy projects. When a project calls for subcontractors to perform work that we are not licensed to perform, qualified subcontractors which are most competent and ready to complete the necessary to meet schedule will be selected. *Advanced Roofing, Inc. actively participates in minority and/or small disadvantaged business contracting and utilize whenever possible. PROJECT REFERENCES Contact Person: Tim Woodruff Name of Firm: School District of Palm Beach County Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: Tim.WoodruffLa palmbeachschools.ore Phone: (561) 687-7046 / (561) 722-1803 Date of Service: 25 years Cost of Service: $28,000,000.00 over the past 25 years— Hard Bids & RS means Contact Person: Jouvens Adrien Name of Firm: Broward County/Port Everglades Scope: Roofing Services — fort Everglades & Other Broward County Entities (NSM) Email: iadrienO)broward.org Phone: (954) 468-3500 Date of Service: Since 2010 Cost of Service: $800,000.00 over the past 9 years www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street f Fort Lauderdalel Florida 33311 gxPERIENCE MATTER,,. ADV ANCED0F!NGCC-CO24413ESTABLISHED 1983 CERTIFIED MINORITY BUSINESS ENTERPRISE Advanced Roofing, Inc. is not a Certified Minority Business Enterprise certified with Florida Department of Management Services, Office of Supplier Diversity. We do however work regularly with Minority Contractors. Please see our business plan below, MINORITY, SMALL & DISADVANTAGED BUSINESS PLAN Advanced Roofing actively participates in meeting or surpassing the percentage goals of the M/WME, SBE and DBE programs. We are committed to having strong working relationships with certified M/WBE, SBE and DBE contractors. With over 30 term contracts established with clients we have been serving for over a decade, Advanced Roofing, Inc. makes every effort to incorporate disadvantaged, small, minority or women -owned businesses in our construction plan. As a result of our excellent working relationship with a sizeable pool of licensed and approved M/WBE, SBE and DBE contractors throughout the state, Advanced Hoofing is able to call on these contractors as needed. Just as we provide our services on time and on budget, we expect the same performance from our M/WME, SBE and DBE contractors. www.advaricedroofi'ng.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street 1 Fort Lauderdale] Florida 33311 BUSINESS PLAN / COMPANY OVERVIEW Advanced Roofing, Inc.'s methodology and approach is unique in its structure because our set up is based on 35 years of real-life experience within the roofing industry. We have the capacity of tailoring our system to the needs of the project regardless of the size and contract requirements. Pre -job planning, documentation and communication are key to our operations and success for handling multiple projects simultaneously. In order to execute the project in a timely, cost-effective and quality manner, we invest quality time with our full team of Estimators, Engineers, Project Managers and Construction Team prior to commencement of all our field operations; again regardless of the size of the project. The process of prioritizing projects starts in the project planning phase. Our pre -project planning process is quite extensive. The entire team must understand all phases of the project in order to maintain an efficient line of communication throughout the project. Each member is provided with a project binder with includes the following information: • Contact Names and Numbers • Emergency Procedures • Scope of Work, Project Plans/Specifications • Material Listing, MSDS Sheets • Project Schedule • Permit Information Our Project Team assembles once a week or as needed to discuss project status and if necessary, effect any changes that may be required to maintain efficiency and schedule. Each member is equipped with cellular phones with email access to maintain communication at all times. Training of our field and office personnel is ongoing and is accomplished through on-site hands-on training classes provided by the various manufacturers we are approved by. The field staff and apprentices go through a three-year training program The President and Vice President attended a TQM class developed by the National Roofing Contractors Association through the University of Chicago Business College. Our Executive Management Team meets twice a month with a two hour "huddle" meeting and once a month for an all -day executive meeting off site. Advanced Roofing, Inc. also has a full fleet that consists of dump trucks, cranes, boom trucks, flat beds, kettles, and more. By offering these services in-house, we're able to provide our customers more for their money. And that's one of our professional solutions. We use various computer based applications for tracking a project form the inception of the project to its completion. We have developed our in-house software "RFP Manager" for tracking all in -coming projects. We also utilize Roof Express, CAD Program, Spitfire Project Management Software, and Salomon Accounting Software. Experience in handling crew loading and coordinated construction scheduling: The V.P. of the Roofing Division assigns a Project Manager to the project and the job is added to the Foreman Schedule. He then assigns a Construction Manager, Foreman, and roofing crew to the job and schedules a start date. The assigned Project Manager and Construction Manager visit the job site and confirm the job specific details. Projects are i scheduled at least three weeks in advance so the Foreman, Construction Manager and Project Manager are on the same page. Our Spitfire software provides reports that are reviewed every Monday with the whole project management team and the Owner. Advanced Roofing's experience has led it to have the fastest turnaround of permits, which allows us to begin the job on time and on budget. We have grown to be a full-service commercial roofing contractor consisting of a Service Department (providing repairs and maintenance), Metal Roofing Division, HVAC Division, a custom Sheet Metal Fabrication Division, Crane Division and Solar/Renewable Energy Division. Advanced Roofing, Inc. is a State Certified Roofing Contractor, General Contractor, HVAC Mechanical Contractor, and State Certified Solar Contractor. Advanced Roofing can handle all of your roofing needs from start to finish with our extensive team and in- house divisions negating the need to outsource work. Our roofing department has over 475 expertly trained Construction Managers, foreman, roofing mechanics and laborers. Advanced Roofing, Inc. does not routinely utilize subcontractors. Over the past 35 years, Advanced Roofing, Inc. has put money back into the company and community. ■ We have our own fleet of vehicles that include trucks, cranes, semi -tractor trailers, hydro, tower crane, equipment and dump trucks to haul our roofing debris. This allows Advanced Roofing, Inc. the control of having trailers at our disposal when we need them and therefore allows for a smoother project. • We also have our own state -licensed Air Conditioning Division —This again allows us to coordinate the shutdown and raising of the air conditioning units on the roof. • Lightning Protection Division * In-house Sheet Metal Division —where we fabricate our own metal. ■ We are a licensed General Contractor —which allows us to handle small contracting items on the roof. • Certified Solar/PV system installer for renewable energy projects. When a project calls for subcontractors to perform work that we are not licensed to perform, qualified subcontractors which are most competent and ready to complete the necessary to meet schedule will be selected. *Advanced Roofing, Inc. actively participates in minority and/or small disadvantaged business contracting and utilize whenever possible. If subcontractors are being utilized, the project schedule is coordinated by the Project Manager with the subcontractor. Our Staff Accountant reviews the subcontractor's insurance and paperwork to confirm they compliant with our policies and will be eligible to perform work on ARI jobsite. Project Manager prepares a Subcontract Agreement and Schedule of Values for them. The Project Manager then meets with the Construction Manager to finalize the schedule criteria for the subcontractor to begin work at the job site. W- N T snag �v m C�1 vNu•� 3y mcf� v wo 3 a �n a �GW'fs n a 3 a 0 3° n epi 3 7 czi v° ria n G�1 �—' N W h+ 7 IG N � a 'e m c�n1 QA O g m �+ G d p 1 d m ^� O i p �� o a m 3 a W 9,� 90 W� W �0W m m r w 9 a d d S V ~ d N N g O O O O O piWp O A O A O N O N N N N N O 4A M w N N d d I- CL I+ N W F+ o o o o a n a n o. c. a n a o 0 0 0, ren p�vr� 0 c 0 m A A °�+' O N 3 a O rco CL p to I to w to 4a ia to a tA PA 7 A m a R o 31 Z g" N c z c N A A to w a r a c a� � n � y a Ip A �i 31 Q u hal V r m n Z n 0 Ln m C r m o C o o ro o a m o C p o en o 9 R, 3 s m 0. c a d Bei r n Gz1 v o� y G w� o° �i r n v a r Gz1 7 MIS m m m m c 4� N S_ a `MND C 9 o gi Q m RL A d ro d 3 3 7 m 07 A 7 Q CGl 7 T 7 T IN7 iii y� n °_ •i ro m1 N roS gN o 3 3 ro av 3 3 V CL n n IG o R 0 0 �p N SvA m 17 A O � ~O N O m N a 1n % N °' M N O 06 N Vt N ul N C Q' O O O O C a eroi n a a n el C N T Vl -ii 7 Imp N w In R O A N C c ^� `O a\i 7 oao �" C fp v 7 r �s 40 mm a Lam' w % w in w w hal V r m n Z n 0 Ln m C r m 17'NY' i 1F�q 9 a �' ym1 6 V n T 3 3 CC cL . 0 � f° �c 4 � ^ u��. � l C 17y0 � j W S ,�. Al� 3 G] 4 s T S S' r ti 7 C p 4j ya S �O S 7. 0 n .O (� �^ pqA S W G) 9 9'i O �➢ 1C.. n_ �O �O ry ^^ � m tiir 9 e <sa o a CL in LO o c v N m =- m �i a w$ m o Y m v v m QO , m m 9 r3 m io m 9 r�.� A m m m m 3 J y ma mo a r mcOaQ 0 A �n ti rZ n m m 7 { 0. T Gi 7 N a �1 m 1 Q 3 3 N �n 7 'a' m m �o N N m m am To aw�° 000;�3� 0 3 M v �o Y Y W Y VI VI VI N W V1 O w W YI w Y O vi W YI p CL 0. O_ a m m d N IL y 0. C36a. 0. O 6 0. d 0. C w � m > > c a. m Q ;t co to m ; 1gti Y re O c 7 N 7. 2 m 1. m p �. 7 0. Y 7 Y p ` W fJl � � ►+ � � � N � � � � p � p W 10 O a ID IYO W F_+ w y Q d F F m ti � a a ag 33 d S L li 4 el u '.A A b W a +� 9 FXpERIENCE MATTERS. ADVANCED J 0 FI N G.= ESTABLISHED 1988 Policy Regarding Quality Control and Quality Assurance Roofing and Sheet Metal Operations Our mission is to provide quality roof installation along with service and maintenance of existing roof systems to the degree of exceeding customer expectations, manufacturer requirements, code enforcement, and industry standards. We not only strive to exceed requirements and expectations in the installation of the roof system but also in customer service. Quality control and assurance is built into the culture of Advanced Roofing. Upon request for proposal we educate ourselves to the client's needs and expectations to provide the best value to the client, We perform thorough site visits, condition reviews, and cost analysis. This is all compiled and then communicated with the client to provide the client with the best possible roof system to suit the client's needs. Upon award of a proposed project, we conduct thorough handoff meetings with our estimator to production department representatives to insure that all specific information for the project is communicated accurately from the proposal process to the close out process. There are project manuals that are composed and given to the project manager, construction manager, and site foreman. This insures that the project information stays integral throughout the process from start to finish, If possible, site meetings are scheduled with the client and our construction manager and site foreman to review all project information. www. advancedMofn�. com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22ntl Street I Fort Lauderdale I Florida 333111 LIC #CCCO24413 EXPERIENCE MATTERS, ADVANCED — R ©D F! N G.= ESTABLISHED 1983 The site foreman is a non -working foreman whose focus is in insuring that the project requirements are being followed as planned. In the event that an unforeseeable event or condition occurs, the site foreman works with the construction manager to insure lines of communication remain open to the client so that any actions required can be communicated quickly and efficiently. It is the foreman's primary duty to insure the installation of the roofing system is being installed at a professional and beyond expectation manner. The foreman has the authority to make corrective actions if needed. This individual conducts daily testing such as field cuts to insure that the installation conforms to the manufacturer, code enforcement, industry standard, and contractual requirements. We conduct routine and thorough training classes with all of our technicians. These classes are "in house" as well as third party taught classes. We believe that providing the routine training to our employees results in a more complete technician who employs the best practices for roof installation. It is important to us that our employees are provided with the best industry practices along with the most current product and technological methods. Including safety training, NRCA industry standard training, and manufacturer installation training. The construction manager is the next line of accountability for insuring that all facets of the project are being processed correctly. The construction manager routinely inspects the ongoing installation for conformance to all code, industry, manufactiuer, and contractual requirements. This representative has the authority to alter, stop, or remove and replace sub -par installation. The construction manager insures that all logistics for the project are handled to minimise any impact to customer's daily activities or operation. The construction manager will conduct daily inspections of the project to insure the installation is being provided per requirements. Daily photographs and a daily report confirming that these requirements are being achieved is documented. A weekly meeting is held with this level of management to review ongoing installations and insure that all work installed is being performed per Advanced Roofing and Florida Building Code requirements. A project manager is assigned to each project. This individual will conduct random site visits to confirm that all contractual requirements, along with quality control requirements are being provided. www.advancednwfing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 MN 2214 Street I Fort Lauderdale I Florida 333111 LIC #CCCo24413 F%pF-RiENCE MATTERS. ADVANCED — ROOFING= ESTABLISHED IOBB We employ a quality control manager. This representative provides another independent view and perspective for insuring that our installations are meeting and exceeding all requirements. This individual works with field technicians during ongoing installations to provide guidance, field demonstration, requirement accountability, and training. In process inspections are conducted routinely by this individual to insure the installation is being provided at the highest level of workmanship. These inspections are conducted separate from production demands with focus directed strictly on quality of installation. Any deficiencies noted during such inspections are communicated to the construction manager and site foreman along with remediation efforts to assure that the installation is the best possible quality. Deficiencies can apply to product manufacturer requirements, code enforcement requirements, contractual requirements, and industry standard requirements. In addition, we have a full-time safety officer that attends all job sites at the pre - construction meeting as well as random visits to ensure that we are in compliance with all safety requirements and that our employees are working as safe as possible. This individual will review the foreman's daily safety ( tool box talks) meeting notes and log to insure that safety is routinely discussed and practiced among our employees. This individual provides routine safety training to all of our employees. Our foremen are CERTA trained and certified. Our foremen and construction managers are all OSHA 30 certified. We rely in great part on our reputation as a quality driven company to insure future business from satisfied clients and their recommendations. It is paramount that to us that all facets of our business operate with a mind set that exemplifies quality. We request that at the end of all projects that our customer review with our construction manager a brief survey to review that customer satisfaction has been achieved. We use any information or suggestion received to increase our offering as a business that provides the ultimate in quality installation and customer service. www.advancedrooflng. com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street 1 Fort Lauderdale I Florida 333111 LIC #CCCO2"13 &(PERIHNG9 MATTEIZg_ ADVANCED ROOFING? At Advanced Roofing, Inc., safety is our top priority. We are committed to having a safe and healthful workplace. By providing an environment that is free from recognized hazards we are able to protect our most valuable resource, our employees. In order to strengthen our commitment, we currently have three Safety Coordinators and a Safety Director. Our safety department is dedicated to the following Training All new hires must successfully complete our safety orientation. The safety orientation includes a comprehensive course on fall protection, hazard communication, personal protective equipment, Fire Prevention and Protection, Ladder Safety and What to do if you're injured. After successfully completing the new hire orientation employees are given personal protective equipment and a safety vest. The vest must be worn at all times during the first 90 days of employment. By identifying new employees we are able to provide them with the extra coaching and attention that is necessary to achieve safe habits. Continuous training occurs throughout the year in the form of department stand downs, scheduled trainings, weekly tool box talks, Job specific safety training (CERTA, Respirators, Confined Space, Lock out Tag Out, etc.), Powered Industrial Trucks (Class I, IV, V, and VII), Aerial Lifts (Boom, Scissor), Propane safety and many more. Our Foremen and Construction Managers have successfully completed the 1925 OSHA 30 Hour Course. Our Safety Director is an outreach trainer for the OSHA 10 & 30 Hour (OSHA 500,510,511), Powered Industrial Trucks Trainer (Class I, IV, V, and VII), Aerial Lifts trainer (Boom, Scissor), Certified CPR and First Aid Trainer, Asbestos Removal Competent Person and Certified CERTA trainer. Pre -Construction and Mobilizing A pre -construction meeting is held for all jobsites. A representative of the safety department is required to attend the pre -construction meeting. Prior to the meeting a walkthrough occurs that includes the Safety Representative, Vice President of Construction, Project Manager, Construction Manager and Foreman. During the walkthrough the construction process is discussed along with all foreseeable safety hazards. A fall protection plan is communicated and agreed upon. A Site Specific Safety Plan (SSSP) is created based on the preconstruction walkthrough. The SSSP includes the fall protection plan, emergency contact numbers, nearest hospital, evacuation plan, job specific hazards, etc. When the SSSP is approved by the Safety Director it is distributed to all parties involved including the client. On the day that mobilization takes place a Safety Coordinator will be present to assist with safety compliance. The safety coordinator will ensure that all hazards are identified and communicated to all affected parties. This includes the method of controlling or eliminating the hazards. Lastly, all Safety Data Sheets are communicated for the materials on site. E%pER1ENCE ]MATTER$ ADVANCED RDDFINGA Compliance Our Safety Department is responsible for ensuring compliance with all Federal and State safety standards. We achieve compliance by performing daily unannounced jobsite safety evaluations. The JSE's are conducted by the safety coordinators with the cooperation of the site foreman. As part of our commitment to safety at all levels, we also require our Construction Managers to complete a weekly site safety evaluation. The results of all job site safety evaluations are shared with the safety committee. When required, a site safety stand down will occur if Advanced Roofing safety standards are not being met. Policies and procedures are in place to discourage unsafe behavior that may lead to a near miss or workplace injuries. Employee Participation Safety Meetings are held once a month with every department. Ideas for improvements are discussed along with positive feedback for safe behavior. In addition to department safety meetings, a Safety Committee Meeting that includes the President, Vice Presidents and Managers is held on a Bi -Monthly basis. The Safety Committee discusses workplace injuries, root Cause, relevant safety topics, problem solving, Lessons Learned, employee feedback, employee needs, How we can improve amongst other topics. Safety Performance Safety Department Safety Director 2019 2018 2017 Experience Modification Rate Jorge Reyes Safety Coordinator Sam Hernandez 58 .68 .64 1.0 = Average amongst industry Safety Department Safety Director Bryan Cardona Safety Coordinator Darwing Silva Safety Coordinator Jorge Reyes Safety Coordinator Sam Hernandez a` c IA a LA pv 41 3 s O a�psg asgilea �n „, r as i m a ? ' n 4A O r � � 6 IF Fr Ga t a` c IA a EXPERIENCE & CAPACITY OF THE FIRM