Loading...
Agenda 01/12/2021 Item #16C2 (RFP #20-7765)01/12/2021 16.C.2 EXECUTIVE SUMMARY Recommendation to award Request for Proposal ("RFP") No. 20-7765, "Roofing Preventative Maintenance and Remedial Repairs," to Advanced Roofing, Inc., as the primary vendor and Crowther Roofing and Sheet Metal of Florida, Inc., as the secondary vendor. OBJECTIVE: Obtain roofing contractors who will provide roofing repairs and periodic maintenance services of roofing systems for County owned and operated facilities in order to minimize operational down time and for facilities to be maintained in top operating condition to otherwise avoid disruption. CONSIDERATIONS: On July 30, 2020, the Procurement Services Division released Request for Proposal ("RFP") 20-7765 to seventeen thousand one hundred seven (17,107) vendors for the Roofing Preventative Maintenance and Remedial Repairs project. Sixty-three (63) bid packages were viewed and six (6) submittals were received by the September 2, 2020 deadline. All six (6) respondents were found to be responsive and responsible. The Selection Committee met on October 13, 2020 and as described in the solicitation documents, the Committee scored each of the proposals and ranked the respondents based on the criteria outlined in the solicitation. Company Name Final Ranking Advanced Roofing, Inc. 1 Crowther Roofing and Sheet Metal of Florida, Inc. 2 Target Roofing & Sheet Metal, Inc. 3 Above All Roofing Contractor, LLC. 4 Crown Roofing & Waterproofing, LLC 5 FA Remodeling and Repairs, Inc. 6 Staff recommends awarding the RFP to Advanced Roofing, Inc., as the Primary Vendor and Crowther Roofing and Sheet Metal of Florida, Inc., as the Secondary Vendor. This award will be for three (3) years with two (2) additional one (1) year renewal options. FISCAL IMPACT: There is no fiscal impact as a result of this action. Historically, County departments have spent approximately $500,000.00 on this type of work; however, this may not be indicative of future buying patterns. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SAA GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATIONS: To approve the award of RFP No. 20-7765, "Roofing Preventative Maintenance and Remedial Repairs," to Advanced Roofing, Inc. as the primary vendor, and Crowther Roofing and Sheet Metal of Florida, Inc. as the secondary vendor and authorize the Chairman to sign the attached agreements. Prepared by: Juan Delgado, Operations Analyst, Facilities Management Division Packet Pg. 1300 16.C.2 01/12/2021 ATTACHMENT(S) 1.20-7765 Request for Proposals (RFP) (PDF) 2. [Linked] 20-7765 Advanced Roofing_Proposal (PDF) 3. [Linked] 20-7765 Crowther Roofing - Proposal (PDF) 4.20-7765 Final Ranking (PDF) 5.20-7765 Notice of Recommended Award _Executed (PDF) 6.20-7765 AdvancedRoofing_VendorSigned (PDF) 7.20-7765 CrowtherRoofing_VendorSigned (PDF) 8.20-7765 AdvancedRoofing_Insurance 11-13-20 (PDF) 9.20-7765 CrowtherRoofing_Insurance 11-16-20 (PDF) Packet Pg. 1301 16.C.2 01/12/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2 Doe ID: 14343 Item Summary: Recommendation to award Request for Proposal ("RFP") No. 20-7765, "Roofing Preventative Maintenance and Remedial Repairs," to Advanced Roofing, Inc., as the primary vendor and Crowther Roofing and Sheet Metal of Florida, Inc., as the secondary vendor. Meeting Date: 01/12/2021 Prepared by: Title: Operations Analyst — Facilities Management Name: Juan Delgado 12/09/2020 8:07 AM Submitted by: Title: Director - Facilities Management — Facilities Management Name: Damon Grant 12/09/2020 8:07 AM Approved By: Review: Procurement Services Sandra Herrera Additional Reviewer Public Utilities Operations Support Joseph Bellone Additional Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Barbara Lance Additional Reviewer Procurement Services Sue Zimmerman Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Facilities Management Damon Grant Director - Facilities Public Utilities Department Drew Cody Level 1 Division Reviewer Public Utilities Department George Yilmaz Level 2 Division Administrator Review County Attorney's Office Sally Ashkar Additional Reviewer Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Budget and Management Office Ed Finn Additional Reviewer County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review County Manager's Office Dan Rodriguez Level 4 County Manager Review Board of County Commissioners MaryJo Brock Meeting Pending Completed 12/15/2020 11:41 AM Completed 12/15/2020 11:46 AM Completed 12/15/2020 1:29 PM Completed 12/15/2020 1:32 PM Completed 12/15/2020 2:53 PM Completed 12/16/2020 3:14 PM Completed 12/21/2020 10:38 AM Completed 12/21/2020 4:43 PM Completed 12/21/2020 9:23 PM Completed 12/22/2020 10:41 AM Completed 12/22/2020 10:52 AM Completed 12/22/2020 1:03 PM Completed 12/22/2020 2:10 PM Completed 12/28/2020 8:21 AM 01/12/2021 9:00 AM Packet Pg. 1302 16.C.2.a C;O e-r County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR ROOFING PREVENTATIVE MAINTENANCE AND REMEDIAL REPAIRS SOLICITATION NO.: 20-7765 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@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. Packet Pg. 1303 16.C.2.a SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) 20-7765 NUMBER: PROJECT TITLE: Roofinu Preventative Maintenance and Remedial Repairs DUE DATE: September 2, 2020 (& 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 Division (hereinafter, the "Division"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "REP") with the intent of obtaining proposals from interested and qualified Contractors in accordance with the terms, conditions and scope of work 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. Historically, County departments have spent approximately $500,000; however, this may not be indicative of future buying patterns. BACKGROUND Collier County Facilities Management Division is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. In order to maintain the integrity and continuous operation of these facilities, the County intends to award contracts to perform: Roofing Maintenance and Remedial Repairs. The qualified bidders will provide roofing system repairs, other roofing related services, roofing systems maintenance services, remedial repairs, and urgent roofing repair services. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure It is the intent to award this solicitation to a primary, secondary, and tertiary vendor with the County reserving the right to determine when it is in the best interest of Collier County to utilize the secondary and tertiary vendors. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. DETAILED SCOPE OF WORK The intent of this solicitation is to award roofing Contractors who will provide roofing repairs and periodic maintenance services of roofing systems for County owned and operated facilities in order to minimize operational down time and for facilities to be maintained in top operating condition. 2 Packet Pg. 1304 16.C.2.a The County's buildings cover multiple locations and the awarded Contractor(s) shall be capable of handling the maintenance and repairs. Approximate square footages are defined in 20-7765 Building Inventory attached and are for informational purposes only. The Scope of Work is divided into two parts: Part 1: Roofing Preventative Maintenance L Part 2: Roofing Remedial Repairs Q. d Roofing replacements are not covered under this Scope of Work, roofing replacements are managed under a separate contract. Part 1. Roofing Preventative Maintenance m c The primary Contractor on this resultant contract will be Collier County's primary preventative maintenance resource for all roofs maintained by Collier County Facilities Management Division. The Contractor will be required to maintain an industry standard roof management and tracking database of all roofs and provide recommended scheduling of preventative maintenance based on the manufacturer's requirements, warranty commitments and/or industry expertise. The County will coordinate with the Contractor and provide direction and authorization to proceed, with portions of this schedule, based on the availability of funds and other considerations. The Contractor will provide preventative maintenance checklists suitable for each of the roof types being maintained and follow up each preventive maintenance action or set of actions, with a completed checklist or report, identifying, at a minimum, what work was performed, descriptions and pictures of what deficiencies were found and what action is recommended outside the typical preventative maintenance schedule. This should include any recommendations for roof replacement to enable Collier County to effectively budget for this work on a five year look ahead. The below outlines the minimum of what should be included, when applicable, during a preventative maintenance visit: • Wash or rinse roof in accordance with manufactures requirements. • Clean roof drains, gutters and downspouts. • Check for tiles or shingles that are loose, broken, displaced or missing. Re -secure or replace up to three during the initial visit and report deficiencies if widespread. • Check all edge metal for separating seams and curling at the edges or corners of the roof. Provide minimal sealing or securing of separated seams in up to three locations during the initial visit and report deficiencies if widespread. • Check all caulking, sealants, and roofing cement for cracks and other signs of damage. • Check all flashing, membranes, metal sliding, and copings for defects/deterioration. • Check for the presence of algae, mold or fungus that can eat away at roofing material. • Dispose of any debris, waste or plant life on the roof, especially behind HVAC units, pipes, and pitch pans, and any other roof penetrations; especially if the roof is asphalt based. • Check for standing water on the roof and proper functioning of roof drains. • Perform water test for proper drainage, and removing debris in sumps, gutters, downspouts, drains and scuppers. • Check metals in the roofing systems for rust, and other damage, detachment, or deterioration. • Check for blisters, open seams or other small deficiencies in the roof. Complete small repairs as necessary in up to three locations during the initial visit and report deficiencies if widespread. • Check parapet walls and other details for signs of deterioration and/or damage. Provide minimal sealing at up to three locations during the initial visit and report deficiencies if widespread. Part 2: Roofing Remedial Repairs Scheduled and on -call roof repair and minor restoration work including, but not limited to, the following: • Providing temporary tarping and/or related protection services • Minor roofing restorations • Demolition associated with repairs • Roof blocking, cant strips and sheathing as required • Built-up roofing systems • Single -ply roofing systems • Metal roofing systems Packet Pg. 1305 16.C.2.a • Shingle roofing systems • Tile roofing systems • Roof insulation systems • Gutters and downspouts • Exterior soffits and fascia • Parapet flashings, membranes, metal siding and copings • Membrane and sheet metal flashings • Metal trims, cap flashings, etc. • Skylights repair/replacement • Roofing curbs, mechanical equipment supports and other mechanical penetrations • Piping supports • Scuppers, roof drains, overflow drains, etc. • Lightning protection repair or removal • Flashings and sealants related to mechanical and electrical systems on the roof • Disposing of any waste associated with the repair work • Any and all other roof related repairs including protection, temporary or permanent repair of components and finishes affected by roof system failures or repair activities. • Applying for, obtaining, and managing applicable permits • The Contractor will be responsible to clean up all areas associated with their work. For on -call and urgent repairs, the County may maintain certain open purchase orders and, in these cases, written authorization to begin work utilizing these purchase orders must be received prior to beginning the work. Additional Information: The County Representative and/or designee will provide a full scope of work for each roofing preventative maintenance and remedial repair action or project to the primary Contractor. The Contractor will submit a proposal for the cost of the work. Upon receipt of an approved purchase order from the County, the Contractor may begin the work. If the primary Contractor cannot perform the work or does not respond in a reasonable timeframe, the County will move on to the secondary Contractor and so on. 1. Compliance: 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 roofing needs. The Contractor, subcontractor and employees shall comply with all Occupational Safety and Health Administration (OSHA) safety standards, rules and regulations, as well as all applicable Federal, State and Local laws and regulations. The Contractor will supply all required safety equipment and properly trained employees. All facility maintenance and related repairs shall conform to Florida Building Codes, all existing Governing Authorities Codes and Regulations. Contractor(s) will comply with: • The specifications/qualifications published by the National Roofing Contractors Association (NRCA) • The Sheet Metal & Air Conditioning Contractor's Association (SMACNA) standards • Contractors will provide and maintain roofing systems in accordance with Manufacturer's technical specifications and warranty requirements, as applicable • All work must be completed in compliance with Collier County Vertical Standards unless specifically exempted in writing by Facilities Management Division County Representative or designee. The latest Vertical Standards are located at the following website: http://www.collier o�your-government/divisions-f-r/facilities- management/vertical-construction-standards.The Vertical 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 out -of -compliance work and shall be remediated by the Contractor(s) at no additional cost to the County Facility Safety and Security: Work must be performed in accordance with industry standards and guidelines. Contractors will comply with all applicable Federal, State and Local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractors. Any employee or representative of the Contractors found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Violations by a Contractor may constitute cause for immediate termination of the Agreement. Contractors shall replace or repair any loss at the Contractor's cost. The County may withhold payment or make such deductions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. a u_ N N 0 Q. 0 a L N N a d U) to ti ti 0 N c m E M Q 4 Packet Pg. 1306 16.C.2.a Contractors shall comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and provided to the County per the County Representative and/or designee's direction. The Contractor is required to immediately report to the County Representative and/or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. Contractors will be asked to work on the Collier County Sheriff Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and control measures must be followed when servicing these Facilities. 3. Response Times: • Urgent Response: The County Representative and/or designee will notify the Contractor via email and/or phone call when the request for services is urgent and immediate repairs are needed to protect the health, safety and well-being of the County staff and/or public or protect the facility from further damage. The Contractor shall respond via email or phone to an urgent request within four (4) hours after the County has issued the urgent request. Within six (6) hours after the County has issued the urgent request, the Contractor will be on site to repair and/or evaluate. • Non -urgent Response: A response from the Contractor (at a minimum a telephone call or email) within twenty-four (24) hours is acceptable. For non -urgent repairs, the Contractor shall be on site and repairs would begin within five (5) days after receipt of an approved purchase order unless the County Representative and/or designee, approves a different amount of time for response. • Typically, maintenance and repair services will be completed during normal business hours; however, the County may request services during 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. An after-hours rate of time and a half will be compensated for off -hours services and must be provided as part of the proposal. On -call Schedule: The awarded Contractors shall provide contact information (to include email and phone number) for appropriate representative(s) to assist with routine and after-hours calls. At least one representative shall be available twenty- four (24) hours a day, seven (7) days a week. Each Contractor will be required to provide a staffed central office from which personnel are dispatched. 5. Office Requirement: Contractors will be required to provide a staffed central office from which personnel are dispatched. At a minimum, this office shall be staffed between 7:00 am and 5:00 pm, Monday through Friday. 6. Personnel: The Contractor shall use a qualified professional or company representative (with all related 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. Each Contractor shall ensure that all of its personnel assigned to tasks on the resultant contract are properly trained and equipped. Contractor personnel shall be provided with a fully equipped truck or service van that includes appropriate small tools, spare parts and materials in order to complete routine repair work without delay. The Contractor will be required to provide personnel who have experience in managing large multi -facility roof maintenance as well as roof inspection, leak tests and repairs, waterproofing, minor restoration, core samples/testing, and moisture surveys. Additionally, all personnel must have experience with different types of roof systems and materials including, but not limited to, asphalt and coal tar -build up, modified bitumen, EDPM, TPO, metal, shingles, coatings, and standing seam. Contractor/Technician shall possess and maintain all certifications, credentials and licenses necessary to perform the services outlined in the scope of work and these must be provided prior to the award of a contract. 7. Repair Materials: All repair parts and materials must be provided and installed as specified. If the scope is not specific and/or the Collier County Vertical Standards: https://www.colliercog tyfl.goy/your-government/divisions-f-r/facilities- management/facilities-capital-construction-and-renovation/vertical-standards do not specify, then the parts/materials must be approved by the County representative and/or designee. 8. Warranty: The Contractors shall warrant that all materials are new and free from defects, warranted for their merchantability and meet the performance scope of work of the original material for a minimum of one year from installation. In the event a portion, or all of an order, is found to be defective, the Contractor shall immediately replace the parts at no cost to the County. IL u_ w 0 a 0 IL L 0 N d a d LO to ti ti 0 N c m E s Q Packet Pg. 1307 16.C.2.a 9. Additions and Deletions of Facilities: The County retains the right to add or to delete any facilities from service provided under the resultant contract as described herein, upon written notification by the County Representative and/or designee to the Contractor, without further Board approval. Any additions or deletions shall be handled in writing from the County Representative and/or designee. 10. Records and Documentation: The Contractors are 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 Contractors will not charge for any call back work. All reports shall be sent to the County Representative and/or designee, noting date, repair, materials, location, and/or disposal information as appropriate. 11. Payments: Time and Material for Remedial Repairs Invoices: • An itemized breakdown of labor time spent by the Contractor's employees (number of hours times hourly rate), and supplies, parts, and materials used (cost plus percentage mark-up). The itemized breakdown will reflect all rates provided in the resultant contract. Any supplies, parts and materials individually costing less than $999 do not require backup documentation unless requested. • The number of hours worked and billing rate by position. Hourly time will be paid only for actual time at the worksite. • Backup documentation and receipts/invoices for any supply, material, parts, equipment rental, subcontractor charges and other reimbursable documentation for the project. • 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 the resultant Agreement. • Freight and shipping charges will not be allowed as separate lines; they should be incorporated into the price. • Travel hours, travel costs, and/or mileage for travel will not be allowed and should be incorporated into the bid pricing. • Administrative hours for quoting, invoicing, providing back-up and supporting documentation will not be allowed and should be incorporated into the contract hourly pricing. • The markup on materials shall not exceed 10% of actual cost; • The mark-up on subcontractors shall not exceed 15%; • Equipment owned by the Contractor will not be charged back to the Owner. Contractor may invoice for equipment rental that they do not have in inventory with a maximum mark up of 10%. • Hourly rates provided by the Contractor in the proposal are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. • Mobilization and compliance with all safety requirements including those necessary during work on active and occupied facilities are to be included in each Contractor's quote under this contract. Unit Price for Preventative Maintenance Invoices: • Contractors shall provide the number of units completed and unit price which will be all inclusive of materials and labor to complete the work. 12. Post Work Inspections: The County and the Contractors will conduct an inspection of the completed services provided and identify any deficiencies in the work product. The Contractor shall provide a report documenting these deficiencies and correct the deficiencies expeditiously to ensure a defect free final work product. At the discretion of the County Representative and or designee, the County may hold payment for the services provided until the deficiencies are corrected and the County has accepted the work with a visual site inspection and County Representative and/or designee's sign off. 13. Work Performance: Contractors shall maintain compliance with the terms of the resultant contract and requirements outlined in the scope of work for each repair or maintenance action. Time is of the essence with respect to all provisions within this resultant contract. Any delay in performance, not approved in writing by an appropriate County Representative and/or designee, may constitute a material breach of the resultant contract. The County Representative and/or Division Director 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. 13. 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, Contractor shall be entitled to payment in accordance with the resultant contract requirements. a LL W A M w 0 a 0 IL `o N N a d LO to ti ti 0 N c m E s M Q 6 Packet Pg. 1308 16.C.2.a 14. 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 obligations under the resultant contract. The recovery of any delay related damages under this resultant contract does not preclude the County from recovering from the Contractor any other non -delay related damages that may be owed to it arising out of, or relating to, this resultant contract. 15. Distribution of Work: It is the intent to award this solicitation to a primary, secondary, and tertiary vendor with the County reserving the right to determine when it is in the best interest of Collier County to utilize the secondary and tertiary vendors. The County Representative and/or designee reserves the right to quote Preventative Maintenance and Remedial Repairs to all awardees on resultant contract. The County reserves the right to solicit other Contractors to perform the services described in the scope of work if the awarded Contractors are unable to respond or complete the work in the manner requested or if the County Representative and/or designee deems it in the best interest of the County. 16. Contractors may be required to use the County's Work Management procedures (CityWorks, Procore, etc), such as utilizing online work request system, at no additional cost to the County. The Contractor will be responsible for utilizing any systems used by the County for work requests under this resultant contract, when applicable. REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Evaluation 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 score and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after scoring and before the final ranking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price 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 Proposal selection process. X 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, Ln to staffing and organizational structure. c 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct N discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 0. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. M 1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations M with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. w N O 0. RESPONSE FORMAT AND EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: a 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY' S Selection Committee to score L ,o each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing w materials. Proposals must address the following criteria: CD Evaluation Criteria Maximum Points CT CD W 1. Cover Letter / Management Summary 10 Points ti 2. Certified Minority Business Enterprise 20 Points c 3. Cost of Services to the County 35 Points 04 4. Experience and Capacity of the Firm 35 Points TOTAL POSSIBLE POINTS 100 Points m s 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 Q (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on 7 Packet Pg. 1309 16.C.2.a random selection by the Procurement Services Director before at least three (3) witnesses. Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non -responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (10 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE (20 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: COST OF SERVICES TO THE COUNTY (35 Total Points Available) Provide a proposal of your company's cost of services for the work to be provided in the resultant agreement. This proposal should include the following: • Using the table below, provide a proposed unit price (per square foot) for preventive maintenance for all the various roof types identified in the Building Inventory list attached. o Preventative Maintenance single unit price shall be an all-inclusive unit price, including all associated preventive maintenance services for that location, all associated work to rooftop curbs, penetrations, drains, downspouts, all necessary personnel, materials, tools, inspections, cleaning, etc., to provide a full preventive maintenance visit in accordance with the terms laid out in Part 1 Roofing Preventative Maintenance of the scope of work. Roof Type Qty Unit Label(per Unit Price square foot 3 tab shingles, fabric with coating and rubber 1 sq ft $ Alumination over Metal/1 1 sq ft $ Architectural Shingles/ 1 story 1 sq ft $ Asphalt shingle/1 1 sq ft $ Built-up and clay tile/l 1 sq ft $ Built-up and concrete tile/l 1 sq ft $ Built-up and fiberglass panel/1 1 sq ft $ Built-up and Metal /1 and 2 1 sq ft $ Built-up and shingle/1 1 sq ft $ Built-up asphalt/1 1 sq ft $ Built-up/ 1 1 sq ft $ Built-up/3 1 sq ft $ Built-up/4 1 sq ft $ Built-up/6 1 sq ft $ Built-up/7 1 sq ft $ Built-up/8 1 sq ft $ Built-up/single ply mem w/ gutters/1 1 sq ft $ Built-up/single ply mem w/ gutters/2 1 sq ft $ Built-up and Metal/1 1 sq ft $ Packet Pg. 1310 16.C.2.a Built up and Metal with Geoguard/ 1 1 sq ft $ Clay Shingle & Single ply membrane, 2 stories 1 sq ft $ Concrete Tile/1 1 sq ft $ flat roof/1 1 sq ft $ Geoguard over Metal/1 1 sq ft $ Gravel, single ply membrane, 2 stories 1 sq ft $ Hip Metal and standing seam/1 1 sq ft $ Hip with Shingles/1 1 sq ft $ Metal / 1 story 1 sq ft $ Metal / 2 stories 1 sq ft $ Metal and Built-up/ 1 story 1 sq ft $ Metal and Modified/1 1 sq ft $ Metal and Shingle/1 1 sq ft $ Metal standing seam/1 1 sq ft $ Metal, Low Slope/ 1 story 1 sq ft $ Metal, Low Slope/2 Stories 1 sq ft $ Metal/ multiple buildings and roofs 1 sq ft $ Metal/ multiple buildings/1 1 sq ft $ Metal/Built-up and Shingle/ 1-2 story 1 sq ft $ Metal/concrete/1 1 sq ft $ Metal/multiple buildings/hangars 1 sq ft $ Modified/1 1 sq ft $ Shingle and built-up/1 1 sq ft $ Shingle and Metal/1 1 sq ft $ Shingle/1 1 sq ft $ Single ply membrane - 1 stories 1 sq ft $ single ply membrane - 2 stories 1 sq ft $ Standing seam multiple buildings 1 sq ft $ Standing seam/1 1 sq ft $ Synthetic Thatch and Built-up/1 1 sq ft $ Tile/1 1 sq ft $ TPO/1 1 sq ft $ Tremco/Geoguard /1 1 sq ft $ various roofing/multiple buildings/1 1 sq ft $ • A full schedule of hourly rates for roof technicians and other personnel that would be utilized while completing the scope of work for remedial repairs in this solicitation. Hourly rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. o Include separate rates for both normal and urgent working hours. Normal working hours are Monday through Friday 7:00 to 5:00pm. o Rates apply for work at the repair or project location. EVALUATION CRITERIA NO.4: EXPERIENCE AND CAPACITY OF THE FIRM (35 Total Points) Provide information that documents your company's and any subcontractors' experiences to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Provide a list of proposed subcontractor(s) that may perform work under the resultant contract and the number of years the Company has used the noted subcontractor(s). 9 Packet Pg. 1311 16.C.2.a Provide examples of the various preventive maintenance procedures that your company performs and provide the details of the level of service we could expect for both the preventive maintenance and remedial repairs. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed Collier County reference forms from clients from the last 5 years whose projects or contracts are of a similar nature to this solicitation as a part of their proposal. Provide a list of the company team members that will be responsible for working with the County under the resultant contract. Provide the following information: o Years of experience in work that is relevant to this solicitation o Evidence of current license or certification maintained by the supervisor(s) o Project or contract management experience similar in nature o Contractors shall provide evidence to operate business in the State of Florida as evidenced by a current State of Florida registration with minimum classification of. "Roofing Contractor". o Contractors shall provide evidence of American National Standards Institute (ANSI) Certification or equivalent certification for Sheet Metal Fabrication. o Contractor shall provide evidence of being Certified and/or Registered by one or more roofing manufacturers including, GAF, Soprema, Firestone, Siplast, Tremco, John Manville, or other similar roofing manufacturers. Include supporting documentation in your proposal package such as certifications, authorization letters and/or other documentation directly from those manufacturers. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** 10 Packet Pg. 1312 16.C.2.d Coffer Cohnty Administrable Services CK4 'Sion Pruwremerrt Services RFP #: 20-7765 Title: Roofing Preventative Maintenance and Remedial Repairs Selection Committee Scoring Sheet (STEP 1) Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their scoring of the proposals. Step 2: The procurement professional will review the mathematically tabulated scores. Step 3: The Committee will determine the number of proposers to bring back for oral presentations. Name of Firm Tony Barone John McCormick Andrew Ewing James Hall Dayne Atkinson Total Scores Final Rank Advanced Roofing, Inc. 75 75 75 76 78 379.00 1 Crowther Roofing and Sheet Metal of 67 78 69 79 70 363.00 2 Target Roofing & Sheet Metal, Inc. 62 62 62 71 68 325.00 3 Above All Roofing Contractor, LLC 53 57 60 41 65 276.00 4 Crown Roofing & Waterproofing LLC 371 63 28 52 50 230.00 5 FA Remodeling and Repairs Inc. 231 51 39 38 60 211.00 6 Procurement Professional ar ara ance 10-13-20 Page 1 of 1 Packet Pg. 1313 DocuSign Envelope ID: F4F993E3-58F3-418B-8DAC-53B051342EFF ',, 16.C.2.e 00111'ev County Administrative Services Department Procurement Services Division Notice of Recommended Award 76 E Solicitation: 20 -7765 Title: Roofing Preventative Maintenance and Remedial Repairs n Due Date and Time: September 2, 2020 @ 3:00 pm Respondents: Company Name City County State Final Ranking Responsive/ Responsible Advanced Roofing, Inc. Fort Lauderdale Broward FL 1 Yes/Yes Crowther Roofing and Sheet metal of Florida, Inc. Fort Myers Lee FL 2 Yes/Yes Target Roofing & Sheet Metal, Inc. Fort Myers Lee FL 3 Yes/Yes Above All Roofing Contractor, LLC Naples Collier FL 4 Yes/Yes Crown Roofing & Waterproofing LLC Sarasota Sarasota FL 5 Yes/Yes FA Remodeling and Repairs, Inc. Naples Collier FL 6 Yes/Yes Utilized Local Vendor Preference: Yes = No M Recommended Vendor(s) For Award: On July 30, 2020, the Procurement Services Division released Request for Proposal ("RFP") 20-7765 to seventeen thousand one hundred seven (17,107) vendors for the Roofing Preventative Maintenance and Remedial Repairs project. Sixty-three (63) bid packages were viewed and six (6) submittals were received by the September 2, 2020 deadline. All six (6) respondents were found to be responsive and responsible. The Selection Committee met on October 13, 2020 and as described in the solicitation documents, the Committee scored each of the proposals and ranked the respondents based on the criteria outlined in the solicitation. Award is recommended to Advanced Roofing, Inc., as the Primary Vendor, Crowther Roofing and Sheet Metal of Florida, Inc., as the Secondary Vendor. Contract Driven = Purchase Order Driven 0 Required Signatures DocuSigned by: Project Manager: Juan Delgado I �,A"-"--"L 1V/ LL/ LVLV 39618C5AADB V4@-.-. DocuSigned by: Procurement Strategist: Barbara Lance I "" "11"'�"' C7-UA\1'" ­ / "/ "" 14490C19A3D448F... Procurement Services Director: 5 DocuSigned by: J • fiftU44 10/22/2020 San ra gAe ds4Fs. Date Packet Pg. 1314 16.C.2.f FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7765 for Roofing Preventative Maintenance and Remedial Repairs THIS AGREEMENT, made and entered into on this day of by and between Advanced Roofing, Inc. authorized to do business in the State of Florida, whose business 1950 NW 22nd St., Fort Lauderdale FL 33311 , (the and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 20 20 , address is "Contractor") AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing 0 upon the date of Board approval ❑ on and terminating on three (_a_) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a Mil Purchase Order ❑ 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of 0 Request for Proposal (RFP) ❑ ❑ Other # 20-7765 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. FN] The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1315 16.C.2.f 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 Al The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): is a� thache iZtielT ❑■ Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 0 Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1316 16.C.2.f 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. MIA wwwwlr�ML �w z • A G-11 I., IM M___^ •• R - 7 R-1 I^ - OWN .G _... R... .. C� .,. ...AT-- vmv�_= 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l ) vv Packet Pg. 1317 16.C.2.f Company Name: Advanced Roofing, Inc. Address: 1950 NW 22nd St. Fort Lauderdale, FL 33311 Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Michael Kornahrens, Executive Vice President 954-522-6868 Michael Kp_advancedroofing.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Damon Grant Division Name: Facilities Management Division Address: 3335 Tamiami Trail East Naples, FL 34112 Administrative Agent/PM: Juan Delgado, Operations Analyst Telephone: 239-252-7292 E-Mail(s): Juan Delgado colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) .k Packet Pg. 1318 16.C.2.f 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. X Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. 0 Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. Al Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1319 16.C.2.f ■ e e- ••. e o -• e - 1UNSM Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1320 16.C.2.f 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), I Exhibit A Scope of Services, Exhibit B Fee Schedule, 0 RFP/ ❑ dam/❑ O "--r #20-7765 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and JEJ Other Exhibit/Attachment: Federal Contract Provisions and Assurances. 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l ) 4 Packet Pg. 1321 16.C.2.f located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 1322 16.C.2.f 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. FNI CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. 0 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) 4' Packet Pg. 1323 16.C.2.f particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. 0 TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. R PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) f4 Packet Pg. 1324 16.C.2.f foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. - M . t - - • - ♦ w JI •. t. . - •• . t w .. • jet:]MAN M-2-M.- Mm .- A ...- Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1325 16.C.2.f 0 AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. WIM FO-1 ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.I ) Packet Pg. 1326 16.C.2.f County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. 7 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) C, x Packet Pg. 1327 16.C.2.f IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller By: (SEAL) Dated: Contractor's Witnesses: C ntracti First Witness Debbie Giuliani TTypelprint witness nameT 4o n - ractor's Second Witness Tomara Martin TTypelprint witness nameT Approved as to Form and Legality: County Attorney Print N6me BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Burt L. Saunders , Chairman Advanced Roofing, Inc. Contractor ❑BA By: Signature Michael Kornahrens, Executive V.P. TTypelprint signature and titleT Page 14 of 17 Fired Term Service Multi -Contractor Agreement 2017,008 (Ver,1) cgs • Packet Pg. 1328 16.C.2.f Exhibit A Scope of Services 0 following this page (pages 1 through 5 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1329 16.C.2.f RFP # 20-7765 "Roofing Preventative Maintenance and Remedial Repairs" EXHIBIT A SCOPE OF SERVICES BACKGROUND Collier County Facilities Management Division is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. In order to maintain the integrity and continuous operation of these facilities, the County intends to award contracts to perform: Roofing Maintenance and Remedial Repairs. The Contractor/s will provide roofing system repairs, other roofing related services, roofing systems maintenance services, remedial repairs, and urgent roofing repair services. DETAILED SCOPE OF WORK The intent of this award is for roofing repairs and periodic maintenance services of roofing systems for County owned and operated facilities in order to minimize operational down time and for facilities to be maintained in top operating condition. This contract is awarded on a Primary and Secondary basis. If the Primary Contractor cannot provide the requested services, the County may move to the Secondary Contractor. Further, should contract termination of the Primary or Secondary Contractor occur, either by default or for convenience, the Secondary Contractor will automatically assume the role of the Primary Contractor. The County's buildings cover multiple locations and the Contractor(s) shall be capable of handling the maintenance and repairs. The Scope of Work is divided into two parts: Part 1: Roofing Preventative Maintenance Part 2: Roofing Remedial Repairs Roofing replacements are not covered under this Scope of Work. Part 1. Roofing Preventative Maintenance The Primary Contractor will be Collier County's primary preventative maintenance resource for all roofs maintained by Collier County Facilities Management Division. The Contractor will be required to maintain an industry standard roof management and tracking database of all roofs and provide recommended scheduling of preventative maintenance based on the manufacturer's requirements, warranty commitments and/or industry expertise. The County will coordinate with the Contractor and provide direction and authorization to proceed, with portions of this schedule, based on the availability of funds and other considerations. The Contractor will provide preventative maintenance checklists suitable for each of the roof types being maintained and follow up each preventive maintenance action or set of actions, with a completed checklist or report, identifying, at a minimum, what work was performed, descriptions and pictures of what deficiencies were found and what action is recommended outside the typical preventative maintenance schedule. This should include any recommendations for roof replacement to enable Collier County to effectively budget for this work on a five year look ahead. The below outlines the minimum of what should be included, when applicable, during a preventative maintenance visit: • Wash or rinse roof in accordance with manufactures requirements. • Clean roof drains, gutters and downspouts. • Check for tiles or shingles that are loose, broken, displaced or missing. Re -secure or replace up to three during the initial visit and report deficiencies if widespread. Page 1 of 5 Exhibit A- Scope of Services Packet Pg. 1330 16.C.2.f • Check all edge metal for separating seams and curling at the edges or corners of the roof. Provide minimal sealing or securing of separated seams in up to three locations during the initial visit and report deficiencies if widespread. • Check all caulking, sealants, and roofing cement for cracks and other signs of damage. • Check all flashing, membranes, metal sliding, and copings for defects/deterioration. • Check for the presence of algae, mold or fungus that can eat away at roofing material. • Dispose of any debris, waste or plant life on the roof, especially behind HVAC units, pipes, and pitch pans, and any other roof penetrations; especially if the roof is asphalt based. • Check for standing water on the roof and proper functioning of roof drains. • Perform water test for proper drainage, and removing debris in sumps, gutters, downspouts, drains and scuppers. • Check metals in the roofing systems for rust, and other damage, detachment, or deterioration. • Check for blisters, open seams or other small deficiencies in the roof. Complete small repairs as necessary in up to three locations during the initial visit and report deficiencies if widespread. • Check parapet walls and other details for signs of deterioration and/or damage. Provide minimal sealing at up to three locations during the initial visit and report deficiencies if widespread. Part 2: Roofintj Remedial Repairs Scheduled and on -call roof repair and minor restoration work including, but not limited to, the following: • Providing temporary tarping and/or related protection services • Minor roofing restorations • Demolition associated with repairs • Roof blocking, cant strips and sheathing as required • Built-up roofing systems • Single -ply roofing systems • Metal roofing systems • Shingle roofing systems • Tile roofing systems • Roof insulation systems • Gutters and downspouts • Exterior soffits and fascia • Parapet flashings, membranes, metal siding and copings • Membrane and sheet metal flashings • Metal trims, cap flashings, etc. • Skylights repair/replacement • Roofing curbs, mechanical equipment supports and other mechanical penetrations • Piping supports • Scuppers, roof drains, overflow drains, etc. • Lightning protection repair or removal • Flashings and sealants related to mechanical and electrical systems on the roof • Disposing of any waste associated with the repair work • All other roof related repairs including protection, temporary or permanent repair of components and finishes affected by roof system failures or repair activities. • Applying for, obtaining, and managing applicable permits • Clean up all areas associated with their work. For on -call and urgent repairs, the County may maintain certain open purchase orders and, in these cases, written authorization to begin work utilizing these purchase orders must be received prior to beginning the work. Additional Information: The County Representative and/or designee will provide a full scope of work for each roofing preventative maintenance and remedial Page 2 of 5 Exhibit A- Scope of Services IL Packet Pg. 1331 16.C.2.f repair action or project to the Contractor. The Contractor will submit a proposal for the cost of the work. Upon receipt of an approved purchase order from the County, the Contractor may begin the work. If the Primary Contractor cannot perform the work or does not respond in a reasonable timeframe, the County will move on to the Secondary Contractor. I. Compliance: 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 roofing needs. The Contractor, subcontractor and employees shall comply with all Occupational Safety and Health Administration (OSHA) safety standards, rules and regulations, as well as all applicable Federal, State and Local laws and regulations. The Contractor will supply all required safety equipment and properly trained employees. All facility maintenance and related repairs shall conform to Florida Building Codes, all existing Governing Authorities Codes and Regulations. Contractor(s) will comply with: • The specifications/qualifications published by the National Roofing Contractors Association (NRCA) • The Sheet Metal & Air Conditioning Contractor's Association (SMACNA) standards • Contractors will provide and maintain roofing systems in accordance with Manufacturer's technical specifications and warranty requirements, as applicable • All work must be completed in compliance with Collier County Vertical Standards unless specifically exempted in writing by Facilities Management Division County Representative or designee. The latest Vertical Standards are located at the following website: littp•//www colliercountyfl.gov/home/showdocument?id=86056. The Vertical Standards are "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 out -of -compliance work and shall be remediated by the Contractor(s) at no additional cost to the County 2. Facility Safety and Security: Work must be performed in accordance with industry standards and guidelines. Contractors will comply with all applicable Federal, State and Local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractors. Any employee or representative of the Contractors found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Violations by a Contractor may constitute cause for immediate termination of the Agreement. Contractors shall replace or repair any loss at the Contractor's cost. The County may withhold payment or make such deductions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. Contractors shall comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and provided to the County per the County Representative and/or designee's direction. The Contractor is required to immediately report to the County Representative and/or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. Contractors will be asked to work on the Collier County Sheriff Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and control measures must be followed when servicing these Facilities. 3. Response Times: • Uraent Response: The County Representative and/or designee will notify the Contractor via email and/or phone call when the request for services is urgent and immediate repairs are needed to protect the health, safety and well-being of the County staff and/or public or protect the facility from further damage. The Contractor shall respond via email or phone to an urgent request within four (4) hours after the County has issued the urgent request. Within six (6) hours after the County has issued the urgent request, the Contractor will be on site to repair and/or evaluate. • Non -urgent Response: A response from the Contractor (at a minimum a telephone call or email) within twenty-four (24) hours is acceptable. For non -urgent repairs, the Contractor shall be on site and repairs would begin within five (5) days after receipt of an approved purchase order unless the County Representative and/or designee, approves a different amount of time for response. Typically, maintenance and repair services will be completed during normal business hours; however, the County may request services during 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 ("off -hours") are considered Page 3 of 5 Exhibit A- Scope of Services (CA Packet Pg. 1332 16.C.2.f before 7:00 AM and after 6:00 PM on weekdays and at any time on Saturday, Sunday or County Observed Holiday. An after-hours rate of time and a half will be compensated for off -hours services. 4. On -call Schedule: The Contractors shall provide contact information (to include email and phone number) for appropriate representative(s) to assist with routine and after-hours calls. At least one representative shall be available twenty-four (24) hours a day, seven (7) days a week. Each Contractor will be required to provide a staffed central office from which personnel are dispatched. 5. Office Requirement: Contractors will be required to provide a staffed central office from which personnel are dispatched. At a minimum, this office shall be staffed between 7:00 am and 6:00 pm, Monday through Friday. 6. Personnel: The Contractor shall use a qualified professional or company representative (with all related licenses and certifications being current and in full force and effect) with the experience and ability to obtain all permits required for all repairs, etc. when necessary and applicable. Each Contractor shall ensure that all its personnel assigned to tasks on the contract are properly trained and equipped. Contractor personnel shall be provided with a fully equipped truck or service van that includes appropriate small tools, spare parts and materials in order to complete routine repair work without delay. The Contractor will be required to provide personnel who have experience in managing large multi -facility roof maintenance as well as roof inspection, leak tests and repairs, waterproofing, minor restoration, core samples/testing, and moisture surveys. Additionally, all personnel must have experience with different types of roof systems and materials including, but not limited to, asphalt and coal tar -build up, modified bitumen, EDPM, TPO, metal, shingles, coatings, and standing seam. Contractor/Technician shall possess and maintain all certifications, credentials and licenses necessary to perform the services outlined in the scope of work and these must be provided prior to the award of a contract. 