Subcontractor Qualifications Advanced Roofing, Inc. does not routinely utilize subcontractors. Over the past 35 years, Advanced Roofing, Inc. has put money back into the company and community. When a project calls for subcontractors to perform work that we are not licensed to perform, qualified subcontractors which are most competent and ready to complete the necessary to meet schedule will be selected. Potential Subcontractors are go through an extensive prequalification process with Advanced Roofing to determine their capabilities, past performance and financial strength in providing their services. If subcontractors are being utilized, the project schedule is coordinated by the Project Manager with the subcontractor. Our Staff Accountant reviews the subcontractor's insurance and paperwork to confirm they compliant with our policies and will be eligible to perform work on ARI jobsite. Project Manager prepares a Subcontract Agreement and Schedule of Values for them. The Project Manager then meets with the Construction Manager to finalize the schedule criteria for the subcontractor to begin work at the job site. Roofina Contractor's Various Team Members & Sample Proiect See Evaluation Criteria No. 5: Specialized Expertise of Team Members Proof that we are licensed & insured in the State of Florida See Licenses & Sample Certificate of Insurance provided with bid forms. Industry Awards & Recognitions See list of awards included in additional documents at end of bid package. Reference Forms for Similar Projects See reference forms included after this page. List of Owned Equipment & Machinery See list of Equipment included in additional documents at end of bid package. List of Manufacturers our Firm is Authorized & Approved for Warranty Repair & Installation See list of manufacturers included in additional documents at end of bid package. Ci�Ccmmty lar Admirre Services Departfttient Procurement Services Msion Reference Questionnaire Solicitation: 19-7539 — Roofing Replacement Contractors Reference Questionnaire for: Advanced Roofing, Inc. (Name of Company Requesting Reference Information) Michael Kornahrens (Name of Individuals Requesting Reference Information) Name: David Smith Company: City of Fort Lauderdale (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: DSmith@FortLauderdale.gov FAX: 954 828-5650 Telephone: 954 257-9375 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the frm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: City of Ft. Lauderdale — City all Roof Replacement Completion Date: January 5, 2015 Project Budget: $386,047.50 Project Number of Days: 55 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Oiler county AdmiDeMbrant Procurement Services Divgion Reference Questionnaire Solicitation: 19-7539 —Roofing Replacement Contractors Reference Questionnaire for: Advanced RoofTg, Inc. (Name of Company Requesting Reference Information) Francisco Guzman (Name of Individuals Requesting Reference Information) Name: Lionel Brown (Evaluator completing reference questionnaire) FAX: NIA Company:Broward County Aviation Dept. (Evaluator's Company completing reference) 498-6509 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Ft Laud. Airport- Sgcun Me. Roof Repairs Completion Date: January 8. 2019 Project Budget: $167.988.35 Project Number of Days: 20 Item _ Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS .SO�Ccumty Administrative services DeMtnent Procurement services Division Reference Questionnaire Solicitation: 19-7539 — Roofing Replacement Contractors Reference Questionnaire for.- Advanced or:Advanced Roofing, Inc. (Name of Company Requesting Reference Information) Jason Carruth (Name of Individuals Requesting Reference Information) Name:David Fancher (Evaluator completing reference questionnaire) Email: 2.fl.us FAX: NIA Compariffolusia County Schools (Evaluator's Company completing reference) 386-947-8786 ext 50823 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing khat you were very unsatisfied (and would never hire the firmlindivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Sweetwater Elem School — Roof Replacement Completion Date: Fgbivar24, 2016 Project Budget: $909,120.00 Project Number of Days: 150 Item I Citeria Score 1 2 Ability to manage the project costs (minimize change orders to scope). Ability to maintain project schedule (complete on-time or early). 3 Quality of work 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort IeveI with hiring the company in the future (customer satisfaction). TOTAL SCORE OF .ALL ITEMS Ca >te�' County sem oepx PmMsemed semces oavmian Reference Questionnaire Solicitation: 19-7539 — Roofing Replacement Contractors Reference Questionnaire for: Advanced Roofing, Inc. (Name of Company Requesting Reference Information) Ronney Taveras (Name of Individuals Requesting Reference Information) Name: Adrian Morse,Construction Inspector Company: School District of Palm Beach County (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: adrian.morse@palmbeachschools.orgFAX: NIA _ Telephone: 561-370-5043 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the fiirm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Waters Edge Elementary re -roof Completion Date: 8-31-18 Projeet Budget: $64,497.50 Project Number of Days: 47 Item Citeria Scow: 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction), TOTAL SCORE Ob' ML TTJZMS Ci0 7�C-0� Adrnirirs�ative Services Deparfirient Prowrement Services division Reference Questionnaire Solicitation: 19-7539 -- Roofing Replacement Contractors Reference Questionnaire for: Advanced Roofing, Inc. (Name of Company Requesting Reference Information) Michael Kornahrens (Name of Individuals Requesting Reference Name: Bob Romeo (Evaluator completing reference questionnaire) Email: FAX: NIA Company: City of Sunrise (Evaluator's Company completing reference) 846-7404 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to 10, with 10 representing that you were very satisifed (and would hire the fumlindividual again) and 1 representing that you were very unsatisfied (and would never hire the firmlindivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: City of Sunrise — Civic Center_ Roof Replacement Completion Date: Januarx26, 2015 Project Budget: $222,818.74 Project Number of Days: 42 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS EXPERIENCE MATTERS. A DVA N C E D I O D I= I N G CC-CO24413 ESTABLISHED 1983 SPECIALIZED EXPERTISE OF TEAM MEMBERS In our industry, it's not just how the job's done; it's who the people are, doing it — their skills, their involvement, and their professional demeanor. Hundreds of dedicated individuals make up the team at Advanced Roofing, and not only do they want your respect, they want you to like them. "Nice" is important to us; as is "courteous, efficient, exacting, honest, ethical, flexible, accommodating, logistical, and knowledgeable." Proposed Project Team -Office Staff Name and Title Years with this Experience Size of Education/Active Other Relevant Firm/Other Firms Projects (dollar Registrations Experience value & sq. ft. of project) Robert P. 35 years with $5,000 to over BS in Business Founding Kornahrens, Advanced Roofing/ $10m / Size of Admin/TQM member of President/CEO 10 years with Triple project: 5,000 SF to Graduate holds both RoofConnect & M Roofing over 1,000,000 SF a GC & Roofing Chairman of license in the state of the S.W.A.T Florida/Dale Carnegie team Leadership Training Michael 20 years with Dollar value- 5,000 BA in Management Michael is Kornahrens, Advanced Roofing to over 10 million/ and Marketing, responsible for Vice President Size of Project- Florida Atlantic overseeing the 5,000 s/f to over University/ Florida operations and 1,000,000 s/f roofing contractors management license of all divisions. Guy Campbell 24 years with Dollar Value — Construction Specialized in Senior Estimator/ Advanced Roofing/ 5.000 to over 10 Management Classes estimating and Project Mgr. 9 years with Mayo million / Size of at Broward College project Roofing, Inc. Project — 5,000 s/f management to over 1,000,000 of government s/f and school projects Clint Sockman, 10 years with Dollar Value — BA International Clint has been Vice President Advanced Roofing/ $5,000 to over Business / Holds the one of the 7 years with Meade $10m /Size of Solar License in the senior Construction Project — 5,000 SF State of Florida estimators/ to over 1,000,000 project SF managers for the past 9 years and is the VP of the Renewable Energy Division wwwad vane dro ofing. com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22°d Street Fort Lauderdale] Florida 33311 EXPERIENCE MATreRa. ADVANCED R 00FI'NG= CC -0024413 ESTABLISHED 1983 Name and Title Years with this Experience Size of Education/Active Other Relevant Matt Ladd, Vice Firm/Other Firms Projects (dollar Registrations Experience President of Advanced Roofing value & sq. ft. of OSHA Card / Local 57 Award of South Construction project) Roofers Union -1984- Atlantic Region, Todd Avery, 2 years with Dollar Value — Associates in 30 years in the Senior Project Advanced Roofing $5,000 to over Business roofing Manager 16 years with $10m / Size of Management industry, Construction Advanced Roofing Project — 5,000 SF Associates Degree- oversees all Manager to over 1,000,000 Youngstown Ohio / project SF OSHA card / managers Clay Thomas, 5 years with Dollar Value — BS Civil & 3'a generation Statewide Service Advanced Roofing / $5,000 to over Architectural roofer. Manager 10 years with Best $10m / Size of Engineering, Master Oversees all Roofing / 15 years Project — 5,000 SF in Business service with other to over 1,000,000 Administration. operations. construction SF Holds a FL companies Roofing & GC License. Jessica 18 years with Dollar Value — BS in Business Holds a FL Kornahrens, Advanced Roofing $5,000 to over Management & Roofing License Project Manager $10m / Size of Psychology. FL & NC GC Project — 5,000 SF Roofing License & NC License. to over 1,000,000 GC License. SF )roposed Proiect Team -On -Site Staff Name and Title Years with this Firm/Other Firms Experience Size of Projects (dollar value & sq. ft. of project) Education/Active Registrations Other Relevant Experience Matt Ladd, Vice 32 years with Dollar Value - High School Graduate / NRCA-MVP President of Advanced Roofing $5,000 to over OSHA Card / Local 57 Award of South Construction $10m / Size of Roofers Union -1984- Atlantic Region, Division Project- 5,000 SF to 1987 Journeyman 2002 Graduate over 1,000,000 SF David Baytosh, 16 years with Dollar Value - High School Graduate / Registered Construction Advanced Roofing $5,000 to over Associates Degree- Installer-AGT Manager $10m / Size of Youngstown Ohio / Unisolar Project- 5,000 SF to OSHA card / Photovoltaic over 1,000,000 SF Apprentice Program Roof Panels for International Roofers www.advancedrooring.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22"d Street I Fort Lauderdale Florida 33311 CC-CO24413 EXPERIENCE MAT'TER8. ADVANCE`? N ZRID3DFINGA ESTABLISHED 1983 Faustino Perez, 14 years with Dollar Value - High School Graduate / Associations Construction Advanced Roofing $5,000 to over OSHA card / Safety include FRSA Manager $10m / Size of Training National and NRCA. Project- 5,000 SF to Council C.P.R. & First over 1,000,000 SF Aid, Working Management Series Bryan Cardona 6 years with Dollar Value - High School Graduate / Over 8 years of Advanced Roofing $5,000 to over OSHA Authorized OSHA training. $10m / Size of Construction Trainer / Leads all Project- 5,000 SF to Various OSHA company safety over 500,000 SF Construction Safety & operations. Health Certifications Francisco 4 years with Dollar Value - High School Graduate / Overees Daily Guzman, Advanced Roofing $5,000 to over US Army/ OSHA card / Operations of Service Manager $10m /Size of Apprentice Program the Service Project- 5,000 SF to for International Dept. over 500,000 SF Roofers SAMPLE PROJECT Fort Lauderdale Airport —Security Bldg. Repairs 100 Terminal Dr., Fort Lauderdale, FL 33315 Project Manager: Francisco Guzman Contract Amount $167,988.35 Completion: 01/08/2019 Duration of Project: 20 days Contact: Lionel Brown Company: Broward County Aviation Dept. Email: librown@broward.ore Phone: (954) 498-6509 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street , Fort Lauderdale) Florida 33311 r,)CpERJENCE MA*r 4jgS. ADVANCE© 1 ROCIFIN 4 CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME Robert Kornahrens CEO, President Founder of Advanced Roofing Inc. and oversees all company operations. EXPERIENCE Rob Kornahrens is a leader in the commercial roofing industry for more than 40 years. Before starting Advanced Roofing in 1983, he worked with Triple M Roofing Corporation in New York. During his tenure at Triple M, Rob held numerous field positions and was eventually promoted to Branch Manager where he was responsible for opening and operating new branches in both Atlanta and Fort Lauderdale. EDUCATION B.S. Degree in Business Administration from University of Arizona, 1979 ASSOCIATIONS The Executive Association of Fort Lauderdale- Past President WinterFest Board of Directors -Chairman Construction Executive Association- Past President Broward Workshop RoofConnect founding Member/ Chairman of the S.W.A.T. Team NRCA— National Roofing Contractors Assocation Center for Environmental Invention in Roofing Board Member TEC Group -12 year member FRSA— Florida Roofing & Sheet Metal Association RCASF LICENSES Roofing Contractor #CCCO24413 General Contractor #CGC1507377 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street i Fort Lauderdale Florida 33311 5xPERIENCE MATTdZRs. ADVANCED AM ROOFINC 9 CC-CO24413 ESTABLISHED 1983 Michael W. Kornahrens Vice President/Advanced Roofing & President of Advanced Green Technologies EXPERIENCE Advanced Green Technologies President: 2008 -Present As Co- Founder and President of Advanced Green Technologies, Michael Kornahrens develops and implements strategies, relationships and standards for the organization in the United States and Canada. His experience includes developing solar rooftop and ground mounted designs, coordinating subcontractors, and managing solar system installations. To date, Michael is responsible for successfully completing more than 250 Megawatts of renewable energy projects in North America and the Caribbean, and is a driving force behind why Solar Builder Magazine has chosen Advanced Green Technologies as a Top Solar Contractor in North America 2012-15. Advanced Roofing Inc. Metal Roof Division Manager: 2000 - 2007 Prior to joining Advanced Green Technologies, Michael was a Manager of the Metal Roof Division at Advanced Roofing Inc. Advanced Green Technologies is a sister company to Advanced Roofing. Advanced Roofing is ranked as the largest commercial re -roofing company in Florida and top 10 in North America by Roofing Contractor Magazine. During his time at Advanced Roofing, Michael managed large-scale commercial re -roofing projects and was responsible for more than $20 million in revenue growth between 2007-2009; an increase of 200% in two years. EDUACATION B.S. Degree in Business Administration from Florida Atlantic University • Florida Roofing Contractor License www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale) Florida 33311 ExPEFEIRMCE MAr7p4RS. ADVANCES A ROOFIING X CC-Co24413 ESTABLISHED 1983 PERSONAL RESUME ILI Clinton A. Sockman, CSI, CDT Vice President of Business Development & Renewable Energy Clintjoined Advanced Roofing in June 2004 as an Estimator and Project Manager. Through his extensive knowledge and expertise in solar photovoltaic roof systems, he was promoted to Vice President of Renewable Energy and oversees all of our solar projects. Mr. Sockman is responsible for all aspects of ARE's daily business including business development, design and engineering, product selection, overseeing project management staff, and high level operations supervision and directions. EXPERIENCE Over 15 years in commercial, industrial and government related roofing industry. Coming from a strong commercial roofing background Mr. Sockman brings over twelve (12) million square feet of successful commercial roofing project experience and over three (3) megawatts (mW) of successful photovoltaic installation experience valued at over $70M dollars to the Advanced Renewable Energies team. EDUCATION University of Cincinnati, Information Systems with minor in International Business LICENSES • State of Florida Certified Solar Contractor: CVC56792 • State of Florida Certified Roofing Contractor: CCC1329557 • State of Florida Certified General Contractor License # CGC1521128 • NABCEP License #PV -101913-002781 ACCREDITATIONS North American Board of Certified Energy Practitioners (NABCEP) Certified Installer Occupational Safety and Health Administration (OSHA) 30 HR Certified Construction Specifications Institute Construction Documents Technologist (CDT) American Society of Professional Estimators Solar Energy International — Solar Electric Grid Direct Design Baker Communications: Win -Win Negotiations for Purchasing Foster Learning: Working Sales and Management Series Center for Customer Focus: Dynamics of Customer Focus www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale Florida 33311 C.XF`�RI��1C6 MAi"E'Q�S. ADVrANG G M R1030 IN CC-CD24413 ESTABLISHED 19$3 PERSONAL RESUME CLAYTON THOMAS Statewide Service Manager 3rd generation roofer. Pro -active and results oriented professional with broad experience in all types of phases of roofing and general construction. Leader, mentor and trainer with demonstrated hands-on management style. Solid planning and organizational skills in coordinating all aspects of project from concept to completion. Ability to see big picture and develop appropriate plan of action under pressure while meeting deadlines. Team player. Safety conscious (OSHA 30). Relationship builder. PROFESSIONAL EXPERIENCE Best Roofing Services, LLC, Fort Lauderdale - V.P. of Operations Restructured and managed Service Department through 1004 plus growth over a 3 year period, growing from 10 to 24 crews. Oversaw al HR functions of department. Managed in house training program and safety program. Manage implementation of FCS Business Operations software platform, including setup and personnel training. The Continental Group, Inc., Fort Lauderdale, FL — Quality Assurance Manager High rise Quality Assurance review to assure conformance to proper general maintenance and best practices. Develop training model for building engineers to enhance their skill sets, resulting in better management of clients' assets. Assisted individual properties with building construction project management. Coscan Construction, Hollywood, FL — Superintendent Responsible for construction logistics of sub -contractor and materials on two 50 story luxury condominium Cooper Consulting Engineers, Inc., Deerfield Beach, FL—Project Engineer Construction project management and project accounting for industrial, high end retail and residential development. Thomas Roofing Company, Deerfield Beach, FL —Owner EDUCATION BS Civil and Architectural Engineering — University of Miami Master in Business Administration — Nova Southeastern University LICENSES State of Florida Licensed general Contractor (CGC048700) State of Florida Licensed Roofing Contractor (CCC035612) Broward County Class B General Builder—Commercial (10-CGC-B-16719-X) CERTIFICATIONS Osha 30 — Certa Torch — Rigging and Signing — Fall Protection — CPR/First aid. OTHER Member of the Planning & Zoning Board, Deerfield Beach, FL www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street E Fort Lauderdale) Florida 33311 F,}LPE1J1F-NCE MA*r7EFtS. ADVANCED AlR©DFING 41 CC -0024413 ESTABLISHED 1983 PERSONAL RESUME J - -1 Todd Avery Senior Project Manager With nearly 30 years in the commercial roofing industry, Todd has developed a detail oriented, proactive approach to project management. Results are driven by planning, organlzation, and good communication with both the customer, and with other team members. Striving in high pressure situations, and problem mitigation, he continues to grow in his profession and as a mentor to others in this fast paced and challenging field. PROFESSIONAL EXPERIENCE CFS Roofing Services, Fort Myers, FL - Vice President of Estimating and Business Development Responsible for developing and building the sales and estimating department for a startup roofing company, and growing sales by nearly 600% in a period of just less than three years, while also serving as Operations Manager during his first year with the company. Supervision of the estimating and sales staff of the company. Was also responsible for developing relationships with many large General Contractors and Property Managers. Centimark Corporation, Birmingham, AL - Operations Manager Took the reins of a struggling region which included the State of Alabama, Southern Mississippi, and the Florida Panhandle. Developed the management and sales staffs in two offices, to grow annual revenues by 200% in his first year with the company, while building the operations department, and re -implementing processes and procedures established by the company. Crowther Roofing Company, Naples, FL - Branch Manager / Sr. Project Manager Responsible for all operations of branch office, while also functioning as a lead salesman and project manager. Having previously functioned as successful Senior Project Manager, was promoted to the branch manager's position, to teach and lead the staff of this branch office during a struggling economy. Baker Roofing Company, Norfolk, VA - Purchasing Manager / Project Manager Responsibilities included managing all purchasing and inventory operations for offices in Norfolk and Roanoke, Virginia. While assisting to develop the inventory and purchasing systems for the company. Project management included handling specification review and submittal procedures for all projects, while also managing staff members in both the warehouse and sheet metal departments. EDUCATION Commonwealth College, Richmond, Virginia Associate of Arts in Accounting, with an emphasis on Business Management Old Dominion University (School of Engineering), Norfolk Virginia Certificate of Study in AutoCAD Dale Carnegie Course, Fort Myers Florida Dale Carnegie Course— Served Twice as a Graduate Assistant NOTABLE PROJECTS North Cape Reverse Osmosis WTP, Cape Coral, Florida, Contract Value $ 2.2 Million, Completed October 2006 Everest WRF, Cape Coral, Florida, Contract Value - $1.2 Million, Completed June 2007 Island Coast High School, Cape Coral, Florida, Contract Value — $ 1.4 Million, Completed August 2007 Lee County Justice Center, Fort Myers, Florida, Contract Value— $1.9 Million, Completed May 2008 Progress Energy- Nuclear Power Plant, Catawba, NC - $ 850,000, Completed November 2012 Wells Fargo World Headquarters, Birmingham, AL—Contract Value $ 900,000 Completed September 2013 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1960 NW 22nd Street I Fort Lauderdale) Florida 33311 �RI�EFlIEh10E MA7'}"ERS. ADVANCED ROD NG 4 Nolk— CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME Guy Campbell Estimator / Project Manager Joined Advanced Roofing, Inc. in 1992 as a Project Manager. Guy specializes in estimating and project management of government and school projects in addition to large commercial and industrial jobs. Guy has become proficient in estimating and project managing all roof systems and types. EXPERIENCE 25 years in commercial, industrial and government related roofing industry. Guy began his career working for a general contractor in South Florida before entering the roofing industry with Mayo Roofing, Inc., out of Miami. EDUCATION Construction Management classes at Broward Community College www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street Fort Lauderdale] Florida 33311 1;?