7. Repair Materials: All repair parts and materials must be provided and installed as specified. If the scope is not specific and/or the Collier County Vertical Standards: httpss•//www colliercountvfl eov/fir_government/divisions-f-r/facilities- manag_ement/facilities-capital-construction-and-renovation/vertical-standards do not specify, then the parts/materials must be approved by the County representative and/or designee. 8. Warranty: The Contractors shall warrant that all materials are new and free from defects, warranted for their merchantability and meet the performance scope of work of the original material for a minimum of one year from installation. In the event a portion, or all of an order, is found to be defective, the Contractor shall immediately replace the parts at no cost to the County. 9. Additions and Deletions of Facilities: The County retains the right to add or to delete any facilities from service provided under the contract as described herein, upon written notification by the County Representative and/or designee to the Contractor, without further Board approval. Any additions or deletions shall be handled in writing from the County Representative and/or designee. 10. Records and Documentation: The Contractors are 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 Contractors will not charge for any call back work. All reports shall be sent to the County Representative and/or designee, noting date, repair, materials, location, and/or disposal information as appropriate. 11. Payments: Time and Material for Remedial Repairs Invoices: An itemized breakdown of labor time spent by the Contractor's employees (number of hours times hourly rate), and supplies, parts, and materials used (cost plus percentage mark-up). The itemized breakdown will reflect all rates provided in the contract. Any supplies, parts and materials individually costing less than $999 do not require backup documentation unless requested. The number of hours worked and billing rate by position. Hourly time will be paid only for actual time at the worksite. Backup documentation and receipts/invoices for any supply, material, parts, equipment rental, subcontractor charges and other reimbursable documentation for the project. Page 4 of 5 Exhibit A- Scope of Services (C�A Packet Pg. 1333 16.C.2.f • 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 the Agreement. • Freight and shipping charges will not be allowed as separate lines; they should be incorporated into the price. • Travel hours, travel costs, and/or mileage for travel will not be allowed and should be incorporated into the bid pricing. • Administrative hours for quoting, invoicing, providing back-up and supporting documentation will not be allowed and should be incorporated into the contract hourly pricing. • The mark-up on materials shall not exceed 10% of actual cost; • The mark-up on subcontractors shall not exceed 15%; • Equipment owned by the Contractor will not be charged back to the Owner. Contractor may invoice for equipment rental that they do not have in inventory with a maximum mark-up of 10%. • Hourly rates are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. • Mobilization and compliance with all safety requirements including those necessary during work on active and occupied facilities are to be included in each Contractor's quote under this contract. Unit Price for Preventative Maintenance Invoices: • Contractors shall provide the number of units completed and unit price which will be all inclusive of materials and labor to complete the work. 12. Post Work Inspections: The County and the Contractors will conduct an inspection of the completed services provided and identify any deficiencies in the work product. The Contractor shall provide a report documenting these deficiencies and correct the deficiencies expeditiously to ensure a defect free final work product. At the discretion of the County Representative and or designee, the County may hold payment for the services provided until the deficiencies are corrected and the County has accepted the work with a visual site inspection and County Representative and/or designee's sign off. 13. Work Performance: Contractors shall maintain compliance with the terms of the contract and requirements outlined in the scope of work for each repair or maintenance action. Time is of the essence with respect to all provisions within this contract. Any delay in performance, not approved in writing by an appropriate County Representative and/or designee, may constitute a material breach of the contract. The County Representative and/or Division Director shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under the contract. 13. 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, Contractor shall be entitled to payment in accordance with the contract requirements. 14. 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 obligations under the contract. The recovery of any delay related damages under this contract does not preclude the County from recovering from the Contractor any other non - delay related damages that may be owed to it arising out of, or relating to, this contract. 15. Distribution of Work: . The County reserves the right to solicit other Contractors to perform the services described in the scope of work if the Contractors are unable to respond or complete the work in the manner requested or if the County Representative and/or designee deems it in the best interest of the County. 16. Contractors may be required to use the County's Work Management procedures (CityWorks, Procore, etc), such as utilizing online work request system, at no additional cost to the County. The Contractor will be responsible for utilizing any systems used by the County for work requests under this contract, when applicable. Page 5 of 5 Exhibit A- Scope of Services (CAo) Packet Pg. 1334 16.C.2.f Exhibit B Fee Schedule following this page (pages 1 through 2j Page 16 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) � CA01 Packet Pg. 1335 16.C.2.f RFP# 20-7765 "Roofing Preventative Maintenance and Remedial Repairs" EXHIBIT B FEE SCHEDULE ADVANCED ROOFING, INC (PRIMARY CONTRACTOR) Unit price (per square foot) for preventive maintenance for all the various roof types identified in the Building Inventory list attached. Preventative Maintenance single unit price shall be an all-inclusive unit price, including all associated preventive maintenance services for that location, all associated work to rooftop curbs, penetrations, drains, downspouts, all necessary personnel, materials, tools, inspections, cleaning, etc., to provide a full preventive maintenance visit in accordance with the terms laid out in Part 1 Roofing Preventative Maintenance of the scope of work. RoofType Qty Unit Label(per Unit Price square foot 3 tab shingles, fabric with coating and rubber 1 sq ft $ .10/.25** Alumination over Metal/I 1 sq ft $ 0.07 Architectural Shingles/ 1 story 1 s ft $ .10* Asphalt shingle/1 I sq ft 1 $ .10* Built-up and clay the/1 I s ft $ .12* Built-up and concrete tile/1 1 s ft $ .12* Built-up and fiberglass panel/I 1 s ft $ .07 Built-up and Metal /1 and 2 1 s ft $ .10* Built-up and shingle/1 I sq ft I $ .10* Built-up asphalt/1 1 sq ft $ .07 Built-up/ I 1 s ft $ .07 Built-up/3 1 s ft $ .07 Built-up/4 1 s ft $ .07 Built-up/6 1 s ft $ .07 Built-up/7 1 sq ft 1 $ .07 Built-up/8 1 sq ft $ .07 Built-up/single ply mem w/ gutters/1 1 s $.08 Built-up/single ply mem w/ gutters/2 1 s Eft $.08 Built-up and Metal/1 1 s $.10* Built up and Metal with Geoguard/ 1 1 s$ .10/.25** Clay Shingle & Single ply membrane, 2 stories 1 sq ft $ .10* Concrete Tile/l 1 sq ft $ .10* flat roof/1 1 sq ft $ .07 Geoguard over Metal/I 1 sq ft $ .10/.25** Gravel, single ply membrane, 2 stories I sq ft $ .07 Hip Metal and standing seam/1 1 sq ft $ .10* Hip with Shingles/I 1 sq ft $ .10* Metal / 1 story 1 sq ft $ .10* Metal / 2 stories 1 sq ft $ .11 * Metal and Built-up/ 1 story 1 s ft $ .10* Metal and Modified/1 1 s ft $ .10* Metal and Shingle/1 1 sq ft $ .10* Page i of 2 Exhibit B- Fee Schedule C A Packet Pg. 1336 16.C.2.f Metal standing seam/1 1 sq ft $ .10* Metal, Low Slope/ 1 story 1 sq ft $ .07 Metal, Low Slope/2 Stories 1 sq ft $ .07 Metal/ multiple buildings and roofs 1 sq ft $ .10* Metal/ multiple buildings/I 1 sq ft $ .10* Metal/Built-up and Shingle/ 1-2 story 1 sq ft $ .10* Metal/concrete/1 1 sq ft $ .10* Metal/multiple buildings/hangars 1 sq ft $ .10* Modified/I 1 sq ft $ .07 Shingle and built-up/1 1 sq ft $ .07 Shingle and Metal/1 1 sq ft $ .10* Shingle/1 1 sq ft $ .10* Single ply membrane - 1 stories 1 sq ft $ .07 single ply membrane - 2 stories I sq ft $ .07 Standing seam multiple buildings I sq ft $ .10* Standing seam/1 1 sq ft $ .10* Synthetic Thatch and Built-up/I 1 sq ft $ .13* Tile/1 1 sq ft $ .10* TPO/1 1 s ft $ .07 Tremco/Geoguard /1 1 sq ft $ .10/.25** various roofing/multiple buildings/1 1 s ft $ .07 *Inspection costs include OSHA Fall Protection Best -Practices to fulfill inspection requirements. A determination of gutter cleaning will be added to Preventative Maintenance proposals in lieu of including in square foot price is not necessary. **Inspection costs include OSHA Fall Protection Best -Practices per square foot. Coating Warranty requirements not provided. If annual washing of roof is a warranty requirement, a Preventative Maintenance Proposal will be prepared for an additional $.25 per square foot. A full schedule of hourly rates for roof technicians and other personnel that would be utilized while completing the scope of work for remedial repairs in this solicitation. Hourly rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. NON -URGENT URGENT Hourly Labor Rates (M-F 7AM — 6 PM) Hourly Labor Rates Supervisor $65.00 per hr. Supervisor $70.00 per hr. Laborer $55.00 per hr. Laborer $60.00 per hr. Two (2) man crew $120.00 per hr. Two (2) man crew $130.00 per hr. Markup Not to Exceed Markup on Materials 10% Markup on Subcontractors 15% Markup on Equipment Rental 10% Page 2 of 2 Exhibit B- Fee Schedule �i Packet Pg. 1337 16.C.2.f Other Exhibit/Attachment Description: Federal Contract Provisions and Assurances A-1 following this page (pages 1 through 10 ) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) 6 Packet Pg. 1338 16.C.2.f EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract / 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 all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. 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 (Version 4, most recent update, Effective June 1, 2020) EXHIBIT I - 1 Packet Pg. 1339 16.C.2.f EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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. (4) In compliance with the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Changes: To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. 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. Administrative, Contractual, or Legal Remedies (over $250,000): 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. Termination: See Standard Purchase Order and/or Contract Terms and Conditions 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 $27 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. EXHIBIT I - 2 1 Packet Pg. 1340 16.C.2.f EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Withholding for unpaid wages and liquidated damages. The County or FEMA 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. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and 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." Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Clean Air 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 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. 3. 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. 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 Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. 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. 3. 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. 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. 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 EXHIBIT I - 3 Packet Pg. 1341 16.C.2.f EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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." 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— a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. 2. Information about this requirement, along with the list of EPA -designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program 3. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. EXHIBIT I - 4 Packet Pg. 1342 16.C.2.f EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CONSTRUCTION ACTIVITIES 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: (1) 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 setting forth the provisions of this nondiscrimination clause. (2) 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. (3) 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. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) 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. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part an the contractor may be declared ineligible for further Government contracts or federally assisted construction 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. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, EXHIBIT I - 5 '� Packet Pg. 1343 16.C.2.f EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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 the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti -Kickback Act: Exempt under FEMA Public Assistance Funding EXHIBIT I - 6 d Packet Pg. 1344 16.C.2.f EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives, If the Contractor subcontracts any of the work required under this Agreement, a ropy of the signed subcontract must be available to the County for review and approval. The Contractor 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 County and the Grantor Agency 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 County may document in the quarterly report the Contractor's progress in performing its work under this agreement. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Advanced Roofing, Inc. Date 09.02.2020 Authorized Signature Mlchaef,Xornahrens, Exec. Vice President EXHIBIT I - 7 t Packet Pg. 1345 16.C.2.f 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 Advanced Roofing, Inc. 0 re Michael Kornahrens, Exec. Vice President Name and Title 1950 NW 22ndSt. Street Address Fort Lauderdale,- FL 33311 City, State, Zip A-1-7 J"'*JJ7 DUNS Number 09.02,2020 Date Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: TBD FEMA Project Number: TBD EXHIBIT I - 8 s Packet Pg. 1346 EXHIBIT FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT A, PRIME VENDOR/CONTRACTORINFORMATION Advanced Roofing, Inc. 59-2360591 TBD 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 TYPE OP WORK OR ETHNICITY CODE SUB/SUPPLIER PERCE?.'7 Of CONTRACT C, SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMMER DATE TITLE OF SUBMIT'TER Michael Kornahrens 09,02,2020 Exec. Vice President EMAIL ADDRESS OF PRwE Isuarort-TeR) TELEPHONE NUMBER FAX NUMBER ETHNICITY CODE American APA D. SECTION TO BE COMPLETED BY COLLIER COUNTY ACCEPTED BY: DATE sxx|mT/-y 16.C.2.f 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 et seq., apply to this certification and disclosure, if any. Advan...Roofine. Inc. Contractor (Firm Name) Signatufle"of Contractor's Authorized Official Michael Kornahrens, Exec. Vice President Name and Title of Contractor's Authorized Official 09.02.2020 Date EXHIBIT I - 10 Packet Pg. 1348 ' 16.C.2.g FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7765 for Roofing Preventative Maintenance and Remedial Repairs THIS AGREEMENT, made and entered into on this day of 2020 , by and between Crowther Roofing and Sheet Metal of Florida, Inc. , authorized to do business in the State of Florida, whose business address is 2543 Rockfill Road, Fort Myers, FL 33916 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing * upon the date of Board approval ❑ on and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑i Purchase Order ❑ Afeti e-te Rrs6ee4- 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of 0 Request for Proposal (RFP) ❑ ❑ # 20-7765 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑1 The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017,008 (Ver.1) Packet Pg. 1349 16.C.2.g 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 � The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): F-I Lump -Sum (Fixed PF'G9); A firm fixed total pFk_I_ ^ff�r;nri fr%r FE)jeGt; the 4s�� is a uthoFi-ed- ❑■ Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. FN_1 Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1350 16.C.2.g 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 1- � =01 M. _- 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1351 16.C.2.g Company Name: Crowther Roofing and Sheet Metal of Florida, Inc. Address: 2543 Rockfill Road Fort Myers, FL 33916 Authorized Agent: Kevin Callans, President Attention Name & Title: Telephone: 239-997-1300 E-Mail(s): Crowtherservice(a)crowther.net All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Damon Grant Division Name: Facilities Management Division Address: 3335 Tamiami Trail East Naples, FL 34112 Administrative Agent/PM: Juan Delgado, Operations Analyst Telephone: 239-252-7292 E-Mail(s): Juan Delgado a()colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1352 16.C.2.g 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. FE-1 Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. 0 Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. I Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.I ) Packet Pg. 1353 16.C.2.g Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.I ) Packet Pg. 1354 16.C.2.g 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Fm-] Exhibit A Scope of Services, Exhibit B Fee Schedule, RERFP/ El I-/❑ Other - # 20-7765 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and I Other Exhibit/Attachment: Federal Contract Provisions and Assurances. 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1355 16.C.2.g located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1356 16.C.2.g 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. ❑E CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. ❑N WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1357 16.C.2.g particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. 0 TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. F■ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Vecl) Packet Pg. 1358 1- 16.C.2.g foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. w wrcMEMO: w 2 .. wVMw .. w 9 w =ale .—MM. Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l ) Packet Pg. 1359 16.C.2.g F■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. MIM FN� ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver,1) Packet Pg. 1360 16.C.2.g County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. 0 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l ) Packet Pg. 1361 16.C.2.g IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller 0 (SEAL) Dated: Contractor's Witnesses: )o�n t r a cto grC'Witness TType/print witness nWmeT Contra tor' and Witness V—Cn" 4 �nGAbo TType/print wit ess nam T Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Burt L. Saunders , Chairman Crowther Roofing and Sheet Metal of Florida, Inc. Contractor r-2 By 4—� � K Sign r �(� TType/print signature nd titleT Page 14 of 17 Fixed Term Service Mt9ti-COMMC(Dr Agreement 2017.008 (Ver.1) Packet Pg. 1362 16.C.2.g Exhibit A Scope of Services FE-1 following this page (pages 1 through 5 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1363 16.C.2.g RFP # 20-7765 "Roofing Preventative Maintenance and Remedial Repairs" EXHIBIT A SCOPE OF SERVICES BACKGROUND Collier County Facilities Management Division is responsible for maintaining various County owned and leased buildings and facilities throughout Collier County. In order to maintain the integrity and continuous operation of these facilities, the County intends to award contracts to perform: Roofing Maintenance and Remedial Repairs. The Contractor/s will provide roofing system repairs, other roofing related services, roofing systems maintenance services, remedial repairs, and urgent roofing repair services. DETAILED SCOPE OF WORK The intent of this award is for roofing repairs and periodic maintenance services of roofing systems for County owned and operated facilities in order to minimize operational down time and for facilities to be maintained in top operating condition. This contract is awarded on a Primary and Secondary basis. If the Primary Contractor cannot provide the requested services, the County may move to the Secondary Contractor. Further, should contract termination of the Primary or Secondary Contractor occur, either by default or for convenience, the Secondary Contractor will automatically assume the role of the Primary Contractor, The County's buildings cover multiple locations and the Contractor(s) shall be capable of handling the maintenance and repairs. The Scope of Work is divided into two parts: Part 1: Roofing Preventative Maintenance Part 2: Roofing Remedial Repairs Roofing replacements are not covered under this Scope of Work. Part 1 RooflnI4 Preventative Maintenance The Primary Contractor will be Collier County's primary preventative maintenance resource for all roofs maintained by Collier County Facilities Management Division. The Contractor will be required to maintain an industry standard roof management and tracking database of all roofs and provide recommended scheduling of preventative maintenance based on the manufacturer's requirements, warranty commitments and/or industry expertise. The County will coordinate with the Contractor and provide direction and authorization to proceed, with portions of this schedule, based on the availability of funds and other considerations. The Contractor will provide preventative maintenance checklists suitable for each of the roof types being maintained and follow up each preventive maintenance action or set of actions, with a completed checklist or report, identifying, at a minimum, what work was performed, descriptions and pictures of what deficiencies were found and what action is recommended outside the typical preventative maintenance schedule. This should include any recommendations for roof replacement to enable Collier County to effectively budget for this work on a five year look ahead. The below outlines the minimum of what should be included, when applicable, during a preventative maintenance visit: • Wash or rinse roof in accordance with manufactures requirements. • Clean roof drains, gutters and downspouts. • Check for tiles or shingles that are loose, broken, displaced or missing. Re -secure or replace up to three during the initial visit and report deficiencies if widespread. Page I of 5 Exhibit A- Scope of Services Packet Pg. 1364 16.C.2.g • Check all edge metal for separating seams and curling at the edges or corners of the roof. Provide minimal sealing or securing of separated seams in up to three locations during the initial visit and report deficiencies if widespread. • Check all caulking, sealants, and roofing cement for cracks and other signs of damage. • Check all flashing, membranes, metal sliding, and copings for defects/deterioration. • Check for the presence of algae, mold or fungus that can eat away at roofing material. • Dispose of any debris, waste or plant life on the roof, especially behind HVAC units, pipes, and pitch pans, and any other roof penetrations; especially if the roof is asphalt based. • Check for standing water on the roof and proper functioning of roof drains. • Perform water test for proper drainage, and removing debris in sumps, gutters, downspouts, drains and scuppers. • Check metals in the roofing systems for rust, and other damage, detachment, or deterioration. • Check for blisters, open seams or other small deficiencies in the roof. Complete small repairs as necessary in up to three locations during the initial visit and report deficiencies if widespread. • Check parapet walls and other details for signs of deterioration and/or damage. Provide minimal sealing at up to three locations during the initial visit and report deficiencies if widespread. Part 2: Roofing Remedial Repairs Scheduled and on -call roof repair and minor restoration work including, but not limited to, the following: • Providing temporary tarping and/or related protection services • Minor roofing restorations • Demolition associated with repairs • Roof blocking, cant strips and sheathing as required • Built-up roofing systems • Single -ply roofing systems • Metal roofing systems • Shingle roofing systems • Tile roofing systems • Roof insulation systems • Gutters and downspouts • Exterior soffits and fascia • Parapet flashings, membranes, metal siding and copings • Membrane and sheet metal flashings • Metal trims, cap flashings, etc. • Skylights repair/replacement • Roofing curbs, mechanical equipment supports and other mechanical penetrations • Piping supports • Scuppers, roof drains, overflow drains, etc. • Lightning protection repair or removal • Flashings and sealants related to mechanical and electrical systems on the roof • Disposing of any waste associated with the repair work • All other roof related repairs including protection, temporary or permanent repair of components and finishes affected by roof system failures or repair activities. • Applying for, obtaining, and managing applicable permits • Clean up all areas associated with their work. For on -call and urgent repairs, the County may maintain certain open purchase orders and, in these cases, written authorization to begin work utilizing these purchase orders must be received prior to beginning the work. Additional Information: The County Representative and/or designee will provide a full scope of work for each roofing preventative maintenance and remedial Page 2 of 5 Exhibit A- Scope of Services f" Packet Pg. 1365 16.C.2.g repair action or project to the Contractor. The Contractor will submit a proposal for the cost of the work. Upon receipt of an approved purchase order from the County, the Contractor may begin the work. If the Primary Contractor cannot perform the work or does not respond in a reasonable timeframe, the County will move on to the Secondary Contractor. 1. Compliance: 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 roofing needs. The Contractor, subcontractor and employees shall comply with all Occupational Safety and Health Administration (OSHA) safety standards, rules and regulations, as well as all applicable Federal, State and Local laws and regulations. The Contractor will supply all required safety equipment and properly trained employees. All facility maintenance and related repairs shall conform to Florida Building Codes, all existing Governing Authorities Codes and Regulations. Contractor(s) will comply with: • The specifications/qualifications published by the National Roofing Contractors Association (NRCA) • The Sheet Metal & Air Conditioning Contractor's Association (SMACNA) standards • Contractors will provide and maintain roofing systems in accordance with Manufacturer's technical specifications and warranty requirements, as applicable • All work must be completed in compliance with Collier County Vertical Standards unless specifically exempted in writing by Facilities Management Division County Representative or designee. The latest Vertical Standards are located at the following website: http•//wNNryv colliercountyfl gov/home/showdocument?id=86056. The Vertical Standards are "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 out -of -compliance work and shall be remediated by the Contractor(s) at no additional cost to the County 2. Facility Safety and Security: Work must be performed in accordance with industry standards and guidelines. Contractors will comply with all applicable Federal, State and Local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractors. Any employee or representative of the Contractors found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Violations by a Contractor may constitute cause for immediate termination of the Agreement. Contractors shall replace or repair any loss at the Contractor's cost. The County may withhold payment or make such deductions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. Contractors shall comply with Federal and State right -to -know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and provided to the County per the County Representative and/or designee's direction. The Contactor is required to immediately report to the County Representative and/or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. Contractors will be asked to work on the Collier County Sheriff Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and control measures must be followed when servicing these Facilities. 3. Response Times: • Urgent Response: The County Representative and/or designee will notify the Contractor via email and/or phone call when the request for services is urgent and immediate repairs are needed to protect the health, safety and well-being of the County staff and/or public or protect the facility from further damage. The Contractor shall respond via email or phone to an urgent request within four (4) hours after the County has issued the urgent request. Within six (6) hours after the County has issued the urgent request, the Contractor will be on site to repair and/or evaluate. • Non -urgent Response: A response from the Contractor (at a minimum a telephone call or email) within twenty-four (24) hours is acceptable. For non -urgent repairs, the Contractor shall be on site and repairs would begin within five (5) days after receipt of an approved purchase order unless the County Representative and/or designee, approves a different amount of time for response. Typically, maintenance and repair services will be completed during normal business hours; however, the County may request services during 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 homy ("off -hours") are considered Page 3 of 5 Exhibit A- Scope of Services Packet Pg. 1366 16.C.2.g before 7:00 AM and after 6:00 PM on weekdays and at any time on Saturday, Sunday or County Observed Holiday. An after-hours rate of time and a half will be compensated for off -hours services. 4. On -call Schedule: The Contractors shall provide contact information (to include email and phone number) for appropriate representative(s) to assist with routine and after-hours calls. At least one representative shall be available twenty-four (24) hours a day, seven (7) days a week. Each Contractor will be required to provide a staffed central office from which personnel are dispatched. 5. Office Requirement: Contractors will be required to provide a staffed central office from which personnel are dispatched. At a minimum, this office shall be staffed between 7:00 am and 6:00 pm, Monday through Friday. 6. Personnel: The Contractor shall use a qualified professional or company representative (with all related licenses and certifications being current and in full force and effect) with the experience and ability to obtain all permits required for all repairs, etc. when necessary and applicable. Each Contractor shall ensure that all its personnel assigned to tasks on the contract are properly trained and equipped. Contractor personnel shall be provided with a fully equipped truck or service van that includes appropriate small tools, spare parts and materials in order to complete routine repair work without delay. The Contractor will be required to provide personnel who have experience in managing large multi -facility roof maintenance as well as roof inspection, leak tests and repairs, waterproofing, minor restoration, core samples/testing, and moisture surveys. Additionally, all personnel must have experience with different types of roof systems and materials including, but not limited to, asphalt and coal tar -build up, modified bitumen, EDPM, TPO, metal, shingles, coatings, and standing seam. Contractor/Technician shall possess and maintain all certifications, credentials and licenses necessary to perform the services outlined in the scope of work and these must be provided prior to the award of a contract. 7. Repair Materials: All repair parts and materials must be provided and installed as specified. If the scope is not specific and/or the Collier County Vertical Standards: httns•//wv,NAcolliet-countyfl.ggv/your-government/divisions-f-r/facilities- manasement/facilities-capital-construction-and-renovation/vertical-standards do not specify, then the parts/materials must be approved by the County representative and/or designee. 8. Warranty: The Contractors shall warrant that all materials are new and free from defects, warranted for their merchantability and meet the performance scope of work of the original material for a minimum of one year from installation. In the event a portion, or all of an order, is found to be defective, the Contractor shall immediately replace the parts at no cost to the County. 9. Additions and Deletions of Facilities: The County retains the right to add or to delete any facilities from service provided under the contract as described herein, upon written notification by the County Representative and/or designee to the Contractor, without further Board approval. Any additions or deletions shall be handled in writing from the County Representative and/or designee. 10. Records and Documentation: The Contractors are 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 Contractors will not charge for any call back work. All reports shall be sent to the County Representative and/or designee, noting date, repair, materials, location, and/or disposal information as appropriate. 11. Payments: Time and Material for Remedial Repairs Invoices: An itemized breakdown of labor time spent by the Contractor's employees (number of hours times hourly rate), and supplies, parts, and materials used (cost plus percentage mark-up). The itemized breakdown will reflect all rates provided in the contract. Any supplies, parts and materials individually costing less than $999 do not require backup documentation unless requested. The number of hours worked and billing rate by position. Hourly time will be paid only for actual time at the worksite. Backup documentation and receipts/invoices for any supply, material, parts, equipment rental, subcontractor charges and other reimbursable documentation for the project. Page 4 of 5 Exhibit A- Scope of Services Packet Pg. 1367 16.C.2.g • 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 the Agreement. • Freight and shipping charges will not be allowed as separate lines; they should be incorporated into the price. • Travel hours, travel costs, and/or mileage for travel will not be allowed and should be incorporated into the bid pricing. • Administrative hours for quoting, invoicing, providing back-up and supporting documentation will not be allowed and should be incorporated into the contract hourly pricing. • The mark-up on materials shall not exceed 10% of actual cost; • The mark-up on subcontractors shall not exceed 15%; • Equipment owned by the Contractor will not be charged back to the Owner. Contractor may invoice for equipment rental that they do not have in inventory with a maximum mark-up of 10%. • Hourly rates are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. • Mobilization and compliance with all safety requirements including those necessary during work on active and occupied facilities are to be included in each Contractor's quote under this contract. Unit Price for Preventative Maintenance Invoices: • Contractors shall provide the number of units completed and unit price which will be all inclusive of materials and labor to complete the work. 12. Post Work Inspections: The County and the Contractors will conduct an inspection of the completed services provided and identify any deficiencies in the work product. The Contractor shall provide a report documenting these deficiencies and correct the deficiencies expeditiously to ensue a defect free final work product. At the discretion of the County Representative and or designee, the County may hold payment for the services provided until the deficiencies are corrected and the County has accepted the work with a visual site inspection and County Representative and/or designee's sign off. 13. Work Performance: Contractors shall maintain compliance with the terms of the contract and requirements outlined in the scope of work for each repair or maintenance action. Time is of the essence with respect to all provisions within this contract. Any delay in performance, not approved in writing by an appropriate County Representative and/or designee, may constitute a material breach of the contract. The County Representative and/or Division Director shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under the contract. 13. 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, Contractor shall be entitled to payment in accordance with the contract requirements. 14. 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 obligations under the contract. The recovery of any delay related damages under this contract does not preclude the County from recovering from the Contractor any other non - delay related damages that may be owed to it arising out of, or relating to, this contract. 15. Distribution of Work: . . The County reserves the right to solicit other Contractors to perform the services described in the scope of work if the Contractors are unable to respond or complete the work in the manner requested or if the County Representative and/or designee deems it in the best interest of the County. 16. Contractors may be required to use the County's Work Management procedures (CityWorks, Procore, etc), such as utilizing online work request system, at no additional cost to the County. The Contractor will be responsible for utilizing any systems used by the County for work requests under this contract, when applicable. Page 5 of 5 Exhibit A- Scope of Services �.p Packet Pg. 1368 16.C.2.g Exhibit B Fee Schedule following this page (pages 1 through Page 16 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) Packet Pg. 1369 16.C.2.g RFP# 20-7765 "Roofing Preventative Maintenance and Remedial Repairs" - EXHIBIT B FEESCHEDULE CROWTHER ROOFING & SHEET METAL OF FLORIDA, INC. (SECONDARY CONTRACTOR) Unit price (per square foot) for preventive maintenance for all the various roof types identified in the Building Inventory list attached. Preventative Maintenance single unit price shall be an all-inclusive unit price, including all associated preventive maintenance services for that location, all associated work to rooftop curbs, penetrations, drains, downspouts, all necessary personnel, materials, tools, inspections, cleaning, etc., to provide a full preventive maintenance visit in accordance with the terms laid out in Part 1 Roofing Preventative Maintenance of the scope of work. Roof Type Qty Unit Label Unit Price (per s uare foot 3 tab shingles, fabric with coating and rubber 1 sq ft $ .08* Alumination over Metal/I 1 sq ft $ .08* Architectural Shingles/ 1 story 1 s ft $ .08* Asphalt shingle/1 I s ft $ .08* Built-up and clay tile/1 1 sq ft $ .08* Built-up and concrete tile/1 1 sq ft $ .08* Built-up and fiberglass panel/1 1 s ft $ .08* Built-up and Metal /1 and 2 I sq ft $ .08* Built-up and shingle/l I sq ft $ .08* Built-up asphalt/1 1 sq ft $ .08* Built-up/ 1 1 sq ft $ .08* Built-up/3 1 sq ft $ .08* Built-up/4 1 sq ft $ .08* Built-up/6 1 sq ft $ .08* Built-up/7 1 sq ft $ .08* Built-up/8 1 sq ft $ .08* Built-up/single ply mem w/ gutters/1 1 sq ft $ .08* Built-up/single ply mem w/ gutters/2 1 s ft $ .08* Built-up and Metal/1 1 sq ft $ .08* Built up and Metal with Geoguard/ 1 1 sq ft $ .08* Clay Shingle & Single ply membrane, 2 stories 1 sq ft $ .08* Concrete Tile/1 I sq ft $ .08* flat roof/1 1 sq ft $ .08* Geoguard over Metal/I 1 s ft $ .08* Gravel, single ply membrane, 2 stories 1 sq ft $ .08* Hip Metal and standing seam/1 I sq ft $ .08* Hip with Shingles/1 I s ft $ .08* Metal / I story 1 sq ft $ .08* Metal / 2 stories 1 sq ft $ .08* Metal and Built-up/ 1 story 1 sq ft $ .08* Metal and Modified/l 1 sq ft $ .08* Metal and Shingle/1 1 sq ft $ .08* Page 1 of 2 Exhibit B- Fee Schedule Packet Pg. 1370 16.C.2.g Metal standing seam/1 I sq ft $ .08* Metal, Low Slope/ I story 1 sq ft $ .08* Metal, Low Slope/2 Stories I sq ft $ .08* Metal/ multiple buildings and roofs 1 sq ft $ .08* Metal/ multiple buildings/1 i sq ft I $ .08* Metal/Built-up and Shingle/ 1-2 story 1 sq ft $ .08* Metal/concrete/1 1 sq ft $ .08* Metal/multiple buildings/hangars I sq ft $ .08* Modified/1 1 sq ft $ .08* Shingle and built-up/I 1 sq ft $ .08* Shingle and Metal/1 I sq ft I $ .08* Shingle/1 1 sq ft $ .08* Single ply membrane - I stories 1 sq ft $ .08* single ply membrane - 2 stories I sq ft $ .08* Standing seam multiple buildings I sq ft $ .08* Standing seam/1 1 sq ft $ .08* Synthetic Thatch and Built-up/1 1 sq ft $ .08* Tile/I 1 sq ft $ .08* TPO/1 I s ft $ .08* Tremco/Geoguard /I I s ft $ .08* various roofing/multiple buildings/1 I s ft $ .08* *minimum $500 amount of each roof A full schedule of hourly rates for roof technicians and other personnel that would be utilized while completing the scope of work for remedial repairs in this solicitation. Hourly rates provided by the Contractor are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. NON -URGENT URGENT Hourly Labor Rates (M-F 7AM — 6 PM) Hourly Labor Rates Superintendent/Supervisor $80.00/per hr. Superintendent/Supervisor $100.00/per hr. Roofing Technician/Foreman $65.00/per hr. Roofing Technician/Foreman $85.00/per hr. Helper/Laborer $58.00/ per hr. Helper/Laborer $78.00/ per hr. Markup Not to Exceed Markup on Materials 10% Markup on Subcontractors 15% Markup on Equipment Rental 10% Page 2 of 2 Exhibit B- Fee Schedule Packet Pg. 1371 16.C.2.g Other Exhibit/Attachment Description: Federal Contract Provisions and Assurances F following this page (pages 1 through 10 ) ❑ this exhibit is not applicable Page 17 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.I ) ,�=== ,N Packet Pg. 1372 16.C.2.g EXHIBIT I FFnFRAt_ CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract / 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 all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. 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 (Version 4, most recent update, Effective June 1, 2020) EXHIBIT I - 1 Packet Pg. 1373 16.C.2.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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. (4) In compliance with the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Changes: To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. 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. Administrative, Contractual, or Legal Remedies (over $250,000): 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. Termination: See Standard Purchase Order and/or Contract Terms and Conditions 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 $27 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. EXHIBIT I - 2 Packet Pg. 1374 16.C.2.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Withholding for unpaid wages and liquidated damages. The County or FEMA 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. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and 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." Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Clean Air 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 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. 3. 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. 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 Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. 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. 3. 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. 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. 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 EXHIBIT I - 3 Packet Pg. 1375 16.C.2.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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." 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— a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. 2. Information about this requirement, along with the list of EPA -designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program 3. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. EXHIBIT I - 4 Packet Pg. 1376 16.C.2.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CONSTRUCTION ACTIVITIES a� 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: 0 L) c (1) The contractor will not discriminate against any employee or applicant for employment because of race, M m 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: M Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; a 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, a - notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the °o contractor, state that all qualified applicants will receive consideration for employment without regard to W race, color, religion, sex, sexual orientation, gender identity, or national origin. "' (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant ti c 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 a to instances in which an employee who has access to the compensation information of other employees or U- 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. aD (4) The contractor will send to each labor union or representative of workers with which he has a collective r- 0 bargaining agreement or other contract or understanding, a notice to be provided advising the said labor T union or workers' representatives of the contractor's commitments under this section, and shall post copies -0 of the notice in conspicuous places available to employees and applicants for employment. aD (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of ai the rules, regulations, and relevant orders of the Secretary of Labor. S 0 (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 0 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor 3 for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 0 U (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with LO any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part an the contractor may be declared ineligible for further Government contracts or federally ti c assisted construction 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 E as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the a provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, EXHIBIT I - 5 Packet Pg. 1377 16.C.2.g EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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 the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti -Kickback Act: Exempt under FEMA Public Assistance Funding EXHIBIT I - 6 Packet Pg. 1378 16.C.2.g Collier County EXHIBIT I Pi'nPRAi cnNTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification Solicitation 20-7765 This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. If the Contractor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the County for review and approval. The Contractor 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 County and the Grantor Agency 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 County may document in the quarterly report the Contractor's progress in performing its work under this agreement. 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 September 2, 2020 Authorized Signature EXHIBIT I - 7 7/30120201:16 PM p. 29 Packet Pg. 1379 16.C.2.g Collier County EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions Solicitation 20-7765 (1) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this docurnent, 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. Signature Kevin Callans, President Name and Title 2543 Rockfill Road Street Address Fort Myers, FL 33916 City, State, Zip 094594777 DUNS Number September 2, 2020 Date Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: TBD FEMA Project Number: TBD EXHIBIT I - 8 7/30/2020 1:16 PM p. 3 Packet Pg. 1380 16.C.2.g Collier County P.XI-IIBIT I F FDERAI_ CONTRACT PROVISIONS AND ASSURANCES Solicitation 20-7705 COLLIER COUNTY ANTICIPATE[) D15ADVANTAOED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be vidied. Unwer iab!c statusis will require the PR fmf to either rto;vde a Iev W statement or provide icurci documentation that vaiidatis a status. ra, PRIME VENDOR/CC NTRA1;TOR INFORMATION PRISE NAME PRIME FE10 NUMDER CONTRACT DOLLAP AF, ouur tS THE MIRE A FL PIDA-(ERVfl1V DISADVAIJAIM, VETERAN }' N 15 THE ACTIVIT'i Of THi5 CONTRACT... AltiOiiTYGRt'JOIJ.E'tEUS'NISSEIi1MAISE? ODE? Y COOISTRVCTION? {OEEt6lbfrivEE) OR HAVE A V0AtL 0154DVAMAGEO SUS`NE55EACERTIMATIONFR01STHEW41.EUSL1E55 LISE? Y i rt)UMTATION? Y 11 ADMINI ^.ATM I ASERVICE DIS4ElEGYETERAii? v a€? 