�PER1fr1C1= MAirTr};S. ADVANCED ING CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME Jessica Kornahrens Project Manager Jessica joined Advanced Roofing, Inc. in 2001. As a Project Manager, Jessica handles the management of multiple projects on time, within budget, and to the satisfaction of the client; from project turnover through project close out. She serves as a liaison to customers, consultants, architects, subcontractors and vendors. Secures all required Engineering and permitting; prepares submittals; negotiates, selects and coordinates subcontractors; orders materials; creates project books; administers job hand-off with Construction Managers; schedules and attends pre -construction meeting, reviews weekly job budgets and forecasts accordingly; prepares billings and change orders; and arranges warranty and close out documentation. EXPERIENCE During her tenure at Advanced she has held numerous positions in many areas of the company. She has learned all aspects of the business by starting out as a Receptionist, and working up to Office Manager and Contract Administrator. In 2006, Jessica was promoted to Project Manager and also became a State Certified Roofing Contractor. She also is the Qualifier for Advanced Roofing in the State North Carolina and Virginia. EDUCATION Bachelor of Science Degrees in Business Management & Psychology, Florida State University, Tallahassee, FL High School Diploma, Cardinal Gibbons High School, Fort Lauderdale, FL Florida Certified Roofing Contractor License # CCC1328111 North Carolina General Contracting (Roofing Classification) License # 66223 TOP FIVE ROOFING JOBS 1. Westin Diplomat - 174,500 square feet Soprema Modified Bitumen Re -Roof and Recovery Systems & Dow Corning Waterproofing Contact: Sharon Zamjoski, R.A., NCARB, Capital Projects Manager 2. School Board of Broward County -13 Schools totaling over 773,000 square feet Various Manufactures and Systems (Firestone Modified Bitumen, Englert Metal Standing Seam, GAF Shingles, Soprema Modified Bitumen, Johns Manville Modified Bitumen) Contact: Meghan Gallagher, SBBC Project Manager 1 3. Miami International Airport -Various Projects GAF Modified Bitumen Re -roofs, Tremco Waterproofing, Repair Contracts Contact: Tom Hart, Miami Dade Aviation Department, Project Manager 11 4. U.S. Citizenship and Immigration Services, West Palm Beach Office — 37,900 square feet Fibertite New Construction with Lightweight Concrete Pour Contact: Chad Moss, Moss Construction, Senior Vice President S. Kenland Walk IV Condominium Building 3 -18,500 square feet Koppers Coal Tar Pitch & Monier Tile Re -Roof Contact: Marina Paez, Secretary of the Board www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22n6 Street I Fort Lauderdale] Florida 33311 F,XP1R1F-NOF- MAIrTIERS. ADVANCED RD0F11NGX CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME Matt Ladd Vice President of Construction Division Joined Advanced Roofing, Inc. in 1987. Matt is in charge of the production, quality control and safe operation of the roofing, sheet metal, logistics, fleet and warehouse division. EXPERIENCE 29 years in commercial and industrial roofing industry. EDUCATION + Graduated from Lakes Region High School, Bridgton, Maine • Safety Trainings for Fall Protection, Aerial Platform Safety, Forklift Safety Training, NRCA Torch application course, National Council CPR and First Aid. • 10 Hours OSHA card + 30 Hours OSHA card Local 57 Roofers Union '84 -'87 -Journeyman • How to be a better communicator training -'94- Graduate • Dale Carnegie Leadership Training for Managers —'98- Graduate • Media relations training -'01- Graduate • NRCA-MVP award for South Atlantic Region -'02- Graduate ASSOCIATIONS • NRCA • FRSA TOP FIVE JOBS 1. Publix Supermarkets Florida State Contact: Chad Moss 2. Miami Dade Resource Recovery Facility 200,000 sq ft Contact: Antonio Guillen with Montenay Power Corp. 3. Stimpson Manufacturing Company 250,000 sq ft Contact: Scott Thomas 4. Sam's Club South Florida Contact: David Workman 5. Burdines/Macy's South Florida Contact: Bob Johnson with American Roof Technologies www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale) Florida 33311 ADVANCED )R©13F"INI31 CC-Cd24413 ESTABLISHED 1983 PERSONAL RESUME Davit! M. Baytosh Construction Manager David joined Advanced Roofing, Inc. in 2004 as a Construction Manager. He manages daily operations of several roofing crews, assisting them with troubleshooting unforeseen field conditions. His duties include supervising field operations, customer relations, quality control and material deliveries. EXPERIENCE David has over 29 years in commercial and industrial roofing industry. He began his roofing career with a home improvement company installing shingles in 1986. Next, he joined a large commercial and industrial roofing company based in Youngstown, Ohio where he began as a roofing apprentice and worked his way up to a project supervisor prior to joining Advanced Roofing, Inc., Versatile in numerous roofing systems, David is also knowledgeable of their respective manufacturer specifications. EDUCATION Youngstown State University, Youngstown, Ohio — Undergraduate Curriculum / 2 Years Graduate Ursuline Catholic High School, Youngstown, Ohio 30 Hours OSHA card 30 Hours OSHA card Safety Trainings for Fall Protection, Forklift & Mobile Crane Safety Training, NRCA CERTA Torch Application Course, Asbestos Removal, Hazard Communication, National Council CPR and First Aid. Apprentice Program for the International Roofers, Waterproofers and Allied Workers Roofers Union 1990 - Present Dale Carnegie Leadership Training for Managers, Registered installer —AGT Unisolar PV Panels TOP FIVE JOBS 1. School Board of Broward County / Various Schools totaling over 1,400,000 SF Contact: Meghan Gallagher, Project Manager II 2. Palm Springs Mile Shopping Center totaling over 650,000 SF Contact: Diana Marrone, Senior Vice President 3. Sun -Sentinel Newspaper totaling over 250,000 SF Contact: Daniel Reynolds, G. & E, Enterprises, Inc., President 4. Miami Herald Newspaper totaling over 105,000 SF Contact: Gus Perez, Director of Operations & Facilities 5. Miami International Commerce Center totaling over 780,000 SF Contact: Van L. Antle, Adler Management Services, Inc. Property Manager www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street! Fort Lauderdale) Florida 33311 F_XPF-R1 NCE MATTERS. AL`!�!A[!CEO RLiCIh"IiV� y CC-0O2440 ESTABLISHED 1983 PERSONAL RESUME Faustino M. Perez [Tino Construction Manager Joined Advanced Roofing Inc. in June of 2005. Tino being a Construction Manager is in charge of multiple projects as they are assigned to him. Tina has full responsibility of running crews, subcontractors, roofing sheet metal, logistics, materials and all labor cost associated with his projects. He is extremely knowledgeable with city and county inspections codes in order to achieve manufacturers' interim & final inspections. Tino is also responsible for his entire project close outs, he has full communication with the project manager & supervisor Matt Ladd constantly keeping them informed on project's outcome either on a daily or weekly basis. Tino has proven in all of his projects his 24 years of experience by running each project in the most professional way and cost effectiveness. For Tino safety is a must in all of his projects. Tino came overto Advanced Roofing Inc. from General Roofing Inc. were he work since February of 1984. EXPERIENCE 24 years in Construction, Residential, Commercial, and Industrial Roofing Industry EDUCATION • Attended middle and high school in Chicago • Graduated from Coral Gables Senior High Coral Gables, Florida • Safety training including fall protection, Arial lifts, forklifts • Safety training National Council C.P.R. & First Aid • 10 hour OSHA Card • 30 hour OSHA Card • Working Management Series • Steven Mary Communication ASSOCIATIONS • FRSA ■ NRCA www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street i Fort Lauderdalel Florida 33311 rXpER1ENCE MATTERS. ADVANCED A RDDFING.-S CC -0024413 ESTABLISHED 1983 PERSONAL RESUME Bryan Cardona Corporate Safety Director EXPERIENCE With eight years experienced in the areas of occupational safety and health management, Bryan leads all company safety operations. Bryan's goal is for Advanced Roofing to continue being an industry leader, promoting a safety culture and OSHA partnerships and alliances. EDUCATION Bryan is an OSHA Authorized Construction Trainer. This training permits him to perform the OSHA training for the 10 and 30 hour courses for our field staff. www.advaricedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street Fort Lauderdale) Florida 33311 E-XPEFt1ENCE 1VIATTERS. ADVANCED � ROC��ING� CC-CO24413 ESTABLISHED 1983 SUBCONTRACTORS Advanced Roofing, Inc. does not routinely utilize subcontractors. Over the past 35 years, Advanced Roofing, Inc. has put money back into the company and community. • We have our own fleet of vehicles that include trucks, cranes, semi -tractor trailers, hydro, tower crane, equipment and dump trucks to haul our roofing debris. This allows Advanced Roofing, Inc. the control of having trailers at our disposal when we need them and therefore allows for a smoother project. • We also have our own state -licensed Air Conditioning Division —This again allows us to coordinate the shutdown and raising of the air conditioning units on the roof. P lightning Protection Division • In-house Sheet Metal Division — where we fabricate our own metal. • We area licensed General Contractor—which allows us to handle small contracting items on the roof. • Certified Solar/PV system installer for renewable energy projects. When a project calls for subcontractors to perform work that we are not licensed to perform, qualified subcontractors which are most competent and ready to complete the necessary to meet schedule will be selected. *Advanced Roofing, Inc. actively participates in minority and/or small disadvantaged business contracting and utilize whenever possible. 11 Page t%NFR4E;hlC&. tdAi'�El;�, ADVANCED R C10 F! N G.—S FS:1'.%wl mHFo 14wa Advanced Roofing, Inc. Awards Associations Florida Roofing and Sheet Metal Association: FRSA STAR Awards 1, 2019:31 Place Low Slope Aquazul Condominiums 2. 2018:2 nd Place Sustainability South Florida Regional Transit Authority (Tri -Rail Station) 3. 2017: 11' Place Low Slope NOAA 4. 2016: 11 Place Sustainability Lockheed Marin S. 2016: 2"6 Place Low Slope Publix Distribution Center 6. 2015:151 Place Low Slope South East Financial Center 7. 2015: 1' Place Sustainability Frost School of Music; Best of the Best Project of the Year 8. 2014: 1" Place Sustainability JM Family Enterprises National Roofing Contractors Association: NRCA 1. 2016: Community Involvement Award 2nd Place Sonrlse Mission 2. 2016: Gold Circle Awards: Honorable Mention NOAA 3. 2013: Gold Circle Awards: Honorable Mention St. Thomas Airport 4. 2012: Best of the Best Award MVP David Baytosh ARMA Quality Asphalt Roofing Contractor Awards 1. 2017: Silver Award Stephen Booher Building 2. 2016: Silver Award Devonshire at PGA National 3. 2014: Silver Award Publix Supermarkets 4. 2012: Bronze Award: Federal Reserve Bank of Atlanta Construction Association of South Florida: CASF 1. 2017: Safety Professional of the Year Award 2. 2014: Craftsmanship Award Huizenga Pavilion 3. 2013: Craftsmanship Award Publix Supermarkets Associated Builders and Contractors: ABC 1. 2016: Excellence in Construction Eagle Award: Stephen Booher Building Greater Fort Lauderdale Alliance 1. 2014: Educational Excellence Builds Business Partnership Award www.advancedrooring.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22"d Street I Fort Lauderdale I Florida 333111 LIC #CCCO24413 ADVANCED F! M ES'[A ISI 1'fs 4�F f] l�1 C#.n. Advanced Roofing, Inc. Awards Manufacturer Sika Sarnafil 1. 2017: Project of the Year Award Silver: Secoast Towers 2. 2016: Project of the Year Award Bronze: NOAA 3. 2014: Project of the Year Award Silver: St. Thomas Airport GAF 1. 2018: President's Club Award 2. 2017: President's Club Award 3. 2016: Triple Excellence Award 4. 2015: President's Club Award 5. 2014: Excellence in Training Award Carlisle 1. 2018: Carlisle Excellence in Single Ply (ESP) Awards 2. 2017: Carlisle Perfect 10 Awards 3. 2013: Excellence in Single Ply Award SOPREMA 1. 2018: Mammoth Club Award 2. 2017: Mammoth Club Award www.advancedroofing.com 800 638.6869 TEL 954.5222.6868 FAX 954.566.2967 1950 NW 22nd Street Fort Lauderdale I Florida 333111 LIC #CCCO24413 EXPERIENCE MATTERS, ADVANCED R©OFIiNl39 EQUIPMENT & VEHICLE LIST DESCRIPTION YEAR MAKE/MODEL EQUIPMENT -ATV GATOR 6X4 ATV EQUIPMENT -ATV 2016 Polaris Ranger 570 Model #R16RCA57A1 EQUIPMENT -ATV 2016 Polaris Ranger 570 Model #R16RCA57A1 EQUIPMENT -ATV 2016 Polaris Ranger 900 Model #R16RVA87A1 EQUIPMENT -ATV GATOR 2015 lJohn Deere Gator HPX EQUIPMENT -BOBCAT 2002 BOBCAT 743 - G EQUIPMENT -BOBCAT 2014 T750 Bobcat Track Loader EQUIPMENT -BOBCAT Bobcat 463 EQUIPMENT -BOBCAT Bobcat 463 EQUIPMENT-CHARRIOT 2015 Mustang Hydraulic Workhouse Garlock EQUIPMENT -CHAR RIOT 2015 Garlock R800 Charriot EQUIPMENT-CHARRIOT 2015 EQUIPMENT-CHARRIOT 2017 R-800 EQUIPMENT-CHARRIOT 2017 R-800 EQUIPMENT -CRANE 1980 CRANE -- 65 TON GROVE TMS865 EQUIPMENT -CRANE 1977 CRANE GCI EQUIPMENT -CRANE 1977 CRANE GCI PAINTED EQUIPMENT -CRANE 2006 CRANE LINKBELT 75TON EQUIPMENT -DUMP TRAILER 1978 DORSEY GRAVEL TRAILER 23 YD EQUIPMENT -DUMP TRAILER 1974 FRUEHAUFF GRAVEL TRAILER EQUIPMENT -DUMP TRAILER 1968 Trailer, Dump 20yd EQUIPMENT -DUMP TRAILER 1988 TRAILER 50 YD. DUMP BODY EQUIPMENT -DUMP TRAILER 1977 TRAILER — 26' PENN DUMP 32YD EQUIPMENT -DUMP TRAILER 1980 TRAILER, 50 YD ALUM.DUMP EQUIPMENT -DUMP TRAILER 2018 Big Tex 14LX-14BK-P4, 83"X14' w/4' sides EQUIPMENT -DUMP TRAILER 2017 Big Tex 14LX-14BK-P4, 83"X14' w/4' sides EQUIPMENT -FOAM CORE TOOL EQUIPMENT -FORKLIFT 1983 TOYOTA FORKLIFT MODEL 40FG15 EQUIPMENT -FORKLIFT 2003 TOYOTA MODEL7FGU30 FORKLIFT EQUIPMENT -FORKLIFT 2004 TOYOTA FORKLIFT MODEL 7FCU25FSV EQUIPMENT -FORKLIFT Kalmar Model P50BXPS EQUIPMENT -FORKLIFT Yale 50001b Forklift EQUIPMENT -FORKLIFT Linde H25T EQUIPMENT -FORKLIFT Toyota 8FGCU15 EQUIPMENT -FORKLIFT Toyota 8FGCU15 EQUIPMENT -FORKLIFT 2014 Toyota 8FGCU25 5,0001b EQUIPMENT -FORKLIFT 2007 Toyota 7FDU4510,000Ib EQUIPMENT -FORKLIFT LULL 2005 JCB FORKLIFT MODEL 506C HL 6K EQUIPMENT -FORKLIFT LULL 2006 JLG LULL FORKLIFT 10K 1044C-54 Series II EQUIPMENT -FORKLIFT LULL 2000 LULL/ 1044C-54 EQUIPMENT -FORKLIFT LULL Terex 56'1056-0022 EQUIPMENT -FORKLIFT LULL 2006 Terex 1056-0027 56' 10k lull EQUIPMENT -FORKLIFT LULL 2012 TEREX 19' EQUIPMENT -FORKLIFT LULL 644 EQUIPMENT -FORKLIFT LULL 2008 Genie GTH 1056,1056-31 EQUIPMENT -FORKLIFT LULL Terex 1056-0060 EQUIPMENT -FORKLIFT LULL 2013 JLG 1055 DESCRIPTION YEAR MAKE/MODEL EQUIPMENT -FORKLIFT LULL 2013 JLG 1055 EQUIPMENT -GANTRY L1 FT Gantry lift made by R&R EQUIPMENT -GENERATOR 2006 TOWABLE GENERATOR EQUIPMENT -GENERATOR MAGNUM MMG125 GENERATOR-TG35 EQUIPMENT -GENERATOR 10nan 100 Kw - 100 ODYC-15R/18851J EQUIPMENT -GOLF CART 20001 PLATFORM GOLF CART EQUIPMENT -GOLF CART 2002 YAMAHA GOLF CART AIRPORT EQUIPMENT -GOLF CART 2016 EQUIPMENT -KETTLE 1988 KETTLE -- BLACKWELL 385GAL-88 EQUIPMENT -KETTLE 1994 KETTLE 1000 GALLON EQUIPMENT -KETTLE 1992 KETTLE EQUIPMENT -KETTLE 20031 KETTLE 300G,GARLOCKARI#00294 EQUIPMENT -KETTLE HOT MELTER EQUIPMENT-LEISTER ROBOT 2010 VARIMAT V2 LEISTER TRIAC "S" W/TOOL BOX EQUIPMENT-LEISTER ROBOT Varimat V2 Robot EQUIPMENT-LEISTER ROBOT EQUIPMENT-LEISTER ROBOT Verimat 2 EQUIPMENT-LEISTER ROBOT Iverimat 2 EQUIPMENT-LEISTER ROBOT EQUIPMENT -LIFT BOOM J LG MAN LIFT 450AJ EQUIPMENT -LIFT SCISSOR JLG SCISSOR LIFT4394RT EQUIPMENT -LIFT SCISSOR JLG SCISSOR LIFT 4394RT EQUIPMENT -LIFT SCISSOR JLG 2630 ES EQUIPMENT -LIGHT TOWER 1999 LIGHT TOWER MODEL R57008 EQUIPMENT -LIGHT TOWER 1999 LIGHT TOWER MODEL R57008 EQUIPMENT -LIGHT TOWER 2000 TEREX LIGHT TOWER EQUIPMENT -LIGHT TOWER 2000 TEREX LIGHT TOWER EQUIPMENT -MINI EXCAVATOR 2014 T4 E42 Bobcat Compact Excavator EQUIPMENT -PACE CART2 2015 Pace Cart 2 EQUIPMENT -PACE CART2 2015 Pace Cart 2 EQUIPMENT -PACE CART2 2016 OMG PACE CART 2 EQUIPMENT -PACE CART3 2016 OMG PACE CART 3 EQUIPMENT -PACE CART3 2016 OMG PACE CART 3 EQUIPMENT -PACE CART3 PACE CART 3 EQUIPMENT -PACE CART3 PACE CART 3 EQUIPMENT -PACE CART3 PACE CART 3 EQUIPMENT -PACE CART3 PACE CART 3 EQUIPMENT -PACE CART3 2017 PACE CART3 EQUIPMENT -PACE CART3 2018 PACE CART3 EQUIPMENT -PACE CART3 2018 PACE CART 3 EQUIPMENT -PACE CART3 2018 PACE CART 3 EQUIPMENT -PACE CART3 2018 PACE CART 3 EQUIPMENT-RHINOBOND 2012 Rhinobond machine EQUIPMENT-RHINOBOND 2016 OMG Rhino Bond machine EQUIPMENT-RHINOBOND 2016 OMG Rhino Bond machine EQUIPMENT-RHINOBOND 2016 OMG Rhino Bond machine EQUIPMENT-RHINOBOND RBT005 EQUIPMENT-RHINOBOND RBT005 EQUIPMENT-RHINOBOND RBT005 EQUIPMENT-RHINOBOND RBT005 EQUIPMENT-RHINOBOND 2017 OMG Rhinobond machine EQUIPMENT -ROOF WARRIOR 2015 Garlock EQUIPMENT -ROOF WARRIOR 2016 Garlock Roof Warrior EQUIPMENT -SHEET METAL Engel HB -800p-18 DESCRIPTION EQUIPMENT -SHEET METAL EQUIPMENT -SHEET METAL EQUIPMENT -SHEET METAL EQUIPMENT -SHEET METAL EQUIPMENT -SHEET METAL EQUIPMENT -SHEET METAL EQUIPMENT -SHEET METAL EQUIPMENT -SHEET METAL EQUIPMENT -SHEET METAL EQUIPMENT -SHEET METAL EQUIPMENT -SHEET METAL EQUIPMENT -SPRAY RIG EQUIPMENT -SPRAY RIG EQUIPMENT -SPRAYER EQUIPMENT -TANKER EQUIPMENT -TANKER EQUIPMENT -THREADER EQUIPMENT -TRAILER BOX EQUIPMENT -TRAILER BOX EQUIPMENT -TRAILER BOX EQUIPMENT -TRAILER BOX EQUIPMENT -TRAILER BOX EQUIPMENT -TRAILER BOX EQUIPMENT -TRAILER BOX EQUIPMENT -TRAILER CARGO STORAGE EQUIPMENT -TRAILER DUMP EQUIPMENT -TRAILER DUMP EQUIPMENT -TRAILER DUMP GOOSENECK EQUIPMENT -TRAILER FLAT BED EQUIPMENT -TRAILER FLAT BED EQUIPMENT -TRAILER FLAT BED EQUIPMENT -TRAILER FLAT BED EQUIPMENT -TRAILER FLAT BED EQUIPMENT -TRAILER FOAM RIG EQUIPMENT -TRAILER GOOSENECK EQUIPMENT -TRAILER LOWBOY EQUIPMENT -TRAILER MINI FLAT BED EQUIPMENT -TRAILER MINI FLAT BED EQUIPMENT -TRAILER MINI FLAT BED EQUIPMENT -TRAILER MINI FLAT BED EQUIPMENT -TRAILER MINI FLAT BED EQUIPMENT -TRAILER MINI FLAT BED EQUIPMENT -TRAILER MINI FLAT BED EQUIPMENT -TRAILER PANEL EQUIPMENT -TRAILER PANEL EQUIPMENT -TRAILER PRESSURE WASH EQUIPMENT -TRAILER PRESSURE WASH EQUIPMENT -TRAILER SOLAR EQUIPMENT -TRAILER SOLAR TRACKER EQUIPMENT -TRAVEL TRAILER EQUIPMENT -TRAVEL TRAILER EQUIPMENT -TRAVEL TRAILER EQUIPMENT -TRAVEL TRAILER EQUIPMENT -VAC UNIT YEAR MAKE/MODEL 2005 BENDER MACHINE HOT MELT TRCHNOLOGIES IN -SEAM SEALANT Metal Man 650 Model EP650 HuDan Model QC12Y-12X320010' H draulic Sheer Roto Die Hydraulic Bender Model 15, 10' Mechanical Brake Plazma Machine 1998 Zimmerman trailer with model CRP -2000 roof panel machine 2016 Tennsmith Model LM1014F 10'X14 -gauge 2012 Schechtl Meal Break MAX310/CNC ROLLFORMER 1OM10 Shear 2015 Model PA -25 HYDRA M 401 1977 TANKER -- TAURUS 37 TON 1973 KARRI-KOOL TANKER (Reasat) Pipe threader with stand 1997 TRAILER, HAUL BLUE 2002 Haulmark 7X14 2005 HAULMARK WHITE TANDEM TRAILER 2009 Forest River / GAVHW58SA 2007 American Hauler Model AF8570JA2 2016 Lark United box trailer 2016 Pace JT85X20TE3 8.5'X20' 1973 TRAILER -- BOX 2003 High Lift Trailer 2003 High Lift Trailer 2006 Anderson gooseneck dump trailer 30 1980 TRAILER - FLATBED 1960 MILLER TRAILER 2015 Northstar 5 ortstar 1 2013 Triple Crown Trailer 2016 Better Built 7ton 0 TRAILER, FOAM RIG 2014 35' Gooseneck flat bed 1998 LOW BOY TRAILER 2000 TRAILER,18 FT. UTILITY 2001 TRAILER, FLAT BED 2005 LAWR 25 FT TRAILER 2013 Better Built Trailer 2015 North Star Utility trailer 2016 North Star Utility trailer 2003 MINI -FLATBED TRAILER 2000 PANEL MECHANICS -TRAILER 1999 PANEL MECHANICS -TRAILER 2000 TRAILER, REVIVE ALL CLEANING SYSTE 2010 OnTheRoad trailer, Zero Base H Series 3000w 2007 IMPERIAL UTILITY TRAILER 2006 Coachman travel trailer 2009 Cyclone travel trailer 2017 Jay Co travel trailer 2004 CoachMan gooseneck travel trailer 1994 Vec Loader 616 Vacuum - TITAN VAC DESCRIPTION YEAR MAKE/MODEL EQUIPMENT-VAC UNIT 2003 VECLOADOR 624 VACUUM EQUIPMENT-VAC UNIT Vector 721 vac unit EQUIPMENT-WELDER I BLW-400SSW2 VEHICLE-BOOM TRUCK 1995 CRANE -- INTERNATIONAL VEHICLE-BOOM TRUCK 2000 STERLING LT7500 CRANE VEHICLE-BOOM TRUCK 2001 STERLING LT8500 BOOM— 23TON VEHICLE-BOOM TRUCK 2004 STERLING 23 TON TRUCK CRANE VEHICLE-BOOM TRUCK 2006 STERLING LT7501 TRUCK (12/22/05) VEHICLE-BOOM TRUCK 2006 STERLING LT7501 TRUCK (12/22/05) VEHICLE-BOOM TRUCK 2017 Peterbilt Model 348 VEHICLE-BOOM TRUCK 2004 Sterlin VEHICLE-BOOM TRUCK 2007 International 5000, VEHICLE-CAR 2008 LEXUS LS600H VEHICLE-CAR 2007 TOYOTA PRIUS VEHICLE-CAR 2015 Tesla Model S 85kwh VEHICLE-CAR 2015 Chevy Equinox VEHICLE-CAR 2017 1 Chevy Bold EV 5d Hatchback EV LT (2LT) (1F648) VEHICLE-CAR 2018 Toyota Prius 2 VEHICLE-CAR 20081 Dodge mini van - St Thomas VEHICLE-DUMP TRUCK 19881 INTERNATIONAL 52500 DUMP BODY VEHICLE-DUMP TRUCK 1988 INTERNATIONAL 52500 DUMP BODY VEHICLE-DUMP TRUCK 1988 INTERNATIONAL S2500 DUMP BODY VEHICLE-DUMP TRUCK 2003 FORD F550 4 YARD MASON DUMP VEHICLE-DUMP TRUCK 2001 INTERNATIONAL VEHICLE-DUMP TRUCK 1999 INTERNATIONAL VEHICLE-DUMP TRUCK 2007 VEHICLE-FUEL TRUCK 1989 FORD F800 VEHICLE-ROLLOFF 2006 Model CV713 MACK ROLLOFF VEHICLE-ROLLOFF 2004 Sterling LT7501 VEHICLE-SEMI TRACTOR 1990 TRACTOR - MACK CH613 VEHICLE-SEMI TRACTOR 2004 TRACTOR - PETE RBI LT 385 VEHICLE-SUV 2007 GMC YUKON DENALI VEHICLE-SUV 2007 TOYOTA HIGHLANDER HYBRID VEHICLE-SUV 2008 LANDROVER VEHICLE-SUV 2014 Lexus Gx460 SUV VEHICLE-SUV 2015 Audo SUV VEHICLE-SUV 2016 Chevy Tahoe LTZ VEHICLE-SUV 2016 Tesla Model X 75D VEHICLE-TRUCK 2000 CHEVY C3500 CREW CAB VEHICLE-TRUCK 2005 CHEVY 2500 SILVERADO EXT CAB VEHICLE-TRUCK 2005 CHEVY 2500 EXT CAB ORLANDO VEHICLE-TRUCK 2005 CHEVY 2500 EXT CAB ORLANDO VEHICLE-TRUCK BOX 1993 VAN - FORD CF7000 VEHICLE-TRUCK BOX 2003 GMC W3500 BOX TRUCK VEHICLE-TRUCK BOX 2003 GMC W3500 BOX TRUCK VEHICLE-TRUCK BOX 2003 GMC W3500 BOX TRUCK VEHICLE-TRUCK BOX 2003 GMC W3500 BOX TRUCK VEHICLE-TRUCK BOX 2004 GMC W3500 BOX TRUCK VEHICLE-TRUCK BOX 2004 GMC W3500 BOX VAN VEHICLE-TRUCK BOX 2005 GMC W3500 BOX TRUCK VEHICLE-TRUCK BOX 2005 GMC W4500 BOX VAN ORLANDO VEHICLE-TRUCK BOX 2005 GMC W4500 BOX VAN ORLANDO VEHICLE-TRUCK BOX 2005 GMC W4500 BOX VAN ORLANDO VEHICLE-TRUCK BOX I 2005 GMC W4500 BOX TRUCK DESCRIPTION YEARI MAKE/MODEL VEHICLE-TRUCK BOX 2005 GMC W3500 BOX TRUCK VEHICLE-TRUCK BOX 2006 GMC W3500 BOX TRUCK VEHICLE-TRUCK BOX 2006 GMC W3500 BOX VAN VEHICLE-TRUCK BOX 2006 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2006 GMC W3500 BOX TRUCK VEHICLE-TRUCK BOX 2006 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2013 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2013 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2015 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2015 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2016 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2016 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2016 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2016 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2005 Freightliner DCX Sprinter VEHICLE-TRUCK BOX 2005 DCX Sprinter VEHICLE-TRUCK BOX 2016 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2018 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2018 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2017 IZUZU NPR BOX TRUCK VEHICLE-TRUCK BOX 2018 IZUZU NPR BOX TRUCK VEHICLE-TRUCK CREW CAB FLAT BED 19991 CHEVY C3500 CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 20031 FORD F350 DRW CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 20041 FORD F350 CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 20041 FORD F350 CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 20041 FORD F350 CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 2005 FORD F350 CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 2005 FORD F350 CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 2006 FORD F350 CREW CAB ORLANDO VEHICLE-TRUCK CREW CAB FLAT BED 2006 FORD F350 CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 2006 FORD F350 CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 20061 FORD F350 CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 20061 FORD F350 CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 2006 FORD F350 CREW CAB VEHICLE-TRUCK CREW CAB FLAT BED 2007 F-450 WCrew VEHICLE-TRUCK CREW CAB FLAT BED 2015 Chevy Sllverado 3500 Crew cab VEHICLE-TRUCK CREW CAB FLAT BED 2001 Ford F450 VEHICLE-TRUCK CREW CAB FLAT BED 2002 Ford F450 VEHICLE-TRUCK CREW CAB FLAT BED 2006 1 Ford F450 VEHICLE-TRUCK CREW CAB FLAT BED 20001 Ford F450 VEHICLE-TRUCK CREW CAB FLAT BED 2017 VEHICLE-TRUCK CREW CAB FLAT BED 2017 1 Chevy 3500 VEHICLE-TRUCK CREW CAB FLAT BED 2017 Chevy 3500 VEHICLE-TRUCK CREW CAB FLAT BED 2017 Chevy 3500 VEHICLE-TRUCK CREW CAB FLAT BED 2018 Chevy 3500 crew cab stake bed VEHICLE-TRUCK CREW CAB FLAT BED 2018 Chevy 3500 crew cab stake bed VEHICLE-TRUCK CREW CAB FLAT BED 2017 F350 with flat bed deck on back VEHICLE-TRUCK CREW CAB PICK UP 2007 CHEVY SILVERADO CLASSIC 2500 C/C VEHICLE-TRUCK CREW CAB PICK UP 2007 CHEVY SILVERADO CLASSIC 2500 C/C VEHICLE-TRUCK CREW CAB PICK UP 2017 Chevy 2500HD Silverado Crew cab VEHICLE-TRUCK FLAT BED 1993 CREW CAB -- LG INT'L VEHICLE -TRUCK FLAT BED VEHICLE -TRUCK FLAT BED VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP VEHICLE -TRUCK PICK UP CREW CAB MINI VEHICLE -TRUCK PICK UP CREW CAB MINI VEHICLE -TRUCK PICK UP CREW CAB MINI VEHICLE -TRUCK PICK UP CREW CAB MINI VEHICLE -TRUCK PICK UP CREW CAB MINI VEHICLE -TRUCK PICK UP CREW CAB MINI VEHICLE -TRUCK PICK UP CREW CAB MINI VEHICLE -TRUCK PICK UP CREW CAB MINI 2006 FORD F550 FLAT BED 2000 F-650 2003 CHEVY 2500 HD PICK-UP SINGLE CAB 2004 CHEVY 2500 HD EC P/U 2004 CHEVY 2500 SILVERADO P/U SINGLE CAB 2004 CHEVY 2500 SILVERADO P/U EXT CAB 2005 CHEVY 1500 SIVERADO EXT CAB 2006 CHEVY 1500 SILVERADO 2006 CHEVY 1500 SILVERADO EXT. CAB 2006 GMC SIERRA 2500 HD E/C 2006 CHEVY 1500 SILVERADO 2006 CHEVY 1500 SILVERADO 2006 CHEVY 1500 SILVERADO 2006 CHEVY 2500 SILVERADO 2007 CHEVY SILVERADO CLASSIC 2500 E/C 2007 CHEVY SILVERADO 1500 P/U 2007 CHEVY SILVERADO 1500 P/U 2012 CHEVROLET SILVERADO 1500 2012 Chevy Silverado 1500 It 2012 Chevy Silverado 1500 It 2012 Chevy Silverado 1500 It 4x4 2011 F250 -SD 2013 CHEVROLET SILVERADO, 1500 2013 CHEVROLET SILVERADO 1500 2014 2010 F-150 2011 F-150 2015 Chevrolet 2500 2000 Ford F250 2015 Silverado 1500 2016 Silverado 1500 crew cab 2015 Chevy Silverado LT 4 door 2016 Chevy Silerado LT Z71 4X4 2003 Ford F250 2012 Ford F150 Larriat 2002 Ford Ranger 2003 Ford Excursion 2017 Ford F250 2017 Chevy Silverado 1500 2017 Chevy Silverado 1500 2015 Chevy K2500 Silverado 2017 Chevy 1500 Silverado 2017 1500 Silverado LT 2018 Chevy Silverado 1500 Service body 2018 Chevy Silverado 1500 Service body 2018 Chevy Silverado 1500 Service body 2005 CHEVY COLORADO CREW CAB 2005 CHEVY COLORADO CREW CAB 2016 Chevrolet Colorado 2016 Chevy Colorado crew cab long bed 2017 Chevy Colorado crew cab long bed 2017 Chevy Colorado 2017 Chevy Colorado 2018 DESCRIPTION VEHICLE -TRUCK PICK UP CREW CAB MINI VEHICLE -TRUCK PICK UP MINI VEHICLE -TRUCK UTILITY BODY VEHICLE -TRUCK UTILITY BODY VEHICLE -TRUCK UTILITY BODY VEHICLE -TRUCK UTILITY BODY VEHICLE -TRUCK UTILITY BODY VEHICLE -TRUCK UTILITY BODY VEHICLE -TRUCK UTILITY BODY VEHICLE -TRUCK UTILITY BODY VEHICLE -TRUCK UTILITY BODY VEHICLE -TRUCK UTILITY BODY VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN VEHICLE -VAN FREIGHTLINER VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT VEHICLE -VAN TRANSIT 2018 2007 Ranger 2003 CHEVY 2500 UTILITY BODY 2004 FORD F350 UTILITY BODY 2004 CHEVY 3500 UTILITY BODY 2006 CHEVY 2500 UTILITY BODY 2006 CHEVY, SILVERADO UTILITY BODY 2006 CHEVY, SILVERADO UTILITY BODY 2010 CHEVY 2500 2017 Chevy Silverado 2500 2016 Chevy 1500 2017 F450 2003 CHEVY 3500 EXT. CARGO VAN 2003 CHEVY 3500 EXT. CARGO VAN 2005 CHEVY 3500 VAN 2005 CHEVY 3500 VAN 2006 CHEVY 3500 EXPRESS VAN 2007 CHEVY 3500 EXT. CARGO VAN 2007 CHEVY 3500 EXT. CARGO VAN 2007 CHEVY 3500 EXT. CARGO VAN 2008 E250 Van 2008 E250 Van 2008 E250 Van 2013 E250 Van 2014 E250 Van 2008 E250 Van 2004 Ford Van E350 2006 Freightliner 2016 Transit T2500 Ford 2016 Transit T2500 Ford 2017 Transit T2500 Ford 2017 Transit T2500 Ford 2017 Transit T2500 Ford 2017 Ford 2500 Transit Van 2017 Ford 2500 Transit Van 2017 Ford 2500 Transit Van 2017 Ford Transit T250 2017 Ford Transit T250 2018 T-25 Ford Transit van 2018 T-25 Ford Transit van 2018 Transit Connect 2018 T15 Ford Transit Van 5XrF.R1EKCF_ MATTLrItS, ADVANCED .: R0903FING-9 CC-CO24413 ESTABLISHED 1983 APPROVED MANUFACTURER'S LIST— LOW SLOPE ROOFS Johns Manville —Platinum Applicator Kemper Systems GAF Materials Corporation — Master Select Sarnafil Applicator Firestone Building Products — Red Shield Durolast Applicator Siplast/Icopal Carlisle Performance Roof Systems IB Products Tremco J.P. Stevens Garland Company Fibertite Tamko Republic Powered Metals Viridian Systems Vulkem Durapax (Coal Tar Pitch) Genflex Roof Systems Neogard Sealoflex La Polla/Base Soprema Intellicoat Technologies Tropical Asphalt Commercial Innovations/Viking (Coal Tar Gaco Western Pitch) APPROVED MANUFACTURER'S LIST— METAL ROOFS AMS Zip Rib Englert Berridge Firestone Load Master Butler Imetco MBCI Pac-Clad JM Metals Garland Rifle Metals www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 MN 22nd Street I Fort Lauderdalel Florida 33311 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in orderto satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I - 1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Termination: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-quideline-cpq- ro ram Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; EXHIBIT I - 2 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60-1.4. During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. It. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. EXHIBIT I - 3 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. VIII. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I - 4 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 at seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 at seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes, Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. EXHIBIT I - 5 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Advanced Roofing, Inc. Date 4/29/19 Authorized Signature Michael Korriahrens, Vice President EXHIBIT I - 6 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (I) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR Advanced Roofing, Inc. By. Signature Michael Kornahrens, Vice President Name and Title 1950 NW 22nd Street Street Address Fort Lauderdake FL 33311 City, State, Zip 11-2954359 DUNS Number 4/29/19 Date Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: Z0001 FEMA Project Number: 4337DRFLP0000001 EXHIBIT I - 7 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. un'ventable statuses vAll require the PRIME to either provide a revised statement or provide source documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIMENAME PRIME FEiD NUMBER CONTRACT DOLLAR AMOUNT Advanced Roofing, Inc. 59-2360591 N/A IS THE PRIME A FLORIDA-CERTINED DISADVANTAGED, VETERAN Y Cj> B THE ACTIVITY OFTHIS CONTRACT_ MINORITYORWDrJ,ENBUVNES5ENTEAMME? DBE?Y CONSTRUCTION? H (DBERaBE(W'BE) OR HAVE A SMAILDISADVANRAGFD BUSINESS" CERTIFICATION FROM THE AdALLBUSINESS MBE? Y CONSULTATON? Y ADMINISTRATION? A SERVICE DISABLED VETERAN? WBO Y m OTHER? Y ON SDS SA? Y � IS TH. 5 SUBMISSON A REVISION? Y N F YES, RE'V.SION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DBE M(WBE SUBCONTRACTOR OR SUPPLIER TYPEOFWORKOR ETHNICTYCODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (see BeLow) DOLLAR AMOUNT DOLLARS N/A TOTAL" C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMrTTER DATE TILE OF SUBMITTER Michael Kornahrens 4/29/19 Vice President EMAIL ADDRESS OF PRIME(SUBMITTER) TELEPHONE NUMBER FAX NUMBER michaelk@advancedroofing.com 954-522-6868 954-566-2967 NOTE: This information is used toned and reportanticipated DBE ar MBE Participation in federally -funded cantracts- The anti¢pated DBE or MBE amount is voluntary and will not become part of the contractual terns. This form must be submitted at time of response to a solicitation If and when awarded a County contract, the prime will be asked to update the information for the grant compaance files. i D. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENTNAME COLLI EF WNTFACT=I',FVPFP or PO/PE GRANT PROGRAM;CONTRACT ACCEPTED BY: DATE ETHNKm CODE cAmencan &A HISPeM1IC American HA Native ATnNltan N4 Subeont. Asian American SAA PSian-PacihcAmerican APA non-N9lnori}'lvomen Nh?W Other: EXHIBIT I - 8 not of arty Oche- group lined O EXHIBIT I - 8 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding $100.000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 at seq., apply to this certification and disclosure, if any. Advanced Roofing, Inc. Contractor (Firm Name) of Michael Kornahrens, Vice President Name and Title of Contractor's Authorized Official 4/29/19 Date EXHIBIT I - 9 Solicitation: 1 coker County Administrative Services Department Procurement Sew, sDivision Reference Questionnaire Contractors Reference Questionnaire for: Advanced Roofing, Inc. (Name of Company Requesting Reference Information) Jason Carruth of Individuals Name:David Faucher (Evaluator completing reference questionnaire) Email: FAX: N/A Company:Volusia County Schools (Evaluator's Company completing reference) 50823 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Sweetwater Elem School — Roof Reolacement Completion Date: February 24, 2016 Project Budget: $909.120.00 Project Number of Days: 150 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 coker County fdninmbative Services Depattrnent Procurement Services Divmm Reference Questionnaire Replacement Contractors Reference Questionnaire for: Advanced Roofing, Inc. (Name of Company Requesting Reference Information) Michael Kornahrens Reference Information) Name: David Smith (Evaluator completing reference questionnaire) FAX: Company: City of Fort Lauderdale (Evaluator's Company completing reference) Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the fum/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: City of Ft. Lauderdale — City Hall Roof Replacement Completion Date: January 5, 2015 Project Budget: $386.047.50 Project Number of Days: 55 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Co& County Administrative Services Departrnerd Procurement Services Division Reference Questionnaire Replacement Contractors Reference Questionnaire for: Advanced Roofing, Inc. (Name of Company Requesting Reference Information) Michael Kornahrens Name: Meghan Kaufold (Evaluator completing reference questionnaire) Email: FAX: N/A Company: City of Sunrise (Evaluator's Company completing reference) Telephone: (954) 888-6070 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of funis to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: City of Sunrise — Nob Hill Soccer Club — Re -Roof Completion Date: March 26, 2018 Project Budget: $264,341.00 Project Number of Days: 57 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Collier County Administrative Services Department Procurement services Division Reference Questionnaire 19-7539 — Roofing Replacement Contractors Reference Questionnaire for: Advanced Roofina.Inc. (Name of Company Requesting Reference Information) Ronney Tavems Requesting Reference Name: Adrian Morse,Construction Inspector (Evaluator completing reference questionnaire) Email: Company: School District of Palm Beach County (Evaluator's Company completing reference) 561-370-5043 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the finn/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Waters Edge Elementary re -roof Completion Date: 8-31-18 Project Budget: $64,497.50 Project Number of Days: 47 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 8 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. S 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Digitally signed by Adrian Morse DN: cn=Adrian Morse, o, ou, Adrian Morseemail=addan.morse@palmbeachsc hools.org,c=US Date: 2019,03.0813:02:38 -GS-W CO 797 c014i1Ly Administrative Services Ikpaftent Prmaremenl Services Divi Reference Questionnaire Solicitation: 19-7539 — Reference Questionnaire for: (Name of Company Requesting Reference Information) Francisco Guzman of Individuals Name: Lionel Brown Company:Broward County Aviation Dept. (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: N/A Collier County has implemented a process that collects reference information on firs and their key personnel to be used in the selection of firs to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0" Project Description: Ft. Laud. Airport- Security Bldg. Roof Repairs Completion Date: January 8, 2019 Project Budget: $167,988.35 Project Number of Days: 20 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 92 co ler County Administrative Services Department Procurement Services Division Form 1: Vendor's Non -Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding. to this solicitation, please indicate the reason(s) by checking the item(s) listed below and return this form via email noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3295 Tamiami Trail East, BLDG C-2, Naples, FL 34112. We are not responding to the solicitation for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of wok. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Collier County Admin'istr veServices Department Procurement Sernces Division Form 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following. items as the necessary action is completed: D�_The Solicitation Submittal has been signed. GO✓v?p_ y� The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. [�- All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. ❑ Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations- Florida Department of State—hqp://dos.mvflorida.com/sunbiz/(Ifworkperformed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Crowther Roofing and Sheet Metal of Florida, Inc. Address: 2543 Rockfill Road City, State, Zip: Fort Myers, FL 33916 Telephone: 239-337-1300 Email: bids@crowther.net Representative Signature: Representative Name: Kevin Callans, President Date 2.28.19 Cdliev County Administrative Services Department Prowrement services Division Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not hadaccess to nonpublic information as part of its performanceof a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Crowther Roofing and Sheet Signature and Print Name: 2.28.19 Title of Signatory: President Crowther Roofing and Sheet Metal of Florida, Inc. CoI[ier County Administrative Seniice Department Procurement Services Dmsim Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this responseis made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees,. if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this AS 2* of February, 20 19 in the County of Lee , in the State of Florida Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and written) Title: Crowther Roofing and Sheet Metal of Florida. Inc 2543 Rockfdl Road Fort Myers FI 33916 Kevin Callans President Crowther Roofing and Sheet Metal of Florida, Inc. Additional Contact Information Send payments to: (required if different from Company name used as payee. above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: collier 0014"ty Administrative Services Departinent Procurement Services Division Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidenceconsists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E -Verify Program may deem the Vendor's proposal as non- responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 lmmigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E -Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E -Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Crowther Roofing and Sheet Metal of Florida Inc Print Name Kevin Callan Signature�j — State of Florida County of Lee. Title President Date 2.28.19 The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Com+ wY Arhnn btatm ae� Depar nwit Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name r`,,...,rher Ronf ng and Sheer Mat I f Flnida Inc (as shown on income tax return) _Tax Exempt (Federal income tax-exempt entity Business Name (ifdiereni from taxpayer name) under Internal Revenue Service guidelines IRC Address 2543Borkfill Road City Fort Myers State Florida Zip 33916 Telephone 239-337-1300 Order Information (Must be filled out) Remit / Payment Information (Must be filled out) Address 2543 Rockfill Road Address 2543 Rockfill Road City Fort Myers State Fi, Zip 33916 City Fort Myers State FI. Zip 33916 Email bids@crowther.net 2. Company Status (check only one) Individual / Sole Proprietor _)L -Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification 3. Taxpayer Identification Number (for tax reportingpmposes only) Federal Tax Identification Number (TIN) 65-0653836 (Vendors who do not have a TIN will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Tinder penalties of neijuyX,1 certify that the in ormation shown on this form is con'ect o my knowled-ge. Signature Date 2.28.19 Title Kevin Callans President Crowther Roofing and Sheet Metal of Florida, Inc Phone Number 239-337-1300 coder Comity Administrative Services Division Prowrement Services Date: February 7, 2019 Email Kristofer.lopez@colliercountyfl.gov colliercountyfl.gov Telephone: (239)252-8944 Addendum #1 From: Kristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation #19 -7539 -Roofing Replacement Contractors The following clarifications are issued as an addendum: 1. Pre-bid meeting has been scheduled for Tuesday February 19, 2019 Q 10:00 a.m. at Procurement Services Division, Conference Room A. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above (Signature) Crowther Roofing and Sheet Metal of Florida, Inc. (Name of Firm) 2.28.19 Date C-0lercoats Administrative SeNces Division Promrement Services Date: February 27, 2019 Email: Kristofer.lopez@colliercountyfl.gov Telephone: (239)252-8944 Addendum #2 From: Kristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation #19 -7539 -Roofing Replacement Contractors The following clarifications are issued as an addendum: 1. Reference Forms have been uploaded. Please have them completed by your references. 2. RFQ due date has been extended until March 7, 2019 @ 3:00 p.m. If you require additional information, please post a question on our Bid Sync (nnny.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above (Signature) 3/6/19 Date Kevin Callan President Crowther Roofing and Sheet Metal of Florida, Inc. (Name of Firm) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: 0 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards 0 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I -1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Termination: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https //www epa gov/smm/comprehensive-procurement-quideline-cpq- rp ogram Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; EXHIBIT I - 2 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to takethe affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60-1.4. During the performance of this contract, the contractor agrees as follows The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. II. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. EXHIBIT I - 3 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. VIII. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractorwill take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I -4 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the Countywill, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. EXHIBIT I - 5 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Crowther Roofing and Sheet Metal of Florida, Inc. Date 3.6.19 Authorized EXHIBIT I - 6 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR Crowther Roofing and Sheet Metal of Florida. Inc. Kevin Callans President Name and Title 9,543 Rockfill Road Street Address Fort Mt'e FT 33916 City, State, Zip 094594777 DUNS Number Date Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: Z0001 FEMA Project Number: 4337DRFLP0001)0OI EXHIBIT I - 7 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will bevedliied, Umrerifable statuses will require the PRIME to either prowde a revised statement or provide source documentation that validates status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIMENAME PRIME FEIO NUMBER CONTRACT DOLLAR AMOUNT Crowther Roofing and Sliect Metal of Blorida, Inc. 65-0653836 ISTNE PRIME A FLORIDA-CERTIHED DISADVANTAGED, VETERAN Y LSTHEACTIVITYOFTHIS CONTRACT.- MINORRYORWOMENBUSINESS ENTERPRISE? DBE? Y CONSTRUCTION? Y N (DBEIMBE/WBE) OR HAVE A SMALL DISADVANTAGED - BUSINESS BA CERTIFICATION FROM THE SMALL BUSINESS MBE? Y CONSULTATION? 12 ADMINISTRATION? ASERVICEDISABLEOVETERAN? WEE? Y OTHER? Y SD88A? Y ((,,�// 15 THIS SUBMISSION A REVISION? Y N IF YES, REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DBE M/WBE 5UBCONTRACTOR OR SUPPLIER TYPEOFWORKOR MNNT'CODE SUB/SUPPUER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Below] DOLLAR AMOUNT DOLLARS NE - TOTALS: C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE irr OFSUBMITTER John Fli ffdl 4/29/19 Bid Coordinator EMAILADDRESS OF PRIME [SUBMITTER) TELEPHONE NUMBER FAX NUMBER bids@crowther.net 239-337-1300 239-332-0939 NOTE: This information is used tatrack and report anWpated DBE ar MBE participation in federally -funded cantracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at timeof response to a solicitation. 0 and when awarded a Caunry contract, the prime will be asked to update the information forthe gram compliance files. D. SECTION TO BE COMPLETED BY COWER COUNTY DEPARTMENTNAME COWER CONTRACT1iIf8/INPnr PO/RE . GRANT PROGRAM/CONTRACT ACCEPTED BY: DATE ETNNICTIY CODE Black American BA HispanicAmencan HA Native American NA Subcant. Asian American SAA Asian-PadTlc Alneri[an APA Iron-flinariry Women MAW EXHIBIT I - 8 Other: not aFarry aticer group listed O EXHIBIT I - 8 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding $100.0001 The undersigned [Contractor] certifies, to the best of his or her knowledge, that 1. No Federal appropriated funds have been paid orwill be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer oremployee of Congress, oran employee of a Memberof Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. r'.r�..,thPr Roofing Sheet Metal of Florida, Inc. Co�ntr�actQorr (Firm Name) ,YvIT S/ Signature of Contractor's Authorized Official Kevin Callans president Name and Title of Contractor's Authorized Official Date EXHIBITI- INSURANCE AND BONDING REQUIREMENTS Insurance /Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at httns://at)ps.fldfs.com/bocexempt/ 2. ❑ Employer's Liability $_1,000,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and. all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence,. recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable tothe completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. S Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence T ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written .for 100% of the Contract award amount, the. cost borne by the Proposer receiving. an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Sheet, New York, New York 10038. 9. N Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. M The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. Z On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 1/7/19 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature. Print Name Insurance Agency aid Sheet Metal of Florida, Inc. Date Agent Name LaCrecia Kinlaw Telephone Number 312-288-7150 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockftll Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7,2019, 3:00 PM DIVISION OF CORPORATIONS — FLORIDA DEPARTMENT OF STATE Oetall by Entity Name lodds Prom, CammmUmn )RONRHER ROOFING AND SHEET METAL OF FLORIDA. INC. •Ulna Intemadlan )acumen Number P96000616966 :ERIN Number 650653636 )ate Flted 0289/1996 :lata FL 3tatua ACTIVE MM58004 ROCKFILL RD PERS. FL 33916 FORT MYERS. FL 33916 Name Changed: 0078010 Address Changed: 05/17/1013 Name & Addresa Th. CEO CROWTHER. LEE S 2643 ROCKFILL RI FT MYERS. FL 33916 2543 Rockfill Road 0 Fort Myers, Florida • (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENTSUMMARY Dear Collier County Board of County Commissioners Procurement Services Division: Crowther Roofing and Sheet Metal of Florida, Inc, very much appreciates the opportunity to provide this solicitation for your review. We are proud of the work we have performed for all of our customers during our forty five year history in Southwest Florida. We are fortunate that some of this work has been performed for Collier County, and look forward to serving Collier County in the future. Crowther Roofing and Sheet Metal of Florida, Inc. is guided by a customer centered philosophy. Our Mission Statement: "To develop a culture throughout the company that Customer Satisfaction is the primary goal of each and every project. Only through Customer Satisfaction are we going to maintain solid relationships, build an excellent reputation, create a foundation for repeat business, gain valuable referrals, and cultivate a pride of workmanship and accomplishment in our employees." Authorized contact persons concerning proposal: Sean Wallace Roofing Surveyor 239-689-3252 crowtherserviceO.crowther. net seanw@crowther.net Very Sincerely, Kevin M. Callans President, Crowther Roofing and Sheet Metal of Florida, Inc. Jesse Rajala Regional Accounts Manager 239-689-3260 crowtherserviceO.crowther. net jesser@crowther.net 2543 Rockfill Road 0 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CR®WTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY "Acknowledgement of the scope of work and how the proposer will complete that scope of work, using a sample project" Crowther Roofing and Sheet Metal of Florida, Inc. has received the scope of work associated with RFQ 19-7539, and acknowledges the scope of work. The following is a summary of how Crowther Roofing and Sheet Metal of Florida, Inc. will complete the scope of work, using a sample project "ABC". Sample Project "ABC': Crowther Roofing and Sheet Metal of Florida, Inc. receives a Request for Quote to replace the roof for project "ABC". Upon receipt of Request for Quote, a Crowther representative will examine the roof for project "ABC', perform core samples, obtain measurements, identify substrates and associated conditions of project. A detailed cost estimate will then be presented to Collier County for review within ten business days of Request for Quote. Upon issuance of a Purchase Order by Owner, Crowther Roofing will conduct an internal meeting between the aforementioned Crowther representative to "Tum -Over" the project from our Procurement Department to our Operations Department. At this time, the project and pertinent details are discussed with the individuals that prepare our Shop Drawings and Submittal material, the Project Manager, and the on-site Superintendent. Crowther Roofing Project Manager will then contact Collier County representative to establish a start date that is mutually agreeable between Collier County and Crowther Roofing. An on-site pre -construction meeting will be held prior to Crowther Roofing mobilization for project "ABC' to review the shop drawings and submittals with Collier County and to discuss logistics such as working hours, parking, equipment placement, material placement, deliveries, and any particular unique concerns associated with project "ABC'. Crowther Roofing will mobilize to project "ABC', and shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills and incidentals to comply with Florida Building Codes, all 2543 Rockfill Road 0 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 existing Governing Authorities Codes and Regulations, NRCA standards, SMACNA standards, and Collier County vertical standards. A Crowther Roofing Superintendent shall be at project "ABC" whenever work is being performed. Materials and parts to be installed as specified in the Quote request. Documentation including daily photographs and notes associated with the work performed during the replacement of the roof at "ABC". Upon completion of roof replacement of "ABC", Collier County and Crowther Roofing will conduct an inspection of the new roof. A post inspection report will be completed by Crowther Roofing. Any deficiencies noted during the inspection to be addressed prior to Collier County's final acceptance. Crowther Roofing warranties and Manufacturer warranties are then submitted to Collier County for proj ect "ABC" "List all proposed subcontractors who may participate on the General Contractors team." Provided that any Request for Quote is for roofing replacement only, Crowther Roofing and Sheet Metal of Florida, Inc. will self perform all work, and will not utilize subcontractors. 2543 Rochfill Road 0 Fort Myers, Florida 0 (239) 337-1300 9 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7,2019,3:00 PM EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE "Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise" Crowther Roofing and Sheet Metal of Florida, Inc. is NOT a Certified Minority Business Enterprise. 2543 Rockfill Road 0 Fort Myers, Florida 0 (239) 337-1300 • (239) 332-0939 Fax • CCC039822 CTZ- OWT14ER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7,2019,3:00 PM EVALUATION CRITERIA NO. 3: BUSINESS PLAN/COMPANY OVERVIEW "Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time." An outstanding example of how Crowther Roofing and Sheet Metal, Inc. prioritizes projects occurred in September of 2017 due to Hurricane Irma. While this natural disaster is not typical, the procedures put in place long ago by Lee J. Crowther addressed prioritization during that time, as well as prioritization at all times. Crowther Roofing and Sheet Metal of Florida, Inc. gives the highest priority to hospital and health care facilities. This occurs not only in response to roof replacement, but all roofing needs. Our second priority is that of schools and municipal buildings for roof replacement and roofing needs. Our priorities after hospitals, schools, and municipal buildings are all other properties. Prioritization of projects also is influenced by the emergency level associated with the project. If, for example, one roof replacement project has a roof that is leaking severely, causing damage to building contents, this naturally will take a priority over a roof replacement project where the roof is not leaking. 2543 Rockfill Road 0 Fort Myers, Florida • (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWT14ER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 3: BUSINESS PLAN/COMPANY OVERVIEW "Describe how your company typically managed project workloads when demand exceeds current staffing levels." Crowther Roofing and Sheet Metal of Florida, Inc. is a large roofing company with over 550 employees, of which there are over 25 four to ten man crews dedicated specifically to installing new roofs/roof replacement. Employee training and professional growth is a tenet of Crowther Roofing and Sheet Metal of Florida, Inc. Each crew has an assigned Foreman responsible for the training and development of the members of the roofing crew, from the "Foreman in Training" to the new employee. When roofing replacement/installation exceeds current staffing levels, Crowther is able to promote a "Foreman in Training" to a Foreman, and then build his roofing crew from among the other crews. We then supplant new employees to address the labor vacancies created by establishing a new roofing crew. Each crew receives direct supervision from an assigned Superintendent and Project Manager, depending on the project. All crews, Superintendents, and Project Managers are overseen by our Operations Manager. 2543 Rockfill Road 6 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 3: BUSINESS PLAN/COMPANY OVERVIEW "Provide your approach in coordinating a project that exceeds fifty thousand dollars ($50,000)." Crowther Roofing and Sheet Metal of Florida, Inc. has a Service Division, and an Operations Division. Projects that exceed $50,000 are handled by our Operations Division. Once a contract is signed, or a Purchase Order is provided, Crowther Roofing has a "Turnover Meeting" with the project team tasked with delivering a successful project. These team members are made up of the Surveyor and Estimator associated with creating the accepted proposal, and establishing the project budget taking into account of the unique conditions of the project; the Draftsman who puts these unique conditions into a drawing format and provides these and other submittal documents for the Owner and Project Team; the Warranty Coordinator, who maintains a conversation with the manufacturer to ensure warranties are provided at conclusion of job; the Project Manager who manages the materials and costs associated with the project; the Superintendent who receives materials and oversees installation; and the Operations Manager, who oversees the entire process. Once the drawings and submittals are complete, they are provided to the Owner/Agent for approval and/or discussion to ensure that the expectations of the Owner and the understanding of Crowther Roofing are one and the same. Prior to mobilization to perform the project, a "Pre -Roof' meeting will be held with the Owner, Crowther Project Manager and Crowther Superintendent to discuss the project. At this meeting, the shop drawings will be reviewed, crane and equipment access and set up points will be discussed, material delivery locations and logistics will be covered, and pertinent scheduling andother details will be discussed. Soon after this Pre -Roof meeting, the crew, materials, and equipment will mobilize, and roof replacement will begin. An owner can expect periodic update meetings and correspondence associated with the progression of the project, covering topics as scheduling updates, changes, material deliveries, etc. Upon substantial completion of the project, municipal and manufacturer final inspections occur, any "punch list" items are resolved, and the Owner receives a "Close Out Package" with warranties and maintenance data. 2543 Rockfill Road • Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement. Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: February 28, 2019, 3:00 PM EVALUATION CRITERIA NO. 3: BUSINESS PLAN/COMPANY OVERVIEW "Provide a sample schedule, with milestones for a project that exceeds fifty thousand dollars ($50,000)." Every roof project is unique. For the purposes of this exercise, assume the following project: Roof is 100' x 100', square. Existing roof is a ballasted tar and gravel roof system with insulation over a structural concrete deck. Parapet walls around the perimeter are 3' high, and there are four roof drains on the roof that serve as the primary water discharge points. New roof is to have lightweight concrete insulation sloped to drains, with a three ply modified bitumen membrane installed. New parapet wall coping caps are installed at parapet wall locations. The following sample schedule is in working days. Inclement weather would add duration/days to this schedule. Project Start Day 1: Material delivery, load modified bitumen material for temporary roof onto roof via crane and delivery truck. Day 2: Sweep gravel from roof surface, offload gravel into dump truck via crane. Days 3 —12: Remove existing tar and gravel asphalt roof down to structural concrete deck. Supply and install modified bitumen membrane torch applied to concrete decking to serve as a temporary roof/Secondary Water Barrier. Material to be removed from roof with crane and loaded into dump buck. Roof Removal Complete/Temporary Roof Complete Days 13 —15: Supply and install lightweight insulating concrete with EPS insulation in a stairstep pattern to provide '/d' per foot slope to existing roof drains. Lightweight balker trucks to be used. Roof Insulation Installation Complete Days 16 — 22: Mechanically attach a base sheet to installed lightweight concrete insulation. Torch apply a modified bitumen membrane to mechanically attached base sheet. 2543 Rochfill Road 40 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 Dry In Complete Days 23 — 27: Torch apply modified bitumen material to applied interply/dry in membrane. Cap Sheet. Installation Complete Days 28 — 30: Install 24 gauge Kynar finished shop fabricated coping cap to parapet wall caps. Substantial Completion Day 31: Municipal and Manufacturer Inspections with no outstanding items. Project Completion 2543 Rockfill Road 0 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7,2019,3:00 PM EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM "Provide information that outlines (sic) that the Roofing Contractor's subcontractor's qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services." Crowther Roofing and Sheet Metal of Florida has been in business in Lee County, Florida since 1975. The company was incorporated on February 29, 1996. Crowther Roofing and Sheet Metal of Florida, Inc. is legally qualified to do business in the state of Florida. Roofing - License No. CCC039822 Roofing — License No. CCC1330207 Electrical — License No. EC13007515 HVAC — License No. CMC1250360 Crowther Roofing and Sheet Metal of Florida, Inc. performs the following categories of work with its own forces: Roofing - All Types Architectural Sheet Metal Electrical Metal Roofing Lightweight Insulating Concrete Solar Panels Air Conditioning Light Gauge Steel Roof Trusses Waterproofing Metal Roof Decks Carpentry Related to Roofing Per Roofing Contractor Magazine, Crowther Roofing and Sheet Metal of Florida, Inc„ was identified as 22"d of the Top 100 Roofing Contractors in the United States based on revenue. www.roofinpcontractor.com/RC-Top-100-2018 2543 Rockfill Road 0 Fort Myers, Florida 49 (239) 337-1300 • (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM "Provide information that outlines (sic) that the Roofing Contractor's subcontractor's qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services." See below letter from Western Surety Company pertaining to bond capacity: CNASURETY February), 10" NCIn MCallons Ueenher owned and Samel Metal of FbrMa, In, Ed9 Rnagfill Road 1t Myely, Ft 33916 Re: severer Reeling & Sheet Metal of Pride Inc— BoMing letter To Wlwm It May[mn, We am the MndRy assay her 0.1u, MoMg &'Feet Metal of Merida, Mc TMyve handed Ey Weslem Surety Comp r an PATI (&anent) pled Surety In the AM. Bell GUNk. NNle each protest Is .""d on its over merlu, Gowlher Roonng As Sheet Metal of Floelda, lrc Mee e here bbeen tlp,rWdad londshwO,W1M1Ii5 rtlev,n'Ml fore26senpnyepte Amll o/535,MO,OD.gO. We C,^,IM1ea RmlryBSheet MAal of Floud a, In,., Ras an a Ibynt Rnderann in Me mmmunlly and we niue them as atlbnt WewelmmelM1e opponuniryto arect. the necessary bonds 11W.M Ilmy meet th¢ masers uMerwtltliy gubeM¢s nM iM1e pnvW ons cn atteplahle so '.1knR¢oPoylsheet more of fiends, Inc and Wedem Surety Cempany. Il we ran be of sella or should you have any stuH,bns, feet frn or wnlad us. 54uerely. rad lNeare Sur ty Cw,p.