'e OTHER? Y N SOB OA? Y 15 THIS SUD141S510IN A REVIS!Ofs? Y 1 F YES, REV1:d011 t;UmOIR, B, IF PRIME HAS SUBCONTRACTOR OR SUPPUER WHO 15 A DISADVANTAGED (AINORITY, WOMEN•OWNED, SMALL BUSINESS CONCERN OR SERVICE 015ABLED VETERAN, PRIME 15 TO COMPLETE TH15 NEXT SECTION ODE 10/1NDE SMONTRACTORORSUPPLIER TYPE0, WORKOR ETHNICITY CODE SUDJLUPPLIER PER( E17TOFCONTRACT VETERAN NAME SPECIALTY (5±e Below) DOLLAR AMOUNT DOLLAR5 TOTALS C. SECTION TO BE (OMPLETE[) BY PRIME VENDOR/CONTRACTOR ItAME OF SUBMITTER DATE TITLE OF $vDmrTTER t-411r . EhtAILAD0RE55OFFRRAE(SUBhitTTfR) utEPH011f NUMEER FAX IMAM NOTE: This mfosntation is used to tract: and report anticipated ODE or WE particip0lon in fiderallt,Arn^did contracts. Tb2 anticipated ODE or mof amount is vowrmr,' and will not become purr Of the wntractua! terms, This four must be lubnrtted at tint- of response to a so'stitation. if and when a waidid a County contract, the print- toill be asl:ed to update the infomwioi for the grant mmplimm files. ETtita44TY t;�?DE ' Elscs,Asnari[an ;@st HispankAtr titan HA '-N310i4mvican '. NA Submm,AsilitAlmrican SAA Asian-Padlic ewwitan AFA NondAinos rt women NMW Othit not ofan%OthV; 1,%JPN$t0 0 D,'-SEC.TION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENTNA1.11 COtt!ERCONTRACTa IfFlRfPorPO/F.CO 4PANT PAOS RAM/CONTRACT ACCEPTED DY: _ OATS EXFIIBII' I - 9 7/30/2020 1:16 PM P. 31 Packet Pg. 1381 16.C.2.g Collier County 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: Solicitation 20-7765 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 et seq., apply to this certification and disclosure, if any. Crowther Roofing and Sheet Metal of Florida, Inc. Contractor (Firm Name) Signature of Contractor's Authorized Official Kevin Callans President Name and Title of Contractor's Authorized Official _September 2 2020 Date EXHIBIT I -10 7/30/2020 1:16 PM p. 32 Packet Pg. 1382 1 16.C.2.h ACORO CERTIFICATE OF LIABILITY INSURANCE DATE( 11/13/2020 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. i s IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to O 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 CONTACT Z NAME: Frank H. Furman, Inc. PAHic NN Ext: (954)943-5050 (AIC No: (954)942-6310 1314 East Atlantic Blvd. E-MAIL jenny@furmaninsurance.com 0 ADDRESS: y P. O. Box 1927 INSURERS AFFORDING COVERAGE i NAIC # S Pompano Beach FL 33061 P INSURER A: Greenwich Insurance Company 22322 ( INSURED INSURER B: American Guarantee & Liability Ins Cc 26247 S Advanced Roofing Inc INSURER C:Brid efield Employers Ins Co 10701 S Advanced Leasing Inc INSURER D:Navigators Specialty Ins Cc 36056 S 1950 N W 22 St INSURER E :i Ft Lauderdale FL 33311 INSURER F: COVERAGES CERTIFICATE NUMBER:Jan 20 FtL GL,AL,WC,Umb 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. INSRPOLICY LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,( A CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 300,( X MED EXP (Any one person) $ 5,( Contractual & XCU Incl X CGS740979401 1/1/2020 1/1/2021 X Broad Form PD PERSONAL &ADV INJURY $ 2,000,( GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,( POLICY jE ❑ LOC PRODUCTS - COMP/OP AGG $ 4,000,( $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 2,000,( X BODILY INJURY (Per person) $ A ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS X CAH740979501 1/1/2020 1/1/2021 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS X AUTOS Personal Injury Protection $ 10,( X UMBRELLA LIAB X OCCUR AUC930367418 EACH OCCURRENCE $ 10,000,( AGGREGATE $ 10,000,( BEDXED CESS LAB CLAIMS-MADE Excess over AL, GL, EL IX I RETENTION $ zero $ 1/1/2020 1/1/2021 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN X PER OTH- STATUTE ER C ANY PROPRIETOR/PARTNER/EXECUTIVE MBER in NH EXCLUDED? (Mandatory ( ry � ) NIA 830-56020 1/1/2020 1/1/2021 E.L. EACH ACCIDENT $ 1,000,( E.L. DISEASE - EA EMPLOYEE $ 1,000,( If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT $ 1,000,( D $15M Excess over $10M Umbrella GA20EXCZ03MMKIC 1/1/2020 1/1/2021 Each Occurrence 15,000,( Aggregate 15,000,( DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: 20-7765, Roofing Preventative Maintenance and Remedial Repairs. 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 under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis as required by written contract. CERTIFICATE HOLDER CANCELLATION Jessica.Suarez@colliercountyf Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Dirk DeJong/MR 4-ZA9Al�?zl_ © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) 1 Packet Pg. 1383 AI CERTIFICATE OF LIABILITY INSURANCE 16.C.2A DATE( 11/13/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 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 oI this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Willis Towers Watson Certificate Center NAME: Willis Towers Watson Midwest, Inc. c/o 26 Century Blvd PHONE 1-877-995-7378 FAX 1-888-467-2378 AIC No Ext : AIC No P.O. Box 305191 ADDRESS: certificates@willis.com Nashville, TN 372305191 USA INSURER'S) AFFORDING COVERAGE NAIC # INSURED Crowther Roofing and Construction Services of FL 2543 Rockfill Rd. Ft. Myers, FL 33916 INSURERA: Illinois National Insurance Company 23817 INSURERB: Steadfast Insurance Company 26387 INSURERC: National Union Fire Insurance Company of P 19445 INSURERD: Arch Specialty Insurance Company 21199 INSURER E : COVERAGES CERTIFICATE NUMBER: W18734918 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO[ INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000, CLAIMS -MADE � OCCUR ( a oDAMAGE TO Ncur RENTED PREMISES)$ 300, MED EXP (Any one person) $ 10, A Y GL4611649 07/01/2020 07/01/2021 PERSONAL & ADV INJURY $ 2,000, GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000, POLICY PRO- LOC PRODUCTS - COMP/OP AGG $ 4,000, $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 2,000, X BODILY INJURY (Per person) $ ANY AUTO A OWNED SCHEDULED AUTOS ONLY AUTOS Y CA7742283 07/01/2020 07/01/2021 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000, AGGREGATE $ 5,000, EXCESS LIAB CLAIMS -MADE Y AUC 3808442-16 09/01/2020 07/01/2021 DED X RETENTION $ 0 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? No (Mandatory in NH) NIA WC014590638 07/01/2020 07/01/2021 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000, E.L. DISEASE - EA EMPLOYEE $ 1,000, If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000, $ D Buildings 6 Personal Prop. ESP7300531-07 07/29/2020 07/29/2021 Replacement Cost $13,530,487 Blanket/Special Form EDP Included DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) This Voids and Replaces Previously Issued Certificate Dated 11/13/2020 WITH ID: W18731740. SEE ATTACHED CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners AUTHORIZED REPRESENTATIVE 3295 Tamiami Trail E Naples, FL 34112 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1384 SR ID: 20342709 saTcx: 1886567 AGENCY CUSTOMER ID: LOC #: 16.C.2. i ,CORE) AGENCY Willis Towers Watson Midwest, Inc. POLICY NUMBER See Page 1 CARRIER See Page 1 ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE NAMED INSURED Crowther Roofing and Construction Services of FL 2543 Rockfill Rd. Ft. Myers, FL 33916 NAIC CODE See Page 11 EFFECTIVE DATE: See Paae 1 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Page 2 of Re: 20-7765 / For any and all work performed on behalf of Collier County. Coverage for Contractual Liability and Independent Contractors is provided under General Liability policy. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier Count Government, OR Collier County are included as Additional Insureds as respects to General Liability, Auto Liability a Umbrella/Excess Liability. General Liability and Auto Liability policies shall be Primary and Non-contributory with any other insurance in forc for or which may be purchased by Additional Insureds. INSURER AFFORDING COVERAGE: Arch Specialty Insurance Company NAIC#: 21199 POLICY NUMBER: ESP7300531-07 EFF DATE: 07/29/2020 EXP DATE: 07/29/2021 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Contractor's Equipment Owned Limit $645,000 Leased/Rented Limit $150,000 Deductible $5,000 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Packet Pg. 1385 SR ID: 20342709 BATCH: 1886567 CERT: W18734918 16.C.2. i ENDORSEMENT This endorsement, effective 12:01 A.M. 07/01 /2020 forms a part of policy No. GL 461-16-49 issued to CROWTHER ROOFING & SHEET METAL OF FLORIDA, INC. byILLINOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT (Professional Services Exclusion) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Section II - Who is an Insured, 1., is amended to add: f. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into, excluding contracts or agreements for professional services, which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: 1. The coverage and/or limits of this policy, or 2. The coverage and/or limits required by said contract or agreement. r� Authorized Representative or Countersignature (in States Where Applicable 61714 (9/01) Packet Pg. 1386 16.C.2. i POLICY NUMBER: GL 461-16-49 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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 contribu- tion from any other insurance available to the additional insured. CG 20 01 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 Packet Pg. 1387 16.C.2. i ENDORSEMENT This endorsement, effective 12:01 A.M. 07/01 /2020 forms a part of Policy No. GL 461-16-49 issued to CROWTHER ROOFING & SHEET METAL OF FLORIDA, INC. by ILLINOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FLORIDA LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED 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 First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s)") and 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 First 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 thelnsurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders within bII days after the First 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 First 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. The following Definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. Authorized Representative 110630 (02/12) Packet Pg. 1388 16.C.2. i ENDORSEMENT This endorsement, effective 12:01 A.M 07/01/2020 forms a part of policy No. CA 7742283 issued to CROWTHER ROOFING & SHEET METAL OF FLORIDA, INC. byIILL INOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: Any person or organization for whom you are contractually bound to provide Additional Insured status but only to the extent of such person's or organization's liability arising out of the use of a covered "auto". I. SECTION 11 - LIABILITY COVERAGE, A. Coverage, 1. - Who Is Insured, is amended to add: d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of use of a covered "auto". However, the insurance provided will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. 87950 (10/05) t r Authorized Representative or Q Countersignature (in States Where Applicable) Page 1 of 1 Packet Pg. 1389 16.C.2. i ENDORSEMENT This endorsement, effective 12:01A.M. 07/01/2020 forms part of policy No. CA 774-22-83 issued to CROWTHER ROOFING & SHEET METAL OF FLORIDA, INC byILLINOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, B., General Conditions, 5., Other Insurance, c., is amended by the addition of the following sentence: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident We will not ask any insurer that has issued other insurance to such additionalinsured to contribute to the settlement of loss arising out of such accident. All other terms and conditions remain unchanged. W,' -7�-�� Authorized Representative or Countersignature (in States Where Applicable) 74445 (10/99) Packet Pg. 1390 16.C.2. i ENDORSEMENT This endorsement, effective 12:01 A.M 07/01/2020 forms a part of Policy No. CA 7742233 issued to CROWTHER ROOFING & SHEET METAL OF FLORIDA, INC byILLINOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FLORIDA LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED 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 First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s)") and 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 First 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 thdnsurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders within 3 days after the First 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 First 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. The following Definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. Authorized Representative 110630 (02/12) Page 1 of 1 Packet Pg. 1391 16.C.2. i 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 / 2020 forms a part of Policy No. WC 014590638 Issued toCROWTHER ROOFING & SHEET METAL OF FLORIDA, 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.t he cancellation effective date is prior to this policy's expiration date; 2.t he 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.t he 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.N amed Insured means the insured first named employer in Item 1 of the Information Page of this policy 2.1 nsurer 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) Packet Pg. 1392 c ley c0-94Hlty Adrr, tWatve services Dep *pen! Pfc c'vernent Set. rces L}+++sap Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSyne. Vendor should checkoff each of the following items: ❑X General Bid Instructions has been acknowledged and accepted. ® Collier County Purchase Order Terms and Conditions have been acknowledged and accepted_ ❑X Form 1: Vendor Declaration Statement ® Form 2: Conflict of Interest Certification ® Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http:Hdos.myf7orida.com/sunbiz/ should be attached with your submittal. ® Vendor MUST be enrolled in the E-Verify - htips://www.e-verify.gov/ at the time of submission of the proposal/bid. © Form 3: Immigration Affidavit Certification. MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. ® Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. ® Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. ❑X Vendor W-9 Form. ® Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. ❑x The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. ❑x All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ® County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. ® Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. ***UPDATED JANUARY 28, 2020*** co >r C 7unty Administrative Services DepaMwnt Procurement Sei Jk@5 Dm5Nn Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods andlor services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 2 day of September , 2020in the County of _Braward , 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 Corporation: G65116 / Roofing License: CCCO24413_ Authority Document Number Federal Tax 59-2360591 Identification Number *CCR # or CAGE Code N/A *Only if Grant Funded Telephone: (954) 522-6868 Email: Michael Korn hrens Signature by: (Typed and written) Title: Michaei Kornahrens, Executive Vice President ***UPDATED JANUARY 28, 2020*** 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 St. City. State, ZIP Fort Lauderdale, FL 33311 Telephone: 954) 522-6868_ Email: AnnaC advancedroofiniz.com R Office servicing Collier Same as above & Fort Myers Branch County to place orders (required if different from above) Contact name: Michael Kornahrens Title: yjce President Address- 1950 NW 22nd St. City, State, ZIP Fort Lauderdale, FL 33311 Telephone: 954) 522-6868 Email: MichaelK@advancedro_ofing.com ***UPDATED JANUARY 28, 2020*** c ,er cay.*lty AdTunsbabve Services DeWmim it Prowre+neTI Sel-ces 0�,ssrori Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals 1 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 Tesult 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. Advanced Roofing, Inc, Company Name Signature _Michael Kornahrens. Exec. Vice President Print Name and Title State of Florida County of Broward The foregoing instrument was acknowledged before me by means of ® physical presence or ❑ online notarization, this 2 day of Sept. (month), 2020 (year), by Michael Kornahrens a(,qan-A of person acknowledging). Personally Known OR Produced Identification Type of Identification Produced of Notary Public - State of Florida) Faith Williams GG 0132763 (Print, Type, or Stamp Commissioned Name of Notary Public) W.I- FAITH VALLIAMS MY COMMISSION # GG 132763 s o EXPIRES: August 24, 2021 •,°M V Balled Tivu Notary Public Underwriters ***UPDATED JANUARY 28, 2020*** cafes col~nty Administrative Services Department promme ent Sw, , ices D,vismi Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify,.gov/), at the time of the submission of the Vendor's proposal/bid, Acceptable evidence of your enrollment consists of a copy oftheproperly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("fNA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. Advanced Roofing, Inc. Company Name Signature Michael Kornahrens, Exec. Vice President Print Name and Title State of Florida County of Broward The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this day of 2 (month), Se tD 20jQyear), by Michael K rn t n5 A (name of person acknowledging). �Aft '01�� lwya C73`nature of Notary Public - State of Florida) Faith Williams GG 0132763 (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Type of Identification Produced ;; Y^ FAITH WILLIAMS MY COMMISSION # GG 132763 EXPIRES: August 24, 2021 Bonded Thru Notary Pubtic Underwrilers ***UPDATED JANUARY 28, 2020*** Cotiier Commty Adrran*trative Services DepanTent Poowrernent Seroces DNts*n Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification, Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties of ye1ury. I certify that the information shown on this tarns is correct to mE knowledge. Company Name: Advanced Roofing, Inc. Address in Collier or Lee County: N/A Signature: Date: 09.02.2020 Title: Michael Kornahrens, Exec. Vice President ***UPDATED JANUARY 28, 2020*** EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. If the Contractor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the County for review and approval. The Contractor 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 County and the Grantor Agency 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 County may document in the quarterly report the Contractor's progress in performing its work under this agreement. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Advanced Roofing,Inc. Date 09.02.2020 Authorized Signature Mich rnahrens, Exec. Vice President EXHIBIT I - 7 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 Advanced Roofing, Inc. By: Siav6ture Michael Kornahrens Exec. Vice President Name and Title 1950 NW 22nd St. Street Address Fort Lauderdale FL 33311 City, State, Zip 11-295-4359 DUNS Number 09,02.2020 Date Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: TBD FEMA Project Number: TBD EXHIBIT I - 8 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifab a statuses m II require the PR,tAE to either proivde a revised statement or pro�.ida source dotumentation that validates a A. PRIME VENDOR/CONTRACTOR INFORMATION PRINIE NAKIE PRIME FE D NUMSEP CONTaACT DD.LAP. AMOUNT Advanced Roofing, Inc. 59-2360591 TBD $THE PROJE S FLOR!D!,-CERTIF:EDDr5ZD�t,14ttCELI VETEPAN ti S THE ACTVITi OFTHISCONTRA'T. AAINORI7'iOPPhOVENSU914ESSMTERPRISE% DBE' Y N CONSTRUCTION? YQ N +DBE0.12EA'i BEi OR H-%,E A SMALL DISADVANTAGED BUSINESS St. CEPTINCATIONFROWTHE SMALL BUSINESS fi9Bf? rJ CONSULTATION' Y N ADMINISTRATION'- ASERViCEDISABLEDVETERLf;= *BE? ti ri OTHER,"! Y N SD° EL,? t4 ISTHiSSUBMI,S ON A PEVISbJN? ', N I F IE5 PE'.• SIGN NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME 15 TO COMPLETE THIS NEXT SECTION DBE M/WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETNNICTTY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERA?i NAME SPECIALTY (See Below) DOLLAR AMOUNT DOLLARS TBD TBD TBD TBD TBD TBD TOTALS. C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMTTT'ER DATE TITLE OF SUBMFTTER Michael Kornahrens 09.02.2020 Exec. Vice President EMAILADDRESS OF PRIME ISUBMaTERI TELEPHONE NUMBER FAX NUMBER Michael K@advancedroofin .com 954 522-6868 954 566-2967 NOTE: This information Is used to track and report anticipated DBE or MSE participation in federally -funded contracts_ The antiopated Oat or MBE amount is voluntary and will not become part of the contractual terms- This form must be submitted at time of response to a solicitation If and when awarded a County coritra,:t, the grime will be asked to update Om information for the grant compliance files- ETHN?CrFY CODE 0lack American BA I•rspanicAmencan Fa NativeAmerimn NA Sub -cant. Asia. Alnencan SAA ASilln-PafiflC ArnefiLan APA Non•vinrs•i"! Women INt�W Other: not of any other group listed 1 o D. SECTION TO BE COMPLETED BY COLLIER COUNTY CIEPAR`IIAEN-NMAECCL!'EFCC4TF.:.CT=I.FBR=Po,PO'R_0 I GRANT PR0GP.AryI.00'.'TF.4C- ACCEPTED BY: DATE EXHIBIT I - 9 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 et seq., apply to this certification and disclosure, if any. Advanced RoDfing. Inc. Contractor (Firm Name) Signatuf of Contractor's Authorized Official Michael Kornahrens, Exec. Vice President Name and Title of Contractor's Authorized Official .2020 Date EXHIBIT I - 10 W-9 Request for Taxpayer Give Form to the Form (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. I Name (as shown on your income tax return). Name is required on this tine; do not leave this tine blank. Advanced Roofing, Inc. 2 Business name/disregarded entity name, if different from above m y 3 Check a ppropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see o- p ❑ Individual/sale proprietor or ❑ C Corporation Z S Corporation ❑ Partnership ❑ TrusVestate Instructions on page 3): ti = single -member LLC Exempt payee code (if any) ao 'U ❑ Limited liability company. Enter the tax classification (C-C corporation, S=S corporation, P=Partnership) 0- 0 .4. Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting c m LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code {If any} d another LLC that is not disregarded from the owner for U.S, federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see instructions) ► (AppPes to nc—nls mmfiWnW oulsi.e the U S.) N 5 Address (number, street, and apt or suite no.) See instructions. Requester's name and address (optional) m rn 1950 NW 22nd Street 6 City, state, and ZIP code Fort Lauderdale, FL 33311 7 List account number(s) here (optional) Identification Number (Tl Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SSN. However, fora resident alien, sale proprietor, or disregarded entity, see the instructions for Part 1, later, For other entities, it is your employer identification number (EIN). If you do not have a number, see Now to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the requester for guidelines on whose number to enter. F_ jam ©iiiviii "UMM"iii M Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of �)�� Here U.S. person ► /' ✓ Date ► General Instructions Section references are to the Internal Revenue Code Unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification dumber (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1096 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2015) 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 he required to provide a proof of exemption. An application for exemption can be obtained online at https:Happs,fldfs.com/boeexemptl 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 Injury ISO form 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 S 1,000,000_ Each Occurrence; Bodily injury & Property Damage. Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Per Occurrence ❑ Pollution Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall he 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. ® 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 County 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. 5/8120 - 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 (b) months from the date of award. Name of Firm Advanced Roofing, Inc. Date 09.02.2020 Vendor Signature Print Name Michael Kornahrens Exec. Vice President Insurance Agency Frank H. Furman Inc. Agent Name Robert Foote Telephone Number (954) 943-5050 5/12/2020 E-Verify: Employer Wizard - Company Information E-Verify Welcome Rose Brittain Company Information Company Name 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 State Zip Code - MENU https://e-verify.uscis.gov/web/EmployerWizard.aspx 1 /3 5/12/2020 E-Verify: Employer Wizard - Company Information Additional Information Employer Identification Number 592360591 Total Number of Employees 500 to 999 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 /Edit NAICS Code 238 - SPECIALTY TRADE CONTRACTORS View /Edit Total Hiring Sites 2 View /Edit Total Points of Contact 2 View /Edit View Original MOU Template View MOU https://e-verify.uscis.gov/web/EmployerWizard.aspx 2/3 5/12/2020 E-Verify: Employer Wizard - Company Information 4AxTy 4,L S[�+U �1B O� ri ofEr�Ha s�c�r' .�fryfs=�11. Last Login: 12/27/2019 09:33 AM U.S. Department of Homeland Security U.S. Citizenship and Immigration Services Enable Permanent Tooltips Accessibility Download Viewers https://e-verify.uscis.gov/web/EmployerWizard.aspx 3/3 Detail by Entity Name Page 1 of 3 Florida Department of State �t r' I-Dr/mor i 1f r r f� rus r ffiriui -Vote, of 1.20rida wvb�ile Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation ADVANCED ROOFING, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date G65116 59-2360591 10/08/1983 FL ACTIVE CORPORATE MERGER 06/28/2001 NONE Principal Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Mailinq Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Reaistered 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 Kornahrens, Robert 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 DIVISION OF CORPORATIONS http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 9/2/2020 Detail by Entity Name Page 2 of 3 Title Treasurer, VP Kornahrens, Kevin 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Title VP CARRUTH,JASON 200 NORTHSTAR COURT SANFORD, FL 32771 Title VP Kornahrens, 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 2018 04/09/2018 2019 03/29/2019 2020 01/06/2020 Document Images 01/06/2020 -- ANNUAL REPORT View image in PDF format 03/29/2019 -- ANNUAL REPORT View image in PDF format 04/09/2018 -- ANNUAL REPORT View image in PDF format 02/21/2017 -- ANNUAL REPORT View image in PDF format 11/29/2016 -- AMENDED ANNUAL REPORT View image in PDF format 04/26/2016 -- ANNUAL REPORT View image in PDF format 01/22/2016 -- Off/Dir Resignation View image in PDF format 04/29/2015 -- Reg. Agent Change View image in PDF format 04/15/2015 -- AMENDED ANNUAL REPORT View image in PDF format 04/10/2015 -- ANNUAL REPORT View image in PDF format 08/27/2014 -- AMENDED ANNUAL REPORT View image in PDF format 03/12/2014 -- Reg. Agent Change View image in PDF format 02/28/2014 -- ANNUAL REPORT View image in PDF format 01/22/2013 -- AMENDED ANNUAL REPORT View image in PDF format 01/17/2013 -- ANNUAL REPORT View image in PDF format 03/06/2012 -- Reg. Agent Change View image in PDF format 01/04/2012 -- ANNUAL REPORT View image in PDF format 02/15/2011 --ANNUAL REPORT View image in PDF format http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 9/2/2020 Detail by Entity Name Page 3 of 3 01/27/2010 -- ANNUAL REPORT 05/05/2009 -- ANNUAL REPORT 03/09/2009 -- ANNUAL REPORT 02/28/2008 -- ANNUAL REPORT 02/08/2007 -- ANNUAL REPORT 02/17/2006 -- ANNUAL REPORT 05/03/2005 -- ANNUAL REPORT 03/17/2004 -- ANNUAL REPORT 02/12/2003 -- ANNUAL REPORT 03/14/2002 -- ANNUAL REPORT 06/28/2001 -- Merger 04/02/2001 --ANNUAL REPORT 04/13/2000 -- ANNUAL REPORT 03/06/1999 -- ANNUAL REPORT 02/03/1998 -- ANNUAL REPORT 04/21/1997 -- ANNUAL REPORT 05/01/1996 -- ANNUAL REPORT 01/20/1995 -- ANNUAL REPORT 01/20/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations http://search. sunbiz. org/Inquiry/CorporationSearchISearchResultDetail?inquirytype=Entity... 