^y ... 2543 Rockfill Road 0 Fort Myers, Florida • (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM "Describe the Roofing Contractors various team members who deliver successful projects on time and on budget. Provide at least one (1) example." Team Members and Description of Role: Surveyor: Evaulates condition of exisiting roof, including substrates, drainage, thicknesses of existing insulation, and different conditions associated with the roofing project. Estimator: Prepares cost estimate and associated budget associated with the project with input from Surveyor's findings. Operations Manager; Oversees all aspects of roofing project once proposal has been accepted. Submittals Department: Creates drawings and details as to how roof will be installed, utilizing information from Surveyor's roof survey, and Estimator's cost estimate. Produces documents and submittals for owner review and acceptance and field usage. Project Manager: Coordinates material procurement and delivery, oversees project to maintain contract adherence. Superintendent: Manages labor at project site, primary contact for roof replacement operations, materials and equipment deliveries. 2543 Rockfill Road 0 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFINGS SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM "Describe the Roofing Contractors various team members who deliver successful projects on time and on budget. Provide at least one (1) example." Example Successful Project: Customer: Collier County Board of County Commissioners Project: Marco Island Sheriffs Office Re -Roof Address: 990 North Barfield Drive, Marco Island, FL 34145 Contact: Tony Barone, Project Manager, Division of Facilities Management, Collier County Government On December 8, 2017, Tony Barone requested a proposal for the full replacement of the flat roof, replacement of the shingle roof, and replacement of roof decking damaged by Hurricane Irma. A proposal was provided on January 25, 2018 by Crowther. A Purchase Order from Collier County was provided to Crowther on April 24, 2018. Crowther's internal turnover was held on May 15, 2018 to discuss the project. The Surveyor, Estimator, Operations Manager, Submittal Department, Project Manager, and Lead Superintendent were in attendance to discuss the scope of the project, pertinent details, and potential challenges. Due to the lack of availability of materials and the immediate need to get the building water tight, Crowther Roofing and Collier County came to collaborative agreement to remove the existing saturated roof and install a temporary roof to reduce further water intrusion into the building. This work occurred in May of 2018. In July of 2018, the roof replacement project commenced. Prior to this event, an on-site meeting occurred with Tony Barone, the Crowther Roofing Project Manager, and the Crowther Roofing Superintendent to discuss particulars and coordination. Roof was successfully completed in October of 2018. Excellent communication, coordination and a cooperative spirit between both Crowther Roofing and Collier County Government were crucial to its success. 2543 Roel&ttll Road 0 Fort Myers, Florida • (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 4: Licenses and Insurance "Please provide proof that your company is licensed and insured in the state of Florida." Refer to below Certificate of Competency issued by Collier County. COLLIER COUNTY CERTIFICATE OF COMPETENCY CERTIFICATION INFORMATION czeazl c.mn.anon mmm,auon Colllel County Houltl oI Caunty Commisalonam De[s: Aupus4 t3. 2010 LOA: CROWTHER ROOFING ANO SHEET METAL OF FLORIDA.INC. ADORES.: 2643 ROCKFILL RO. FT. MYER.. FL 33916 - PHONE; 2393371390 CELL. FAX: 23933709" INSOUA.ORI015a0:STATE EXPIRATIC ulYfo?olaY ....... Auasalal..n2. l I..... OuaI111aYs —.1onalSn ny T- .--P all bualnam. ll....... an 1 roqunxmantc —n— a pvltic up to d.-c.plca To, ..H.— ill. x. TM1la lncludax all lnau---. ay........ and roany =Fane n. xamaxa .n ..ma96.. 2543 Rockfill Road 0 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM "Identify the number of "industry awards and/or recognitions" that the company has received from peer groups (National Rooting Contractors Association or affiliates).' Crowther Roofing has received the following awards: • National Roofing Contractors Association, Member since 1986 • National Roofing Contractors Association, Roofing Industry Alliance for Progress Member • Roofing Contractor Magazine Top 100 Roofing Contractor (#22 in 2018) • National Roofing Partners, Member 2543 Rockrill Road 0 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM "The County requests that the vendor submits no fewer than five (5) and no more than ten (10) completed reference farms from clients during the past 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. References may be a combination of municipal, commercial and/or residential with no more than 2 references being residential. References need to demonstrate having performed work on both single and multistory structures." Please seethe following reference forms. Summaries of referenced jobs are below: Reference # 1: Bartholomew Really, $139.250 Project Summary: Roof Replacement of 16,000 square feet of modified bitumen roof system over a structurally sloped metal deck. One Story. Multiple tenants. in space below. Work performed during night time hours to minimize disruption to tenants below. 20 year Firestone NDL. Warranty. Reference # 2• Anglers Cove Condominiums C & D, $307,845 Project Summary: Roof Replacement of 16,500 square feet of modified bitumen roof system with a GAF .060 mil TPO single ply over lightweight concrete deck. 4 Stories. Condominium Building. Mechanical upgrades included. Crowther hoofing performed one re -roof project for Anglers Cove each year for 4 years, this one being the last. 25 year GAF NDL Warranty. Reference # 3. 599 City Center Building, $160.650 Project Summary: Roof Recover of 17,400 modified bitumen roof with a Firestone .080 mil TPO single ply membrane. 4 Stories. Commercial Building. 20 year Firestone NDL Warranty. Reference # 4• Bed Bath & Beyond Plaza, Outparcel Building, $125.000 Project. Summary: Roof Recover of 11,400 square feet of built up asphalt roof with a Firestone Modified Bitumen Roof System. 1 Story. Commercial Building with several tenants. Work performed at night to minimize tenant disruption. 20 Year Firestone NDL Warranty. Reference # 5: Hone Hospice, $341,100 Project Summary: 48,500 square feet of replacement of shingle roof. 1 Story. Access, coordination, and communication were imperative as resident concerns were of utmost importance. 5 year, Contractor's Warranty. Reference # 6 Florida Gulf Coast University North Lake Village Apartments, $263,200 Project Summary: 18,500 square feet of standing seam metal roof replacement. 3 stories, 3 buildings. Work performed during summer months to accommodate FGCU housing. Removal of existing metal panel roofs, installation of new. 20 year Berridge Weather Tightness Warranty. 2543 Rockfill Road 0 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 Cotter Ci011HLy Administrative SeMces Department Procuremenl Services nwislon Reference Questionnaire (Name of Company Requesting Reference Information) JesseRajala/Sean Wallace (Name of Individuals Requesting Reference Information) Name: Blake Bartholomew Company: Bartbolomew Realty (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Collier County has implemented a process that collects reference information onfirms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firmlindividual again) and 1 representing that you were very unsatisfied (and would never hire the fum/indivdival again), If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: _Bartholomew Realty Completion Date: _7/30/201 Project Budget $139,250 Pro caNumber of Days: 22� -Item -Citeria Score I Ability to manage the project costs (minimize change orders to scope). /0 2 Ability to maintain project schedule (complete on-time or early). ,0 3 Quality of work, t 4 Quality of consultative advice provided on the project. % V 5 Professionalism and ability to manage personnel. `hV �J 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) , A VO 7 Ability to verbally communicate and document information clearly and succinctly. + 8 Ability to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc, t O I0 Overall comfort level with hiring the company in the future (customer satisfaction). iD TOTAL SCORE OF ALL ITCMS im 00911--r County Administrative SerAoes Department Procurement Services DWisim Reference Questionnaire Solicitation: Reference Questionnaire for: Crowther Roofine and Sheet Metal ofFlori (Name of Company Requesting Reference Information) Jesse Rajala/Sean Wallace (Name of Individuals Requesting Reference Information) Name: Kimberley Ouimet, CAM Company: Anglers Cove/Resort Managment (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of fats to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hive the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Replacement of Roofs-CondosC&D Completion Date: 8.£5.18 Project Budget: s it7 845 Project Number of Days: go days Item Citerla Score I Ability to manage the project costs (minimize change orders to scope). io 2 Ability to maintain project schedule (complete on-time or early). \O 3 Quality of work. IO 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. l0 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 1 O 7 Ability to verbally communicate and document information clearly and succinctly. IG 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. I O 10 Overall comfort level with hiring the company in the future (customer satisfaction). , O TOTAL SCORE OF ALL ITEMS k C5p Con3fler County %---Z- A&rMWmfiw SWAossDspah*M Prceare t Services orvision Reference Questionnaire 19-7539 Reference Questionnaire for: (Name of Company Requesting Reference Information) Jesse Rajala/Sean Wallace Name: Laura Pascal Company: KOVA Property Management, LLC (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey, Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the fum/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: _599 City Center Building_ Project Budget _$160,650 Completion Date: _6/12/2018 Project Number of Days: _45_ Item Citeria Score 1 Ability to manage the project costs (minimize changeorders to scope). /0 2 Ability to maintain project schedule (complete on-time or early). i 0 3 Quality of work. ' 0 4 Quality of consultative advice provided on the project. ' D 5 Professionalism and ability to manage personnel. / d 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) ! 61) 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. iJJ 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). f Q TOTAL SCORE Or ALL ITEMS C016 County Adminftative Setvkes Depalment Procurement Services Wslon Reference Questionnaire Reference Questionnaire for: Crowther Roofing and Sheet Metal of Florida, Inc. (Name of Company Requesting Reference Information) Jesse Raiala/Sean Wallace (Name of Individuals Requesting Reference Name: Matt Baker Company: Commercial Real Estate Consultants, LLC. '(Evaluator completing reference questionnaire) (Evaluator's Company completing reference) FAX: 239-659-4028 239-659-1447 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the finn/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Roof Recover - BBB Completion Date: 12.26.2018 Project Budget:$125000 Project Number of Days: 25 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 0 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) Ib 7 Ability to verbally communicate and document information clearly and succinctly. I � 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Solicitation: for: COeY C0N.11ty Administrative Services Departrnent Procurement Services Wsion Reference Questionnaire (Name of Company Requesting Reference Information) Jesse Raiala/Sean Wallace (Name of Individuals Name: Mike Vigil Company: Hope Hospice (Evaluator completing. reference questionnaire) (Evaluator's Company completing reference) Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: _Hope Hospice Cape Coral_ Project Budget $341,100 Completion Date: _9/5/2018 Project Number of Days: _82 Item. -- ': Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. l O 8 Abiltity to manage risks and unexpected project circumstances. O 9 Ability to follow contract documents,. policies, procedures, roles, regulations, etc. le> 10 Overall comfort level with hiring the company in the future (customer satisfaction). /0 TOTAL SCORE OF ALL ITEMS Co i r Cowity Admin'istraWe Services Department Pmwmment Services Division Reference Questionnaire Solicitation: 19-7539 Reference Questionnaire for: Crowther Roofing and Sheet Metal of Florida Inc. (Name of Company Requesting Reference Information) Jesse Rajala/Sean Wallace (Name of Individuals Requesting Reference Informational, Name: Ron Dalton, Associate Director, Office ( (Evaluator completing reference questionnaire) FAX: FGCU 's Company completing reference) Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Rcplacement of SSMR on 3 Apartments Completion Date: Project Budget: $263.200 Project Number of Days: Item Citeria Score l Ability to manage the project costs (minimize change orders to scope). 6 2 Ability to maintain project schedule (complete on-time or early). n 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. O 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) m V 7 Ability to verbally communicate and document information clearly and succinctly. (D 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. [,D 10 Overall comfort level with hiring the company in the future (customer satisfaction). ID TOTAL SCORE OF ALL ITEMS CROWTHER ROOFING s SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM "Provide list of owned and/or leased equipment and machinery do demonstrate the Contractor's ability to perform the work." The below list is Crowther Roofing and Sheet Metal of Florida, Inc. owned hocks and cranes. Additional vehicles and equipment may be provided upon request: 2543 Rockfill Road 0 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING a SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM "Please list the Manufacturer your firm is authorized and approved for Warranty repair and installation." The below is a list of roofing manufacturers for which Crowther Roofing and Sheet Metal of Florida is authorized and approved for Warranty repair and installation: Boral Berridge Carlisle Celcore D.C.S.M. Derbigum Eagle Englert Fabral Fibertite Firestone GACO GAF Garland Greenproducts Honeywell Hydro -Stop Johns Manville Koppers Loadmaster MBCI Owens Corning Petersen Aluminum Polyglass Sarnafil Siplast Sherwin Williams Sopremaa Tamko Tremco Tropical Truco U.S. —INTEC W.P. Hickman Zip -Rib 2543 RoclzEll Road 0 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING e SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS "Description of the proposed contract team and the role to be played by each member of the team." Crowther Roofing and Sheet Metal of Florida, Inc. has various individuals to perform the below tasks, condition dependent. Each project would have one of each of the below positions to ensure job success. Surveyor: Evaulates condition of exisiting roof, including substrates, drainage, thicknesses of existing insulation, and different conditions associated with the roofing project. Estimator: Prepares cost estimate and associated budget associated with the project with input from Surveyor's findings. Operations Manager: Oversees all aspects of roofing project once proposal has been accepted. Submittals Department: Creates drawings and details as to how roof will be installed, utilizing information from Surveyor's roof survey, and Estimator's cost estimate. Produces documents and submittals for owner review and acceptance and field usage. Project Manager: Coordinates material procurement and delivery, oversees project to maintain contract adherence. Superintendent: Manages labor at project site, primary contact for roof replacement operations, materials and equipment deliveries. 2543 Rockfill Road 0 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCC039822 CROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 19-7539 Title: Roofing Replacement Contractors Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: March 7, 2019, 3:00 PM EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS "Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services." "Attach resumes of any sub -vendors and attach letters of intent from stated sub -vendors must be included with proposal submission. Please see the following Qualification Form of Crowther Roofing and Sheet Metal of Florida, Inc. Crowther Roofing and Sheet Metal of Florida, Inc. does not plan to utilize any subcontractors for this RFQ. 2543 Rockfill Road 0 Fort Myers, Florida 0 (239) 337-1300 0 (239) 332-0939 Fax 0 CCCO39822 OWRI'T E711roofing S Sheat Metal f Florida o RoAhec /,"` CoolChec ,, Contractor's Qualification Statement 2543 Rockfill Road Fort Myers, FL 33916-4891 www.Crowther.net Florida Contractor License #CCC039822 Florida Electrical License #EC13005333 HVAC - Florida Certified Air Conditioning Contractor License #CMC1250360 c i OWT Emil Roofing S Sheet Metal of Florida, Inc. a RoofChec �� CoolCheev," CORPORATE OWNERSHIP Kevin M. Callans, President Ag x Chairman CORPORATE MANAGEMENT Dan Mazon Secretary/Treasurer Lydia Fuste, Director HR Jan Jones, VP Marketing CROW M EZ Roofing L Sheet Metal of Florida, Inc. RoAhec CoolChec' �( Contractor's Qualification Statement Condensed Version SUBMITTED BY: Crowther Roofing & Sheet Metal of Florida, Inc. CORPORATION: State of Florida Certified: #CCC039822 NAME: Lee S. Crowther, President ADDRESS: 2543 Rockfill Rd., Ft. Myers, FL 33916 7321 International PI., Sarasota, FL 34240 15865 Assembly Loop, Jupiter, FL 33478 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? Crowther Roofing & Sheet Metal of FL - Since 1975 1.2 If your organization is a corporation, answer the following: 1.2.1 Date of incorporation: February 29, 1996 (Founded 2/1975) 1.2.2 State of incorporation: Florida LICENSING 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable: State of Florida Roofing - License No. CCC039822 Electrical — License No. EC13007515 Roofing — License No. CCC1330207 HVAC — License No. CMC 1250360 3. EXPERIENCE 3.1 List categories of work that your organization normally performs with its own forces: Roofing - All Types Architectural Sheet Metal Electrical Metal Roofing Lightweight Insulating Concrete Solar Panels Air Conditioning Light Gauge Steel Roof Trusses Waterproofing Metal Roof Decks Carpentry Related to Roofing 3.2 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See Attached 3.3 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, architect or general contractor, and the contract amount. See Attached 3.4 On a separate sheet, list the major projects your organization currently has in progress: See Attached 4. REFERENCES 4.1 Trade References: Bradco Supply Corporation Attn: Neil Egan nega n(cDbradco-supply.com ABC Supply Attn: Jason Toepler Jason.toepler(cDabcsupply.com Siplast Attn: Eric McKenzie emckenzie(&siplast.com 4.2 Bank References: P.O. Box 1567 Bonita Springs, FL (800) 283-1314 17195 Jean St. Ft. Myers, FL 33912 (239) 437-4778 Office, (239) 437-4030 Fax 1000 E. Rochelle Blvd Irving, TX 75062 (800) 922-8800 SunTrust Bank of Lee County, N.A. 12751 New Brittany Blvd. Fort Myers, FL 33907 Attn: Matthew Gordon Tel.: (239) 277-2581 Fax: 239-277-2579 4.3 Surety: 4.3.1 Name of Bonding Company: C.N.A Western Surety Company 4.3.2 Name and address of Agent: Willis of Illinois, Inc. 233 South Wacker Drive, Suite 2000 Chicago, IL 60606 Attention: Kimberly Bragg (312) 288-7187, Fax: (312) 234-0663 4.3.3 Insurance/Worker's Compensation Agent: Willis of Illinois, Inc. 233 South Wacker Drive, Suite 2000 Chicago, IL 60606 Attention: Dave Payne (312) 288-7170, Fax: (312) 621-4821 5. FINANCING 5.1 Financial Statement is available upon request. Contact Dan Mazon, Controller 5.1.1 Name and address of firm preparing financial statement: Shepard Schwartz & Harris 150 N. Wacker Drive Chicago, IL 60606 Attn: Richard Pearlman CONSTRUCTION EXPERIENCE AND QUALIFICATION STATEMENT CHAIRMAN OF THE BOARD Lee S. Crowther B.S. Degree in Engineering — Physics, St. Ambrose College, Davenport, IA. Professional member of the Contractor's Specifications Institute. State of FL Certified Roofing Contractor. Graduate of FMI Young Managers Institute. A Crowther employee since 1979. PRESIDENT: Kevin M. Callans Graduated from MacMurray College with a B.S. degree in Business Administration. Five years roofing field experience and fifteen years of management and administrative roofing expertise. A Crowther employee since 1994. SECRETARY -TREASURER: Dan Mazon VICE PRESIDENT — MARKETING: B.S. in Accounting. Over 10 years of accounting experience within the Construction Industry. A Crowther employee since 2013. Jan Jones Thirty five years of marketing experience in Southwest Florida. Jan is responsible for all aspects of commercial and residential marketing for all Divisions of Crowther Roofing. A Crowther employee since 2011. HUMAN RESOURCES DIRECTOR: Lydia Fuste Florida International University, Business Admin SHRM Professional. Over 30 years of experience in H.R. management and administration. A Crowther employee since 1999. Marie Ronquillo ADMINISTRATIVE: Bachelor of Science in University, with over 17 Management experience. 