9/2/2020 State of Florida Department 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, 2020, that its most recent annual report/uniform business report was filed on January 6, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Sixth day of January, 2020 Secretary ofState Tracking Number: 0424452650CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:Hservices.sunbiz.org/FilingsICertificateOfStatus/C ertificateAuthentication 0l OFr 0 Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES �* y y � 1 i � • • # w � x • ' 0 .+ LICENSE N GC1507377 I EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. ❑l ■❑ ■❑ Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE ROOFING CONTRACTOR HEREIN (CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES ROBERT i4 ADVANCED ROOFING INC -?r1950 NW 22ND STREET a FORT LAUDERDALE FL 332 LICENSE N �L' P CCCO2- 4� 13 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE CLASS A AIR CONDITIONING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES r # f � / XIS' � . 1 � • Ak A w ti f a * * Y • M 11110131 I DIM I r LICENSE • ..1. EXPIRATION1 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 0 0 �R0 Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE SOLAR CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES rk # f ar � / XIS' � . 1 � • i i X i w LICERS117MM 0.6 CYC56792 �r - - EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 0� ❑ 6% 0 Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary bFlon'da pr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION .= � ELECTRICAL CONTRACTORS LICENSING BOARD THE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES CERVONE, MICHAEL SCOT 8`ADVANCED ROOFING, IN. '. 1950 NW 22ND STREET- FORT LAUDERDALE FL 33311 LICENS-E, NUMBER: EC13006050 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. CERTIFICATE OF COMPLIANCE Certificate Number 20140102-R27046 Report Reference R27046-20110301 Issue Date 2014-JANUARY-02 Issued to: NATIONAL ROOFING CONTRACTORS ASSOCIATION SUITE 600, 10255 W HIGGINS RD, ROSEMONT IL 60018 This is to certify that ROOF -EDGE SYSTEMS, METAL, FOR USE WITH LOW - representative samples of SLOPE ROOFING SYSTEMS this Report is testing the wind load capacity of metal roof edge designs that consist of edge (fascia cap) flashing, coping and embedded edge (A -Type) flashing systems. Have been investigated by UL in accordance with the Standard(s) indicated on this Certificate. Standard(s) for safety: ANSIfSPRI ES-1 - Wind Design Standard for Edge Systems Used with Low Slope Roofing Systems Additional Information: See the UL Online Certifications Directory at www.ul.com/database for additional information Only those products bearing the UL Classification Mark should be considered as being covered by UL's Classification and Follow -Up Service. �a� The UL Classification Mark includes: UL in a circle: with the word "CLASSIFIED" V (as shown); a control number (may be alphanumeric) assigned by UL; a statement to indicate the extent of UL's evaluation of the product; and the product category name (product identity) as indicated in the appropriate UL Directory. Look for the UL Classification Mark on the product_ Willimn R. Gamey, Oireetor, North American Ceftncwafwn Pmgrams UL LLC Any lnfomwcfan and dncwrce-*a i;:Kiny UL Mark services are p, ided oa tr half of UL LLc (UL) or any aukhorized licensee of UL Far go dons plus corltaet a local UL Customer Service Repfeseittatrve at www uLcomlcarftactUS Page 1 of 1 File R27O46 Vol 1 Addendum To Page 28 Issued: 2011-03-02 Authorization Page Revised: 2015-02-24 LOCATION 591921 (Party Site) (100112-998) CHARLES MAHANEY ROOFING CO 2822 N MEADE WICHITA KS 67219 Factory ID: Mahaney UL Contracting Party for above site is: UL LLC 592418 (Party Site) (100606-052) NU-TEC ROOFING LLC 5025 EMCO DRIVE IN➢IANAPOLIS IN 46220 Factory ID: Nu-Tec UL Contracting Party for above site is: UL LLC 637668 (Party Site) (308226-001) ADVANCED ROOFING INC 1950 Nw 22Nd St Fort Lauderdale FL 33311-2939 Factory ID: Advanced UL Contracting Party for above site is: UL LLC 661423 (Party Site) (100608-025) TEXAS ROOFING CO.,LP 16809 RADHOLME COURT RGUND ROCK TX 78664 Factory IO: Texas Roofing UL Contracting Party for above site is: UL LLC ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNYYY) 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(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: A/° No Ext: (954) 943-5050 A/CFAX No: (959)942-6310 Frank H. Furman, Inc. E-MAIL ADDRESS: enny @furmaninsurance.com 1314 East Atlantic Blvd. P. O. BOX 1927 INSURERS AFFORDING COVERAGE NAIC # INSURER A: Greenwich Insurance Company 22322 Pompano Beach FL 33061 INSURED INSURERB:AmeriCan Guarantee & Liability Ins Co 26247 INSURER C:Brid efield Employers Ins Co 10701 Advanced Roofing Inc INSURER D: Continental Casualty Co 20443 Advanced Leasing Inc. INSURER E: 1950 NW 22nd St INSURER F: Ft. Lauderdale FL 33311 COVERAGES CERTIFICATE NUMBER:Jan 19 Ft Laud w/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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBRPOLICY POLICY NUMBER MM DD/YYYY MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE �X OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 300,000 X MED EXP (Any one person) $ 5,000 Contractual & XCU Incl CGS7409794 1/1/2019 1/1/2020 X Broad Form PD PERSONAL &ADV INJURY $ 1,000,000 LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY�X PRO LOC JECT MOTHER PRODUCTS-COMP/OPAGG $ 2,000,000 $ : AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 2,000,000 X BODILY INJURY (Per person) $ A ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS CAH7409795 1/1/2019 1/1/2020 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS X AUTOS PIP $ 10,000 X UMBRELLALIAB EACH OCCURRENCE $ 25,000,000 HOCCUR AGGREGATE $ 25,000,000 BJEXC.ESS LIABCLAIMS-MADE RETENTION $ $ AUC930367417 1/1/2019 1/1/2020 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N X PER OTH- STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 C OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) N /A 830-56020 1/1/2019 1/1/2020 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 D Installation Floater 4016260407 1/1/2019 1/1/2020 Any One Jobsite 2,000,000 5% W/H; 1000 AOP Any One Occurrence 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE "For Bidding Purposes Only" THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Dirk DeJong/MR 4Q'-Z -d9 ACORD 25 (2014/01) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD N A T I O N A L R O O F f N G CONTRACTORS ASSOCIATION MEMBER FRANK H. INC. INSURANCE RISK MANAGEMENT EMPLOYEE BENEFITS January 20, 2020 Robert P. Foote, President Frank H. Furman, Inc. 1314 E. Atlantic Blvd. Pompano Beach, FL. 33060 Main: 954.943.5050 Toll Free 800.344.4838 Mobile: 954.609.0820 Rob@furmaninsurance.com RE: ADVANCED ROOFING INC. (ARI) - Risk Management/Insurance Protection 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. RECOGNITION BY INSURER — AXA XL is the Insurance Provider for ARI for several key components of their Insurance Portfolio. AXA XL is the insurance provider of choice for several of theTop 25 Roofing Professionals throughout the country. AXA XL recognizes Advanced Roofing as a "best in class" contractor for ARI's performance record relative to safety, controlling losses and quality controls. ➢ ARI CLIENTS' ASSET PROTECTION - ARI has a $27M (Auto)/$29M (GL) aggregate limit of insurance protection per accident/incident in the event of a bodily injury or property damage claim that may occur on a jobsite or while ARI operates an automobile on the jobsite. ➢ ARI's exceptional workers' compensation experience modification rating of .64 allows them to secure reduced insurance rates which, in turn, translates into savings for you, their clients. This .64 rating is 36 points better than the average roofing contractor, and places ARI in the top 2 percentile of Roofing Professionals, nationwide, from a performance rating perspective. Advanced Roofing, Inc. has a full time safety director, three safety professional who have completed the OSHA 500 Outreach Trainer course, two active CERTA trainers, five safety professionals that are CPR/First Aid/AED Trainers, and 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: 2 ➢ 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. ➢ GENERAL LIABILITY PROTECTION — $2M Per Occurrence/$4M General Aggregate/$4M Products and Completed Operations Aggregate. 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 Water Damage Coverage AUTOMOBILE PROTECTION —ARI has an occurrence limit on the commercial automobile protection of $27M in the event there is a covered bodily injury or property damage on your job site stemming from Advanced Roofing's operations. (Carrier A + Superior rated A.M. Best Co.) COMMERCIAL UMBRELLA —Advanced Roofing has a $25M limit of liability. (Zurich and Navigators Specialty are both A+ 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 $2.5M in 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. MOLD/POLLUTION LIABILITY PROTECTION —ARI has secured $1M limits per occurrence/$2M Aggregate 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. CRIME — ARI's Crime Policy includes Theft of Client Property While on the Client Property in the amount of $500,000 and includes money, securities, or other tangible property. ➢ EMPLOYMENT PRACTICES LIABILITY — ARI's Employment Practices Liability Policy includes Third Party Coverage, affording coverage should ARI customers claim wrongful conduct. ➢ CYBER LIABILITY — ARI has Cyber Theft for any ARI customer whose company or personal information is stolen or damaged through a hack on ARI's system, with limits of $1M. Commercial & Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance 3 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: Professional Roofing Magazine Roofing Contractor Magazine National Roofing Contractors A Florida Roofing Magazine Dunn & Bradstreet FRSA Star Award Winner National Football League Charity Event(s) Partnership for Rebuilding America South Florida Business Journal Roof Connect Founding Member Orlando Business Journal 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, Robert P. Foote, President CPCU, ARM, AIM, CRIS, AFSB f:N0TOM Commercial & Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance ♦ Commercial Insurance Programs ♦ Roofing Contractors Insurance Programs ♦ Captive Insurance Programs FRANK H. ♦ OSHA Compliance ♦ Claims Management INC. ♦ Loss Control ♦ Human Resources Consulting I N S U R A N (E RISK MANAGEMENT ♦ Construction Bonds ♦ EMPLOYEE BENEFITS Employee Group Benefits ♦ Personal Insurance ♦ Condominium Insurance November 8, 2019 Advanced Roofing Inc. 1950 NW 22 Street Ft. Lauderdale, FL 33311 Re: Workers Compensation Experience Modification Rate Verification To Whom It May Concern: As the insurance advisors for Advanced Roofing, Inc., we submit this letter as confirmation of three years' Workers' Compensation Modification Rates: Effective 1/1/2020 1/1/2019 1/1/2018 Sincerely, Robert P. Foote, CPCU, ARM, CRIS, AIM, AFSE3 President rob@furmaninsurance.com 1314 E. Atlantic Boulevard • Pompano Beach, FL 33060 • Phone (954) 943-5050 • (800) 344-4838 • Fax (954) 942-5304 www.furmaninsurance.com TK GUARANTEE August 11, 2020 RE: Advanced Roofing, Inc. Letter of Bondability To Whom It May Concern: ATLAIMC SPECIALTY INSURANCE COMPANY 605 Highway 169 N, Suite 800 Plymouth, MN 55441 Advanced Roofing, Inc. is a highly regarded and valued client of American Global and Atlantic Specialty Insurance Company and is capable of providing Performance and Payment Bonds in the amount of $40 million for any single contract and $150 million in the aggrepte. Atlantic Specialty Insurance Company is rated by AM Best as A (Excellent), Class XV and is licensed to do business in all 50 States. Naturally, we would expect that the execution of any final bonds would be subject to our normal underwriting review of the final contract terms and conditions by our client and ourselves. If we can provide any further assurances or assistance, please do not hesitate to call upon us. This letter does not constitute an assumption of liability, and we assume no liability to you or to any third parties by the issuance of this letter. Sincerely, Atlantic Specialty Insurance Company William Grefe Griffin Attorney -in -Fact One Beacom Y H 5 U R A N C E G R D U P Power of Attorney KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth, Minnesota, does hereby constitute and appoint: Ricardo Davila Lamar, William Grefe Griffin, Vivian Santiago, Michael Marino, Torre Taylor, each individually if there be more than one named, its true and lawful Attorney -in -Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the President, any Senior Vice President or Vice -President (each an "Authorized Officer") may execute for and in behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the Authorized Officer may appoint and authorize an Attomey-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto; and that the Authorized Officer may at any time remove any such Attorney -in -Fact and revoke all power and authority given to any such Attorney -in - Fact. Resolved: That the Attomey-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney -in -Fact is hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney -in -Fact for purposes only of executing and sealing any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this twenty-seventh day of April, 2020. =q0 GpFPORgTE;�n =y SEAL �= r 1986 01 By STATE OF MINNESOTA " A, FW yd?' ,Aa : Paul J. Brehm, Senior Vice President HENNEPIN COUNTY On this twenty-seventh day of April, 2020, before me personally came Paul J. Brehm, Senior Vice President of ATLANTIC SPECIALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, that he is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. bo` ALISON DWAN NASH•TROUT E g NOTARY PUBLIC - MINNESOTA My Commission Expires January 31, 2025 Li�m4w,14� Notary Public I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked, and the resolutions set forth above are now in force. Signed and sealed. Dated 11 th day of August , 2020. =qo g,PORgT� �n's- =y SEAL �= This Power of Attorney expires �FW yc a, January 31, 2025 Kara Barrow, Secretary EXPERIENCE MATTERS. ADVANCED ROOFING.= CC-0O24413 ESTABLISHED 1983 COVER LETTER / MANAGEMENT SUMMARY Authorized Contact: Michael Kornahrens, MichaelK@advancedroofing.com, (954) 522-6868 ext. 1608 We are pleased to submit for your consideration this letter of interest for Roofing Preventive Maintenance & Remedial Repairs 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, Jacksonville, 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, Electrical Division and Solar/Renewable Energy Division. 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 500 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. You can count on ARI to bring our 37 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. Sincerely, Mich �ornah�rens Executive Vice President www. ad vancedroofrng. com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22^d Street E Fort Lauderdale) Florida 33311 FXpgRIENCE MA7TE:RS, ADVAN0-:ED F�D0FI[V�_ CC-0O24413 ESTABLISHED 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 SBE/MBE/WBE programs. We are committed to having strong working relationships with certified SBE/MBE/WBE contractors. With over 30 term contracts established with clients we have been serving for over three decades, Advanced Roofing, Inc. makes every effort to incorporate 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 SBE/MBE/WBE contractors throughout the state, Advanced Roofing 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 SBE/MBE/WBE contractors. If a SBE/MBE/WBE contractor is needed that we have not previously worked with we will put an ad in the newspaper soliciting the work, research which contractors are available for the work needed in the certified directory and make the necessary phone calls/emails to solicit, invite and encourage SBE/MBE/WBE participation as well as giving assistance if needed in reviewing the contract plans and specifications and assisting any interested SBE/MBE/WBE firms in obtaining required bonding, lines of credit, or insurance if such assistance is necessary. 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. www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22"d Street I Fort Lauderdale) Florida 33311 ,xPERIENCE MgYTERg AaVRNCED = F2Ofl�INC3?� COST OF SERVICES TO THE COUNTY Roof Type Qty Unit Label Unit Price (per SF) 3 tab shingles, fabric with coating and rubber 1 sq ft $ .10 /.25** Alumination over Metal/1 1 sq ft $0.07 Architectural Shingles/ 1 story 1 sq ft $ .10* Asphalt shin le/1 1 sq ft $ .10* Built-up and clay the/1 1 sq ft $ .12* Built-up and concrete file/1 1 s ft $ .12* Built-up and fiberglass anel/1 1 sq ft $ .07 Built-up and Metal /1 and 2 1 sq ft $ .10* Built-up and shingle/1 1 sq ft $ .10* Built-up as halt/l 1 sq ft $ .07 Built-up/ 1 1 s ft $ .07 Built-up/3 1 sq ft $ .07 Built-up/4 1 s ft $ .07 Built-up/6 1 sq ft $ .07 Built-up/7 1 sq ft $ .07 Built-up/8 1 sq ft $ .07 Built-up/single ply mem w/ tters/l 1 sq ft $ .08 Built-up/single ply mem w/gutters/2 1 sq ft $ .08 Built-up and Metal/1 1 sq ft $ .10* Built up and Metal with Geo ard/ 1 1 sq ft $ .10 / .25** Clay Shingle & Single ply membrane, 2 stories 1 sq ft $ .10* Concrete Tile/1 1 s ft $ .10* flat roof/1 1 s ft $ .07 Geoguard over Metal/1 1 sq ft $ .10 / .25** Gravel, single ply membrane, 2 stories 1 sq ft $ .07 Hip Metal and standing seam/1 1 s ft $ .10* Hip with Shingles/1 1 sq ft $ .10* Metal / 1 story 1 s ft $ .10* Metal / 2 stories 1 sq ft $ .11 * Metal and Built-up/ 1 story 1 sq ft $ .10* Metal and Modified/1 1 s ft $ .10* Metal and Shingle/1 1 sq ft $ .10* Metal standing seam/1 1 s ft $ .10* Metal, Low Slope/ 1 story 1 sq ft $ .07 Metal, Low Slope/2 Stories 1 sq ft $ .07 Metal/ multiple buildings and roofs 1 sq ft $ .10* Metal/ multiple buildings/ 1 1 sq ft $ .10* Metal/Built-up and Shingle/ 1-2 story 1 sq ft $ .10* Metal/concrete/l 1 sq ft $ .10* Metal/multiple buildings/hangars 1 sq ft $ .10* Modified/1 1 Isq ft $ .07 Shingle and built-up/ 1 1 sq ft $ .07 Shingle and Metal/l 1 sq ft $ .10* Shingle/1 1 sq ft $ .10* Single ply membrane - 1 stories 1 sq ft $ .07 single ply membrane - 2 stories 1 s ft $ .07 Standing seam multiple buildings 1 sq ft $ .10* ,Standing seam/1 1 s ft $ .10* ,xPERIENCE MgYTERs ADVEN :E: D P-00FIN139 Roof Type Qty Unit Label Unit Price (per SF) Synthetic Thatch and Built-u /l 1 sq ft $ .13* Tile/1 1 sq ft $ .10* TPO/1 1 sq ft $ .07 Tremco/Geo and /1 1 sq ft $ .10 / .25** various roofing/multiple buildings/ 1 11 Isq ft $ .07 *Inspection costs include OSHA Fall Protection Best -Practices to fulfill inspection requirements. A determination of gutter cleaning will be added to Preventative Maintenance proposals in lieu of including in square foot price is not necessary. **Inspection costs include OSHA Fall Protection Best -Practices per square foot. Coating Warranty requirements not provided. If annual washing of roof is a warranty requirement, a Preventive Maintenance Proposal will be prepared for an additional $.25 per square foot. LABOR RATES (NON -URGENT) Supervisor $65.00 per hr. Laborer $55.00 per hr. Total of $120.00 per hr. for two (2) man crew LABOR RATES (URGENT) Supervisor $70.00 per hr. Laborer $60.00 per hr. Total of $130.00 per hr. for two (2) man crew F%prLRIENCE MA7TB;Rs. ADVANCED RMOFINES_; CC-0O24413 ESTABLISHED 1983 EXPERIENCE & CAPACITY OF THE FIRM Advanced Roofing, Inc. is uniquely positioned to bring the most innovative roofing techniques and products our customers. ARI began in 1983 and has since grown to be South Florida's premier commercial roofing specialist. We have become a full -service roofing contractor, consisting of: a service department providing repairs and maintenance, metal roofing department, HVAC department, a custom sheet metal fabrication department, crane division and solar/renewable energy department. We fully acknowledge and understand the challenges inherent in every roofing project; particularly the specialty work required on occupied buildings. Our extensive experience in roofing occupied government facilities has made us mindful and aware that we must accommodate you in having as little disruption as possible during the roofing process. We are pleased to announce that we have won "The Excelle Protection Award". We received this honor (in which only 35 out of thousands of contractors received this award in the USA). You can count on ARI to bring over 37 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. Established in 1983, Advanced Roofing, Inc. is a full -service commercial roofing company. With "Commitment to Quality" through solving customers' needs with premium materials and excellent craftsmanship, Advanced Roofing has been named one of the top ten roofing contractors in the United States. Licensed, bonded and insured, Advanced Roofing's dedication to safety, professionalism, and quality work is signified through the satisfaction of hundreds of customers. Advanced Roofing has your solutions all under one roof. In addition, due to Advanced Roofing's elite status in the industry, we are able to provide our customers with additional benefits including: oo Named #1 Roofing Contractor in South Florida oo $150 million Bonding Capacity oo Additional Captive Insurance oo FPL Approved Contractor oc Certified with all major manufacturers oo Full Safety Division oo In-house Sheet Metal Department, Crane Division, HVAC, Lightning Protection, Electric & Solar oo 24/7 Service and Emergency Repairs 1 1 P a g e F%prLRIENCE MA7TE:Rs. ADVANCED RMQFINES_; CC-0O24413 ESTABLISHED 1983 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 500 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 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. EXISTING TERM CONTRACTS South Area Term Contracts: oo Port Everglades Roof Repairs oo Lauderdale -by -the -Sea (Piggybacking Port Everglades Roof Repairs) oc Palm Beach County Annual Contract -Roofing oo Broward College oo City of Boca Raton (Piggybacking City of Fort Lauderdale) oc Martin County School District (Piggybacking Broward College) oo School District of St. Lucie County (Piggybacking Broward College) oc City of Miramar (City of Fort Lauderdale) oo SBBC - Construction Services Emergency Projects VI (CSEP) - 2012-06FC oo City of Fort Lauderdale -Annual Roof Repairs & Replacement - Bid# 243-11292 Project# 11926 oo City of Lauderdale Lakes (Piggybacking Fort Lauderdale) oo Town of Davie oc Broward County - Roofing Maintenance & Repairs at Various County Buildings oo City of Sunrise (Piggybacking City of Fort Lauderdale) oo DOT/Florida Turnpike -Polk Parkway, Veteran's Expwy, Seminole Expwy, Southern Connector, Suncoast Parkway, Daniel Webster Beltway, Beachline West Mainline, MP 172.0-M P 304.0 oo SBBC - Construction Services Minor Projects (CSMP) - 2014-35-FC oo Solid Waste Authority (SWA) oo School District of Palm Beach County - Roofing Contractor Services for Disaster Recovery Assistance oo School District of Palm Beach County- Roofing Repairs, Roofing Materials and Products oo Miami Beach - General Building Specialty Trade Services oo Town of Palm Beach 2 1 P a g e FX?5-RI!1_ = MArTERS. ADVANCED = FRGGFI FNq G 9 CC-0O24413 ESTABLISHED 1983 oo Palm Beach State College (Piggybacking TCPN/RoofConnect) oo West Palm Beach -East Central Regional Wastewater Treatment Facility oo Boeing Company Central & North Area Term Contracts: oc Orange County Federal Term Contracts: oo GSA Multiple Award Schedule (MAS) Contract SIN 563 4 oc TCPN(Roof Connect) Private Entity Term Contracts: oo Publix Supermarket oo Pratt & Whitney 00 UPS oo Home Depot oc FPL-CBRE oo Memorial Healthcare Systems oo Macy's Corporate Services, Inc. - Service Contract QUALIFICATIONS OF BIDDER'S KEY PERSONNEL 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 3 1 P a g e f�X?5-RI!1_ MATTERS. CC-0O24413 ESTABLISHED 1983 Michael Kornahrens Vice President Michael joined Advanced Roofing in 1998 and is responsible for overseeing the operations and management of all divisions. Experience: Born into the roofing industry, Michael has held many positions at Advanced Roofing over the past 18 years, including leading the Metal Roofing and Renewable Energy divisions. His responsibilities include developing rooftop and solar designs, coordinating subcontractors, and managing project installations throughout the United States and Canada. Education: B.A. in Management and Marketing, Florida Atlantic University Clint Sockman Vice President Clint joined Advaned Roofing in 1998 and is responsible for oversseing the the Re -Roofing and Renewable Energy Divisions. Experience: A second generation roofer with more than two decades of experience in the roofing, solar, and construction industries. Education: University of Cincinnati, Information Systems minor in International Business. Licenses: Florida State Roofing and Solar Contractors; Certifications: NABCEP, LEED. Member of the American Society of Professional Estimators (ASPE). Constructions Specifications Institute (CSI). Kevin Kornahrens Executive Vice President Started with Advanced Roofing Inc. in 2005 and is responsible for overseeing the operations and management of all divisions. Experience: Mr. Kornahrens leads the administration team for Advanced Roofing Inc. His primary focus is on Human Resources, Safety, Legal, Information Technologies, and Marketing Departments. His responsibilities include management of strategic business planning, staffing, ERP system implementation, public relations and safety. Education: SPHR, Senior Professional in Human Resources. M.B.A. Degree in finance from the University of Miami. B.S. Degree in Management Information Systems, from Florida State University. B.A. Degree in Marketing, from Florida State University. B.A. Degree in Multinational Business from Florida State University. 