2018. Legal Studies from Hodges years of Human Resources A Crowther Employee since John Highfill Estimating/Administrative Coordinator. Bachelor of Science in Construction Management from Bradley University, with over 30 years of experience in Construction Management, Estimating and Administration. A Crowther employee since 1999. Brita Long Corporate Administrative Assistant. Attended college in Portland, OR. Over 15 years of administrative support experience. A Crowther employee since 2013. OPERATIONS SALES: Charlie Arcario Over 20 years of sales management experience including 13 years with Home Depot Management. International Fine Art College with an AA in Advertising. A Crowther employee since 2007. PROJECT ESTIMATORS: Brad Gorton A.S. Drafting and Design, Edison College. Project Estimating, Drafting and Design and AutoCAD experience. Prior to his promotion to Estimator, Brad was Crowther's ACAD Director. A Crowther employee since 1997. Brian Lynch Senior Estimator. Attended Kansas Benedictine College and Joliet Junior College. Service Manager for 2 years. Senior surveyor and Estimator. Asbestos Certified. A Crowther employee since 1976. John Highfill Bachelor of Science in Construction Management from Bradley University, with over 30 years of experience in Construction Management, Estimating and Administration. A Crowther employee since 1999. James Walworth B.S. in Elementary and Special Education from Moorhead State University. Over six years of training and educational expertise along with roofing auto cad experience. Prior to his promotion to Estimator, James was Crowther's ACAD Director for five years. A Crowther employee since 2002. Randy Knapp Prior to his promotion to Estimator, Randy was Crowther's ACAD Director over 10 years of graphic design, commercial art and design experience. A Crowther employee since 2006. Joe Ceapa 32 years of experience in Commercial Roofing from working on the roof to estimating / Project Management. A Crowther Employee since 2016. Tim Blackburn Associates in Science for Building Construction and Architectural Design. State of Florida Certified Builders License CBC 1252756. Experience in the Roofing Industry since 2005. A Crowther Employee since 2018. PROJECT MANAGERS: Ruben Ponce Truss Division Manager/Project Manaqer Graduated from Catholic University of Quito, Ecuador as a Civil Engineer. Eighteen years of roofing experience with emphasis in sheet metal roofing and light gauge steel truss design and construction. A Crowther employee for over 10 years. Terry Adams Division Manager, Lightweight Concrete A.A. & A.S. Degrees. Attended University of Florida and the University of South Florida. Twenty-three years experience within the lightweight insulating concrete industry. A Crowther employee since 1997. Todd Adams Project Manager Over twenty-five years of roofing and lightweight concrete field experience to include scheduling, superintendent, and project management. A Crowther employee since 1997. Joseph Franciotti Project Manager Over twenty years working in the civil engineering, site development & design and construction fields working as a designer and project manager. A Crowther Employee since 2013. Fausto Ponce Proiect Manager Graduate — Polytechnic University, Ecuador with a degree in Civil Engineering. Over 15 years in the construction industry. A Crowther employee since 2001. Ed Sitoski Proiect Manager Over 35 years in the construction trades with 22 years in the Commercial Roofing Industry as Project Manager, General Manager and VP, with 15 years at Crowther Roofing. PERMIT & INSPECTION ADMINISTRATION: Jeff Saccomani Graduated from Vocational Technical School in Pittsburgh, PA. Computer background with certifications from Microsoft and Tandy Corporations with over 18 years of computer technical service. A Crowther employee since 2006. WARRANTY ADMINISTRATION: Angelina Petito B.S. in Psychology from University of Phoenix. Over 18 years in Accounting and Office Management specializing in Construction, HVAC and Hospitality. A Crowther employee since 2017. CORPORATE SAFETY OFFICER: Ron Coveleski B.S. in Civil Engineering from Widener University with over fifteen years of direct construction/safety experience and author of many exceptional safety programs. Ron brings an outstanding record of safety management to Crowther Roofing. A Crowther employee since 2001. COMPUTER SYSTEMS ADMINISTRATOR: Gary Maynard Associates Degree in Network Systems Administration from ITT Technical Institute with more than 25 years of experience in the Information Technology Industry. A Crowther employee since 2016. FLEET OFFICER: Richard Crowther Illinois Licensed Roofing Contractor. Forty years of extensive Roofing experience in all phases. A Crowther employee since 1996. FLEET INSPECTION SUPERVISOR: Gary Grosklos CONSTRUCTION SUPERINTENDENTS: A Crowther employee since 2017. John Dixon Sarasota roofing superintendent for twelve years and a Crowther employee since 1990. Mark Exline Licensed construction superintendent. Eighteen years roofing and general construction experience. Asbestos certified. A Crowther employee since 1998. Mike Proulx Licensed construction superintendent. 22 years roofing and general construction experience. Asbestos certified. A Crowther employee since 1993. Gary Stanczik Roofing Sheet Metal Division Superintendent and a Crowther employee since August of 2005. Tim Rice East Coast Construction Superintendent Aldo Delgado Fort Myers Construction Superintendent/PM Jeff Waldschmidt Sarasota Construction Superintendent Sal Garcia Sloped Construction Superintendent John Crespo Fort Myers Commercial Superintendent MECHANICAL DIVISION - CoolChecVr,' MECHANICAL SERVICE MANAGER Richard McAtee Three year Vocational -Technical degree. Twenty-nine years A/C experience. Trane, Carrier, Manitowac, and Scotsman ice machine certified. Crowther employee since 2009. HVAC DIVISION SALES AND BUSINESS DEVELOPMENT George Chapman Graduated from Ivy Tech Community College of Indiana with Technical Certificates in HVAC/R. Thirty three years of experience in commercial air conditioning and maintenance. One and half years at Crowther Mechanical Services as an air conditioning service tech and A/C surveyor. Crowther employee since 2017. Steven Keck Jr. 12 years Air Conditioning Experience. Specializing in residential and light commercial applications. A Crowther employee since 2018. A/C ADMINISTRATION Marsha Cap 25+ years of experience in accounts payable, customer service, and administration. Also has experience in the home building administrative field. A Crowther employee since February 2010. Tamara Branch Associates Degree in Business and Administration. Extensive experience in Administration with four years of experience in Air Conditioning. A Crowther employee since 2017. Jennifer Cosentino 25 Years in the HVACR industry between the field and office. Technical background in Fine Arts/Computer Graphics. A Crowther employee since 2018. Emily Elrod Four years of experience in HVAC administration and Sixteen Years of experience in restaurant management. A Crowther employee since 2018. Fm RoofCheWTmSERVICE DIVISIONS ROOF CHECK SALES AND MARKETING: Matt Plowman RoofCheck Sales & Marketing Representative with over twenty- five years of experience in sales and management. B.S. Degree in Occupational Safety and Health from Murray State University. A veteran of the Air Force and a Crowther employee since 2016. Jesse Rajala — Fort Myers RoofCheck Sales & Marketing for Fort Myers/Naples. Over 8 years of experience in Sales and management. A Crowther Employee since 2014. Scott Kuykendall RoofCheck Sales & Marketing Representative Over 32 years of roofing/HVAC Sales, Management and ownership experience. BS in Business Administration/Marketing from University of Illinois. A Crowther employee since 2016. BUSINESS DEVELOPMENT: Sandy Spindler Over 20 years of experience in Sales, Marketing & Business to Business Relations. A Crowther employee since 2018. DIRECTOR COMMERCIAL ROOF SERVICE DIVISION: David Berendt Graduate Civil and Environmental Engineer from University of Wisconsin. 17+ years of experience in commercial roof business development, project management and strategic planning. A Crowther employee since 2017. SERVICE & SCHEDULING MANAGER: Mike Proulx Licensed construction superintendent. 22 years roofing and general construction experience. Asbestos certified. A Crowther employee since 1993. ROOF CHECK PROGRAM COORDINATOR: Michelle Vella Over 20 years of administrative management. Attended Edison Community College for Business Administration. A Crowther employee since 1997. BILLING COORDINATOR: Jason Drury Attended Samford University in Birmingham, AL. Over 16 years of experience in Accounting positions from Accounts Payable to Sr. Staff Accountant. A Crowther employee since 2016. SERVICE ADMINISTRATORS: Tanya King Over 10 years of administrative management. A Crowther employee since 2013. Rachel Schultz Customer Service Coordinator. Currently attending Rasmussen College to earn a BA in Human Resources and Organizational Leadership with an Associates degree in Legal Studies. Over 3 years of Customer Service experience. A Crowther employee since 2017. Kelsey Garrett Bachelor of Science in Criminal Justice and Forensic Studies from Florida Gulf Coast University. New to Crowther and the Roofing Industry. A Crowther employee since 2018. Melissa Baker High school graduate. Over 20 years customer service experience. Industries include Banking, Title and Engineering Companies. A Crowther employee since 2018. Kathy Simmering Over 40 years of experience in customer service along with accounting, finance, payroll and administrative positions in various industries throughout her career. A Crowther employee since 2017. FORT MYERS SERVICE DIVISION - SURVEYORS Robert Daniello Robert brings over 23 years of extensive expertise in all phases of construction and roofing to include sales, estimating, operations and ownership. A Crowther employee since 2005. Sean Wallace Graduated from Furman University with a BA in Business Administration, and from Auburn University with a Master of Building Construction degree. More than 6 years of experience in field, construction, and operations management. A Crowther employee since 2009. Curt Furbee Bachelor of Science in Human Biology from Logan College in St. Louis MO. 2 years of Division 10 construction experience. A Crowther employee since 2011. Joe Russo RoofChec Bachelor of Science degree. company based on Sanibel for since 2015. Owned and operated roofing 15 years. A Crowther employee � �'CoolCheTM c�� TRUSS DIVISION Ruben Ponce Truss Division Manager. Graduated from Catholic University of Quito, Ecuador as a Civil Engineer. Eighteen years of roofing experience with emphasis in sheet metal roofing and light gauge steel truss design and construction. A Crowther employee for over 10 years. Jeff Compton Truss Division Senior Field Superintendent with extensive knowledge and experience in roofing. Jeff has over twenty years of dedicated service with Crowther. Miguel Bates Truss Division Shop Fabrication Manager. Attended Edison Community College for Networking Systems and Technology. More than 10 years in the field of communications technology and computer science. A Crowther employee since 2005. Brad Gorton Truss Division - A.S. Drafting and Design, Edison College. Project Estimating, Drafting and Design and AutoCAD experience. A Crowther employee since 1997. Francisco Placencia Truss Division — Truss Designer with over 25 years of experience in construction and related business and six years of truss designing experience. A graduate of Central University of Ecuador with a degree in Architecture. A Crowther employee since 2005. Robert Nelson Truss Designer-A.B.A. in Communications from Millikin University. M.S. in Exercise Physiology from Illinois State University. 20 years' experience in the Construction Industry from residential - commercial framing, estimating and design. A Crowther employee since 2016. SUBMITTALS & SHOP DRAWINGS: Travis Spencer Attended Dixie College, Boise State University and ITT Tech. Over 13 years of experience specializing in truss field operations and truss shop management. More than 2 years in development and design and a year in submittals and shop drawings. A Crowther employee since 2005. Jaime Vega 15 years of experience in construction including plumbing, electrical, roofing and general construction. Over 5 year's office management experience. A Crowther employee since 2011. Don Crowther University of South Florida, Business Administration. Fifteen years of commercial roofing field experience, four years in the CAD and Submittals Department and ten years conducting surveys and analysis. A Crowther employee since 1982. FINANCE CONTROLLER: Dan Mazon B.S. in Accounting. Over 10 years of accounting experience within the Construction Industry. A Crowther employee since 2013. ACCOUNTS RECEIVABLE MANAGER: Jean McCarthy Thirty plus years of experience in accounting, credit and collections management, finance, payroll, customer service, and administration. A Crowther employee since 1995. ACCOUNTS RECEIVABLE ASSOCIATES: Sarah Swalheim Associate's Degree in Business Management from Madison Business College (Madison, WI). Over 30 years in Accounting and Administration. A Crowther employee since 2018. Kimberly Dillon Associate's Degree in Business Management with 14 years of experience in the Construction Industry. A Crowther employee since 2018. ACCOUNTS PAYABLE MANAGER: Rayna Adkins Bachelor's in Psychology, emphasis in organizational behaviors, graduating Cum Laude from the University of Missouri- St. Louis, with over eight years of accounts payable experience, ten years of customer service and sales and close to five years management experience. A Crowther employee since 2018. ACCOUNTS PAYABLE ASSOCIATES: Bonny Thatcher 18 years' experience in the construction industry working on site with Project Managers handling change orders as well as in the office of the accounting department. A Crowther employee since 2016. Nora Rivero A.S. in Accounting with over 25 years of experience in Accounts Payable. A Crowther employee since 2017. Tiffany Boulton Florida Pharmacy Technician registration from Heritage Institute. National Pharmacy Technician Certification from PTCB, with 8 years office experience. A Crowther Employee since 2018. PAYROLL MANAGER: Lesa Caceda Lesa brings 23 years of tax compliance experience in all states specializing in local taxation. She is Six Sigma certified with an extensive background in process improvement. A Crowther employee since 2015. PAYROLL ASSOCIATES: Christina Estes Over 10 years of customer service and management, 5+ years of analyzing business data and reporting trends. A Crowther employee since 2018. Headquarters Crowther Roofing and Sheet Metal of Florida, Inc., Fort Myers, FL More Crowther faces: Charlie Arcario, Operations Sales John Highfill, Est. Coordinator Ron Coveleski Chief Safety Officer Crowther - Sarasota SAFETY OFFICER Nick Milo Graduate of Rhode Island Fire Academy and attended Edison Community College. Project Manager for two years. Safety Officer for two years. Completed OSHA 10 hr. and 30 hr. courses. A Crowther employee since 2007. GENERAL SUPERINTENDENT: John Dixon Over 25 years of roofing and lightweight concrete experience. Eleven years general superintendent ! managerial experience. A Crowther employee since 1988. SUPERINTENDENT SARASOTA: Jeff Waldschmidt Eight years of roofing experience and four years of experience as a Superintendent. CDL licensed and crane operator. A Crowther employee since 2003. PROJECT MANAGERS: Simon Barton Over 17 years of experience in the building industry, covering all phases of commercial construction from the ground up. State of Florida certified General Contractor with expertise in project management, field supervision, contract administration, sales, service, and estimating. Terence Pavone Building Trades Certification for Charlotte Tech Center with over 25 years in the construction industry. A Crowther employee since 2018. SALES REPRESENTATIVES: Scott Kuykendall RoofCheck Sales & Marketing Representative Over 32 years of roofing/HVAC Sales, Management and ownership experience. BS in Business Administration/Marketing from University of Illinois. A Crowther employee since 2016. ADMINISTRATIVE ASSISTANTS: Phyllis Carter Associates Degree, Paul Smiths College, NY. Over 25 years of experience in the commercial roofing industry specializing in administrative and customer relations. A Crowther employee since 2002. Leslie Johnson BS in Kinesiology from University of Maine, Orono, with over 20 years of experience in Customer Relations and Management. A Crowther employee since 2018. Debra Nelson Debby has over 20 years of experience in computer, administrative and customer relations. Associates Degree in Mental Health. Joined the Crowther team in 2017. SARASOTA SERVICE MANAGER / SURVEYOR: Paul Howard Operations and Service surveyor for the Sarasota and Tampa areas. Over 15 years of experience in the construction industry, having had his own remodeling company and having built custom homes. A Crowther employee from 2001 — 2006 as Superintendent, and since 2010 as Surveyor. 7321 International Place, Sarasota, FL 34240 Tel.: 941-343-9600; Fax: 941-371-8969 Crowther - Jupiter JUPITER OFFICE MANAGER: Michael Crowther B.S. in Management from University of St. Francis in IL. Over thirteen years of experience in roofing industry. A Crowther employee since 2004. SURVEYORS: Bobby Koder, III Attended Iowa State University studying Engineering and is currently pursuing a degree in Business Management with The University of Phoenix. A Crowther employee since 2005. SALES REPRESENTATIVES: Matt Plowman RoofCheck Sales & Marketing Representative with over twenty-five years of experience in sales and management. B.S. Degree in Occupational Safety and Health from Murray State University. A veteran of the Air Force and a Crowther employee since 2016. PROJECT MANAGERS: Albert Scoff CAST Technical College, Kingston, Jamaica, in Industrial Engineering. 