4 1 P a g e f�X?5-RI!1_ MATTERS. CC-0O24413 ESTABLISHED 1983 Jessica Kornahrens Senior Project Manager Jessica joined Advanced Roofing Inc. in 2001 and is a Project Manager that oversses multiple projects. Experience: As a Senior 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. Education: B.S. Degree in Psychology, from Florida State University. B.S. Degree in Business Management, from Florida State University. Randy Gibson Business Development Randy joined Advanced Roofing in 2015 and is responsible for business development and sales. Experience: Randy has over 40 years of experience in the roofing industry. Prior to joining Advanced Roofing, Randy held management positions with national roofing contractors, and founded and operated a commercial roofing business for 25 years. Education: Randy has supplemented his extensive commercial roofing experience with on-the-job training in various fields and systems. Additionally, he has taken numerous continuing education courses related to the roofing and construction industry. PROJECT REFERENCES Contact Person: Adrian Morse Name of Firm: School District of Palm Beach County Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: adrian.morse@palmbeachschools.org Phone: (561) 370-5043 Date of Service: 25 years Cost of Service: $28,000,000.00 over the past 25 years — Hard Bids & IRS means Contact Person: Sean Devaney Name of Firm: Broward College Roofing Term Contract Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: Sdevaney@broward.edu Phone: (954) 201-6974 / (754) 581-3708 Date of Service: Since 2003 Cost of Service: $12,000,000.00 since 2003 5 1 P a g e F%prLRIENCE MA7TB;Rs. ADVANCED RMOFINES_; CC-0O24413 ESTABLISHED 1983 SUPERVISORY & STAFFING CAPABILITIES Advanced Roofing, Inc.'s methodology and approach is unique in its structure because our set up is based on 37 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. 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 typical size of our crew is 8-10 men, this can vary as required per project. 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: oo Contact Names and Numbers oo Emergency Procedures oo Scope of Work, Project Plans/Specifications oo Material Listing, MSDS Sheets oo Project Schedule oo 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 Nextel radios and 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 Solomon Accounting Software. 6 1 P a g e F%prLRIENCE MA7TE:Rs. ADVANCED RMOFINES_; CC-0O24413 ESTABLISHED 1983 SUBCONTRACTORS Advanced Roofing, Inc. does not routinely utilize subcontractors. Over the past 37 years, Advanced Roofing, Inc. has put money back into the company and community. oc 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. oo We also have our own state -licensed Air Conditioning Division —This allows us to coordinate the shutdown and raising of the air conditioning units on the roof. oo We also have our own state -licensed Electrical Division —This allows which allows us to handle the electrical needs for roofing and solar projects. Kai oo Lightning Protection Division oo In-house Sheet Metal Division —where we fabricate our own metal. oo We are a licensed General Contractor— which allows us to handle small contracting items on the roof. oo 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. 7 1 P a g e F%prLRIENCE MA"rTE:Rs. ADVANCED RILAIMFINES_; CC-0O24413 ESTABLISHED 1983 Scope of Work Preventive Maintenance & Remedial Repairs Company Description Advanced Roofing, Inc (ARI) is honored to submit this proposal to partner with Collier County in the effective management and maintenance of their roof assets. ARI's goal is to maximize the serviceable life span of the County's roof systems by implementation of a focused proactive Roof Asset Management program. Advanced roofing, Inc. is uniquely positioned to bring the most innovative roofing techniques and products to our customers. ARI began operations in 1983 and has since grown to be Florida's premier commercial roofing specialist. We are a full -service roofing contractor with production (reroof), service (repairs and maintenance), metal roofing, HVAC, crane, electrical and solar/renewal energy divisions. We understand the challenges inherent in every roofing project; particularly the technical specialty work required on occupied buildings. Our extensive experience in roofing occupied government facilities has made us mindful and aware that we must accommodate you by having as little disruption as possible during the roofing process. You can count an ARI to bring over 37 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 creative solution. Our service department handles all major and minor problems that may occur on your roof quickly and efficiently. With hundreds of buildings, totaling over 10 million square feet of roof under Advanced Roofing's proactive Roof Maintenance Agreement, our commitment to service speaks for itself. With a "Commitment to Quality" through solving our customers' needs with premium materials and excellent craftsmanship, ARI has been named one of the top ten roofing contractors in the United States. Our goal is to make the roofing process easy and hassle free for you, our customer. ARI is more than a top tier roofing company ... we support the communities we work in through dedication of our time and resources. A sample of the many local causes we support include the Special Olympics, Boy's and Girl's Club, Winterfest Boat Parade, Sonrise Recovery Mission and Habitat for Humanity. The following pages describe our approach and capabilities to assure you that Advanced Roofing, Inc. is the right partner to maintain your roof systems. F%prLRIENCE MA"rTE:Rs. ADVANCED RMOFINES_; CC-0O24413 ESTABLISHED 1983 Roof Asset Management Program ARI has tasked Clayton Aller with the development, implementation and oversight of the Roof Management program for Collier County. Clay's background in the roofing industry encompasses all areas of the office and field, from project management to repairs. A thorough knowledge of the entire construction process allows for good communication with other trades where multiple disciplines are required to resolve an issue. However, Clay's true passion is roofing evaluation, repair and maintenance. Roof Assessments will be completed for all buildings as a basis for the formulation of an overall plan of action. Roof Assessments to include the following: oo Complete inspection of roofing, facades and interiors for the identification and documentation of Emergency problem areas in need of immediate attention and Remedial deficiencies that will form the basis of the protracted Roof Maintenance Program. oc Our inspection process first assess the building from a broad perspective taking in the big picture reviewing the exterior and interior for signs of leaks then dials in the individual roof components with attention to details. We understand that a quality leak free roof installation requires well planned and executed detail construction. oc Initial assessment scheduling will be based on historical data from FAU indicating perennial problem roofs in need of immediate attention in combination with the roof moisture surveys. This will allow us to focus first on roof systems affecting daily campus operations. oc ARI will incorporate infrared roof survey results into the Roof Assessments, validate the leak signatures through in -situ destructive testing and incorporate the resolution of documented conditions in the proposed Maintenance Program for the roof system. oo Assessments will include a review of historical information provided for each building to capture the date of installation, manufacturer and leak event/repair history. oo Photo documentation of all standard and deficient conditions oo Establishment of a "grade" for the roof system, primarily indicative of remaining low maintenance life span, for capital improvement planning (Reference the Advanced Access description in appendix). oo Repair Estimates and Replacement budgets oc Roof Assessments will include a test core to identify the physical makeup of the roof system including decking composition and method of attachment. oc Roof Assessments to include general clearing of roof drainage systems and minor repairs oc Emphasis will be placed on management of existing warranties and confirmation all warranty repairs are appropriately managed so there is no cost impact to the university when applicable. In addition, securing No Dollar Limit (NDL) warranties for capital 2 1 P a g e F%prLRIENCE MA"rTE:Rs. ADVANCED RMQFINiS_; CC-0O24413 ESTABLISHED 1983 improvement projects will be a focus of the program to reduce future costs associated with roof repairs. oc Individual job books will be compiled for each property. Job books to contain all relevant information related to the roof of the building, including warranties, repair histories, Assessment Reports documenting the roof condition and repair/replacement budgets. oo Once a Work Scope is approved the Program Manager will dispatch and manage the repair crews. ARI's proprietary Advanced Access operations management system includes a Client Portal with access from any internet ready device available to confirm the "real time" status of any repair or reference documented historical information. All information is sortable for the development of custom reports to support the County's improvement planning process. Maintenance Program Management The program manager will be available for response to emergency conditions whenever they arise. A specific Maintenance Program will be created for each roof based on the results of the Roof Assessments, existing roof system type, the age of system and manufacturers recommendations. Each roof will be visited at least twice annually to verify the condition of the roof and drainage systems. The results of these visits will be logged into the FAMIS system with photo documentation of referenced conditions. We endeavor to resolve active leak issues without delay to limit any consequential damages that may occur to interior finishes and equipment. Once an Emergency repair is approved for completion a dispatch will be scheduled and electronically communicated to the Technicians device with all relevant information required to complete the task. With over 550 full time employees on staff, ARI does not plan to use subcontractors on this project. Remedial repairs will be quantified and presented for approval as a maintenance scope package per building so that the work can be scheduled to be executed as economically as possible. Should any portion of the work scope be deemed to affect the normal use of the building a 7 day notice will be sent to the County for approval. We will also be available to completed Task Order work on weekends if required to limit disruption. Identification of the manufacturer of the roof system is critical to warranty maintenance. We will catalogue the active Contractor and Manufacturer roof warranties for all buildings. We will manage the repair work opportunities so that all work that is the responsibility of others through warranty obligations is completed at no cost to the County. When necessary, manufacturer representatives will be consulted for technical guidance to assure conformity with prescribed details. Notice will be provided to the County a minimum of 3 days in advance of Manufacturers representative visits. 3 1 P a g e F%prLRIENCE MA"rTE:Rs. ADVANCED ROOFINES_; CC-0O24413 ESTABLISHED 1983 Annual Program updates will be completed and include the following: oc Roof Assessments with photo documentation and any outstanding deficiencies oo Estimated date of replacement oo Replacement budget for capital expense planning oo Excel spreadsheet recap of all Assessments sorted by grade so deficient roof systems prioritized by condition oo Compilation of work completed during the period oo Warranty documentation Two Man Roof Repair Crew Advanced Roofing, Inc. will commit to investing in an additional Service Unit to add to their fleet dedicated specifically to the FAU account. In addition, ARI has 34 additional Service Trucks throughout its branches to service this account. All repair work is to be completed in accordance with the NRCA Low Sloped Roof Repair Manual and Manufacturer guidelines. All manufacturer information will be relayed to the technicians through our internal Advanced Access operations program so that all relevant property information such as roof manufacturer and access requirements are communicated for maximum efficiency. The NRCA manual will also be uploaded to the Technicians devices for easy quick access. ARI is an approved trained installation contractor for all major manufacturers in the marketplace. ARI employs a systematic approach to roof leak detection and maintenance. Upon notification of a leak the Program Manager will investigate. Detection is accomplished first through thorough review of the interior space, as leaks are at times related to other building systems (If a leak is determined to be associated with another building system, the appropriate parties will be notified and the information will be immediately input into the FAMIS system). Once confirmed as potentially a roof problem, the location is mapped from the interior and the technicians then proceed to the roof to further investigate. Water testing is often employed to confirm the cause of the leak event. Once the leak source is identified, the appropriate repair method is determined taking into account the manufacturers recommended details and NRCA guidelines. If the condition is found to be systemic the Program Manager will revisit the roof to develop an action plan to prevent another recurrence in a different area of the roof. In addition, Technicians are encouraged to document any observed problems outside the specific scope of work in order to assure a proactive approach to roof maintenance. ARI Technicians operate from fully stocked Service box trucks stocked with tools and materials ready to tackle any work scope upon arrival to the work site. In addition, ARI maintains over half a million dollars in material inventory in their warehouse from a variety of manufacturers to complete repair work. 4 1 P a g e F%prLRIENCE MA"rTE:Rs. ADVANCED RMQFINiS_; CC-0O24413 ESTABLISHED 1983 Safety is job one at ARI. All our employees are trained in OSHA fall protection requirements. We have an internal Safety Director and Safety compliance personnel who regularly conduct Job Site Evaluations and will do so for our work with the County. ARI has an industry leading Safety Experience Mod ratio of 0.64 and we invite you to compare this to the other responsive bidders. In addition, ARI is concerned about the safety and wellbeing of the County's, faculty and friends and as such will conduct its operations so there is no disruption to the daily activities. All Service Vehicles are equipped with Safety Data Sheets for all roof repair products and all work areas will be properly secured. ARI will make suggestions to improve the overall safety of the property as a function of the roof assessments. ARI maintains a drug free work place. All ARI employees have been e-verified by the federal government. All work sites to be cleaned and left free of debris at completion of work scopes. Emergency and Permanent Repairs ARI will respond to emergency leak requests within 2 hours 24/7. Invoicing for work is to be in accordance with the values outlined in the specifications. As a founding member of Roof Connect, a national network of prequalified professional roofing contractors, ARI has the capability to secure additional resources from throughout the country in the event of a natural disaster such as a hurricane. *- Program Experience ARI has multiple current term Contracts with Governmental agencies. A current list of ARI Term Contracts is provided with our bid. ARI is currently involved in a similar roof maintenance and management program with the School District of Palm Beach County. We are surveying their roof systems, reporting on deficient roof conditions, providing replacement dates and estimates, completing general maintenance and outlining protracted maintenance objectives. In addition, we perform all their emergency roof repair work. We have inspected over 4.5 million square feet of roof area to date and the program is ongoing. We invite you to contact Adrian Morse, Senior Project Administrator, Palm Beach Schools (contact information provided in the references). ARI enjoys an ongoing relationship with USF where we are piggybacking on our City of Fort Lauderdale Term contract. We have completed large maintenance scopes at multiple buildings where we validated assessment reports and infrared moisture surveys in relation to prescribed repair and maintenance work. We have also completed roof replacement scopes at USF. ARI's primary contact at USF is Walter Pestrak. 5 1 P a g e F%prLRIENCE MA7TE:Rs. ADVANCED RMOFI ES_; CC-0O24413 ESTABLISHED 1983 ARI has a current Term Contract with Broward College where we have completed over $6.5 million dollars in roof work to date. Work completed under the term contract includes inspections of reported conditions, scope preparation, project management, coatings repairs and roof maintenance. Our contact at Broward College is Sean Devaney. ARI also has numerous private entity clients that we are involved in portfolio Roof Asset Management programs for that include annual roof inspection, emergency repair and maintenance services. A sampling of these clients include Publix, Chase Bank, El Dorado Furniture and JM Family Enterprises. Conclusion ARI is dedicated working in concert with the County on the formulation of a Roof Asset Management program that maximizes the serviceable life span of the County's roof systems to reduce the overall roof system expenses, focuses on the elimination of recurrent roof problems through professional repair and maintenance and provides expert counsel for roof system capital improvement planning. 6 1 P a g e Z Sites Dashboard The Advanced Access Sites Dashboard allows custom- ers to quickly view all of their roof assets in one place. No matter where you are, the dashboard gets you to the resources you need in real-time. Sites Dashboard benefits include: e Communication Tracking: Email roof related -inquiries within the system to create a permanent record of all correspondence. • Interactive Maps: Check the properties you're inter- ested in visiting and map their locations. Document Storage: Find the property information you need easily with search, filter and sort tools. Custom Reports: Print or export your roof asset data to Excel and create custom reports. fec Service Dispatch Center Advanced Access gives you the capability to send and track work order requests to our team from anywhere with the click of a button. With package -style tracking, you can follow a project in real-time until the issue is resolved. Dispatch Arrival ETA In Progress Resolved Confirmed 02/04/15 02/05/15 02/05/15 02/05/15 02/05/15 7:36:49 AM 8:00:00 AM 8:30:23 AM 10:03:45 AM 10:33:00 AM Service Dispatch benefits include: • One Click Dispatch: Use any internet-enabled device to schedule roof work. • Package -Style Tracking: Work orders are tracked and time stamped at every step so you know the status of your project. • Automated Billing: Invoices automatically generate as the ticket is closed out. nA A ADVANCEDACCESS ONLINE ROOF MANAGEMENT PORTAL Powered by Advanced Roofing, Inc. °�•�� dim 4 � " s"z„`m � �;,", �"t , ADVANCED aiE�rrR O O FI N G= � Site Inspection Reports V Advanced Access Site Inspection Reports provide customers with up- to-date digital reports of their roof assets and offers custom reporting to help with budgeting for future repairs and capital expenditures. No more hard -copy paper reports from the past. Advanced Access generates "living" inspection reports that are updated when service work is com- pleted on your roof. Roof inspections are uploaded to the customer portal seamlessly and can be viewed from any device. Site Inspection Reports benefits include: • Observations: View your roof without ever leaving the office. All service tickets, warranty information, invoices and repair documentation are stored for future analysis. • Current Condition: View a summary that quantifies your roof assets' current status and the expected useful life. • Recommendations: Receive suggestions on roof work driven by quality, supporting information and easy -to -understand grading. Col county Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire awy ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Roofing Preventive Maintenance & Remedial Repairs - Solicitation No. 20-7765 Reference Questionnaire for: Advanced Roofing, Inc. (Name of Company Requesting Reference Information) Michael Kornahrens (Name of Individuals Requesting Referen�Z� ation) Name: Core Callier - Company: Cit of Fort Lauderdale Y Y (Evaluator completing referenc uestionnaire) (Evaluator's Company completing reference) Email: ccallier@fortlauderdale.gov FAX: N/A ' Telephone: 954 828-5873 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: Fort Lauderdale -Swimming Hall of Fame - West Auditorium ProjectBudget: $103,262.80 Completion Date: 09/29/2018 Project Number of Days: Item Criteria Score must be com leted 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. / aA (� 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 This project was priced based off of City of Fort Lauderdale's Term Contract. ***UPDATED JANUARY 28, 2020*** co111er 0014Mty Administrative Services Department Pnxurement Services Dvision Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: Roofing Preventive Maintenance & Remedial Repairs - Solicitation No. 20-7765 Reference Questionnaire for: Advanced Roofing, Inc. (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Email: FAX: Company: (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: Project Budget: Completion Date: Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** co111er 0014Mty Administrative Services Department Pnxurement Services Dvision Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: Roofing Preventive Maintenance & Remedial Repairs - Solicitation No. 20-7765 Reference Questionnaire for: Advanced Roofing, Inc. (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Email: FAX: Company: (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: Project Budget: Completion Date: Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 9 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.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 10 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 94 ***UPDATED JANUARY 28, 2020*** F%pgRIENCE MA7TE:Rs. ADVA1�4CED =RIE031FINE 5_ CC-0O24413 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. 37 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 21 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 25 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, 11 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 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22"d Street I Fort Lauderdale) Florida 33311 F%pgRIENCE MA"rTE:Rs. ADVANCED ROOFINES_; CC-0O24413 ESTABLISHED 1983 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) Todd Avery, 3 years with Dollar Value — Associates in Over 30 years Senior Project Advanced Roofing $5,000 to over Business in the roofing Manager $10m / Size of Management industry, Project — 5,000 SF oversees all to over 1,000,000 project SF managers Francisco "Paco" 6 years with Dollar Value — High School Graduate 3rd generation Guzman, Fort Advanced Roofing / $5,000 to over / US Army/ OSHA roofer. Lauderdale 4 years with US $10m / Size of card / Apprentice Oversees all Service Manager Army Project — 5,000 SF Program for service to over 1,000,000 International Roofers operations. SF Jessica 19 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 Clayton Aller, 3 years with Dollar Value — United Union of 30 Hours OSHA Fort Myers Advanced Roofing $5,000 to over Roofers, card, 10 Hours Service Manager $10m / Size of Waterproofers and OSHA card, Project-5,000 SF Allied Workers, Local Dale Carnegie to over 1,000,000 37 Leadership SF Training for Managers Proposed Project Team -On -Site 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) David Baytosh, 17 years with Dollar Value - High School Graduate / 30 Hours OSHA Vice President of Advanced Roofing $5,000 to over Associates Degree- card, 10 Hours Construction $10m / Size of Youngstown Ohio / OSHA card, Division Project- 5,000 SF to OSHA card / Dale Carnegie over 1,000,000 SF Apprentice Program Leadership for International Training for Roofers Managers www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22"d Street I Fort Lauderdale) Florida 33311 F%pgRIENCE MA7TE:Rs. ADVANCED ROOFINES_; CC-0O24413 ESTABLISHED 1983 Terry Tilson, 5 years with Dollar Value - High School Graduate / 30 Hours OSHA Construction Advanced Roofing $5,000 to over Associates Degree- card, 10 Hours Manager $10m / Size of Youngstown Ohio / OSHA card, Project- 5,000 SF to OSHA card / Dale Carnegie over 1,000,000 SF Apprentice Program Leadership for International Training for Roofers Managers Faustino Perez, 15 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 7 years with Dollar Value - High School Graduate / Over 9 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 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22"d Street I Fort Lauderdale) Florida 33311 F>LPFERIENCE MA'FTE�Ft_S_ ADVANCED � RaoFiNG.G CC-0O24413 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 22"d Street I Fort Lauderdale) Florida 33311 FxpF_FZlENCE MATTjE�+js, DICED � �E'3�:1�`Ihl�_= CC-0O24413 ESTABLISHED 1983 PERSONAL RESUME Michael W. Kornahrens Vice President of Advanced Roofing & President of Advanced Green Technologies EXPERIENCE Advanced Roofing, Inc. Executive Vice President 2015-Present Advanced Roofing is ranked as the largest commercial re -roofing company in Florida and top 10 in North America by Roofing Contractor Magazine. Michael managed large-scale commercial re- roofing projects and is responsible for all aspects of ARI's daily business including business development, design and engineering, product selection, overseeing project management staff, and high level operations supervision and directions. 