27 years of roofing experience I project management, estimating and as Superintendent. A Crowther employee since 2008. ADMINISTRATIVE: Alaina Cruz Jupiter Office Assistant with over ten years of administrative experience. A Crowther employee since 2016. Palm Beach County Office 15865 Assembly Loop Jupiter, FL 33478 5611624-9700 (office) 5611624-9189 (fax) Updated 10/2018 PROJECT: Gulf Coast Medical Ctr Exp. LOCATION: Fort Myers, FL FOR: Skanska USA Building CONTACT: Brad Kaaber, 239-275-2273 CONTRACT: $3,347,200 PROJECT: Bentley Village West LOCATION: Naples, FL FOR: Suffolk Construction CONTACT: Keith Morgan 239-91-3000 CONTRACT: $1,743,950 PROJECT: Tampa Tribune Apartments LOCATION: Tampa, FL FOR: Suffolk Construction CONTACT: Keith Moyer., 239-791-3000 CONTRACT: $726,937 PROJECT: Glenview at Pelican Bay Condos LOCATION: Naples, FL FOR: Glenview at Pelican Bay CONTACT: Juan Esquival Jr. 239-591-0011 CONTRACT: $1,584,867 PROJECT: Sapphire Lakes ALF LOCATION: Naples, FL FOR: Gates Construction CONTACT: Tom Siwek 239-593-3777 CONTRACT: $720,725 PROJECT: Lake Placid High School Ph II LOCATION: Lake Placid, FL FOR: Highland County Schools CONTACT: Frank Brown 863-471-5647 CONTRACT: $855,900 PROJECT: Autumn Leaves of Naples LOCATION: Naples, FL. FOR: Lake Superior Contracting CONTACT: John Bojczuk, 214-845-4460 CONTRACT: $303,600 PROJECT: Players Club Condo LOCATION: Longboat Key, FL FOR: Players Club Association CONTACT: Brad Scheinbeckler 941-730-1077 CONTRACT: $2,210,000 PROJECT: Shipps Landing Ph III LOCATION: Marco Island, FL FOR: L.W. Construction Concepts CONTACT: Larry West 239-263-6195 CONTRACT: $733,500 PROJECT: Norton Museum of Art LOCATION: West Palm Beach, FL FOR: Gilbane Building Company CONTACT: Tom Sieczkowski 407-654-6133 CONTRACT: $1,589,023 PROJECT: Arthrex Hotel LOCATION: Naples, FL FOR: DeAngelis Diamond Construction CONTACT: Harold Morgan, 239-594-1994 CONTRACT: $909,372 PROJECT: Gantt Road ALF LOCATION: Sarasota, FL FOR: Division Unlimited of Florida, Inc. CONTACT: Robert Martin 941-455-0973 CONTRACT: $650,900 PROJECT: Hard Rock Hollywood LOCATION: Hollywood, FL FOR: Suffolk Construction Co. CONTACT: Bailey Braswell, 305-374-1107 CONTRACT: $3,301,225 PROJECT: Moorings Park at Grande Lake LOCATION: Naples, FL FOR: Suffolk Construction CONTACT: Keith Morgan 239-791-3000 CONTRACT: $959,200 PROJECT: Shipps Landing Ph III LOCATION: Marco Island, FL FOR: L.W. Construction Concepts CONTACT: Larry West, 239-263-6195 CONTRACT: $733,500 PROJECT: Bonita Springs Charter School LOCATION: Naples, Florida FOR: Charter Schools USA CONTACT: Aarron Murray 954-202-3500 CONTRACT: $458,100 PROJECT: Halcyon Condo S. Bldg. LOCATION: Palm Beach, FL FOR: Halcyon of Palm Beach Condominiums CONTACT: Geoff Thomas, 561-282-8514 CONTRACT: $570,197 PROJECT: Halcyon Condo N. Bldg. LOCATION: Palm Beach, FL FOR: Halcyon of Palm Beach Condominiums CONTACT: Geoff Thomas, 561-282-8514 CONTRACT: $565,797 Updated 10/2018 Cypress Cove MCALF - 2016 PROJECT: Gulf Coast Village - 2017 LOCATION: Cape Coral, FL FOR: Lecesse Construction CONTACT: Kevin ]Callahan, 585-334-4490 CONTRACT: $1,035,500 PROJECT: Cypress Cove MCALF - 2016 LOCATION: Fort Myers, FL FOR: Stevens Construction CONTACT: Jodi Huntoon, 239-936-9006 CONTRACT: $838,000 PROJECT: Bashaw Elementary Reroof - 2017 LOCATION: Sarasota, FL FOR: Willis Smith Construction CONTACT: Wade Wolk, 941-366-3116 CONTRACT: $2,186,875 PROJECT: Golisano Children's Hospital - 2017 LOCATION: Fort Myers, FL FOR: Skanska USA CONTACT: Joe Ostrowski, CONTRACT: $1,246,650 PROJECT: Riverhouse Condo Reroof - 2016 PROJECT: Tommy Barfield Elementary - 2017 LOCATION: Rotondo West, FL LOCATION: Marco Island, FL FOR: Riverhouse Condominium Association FOR: Collier County School CONTACT: Debbie Graham, 941-661-7286 CONTACT: Michael Clausen, 239-377-0001 CONTRACT: $820,213 CONTRACT: $886,150 PROJECT: Lee Health Village @ Coconut Pt. 2018 PROJECT: Baptist Health Cancer Inst. - 2017 LOCATION: Estero, FL LOCATION: Miami, FL FOR: DeAngelis Diamond Healthcare FOR: Robins & Morton CONTACT: Andrew Small 239-594-1994 CONTACT: Diane Holland 407-916-7235 CONTRACT: $2,115,381 CONTRACT: $4,015,000 PROJECT: Naples Bay Yacht Stowage -201 PROJECT: Admiralty Point West - 2016 LOCATION: Naples, Florida LOCATION: Naples, FL FOR: Naples Bay Yacht Stowage FOR: Admiralty Point Condominium Association CONTACT: Scott Bonk - 239-768-3654 CONTACT: Scott Bonk, 239-768-3654 CONTRACT: $1,255,000 CONTRACT: $868,400 PROJECT: Treasure Coast Behavioral Care -2017 PROJECT: Rayma C. Page Elementary School - 2018 LOCATION: W. Palm Beach, FL LOCATION: Fort Myers, Florida FOR: DeAngelis Diamond Heathcare FOR: Wright Construction CONTACT: Eric Brackin. 239-594-1994 CONTACT: Michael Valin 239-481-5000 CONTRACT: $778,700 CONTRACT: $1,568,700 PROJECT: Arthrex Phase II - 2017 PROJECT: Moorings Park PH 4 ALF - 2017 LOCATION: Naples, FL LOCATION: Naples, Florida FOR: DeAngelis Diamond FOR: Suffolk Construction CONTACT: 941-594-1994 CONTACT: Bill McCollum, 239-791-3000 CONTRACT: $625,000 CONTRACT: $336,900 PROJECT: Aria @ Longboat Key - 2017 PROJECT: Residences @ Vyne House - 2016 LOCATION: Longboat Key, FL LOCATION: Naples, FL FOR: Suffolk Construction FOR: Suffolk Construction CONTACT: Bill McCollum, 239-791-3000 CONTACT: Bill McCollum, 239-791-3000 CONTRACT: $579,000 CONTRACT: $550,000 PROJECT: Lakeland Airport Reroof- 2016 PROJECT: Naples Square II - 2017 LOCATION: Lakeland, FL LOCATION: Naples, FL FOR: City of Lakeland Purchasing FOR: Suffolk Construction CONTACT: Danny Rodriguez, 863-834-6780 CONTACT: Bill McCollum, 239-791-3000 CONTRACT: $2,645,000 CONTRACT: $589,950 Updated 10/2018 PROJECT: Avida Senior Living - 2018 LOCATION: Fort Myers, Florida FOR: DeAngelis Diamond Construction CONTACT: Michael Mick, 239-594-1994 CONTRACT: $1,902,400 PROJECT: Bonita Bay Plaza -2017 LOCATION: Bonita Springs, FL FOR: Musca Properties, LLC CONTACT: MJoe Musca, 216-642-9500 CONTRACT: $782,000 PROJECT: Huttig Building Products -2014 LOCATION: Fort Myers, FL FOR: Huttig Building Products CONTACT: Dan Sampson, 239-332-2424 CONTRACT: $528,850 PROJECT: Jerry's Foods -2017 LOCATION: Sanibel Island, FL FOR: Jerry's Enterprises CONTACT: Kelan Werkmeister, 763-546-3434 CONTRACT: $503,975 PROJECT: Green Meadows RO-2017 LOCATION: Labelle, Florida FOR: Wright Construction CONTACT: Mark Valin, 239-481-2448 CONTRACT: $524,500 PROJECT: Naples Infinity -2017 LOCATION: Naples, Florida FOR: Envirostruct LLC CONTACT: Frank Stout, 239-494-5700 CONTRACT: $327,100 PROJECT: Martin County High School -2017 LOCATION: Stuart, Florida FOR: The Morganti Group CONTACT: Arthur Norton, 772-785-5700 CONTRACT: $439,900 PROJECT: FGCU Village Ph. I GMP LOCATION: Fort Myers, FL FOR: Suffolk Construction CONTACT: Bill McCollum, 239-791-3000 CONTRACT: $633,700 PROJECT: LeeSar Expansion -2017 LOCATION: Fort Myers, FL FOR: DeAngelis Diamond Construction CONTACT: Janet Cole, 239-594-1994 CONTRACT: $442,642 PROJECT: Bonita Springs High School - 2018 LOCATION: Bonita Springs, FL FOR: Gulfpoint Construction CONTACT: John Huether 239-768-18000 CONTRACT: $1,128,000 PROJECT: Campo Felice -2017 LOCATION: Fort Myers, Florida FOR: McFarlane Group CONTACT: Robert DeSantis, 239-340-4191 CONTRACT: $679,255 PROJECT: All Season ALF -2017 LOCATION: Naples, Florida FOR: Gates Construction CONTACT: David Czosche, 239-593-3777 CONTRACT: $1,035,200 PROJECT: Harborside Event Center -2017 LOCATION: Fort Myers, Florida FOR: Garland Company CONTACT: Robert Moses, 727-709-4280 CONTRACT: $451,570 PROJECT: Lake Placid High School LOCATION: Lake Placid, Florida FOR: Highland County Schools CONTACT: Frank Brown, 863-471-5645 CONTRACT: $633,800 PROJECT: STC South Campus & Library -2017 LOCATION: North Port, Florida FOR: Willis Smith Construction CONTACT: Meagan Brookshire, 941-366-3116 CONTRACT: $585,908 PROJECT: NFM Academy of the Arts - 2016 LOCATION: N. Fort Myers, Florida FOR: Lee County School CONTACT: Nabil Badir, 239-337-8123 CONTRACT: $1,063,750 3 m 0 Rt hoofing 5 Sheet Metal of FloR Roof Chec " CovlChec t' Crowther Roofing ... Ready for any need, any emergency! iL,:iitYivyvt rr 1-1u rage ioii E—VerifUSA ttllfll ' ' Employment Eligibility Verification wplcana Lydia Fuste User l0 Lss! LogNf LF US' 414 15 PM - 0210312011 Log Out Home Company information hAy Cases New Case View Cases Company Name: Crowther Roofing & SIM of FI Inc My I>mNe Company ID Number: 201228 Edit Profile Doing Business As (DBA) Change Password Name: DUNS Number: Change Security Questions Mry Company physical Location: Mailing Address: Edit Company Profile Address 1: 2543 Rockfiii Road Address 1: Add New User Address 2: Address 2: View Existing Users City: Fort Myers City: Close Company Account State: FL State: Zip Code: 33916 Zip Code: ?Ay Reports County: LEE View Reports My Resources Additional Information: View Essential Resources Employer Identification Number: 650653836 Take Tutorial Total Number of Employees: 100 to 499 View User Manual Parent Organization: Contact Us Administrator: Organization Designation: Employer Category: None of these categories apply NAICS Code: 236 - CONSTRUCTION OF BUILDINGS Total Hiring Sites: 1 Total Points of Contact: 1 U.S. Department of Homeland Security - www.dhs.gov US. Citizenship and Immigration Services - wMw.uscis.gov Accessibility Download Viewers https://e-verify.uscis.gov/emp/EmployerWizard.aspx 02/03/2011 Company ID Number: 401772 Page 1 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING AR TICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and fa remodeling and repairs inc (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E- Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form I-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, “Employment Eligibility Verification”, of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a “Federal contractor with the FAR E-Verify clause”) to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed Company ID Number: 401772 Page 2 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens’ employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens’ employment eligibility and accuracy of SSA records for both citizens and non-citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1. After SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: • Automated verification checks on employees by electronic means, and • Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to make available to the Employer at the E-Verify Web site and on the E-Verify Web browser, instructional materials on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of employees’ employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Company ID Number: 401772 Page 3 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non- match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: • If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. • If an employee presents a DHS Form I-551 (Permanent Resident Card) or Form I-766 (Employment Authorization Document) to complete the Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The photocopy must be of sufficient quality to allow for verification of the photo Company ID Number: 401772 Page 4 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form I-9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form I-9 and E-Verify system compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after the Form I-9 has been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual, or in the case of Federal contractors with the FAR E-Verify clause, the E-Verify User Manual for Federal Contractors. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form I-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. Employers may initiate verification by notating the Form I-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee’s SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer Company ID Number: 401772 Page 5 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify uses the E-Verify system for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non-match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non-match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800- 255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA,as applicable,by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration- related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E- Company ID Number: 401772 Page 6 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 12. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E-VERIFY CLAUSE 1. The Employer understands that if it is a subject to the employment verification terms in Subpart 22.18 of the FAR, it must verify the employment eligibility of any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a.Federal contractors with the FAR E-Verify clause agree to become familiar with and comply with the most recent versions of the E-Verify User Manual for Federal Contractors and the E-Verify Supplemental Guide for Federal Contractors. b.Federal contractors with the FAR E-Verify clause agree to complete a tutorial for Federal contractors with the FAR E-Verify clause. c.Federal contractors with the FAR E-Verify clause not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify at the time of a contract award must enroll as a Federal contractor with the FAR E-Verify clause in E-Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, Company ID Number: 401772 Page 7 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with the FAR E-Verify clause, the Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time of enrollment in the system and after the date and selecting which employees will be verified in E-Verify or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Employers that are already enrolled in E-Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR E-Verify clause: Employers enrolled in E-Verify for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E-Verify as other than a Federal contractor with the FAR E-Verify clause, must update E-Verify to indicate that they are a Federal contractor with the FAR E- Verify clause within 30 days after assignment to the contract. If the Employer is enrolled in E- Verify for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor with the FAR E-Verify clause in E-Verify must initiate verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. e. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E-Verify clause that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E-Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article II.D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties. f. Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E- Verify verification of all existing employees within 180 days after the election. g. Form I-9 procedures for existing employees of Federal contractors with the FAR E- Verify clause: Federal contractors with the FAR E-Verify clause may choose to complete new Forms I-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E-Verify clause may also update previously completed Forms I-9 to initiate E-Verify verification of existing employees who are not completely exempt as long as that Form I-9 is complete (including the SSN), complies with Company ID Number: 401772 Page 8 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify Article II.C.5, the employee’s work authorization has not expired, and the Employer has reviewed the information reflected in the Form I-9 either in person or in communications with the employee to ensure that the employee’s stated basis in section 1 of the Form I-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form I-9 complies with Article II.C.5, if the employee’s basis for work authorization as attested in section 1 has expired or changed, or if the Form I-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new I-9 consistent with Article II.C.5, or update the previous I-9 to provide the necessary information. If section 1 of the Form I-9 is otherwise valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired subsequent to completion of the Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.5, subject to any additional or superseding instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor with the FAR E-Verify clause. 2. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. AR TICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A.REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by the E-Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system-generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it Company ID Number: 401772 Page 9 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the E-Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 2. If the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. The Employer must review the tentative nonconfirmation with the employee in private. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E- Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will send a copy of the employee’s Form I-551 or Form I-766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (paid for at employer expense). 7. If the Employer determines that there is a photo non-match when comparing the photocopied List B document described in Article II.C.5 with the image generated in E-Verify, the Employer must forward the employee’s documentation to DHS using one of the means described in the preceding paragraph, and allow DHS to resolve the case. Company ID Number: 401772 Page 10 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify ARTICLE IV SERVICE PROVISIONS SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E- Verify, an Employer will need a personal computer with Internet access. AR TICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual, the E-Verify User Manual for Federal Contractors or the E-Verify Supplemental Guide for Federal Contractors. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. An Employer that is a Federal contractor with the FAR E-Verify clause may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor with the FAR E-Verify clause must provide written notice to DHS. If an Employer that is a Federal contractor with the FAR E-Verify clause fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOU that apply to participants that are not Federal contractors with the FAR E-Verify clause, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. Company ID Number: 401772 Page 11 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. Company ID Number: 401772 Page 12 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify To be accepted as a participant in E-Verify, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. Employer fa remodeling and repairs inc carla alvear Name (Please Type or Print) Electronically Signed Title 03/17/2011 Signature Date Department of Homeland Security – Verification Division USCIS Verification Division Name (Please Type or Print) Electronically Signed Title 03/17/2011 Signature Date Information Required for the E-Verify Program Information relating to your Company: Company Name:fa remodeling and repairs inc Company Facility Address:8244 key roya l circle unt 636 naples, FL 34119 Company Alternate Address:8244 key roya l circle unt 636 naples, FL 34119 County or Parish:COLLIER Employer Identification Number:271218454 Company ID Number: 401772 Page 13 of 13 | E-Verify MOU for Employer | Revision Date 09/01/09 www.dhs.gov/E-Verify North American Industry Classification Systems Code:238 Administrator: Number of Employees:1 to 4 Number of Sites Verified for:1 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name:felipe o alvear Telephone Number: (239) 601 - 7479 Fax Number:(239) 353 - 8106 E-mail Address:faremodeling@gmail.com Name:carla c alvear Telephone Number: (129) 601 - 0122 Fax Number: E-mail Address:faremodeling@gmail.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 01/09/2019 Bouchard Insurance for WBS PO Box 6090 Clearwater, FL 33758-6090 (866) 293-3600 ext. 623 American Zurich Insurance Company 40142 Workforce Business Services, Inc. Alt. Emp: Target Roofing and Sheet Metal Inc. 1401 Manatee Ave. West Ste 600 Bradenton, FL 34205-6708 Coverage is provided for only those co-employees of, but not subcontractors to: WC 90-00-818-08 12/31/2018 12/31/2018 12/31/2019 12/31/2019 1,000,000 1,000,000 1,000,000 18FL079929202 054554-FL Y Steven D Adkins is not included in work comp coverage Target Roofing and Sheet Metal Inc. 1841 Ortiz Ave Fort Myers, FL 33905 Target Roofing and Sheet Metal Inc. 1841 Ortiz Ave Fort Myers, FL 33905 Client# A Location Coverage Period: X listed herein by policy number(s). Select one of the following: A request has been submitted to add the additional interest described below to the policy(ies) The additional interest described below has been added to the policy(ies) listed herein by policy number(s). SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CANCELLATION AUTHORIZED REPRESENTATIVE FINANCEDVEHICLE / EQUIPMENT INTEREST: LENDER'S LOSS PAYABLE LOSS PAYEEADDITIONAL INSURED DESCRIPTION OF THE ADDITIONAL INTERESTLEASED ADDITIONAL INTEREST NAME AND ADDRESS OF ADDITIONAL INTEREST LOAN / LEASE NUMBER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. This form is used to report coverages provided to a single specific vehicle or equipment. Do not use this form to report liability coverage provided to multiple vehicles under a single policy. Use ACORD 25 for that purpose. INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : INSURER(S) AFFORDING COVERAGE NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: CUSTOMER ID #:PRODUCER PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES CLAIMS MADE OCCURRENCE GENERAL LIABILITY $ $ $EACH OCCURRENCE GENERAL AGGREGATE $ $ VEHICLE LIABILITY COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ VEHICLE OR EQUIPMENT CERTIFICATE OF INSURANCE DATE (MM/DD/YYYY) SERIAL NUMBERDESCRIPTION BODY TYPEMAKE / MANUFACTURER VEHICLE IDENTIFICATION NUMBERMODELYEAR DESCRIPTION OF VEHICLE OR EQUIPMENT THIS IS TO CERTIFY THAT THE POLICY(IES) OF INSURANCE LISTED BELOW HAS/HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD(S) INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICY(IES) DESCRIBED HEREIN IS/ARE SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICY(IES). ADD'L INSRD INSR LTR POLICY EXPIRATION DATE (MM/DD/YYYY) POLICY EFFECTIVE DATE (MM/DD/YYYY)TYPE OF INSURANCE POLICY NUMBER LIMITS REMARKS (INCLUDING SPECIAL CONDITIONS / OTHER COVERAGES) (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ACORD 23 (2016/03)The ACORD name and logo are registered marks of ACORD © 1997-2015 ACORD CORPORATION. All rights reserved. DED$ LIMIT$ DED$ LIMIT$ STATED AMT AGREED AMTACV DED$ LIMIT$ RC SPECIAL BROADBASIC EQUIPMENT LOSS PAYEE INSR LTR STATED AMT AGREED AMTACV VEH OTC LIMITS / DEDUCTIBLE STATED AMT AGREED AMTACV POLICY EXPIRATION DATE (MM/DD/YYYY) POLICY EFFECTIVE DATE (MM/DD/YYYY)POLICY NUMBER VEH COMP TYPE OF INSURANCE VEH COLLISION LOSS VEHICLE / EQUIPMENT VALUE $ 6/21/2019 Five County Insurance Agency Inc 14120 Metropolis Ave Fort Myers FL 33912 Certificate Department 239-939-1400 239-939-3813 certs@fivecountyinsurance.com TARGE-1 Target Roofing and Sheet Metal Inc 2043 W First St Fort Myers FL 33901 Old Dominion Insurance 40231 Lloyd's of London Scottsdale Insurance Company 41297 621113502 A B1T7423T 10/23/2018 10/23/2019 1,000,000 B X WCISCGL000220101 10/30/2018 10/30/2019 1,000,000 2,000,000 A X B1T7423T 10/23/2018 10/23/2019 500.00 A X B1T7423T 10/23/2018 10/23/2019 500.00 C Y X X 10/19/2018 10/19/2019CPS3100738 149,900 1,000 THEFT DED:$2,500;HIRED:$100,000 Collier County Procurement 3295 Tamiami Trail E Bldg.C2 Naples FL 34412 United States