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. EDUACATION oc B.S. Degree in Business Administration from Florida Atlantic University oo 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 F>LFFERI€RICE M.g7TE�R-s_ ,4Dl�IC�E]*AR=100FINES.�' CC-0O24413 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 35 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 High School Diploma - Miami Norland Sr. High School, Miami, FL Construction Management classes at Broward Community College Registered Roof Observer - Roof Consultants Institute #1273 TOP FIVE JOBS 1. Broward College - Totaling over 95,000 SF since 2005 Contact: Sean DeVaney (954) 201-6974 2. Pratt & Whitney - Totaling over 450,000 SF since 2004 Contact: Bill Booth (561) 796-5052 3. Solid Waste Authority - Totaling over 78,000 SF since 2007 Contact: John Low (561) 697-8632 4. Federal Reserve Bank of Atlanta - Totaling over 207,000 SF since 2010 Contact: Fred Soltav (305) 471-6414 5. Covanta Energy - Totaling over 58,000 SF since 2006 Contact: Jeff Huber (305) 218-5633 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22"d Street I Fort Lauderdale) Florida 33311 F>LFFERI€NCE M.g7T$Rg_ ,4 D !�l C � E]MAR=100FINES.�' CC-0O24413 ESTABLISHED 1983 PERSONAL RESUME Clinton A. Sockman, CSI, CDT Vice President of Business Development & Renewable Energy Clint joined 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 oo State of Florida Certified Solar Contractor: CVC56792 oo State of Florida Certified Roofing Contractor: CCC1329557 co State of Florida Certified General Contractor License # CGC1521128 co 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 22"d Street I Fort Lauderdale) Florida 33311 F>LPF—RIENCE MA7TE�r4S_ ADVANCFis . =OFG. CC-0O24413 ESTABLISHED 1983 PERSONAL RESUME 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, organization, 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 1950 NW 22"d Street I Fort Lauderdale) Florida 33311 F>LFF- IENCE MAT-rE�r4s, ADVANCED RDDFING.� CC-0O24413 ESTABLISHED 1983 PERSONAL RESUME Francisco Guzman Fort Lauderdale Service Branch Manager Francisco joined Advanced Roofing, Inc. in 2015 as a Service Estimator for our Fort Lauderdale Branch making his way up to the Branch Manager. He manages daily operations of service roofing crews, assisting them with troubleshooting unforeseen field conditions. His duties include supervising field operations, customer relations, quality control and material deliveries and all the financials. EXPERIENCE Francisco has over 18 years in commercial and industrial roofing industry. Before joining Advanced Roofing Francisco worked for his father's roofing company in Puerto Rico. Next, he joined the US Army and after his tour he began working with Advanced Roofing. Versatile in numerous roofing systems, Francisco is also knowledgeable of their respective manufacturer specifications. EDUCATION 30 Hours OSHA card & 10 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, ICRA and First Aid. Dale Carnegie Leadership Training for Managers Fluent in English & Spanish TERM CONTRACTS 1. Broward County - Port Everglades Term Contract 2. Broward County - Term Contract 3. Broward College Term Contract 4. City of Sunrise - Term Contract 5. Town of Davie - Term Contract www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 2211 Street I Fort Lauderdale) Florida 33311 F>LPERIENCE MA7TE�r4S_ ADVANCED R❑0Fi ING. CC-0O24413 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 II 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 5. 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 22"d Street I Fort Lauderdale) Florida 33311 F}LQF-RIENCE MATTERS, ADVANCED RDDFING.� CC-0O24413 ESTABLISHED 1983 PERSONAL RESUME Clayton Aller Fort Myers Branch Service Superintendant Clayton joined Advanced Roofing, Inc. in 2019 as a Service Superintendant for our Ft. Myers Branch. He manages daily operations of service roofing crews, assisting them with troubleshooting unforeseen field conditions. His duties include supervising field operations, customer relations, quality control and material deliveries. EXPERIENCE Clayton has over 12 years in commercial and industrial roofing industry. He began his roofing career with the United Union of Roofers, Waterproofers and Allied Workers, Local 37 in 2008. Next, he joined a large commercial and industrial roofing company based in Florida where he began as a roofing journeyman. Versatile in numerous roofing systems, Clayton is also knowledgeable of their respective manufacturer specifications. EDUCATION Completed apprenticeship with United Union of Roofers, Waterproofers and Allied Workers, Local 37 30 Hours OSHA card & 10 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, ICRA and First Aid. Apprentice Program for the International Roofers, Waterproofers and Allied Workers Roofers Union 2008 - Present Dale Carnegie Leadership Training for Managers TERM CONTRACTS 1. Collier County Public Schools 2. Sourcewell - Southwest Florida 3. Monroe County Public Schools www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 2211 Street I Fort Lauderdale) Florida 33311 F>LPFERIENCE MA7TE�r4S_ ADVANCED: . =OFG. CC-0O24413 ESTABLISHED 1983 PERSONAL RESUME III David M. Baytosh Vice President of Construction Division David joined Advanced Roofing, Inc. in 2004 as a Construction Manager making his way up to the Vice President of our Construction Division. David is in charge of the production, quality control and safe operation of the roofing, sheet metal, logistics, fleet and warehouse division. EXPERIENCE David has over 30 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 10 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 22"d Street I Fort Lauderdale) Florida 33311 F>LpF—FZkENC:L MATTE�Rs, ADVAN c:Ea =, RooFiNG CC-CO24413 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. Tino 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 over to 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 oo Attended middle and high school in Chicago oo Graduated from Coral Gables Senior High Coral Gables, Florida 00 Safety training including fall protection, Arial lifts, forklifts 00 Safety training National Council C.P.R. & First Aid 00 10 hour OSHA Card 00 30 hour OSHA Card 00 Working Management Series co Steven Mary Communication ASSOCIATIONS ao FRSA ao NRCA www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22"d Street I Fort Lauderdale) Florida 33311 FXprLRIENCE MAYTE:Rs. A D V A N 0. :ED:.;g---R 03 0 F I PN4 ES CC-0O24413 ESTABLISHED 1983 PERSONAL RESUME Bryan Cardona Corporate Safety Director EXPERIENCE Bi-lingual and award winning safety professional with 13 years of construction and risk management experience with a strong foundation in managing insurance related risks, loss control, mitigating loss, and well versed in various aspects of regulatory compliance specializing in occupational health & safety, and program development. Strengths include: O Health and safety program development O OSHA compliance O Bi-Lingual (English and Spanish) O Safety Training O Claims management (WC/GL/AL) O Owner and Contractor Controlled Insurance Programs O Regulatory Compliance Assessments O Accident Investigations ADVANCED ROOFING, INC. 2013-Present Safety Director Responsible for the development and implementation of the corporate health and safety program for a nationally recognized commercial roofing company with over 400 employees and six locations throughout the state of Florida O Exceeded annual Advanced Roofing health and safety goals to achieve an annual reduction in total recordable incident rates: 00 TRIR 6.9 (2013) to TRIR 1.71 (2017) — BLS TRIR 5.6 (2016) O EMIR reduced by 40% 1.02 (2013) to 0.56 (2018) O Company representative for safety and health regulatory compliance local and federal (OSHA) O Created and implemented a mandatory 4-hour new hire safety orientation O Trained, managed and mentored company safety coordinators. Currently employing four safety coordinators that are responsible for the following Jobsite Safety Evaluations 00 Preconstruction safety walkthrough www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 2211 Street I Fort Lauderdale) Florida 33311 FXpEVlENCE MA7TE:RS, D V A N C:EDJ.;J---:R030FI PN4 ES CC-0O24413 ESTABLISHED 1983 Site specific safety planning Accident investigation and reporting Safety training - Orientation, Fall Protection, LOTO, Forklift, Aerial lift and platforms, CPR/First aid/AED, PPE safety, HAZCOM-GHS, Ladder safety, Defensive Driving Course DDC4, Respirable Crystalline Silica O Provide project specific safety guidance to Estimators, Project Managers and Construction Managers O Track and record incidents with the purpose of creating a bi-monthly safety analysis that includes current and possible future trends O Conduct a bi-monthly safety committee meeting with the goal of creating and implementing proactive safety measures to reduce exposures to hazards for our employees and clients O Founding member of the driver safety committee; tasked with setting performance goals, accident review, enhancements, disciplinary actions and safety education CERTIFICATIONS & AWARDS O Authorized OSHA 500 Construction O Bi-Linguallnstructor O Authorized OSHA 501 General Industry O Bi-Linguallnstructor O Associated General Contractors of America: O Advanced Safety Management Certificate O National Roofing Contractors Association: O CERTA Instructor Roofing Torch Application O EMS CPR/First Aid/AED Adult & Child Instructor O Qualified Rigger and Signal Person O Competent Person: 00 Scaffold erecting 00 Ladders Excavations and trenching Respirable Crystalline Silica O FRSA Asbestos Competent Person O 2017 Construction Association of South Florida Safety Professional of the Year www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22"d Street I Fort Lauderdale) Florida 33311 EypER15NCE MATTE14S ADVANCED S ROOFING CC-0O24413 ESTABLISHED 1983 APPROVED MANUFACTURER'S LIST— LOW SLOPE ROOFS Johns Manville —Platinum Applicator GAF Materials Corporation — Master Select Applicator Firestone Building Products— Red Shield Applicator Siplast/Icopal Performance Roof Systems Tremco Garland Company Tamko Viridian Systems Durapax (Coal Tar Pitch) Neogard La Polla/Base Intellicoat Technologies Commercial Innovations/Viking (Coal Tar Pitch) Kemper Systems Sarnafil Durolast Carlisle IB Products J.P. Stevens Fibertite Republic Powered Metals Vulkem Genflex Roof Systems Sealoflex Soprema Tropical Asphalt Gaco Western APPROVED MANUFACTURER'S LIST — METAL ROOFS AMS Zip Rib Englert Berridge Firestone Load Master Butler Imetco MBCI Pac-Clad JM Metals Garland Riffe Metals www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale) Florida 33311 L—�YfVTEC SYSTE141S February 26, 2020 ADVANCED ROOFING INC. 1950 N.W. 22ND ST. FORT LAUDERDALE, FL 33311-2939 US Project: To Whom It May Concern: This letter is to confirm that ADVANCED ROOFING INC. in FORT LAUDERDALE, FL is a Carlisle Authorized Applicator. This Applicator has been awarded with the following awards: ESP 2019, ESP 2018, ESP 2013, ESP 2011, Centurion, Perfection Council 2017, Perfection Award 2017, Perfection Award 2018, Perfection Council 2018, Perfection Award 2019 If you should have any further questions, please feel free to contact me. Sincerely, Shannon Wyatt Southeast Regional Sales Manager /ems P.O. Box 70M) CariAle, PA 17013 Phone; 8110 479.6832 Fax: 717.245.7053 WNhV.C3r113125yn19C.C9in Silver Star Contractors are eligible to request No -Dollar -Limit (NDL) warranties up to 12 years in duration. ZI They must carry workers' compensation and liability insurance coverage. They must be properly z ",:;6 licensed according to the regulations in force governing commercial roofing contractors in their markets. They must operate in accordance with the CertainTeed Silver Star Contractor Program Code of Ethics. (/ They must have been in business at least three years OR CertainTeed must have inspected at least three Barb McDonough of their roofing projects. Finally, they must submit a company credit history and be credit -worthy based General Manager, Commercial Roofing on CertainTeed's sole determination. The Silver Star Contractor credential is subject to review at any time andis valid through the date entered, subject to the terms and conditions of the credential. valid Through: Dec 31, 2020 CertainTeed SAINT—GOMIN (omm30-M D2019 CertainTeed (orpoiafion, Printed in CA DURAPAX 'COAL TAR COMMERCIAL ROOFING SYSTEMS Advanced Roofing 1950 NW 22"d Street Fort Lauderdale, FL 33311 To whom it may concern, 400 Old Reading Pike, Ste 304 Pottstown, PA 19464 Tel: 610-579-9075 Fax:610-323-0115 www.durapax.com Durapax Coal Tar built up roofing provides one of the most durable roofing systems known due to its inherent waterproofing and weathering characteristics. Durapax Coal Tar roofing systems are time - proven roofing systems for level and low sloped roofs. Please accept this letter as confirmation that Advanced Roofing Inc. is in good standing with Durapax LLC and a member of Durapax Professional Roofing Contractors Program. Durapax does issue warranties that cover their workmanship on projects that are part of the Durapax Roof Warranty Program. Should you have any questions please feel free to contact me (772) 631-0867 (c). Thank you for choosing Durapax Coal Tar commercial roofing systems. Regards, Peter J. San Juan Southern Regional Sale Manage rilbI FitE INTELLIGENT ROOFING SOLUTIONS June 5, 2020 Authorized Contractor: Project Reference: 1000 Venture Blvd., Wooster, Ohio 44691 tel. 8001927-8578 fax 8001649-2737 www.fibertite.com FIBERTITE® ROOFING SYSTEMS Advanced Roofing .E TO WHOM IT MAY CONCERN: www.seamancoLp.com Seaman Corporation is the original and only Manufacturer for FiberTite Roofing Systems. We have been manufacturing FiberTite for over 30-years. We have reviewed the design information listed above and warranty expectations for the above referenced project. Further to those requirements we affirm the following: The above referenced roofing contractor is authorized to bid, install and repair, if successful, all of our FiberTite Roofing System for up to and including twenty-year (20) year warranties. We further certify that our system requires completion of the following criteria. a. The system is installed by an Authorized Contractor, in strict accordance with the contract documents and current FiberTite Specifications. b. The completed system is inspected and approved by FiberTite Technical Services. C. Seaman Corporation receives full payment for materials provided. FiberTite Technical Services is available for project review at (800) 927-8578. Respectfully, Jonathan C. Pierson FiberTite Technical & Warranty Services FiberTite° is a Registered Trademark of Seaman Corporation Tare -stone' SUN -DM DUM cCON%W March 29, 2016 ADVANCED ROOFING INC 1950 NW 22nd St Ft Lauderdale, FL 333112939 To Whom It May Concern: Please be advised that ADVANCED ROOFING INC is a licensed Red Shield applicator in good standing with Firestone Building Products Company. ADVANCED ROOFING INC is authorized with Firestone for EPDM effective 01/13/88, APP effective 01/13/88, ULTRAPLY effective 01/13/88, Metal effective 03/22/2006, SBS/BUR effective 01/13/88 under license ##04710. Firestone is proud to include ADVANCED ROOFING INC into our family of Red Shield applicators. If I may be of further assistance, please feel free to call my office. Sincerely, Phil LaDuke Director, Quality Assurance PL/jas 3/29/2016 A Gen&abon of Performance Bathed by a Centuy of &petInce 250 Wei %th 5tree: • Ind IN 46260 . 317-575.7(W Fex,-317-575-7100 http;ifwww.N*swwti );)co-co-n 07/06/2020 Advanced Roofing Inc 1950 NW 22nd St Fort Lauderdale, FL 33311 GAF ID: 1002586 RE: CCP Commercial Certification - Master Select — Advanced Roofing Inc - Fort Lauderdale, FL To whom it may concern: This is to confirm that Advanced Roofing Inc is approved as a Master Select Contractor through June 2021 to install the following: • Asphaltic • Restoration • Single -ply Advanced Roofing Inc is certified in the following States: • FL As a Master Select, Advanced Roofing Inc is able to offer the following GAF Warranties and Guarantees through June 2021: • Diamond Pledge° NDL Roof Guarantee • Emerald Pledge° NDL Restoration Guarantee • System Pledge Roof Guarantee • Weather Stopper® Integrated Roofing System Guarantee Sincerely Bobby Fischer VP, Contractor Programs, GAF Advanced Roofing Inc ort Lauderdale, FL (Certified for FL) Has achieved the exclusive status of Master Select Roofing Contractor for GAF, (Commercial Roofing Products Division), North America's Largest Roofing Manufacturer. GAF ID: 1002586 Asphaltic I Restoration I Single -ply Valid Through: 06/2021 Only 1 % of the roofing contractors in North America have achieved Master Select Status! Based on their uncompromising commitment to installation excellence and continuous education, they have pledged to ensure that each customer receives their "best and safest choice" in roofing and are authorized to offer the Diamond Pledge° NDL Roof Guarantee. Member Since: 11/2002 Jim Schncpper Bobby Fischer President and CEO, GAF VP, Contractor Programs, GAF 117" Johns Manville January 2, 2020 ADVANCED ROOFING INC 1950 NORTH WEST 22ND STREET FORT LAUDERDALE, FL 33311 Phone: 1-954-522-6868 Fax: 1-407-322-0010 To Whom It May Concern: Please be advised that a Johns Manville Approved Roofing Contractor Agreement (the "Agreement') presently exists between Johns Manville Roofing Systems Group and the above named contractor located at the above address. The Agreement stipulates that Johns Manville will issue Peak Advantage Guarantees for Johns Manville systems listed below. System Term APP;BUR;SBS Asphalt Applied;SBS Heat Welded;SBS Cold all Applied; EPDM;PVC;TPO Coating Systems 10 year These guarantees will be issued to the above -named contractor in accordance with all procedures and requirements of the Johns Manville Peak Advantage Guarantee Program. This Agreement is subject to cancellation by either Johns Manville Roofing Systems Group or the above named contractor upon thirty (30) days written notice to the other party of the Agreement. Sincerely, Guarantee Services For questions related to this communication, please contact: Guarantee Services Johns Manville Roofing Systems 10100 W. Ute Avenue I Mailstop R-15 1 Littleton, CO 80127 GSU@jm.com 1800.922.59221 Fax: 877.403.1747 August 30, 2017 Faith Williams Advanced Roofing, Inc. 1950 NW 22nd St. Ft. Lauderdale, FL 33311 TEL: 954-522-6868 FAX: 954-566-2967 Email: faithw@advancedroofing.com Dear Ms. Williams: This is to confirm that Advanced Roofing, Inc. has been a Siplast Select Contractor since 1/17/1986 and is authorized to apply guaranteed Siplast roofing systems subject to current guarantee requirements. Sincerely, "iccK Anz 9 District Sales Manager EM:KW:bb# Siplast 1000 Rochelle Boulevard 201 Bewicke Avenue, Suite 208 Customer Service in North America Irving, Texas 75062-3940 North Vancouver, BC, Canada V7M 3M7 1.800.922.8800 www.siplast.com SSOPREMAO Innovative Building Envelope Solutions August 14, 2019 Advanced Roofing 1950 NW 2211 Street Fort Lauderdale, FL 33311 RE: Authorized Applicator Dear Advanced Roofing: Please be advised that Advanced Roofing (FL124) of Fort Lauderdale, FL is an Authorized SOPREMA Applicator in good standing and is authorized to install all specified SOPREMA roof and waterproofing products, and are authorized to perform all retrofit work and maintenance on SOPREMA Warranted roofing systems. Please contact me at 330.436.7502 or kjmiller@soprema.us if additional support is needed for this project. Sincerely, 111y 1 am Kyle Miller Technical Support Coordinator 201 Quadral Drive Wadsworth, OH 44281 cc: Project File Sales and Technical Staff, SOPREMA 310 QUADRAL DRIVE • WADSWORTH, OH 44281 • Ph. 330.334.0066 • Toll Free 800.356.3521 • Fax 330.334,4289 • WWW.SOPREMA.US Tremco Incorporated 3735 Green Road a Beachwood, Ohio 44122.216-292-5000 Roofing S Building Maintenance Division February 26, 2008 To Whom It May Concern: Advanced Roofing, Inc., Ft Lauderdale, FL, has been a Tremco Approved Roofing Contractor since July 1993 and is authorized to install Tremco specified roofing systems in accordance with Tremco's Approved Roofing Contractor Program and Approved Contractor Agreement. As one of Tremco's valued contractors, Advanced Roofing plays an important role in Tremco's Mission Statement in providing our customers with "Roofing & Weatherproofing Peace of Mind". Sincerely, TREMCO INCORPORATED ROOFING & BUILDING MAINTENANCE DIVISION Cindy L. Lester Contractor Program Manager CLL EypER15NCE MA Trz.F?g ADVANCE=D-= g_R DDFING CC-0O24413 ESTABLISHED 1983 REFERENCES Name of Firm: School District of Palm Beach County Contact Person: Debra Hammerschlag Title: Senior Project Administrator Address: 3661 N. Interstate Park Rd. N., Riviera Beach, FL 33404 Type: Term Contract Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: debra.hammerschlag@Palmbeachschools.org Phone: (561) 434-8229 ext. 48229 Fax: (561) 434-8185 Date of Service: 25 years Cost of Service: $28,000,000.00 since 1994 — Hard Bids & RS means Name of Firm: Broward College Contact Person: Sean Devaney Title: District Director, Facilities College Wide Maintenance Address: 3501 SW Davie Rd., Bldg. 23, Davie, FL 33314 Type: Term Contract Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: Sdevaney@broward.edu Phone: (954) 201-6974 / (754) 581-3708 Fax: (954) 201-6444 Date of Service: Since 2003 Cost of Service: $12,000,000.00 since 2003 • BC - Central Campus B-08 $638,561.66 • BC - Central Campus Bldgs. 13, 24 & 25 $525,356.00 Name of Firm: Publix Supermarkets Contact Person: Armand Cotnoir Title: Maintenance Program Manager Address: 3300 Publix Corporate Pkwy., Lakeland, FL 33811 Type: Roofing Service Level Agreement Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: Armand.Cotnoir@publix.com Phone: (813) 967-7417 Fax: N/A Date of Service: Since 1996 Cost of Service: $33,000,000.00 since 1996 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale) Florida 33311 EypER15NCE MA Trzj?g ADVANCE=D-= g_R DDFING CC-0O24413 ESTABLISHED 1983 Name of Firm: City of Fort Lauderdale Contact Person: Corey Callier Title: Facilites Maintenance Address: 1350 W. Broward Blvd., Fort Lauderdale, FL 33312 Type: Term Contract Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: CCallier@fortlauderdale.gov Phone: (954) 828-5873 Date of Service: Since 2004 Cost of Service: over $4,000,000.00 since 2004 • Ft. Lauderdale Swimming Hall of Fame - West Auditorium $103,262.00 • Ft. Lauderdale Swimming Hall of Fame - Main Roof $89,375.00 Name of Firm: City of Sunrise Contact Person: Alan Gavazzi Title: Purchasing Specialist Address: 777 Sawgrass Corporate Pkwy., Sunrise, FL 33325 Type: Term Contract (Piggybacking of City of Fort Lauderdale) Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: AGavazzi@sunrisefl.gov Phone: (954) 572-2487 Fax: N/A Date of Service: Since 2011 Cost of Service: over $500,000.00 since 2011 Name of Firm: City of Boca Raton Contact Person: Wayne Anderson Title: Facilites Manager Address: 201 W. Palmetto Park Road, Boca Raton, FL 33432 Type: Term Contract (Piggybacking of City of Fort Lauderdale) Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: WAnderson@mvboca.us / WAnderson@ci.boca-raton.fl.us Phone: (561) 416-3391 / (561) 239-2084 cell Fax: (561) 416-3342 Date of Service: Since 2004 Cost of Service: 1,200,000.00 since 2004 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 2211 Street I Fort Lauderdale) Florida 33311 EypER15NCE MA Trz.F?g ADVANCE=D-= g_R DDFING CC-0O24413 ESTABLISHED 1983 Name of Firm: University of South Florida Contact Person: Walter Pestrak Title: Assistant Director, Facilities Projects Address: 4202 East Fowler Ave., Tampa, FL 33620 Type: Term Contract (Piggybacking of City of Fort Lauderdale) Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: wpestrak@usf.edu Phone: (813) 974-6172 Fax: N/A Date of Service: Since 2015 Cost of Service: 1,359,014.00 Name of Firm: Palm Beach State College Contact Person: Brandon Langenwalter Title: Facilities Manager Address: 4200 College Ave., Lake Worth, FL 33461 Type: Term Contract (Piggybacking TCPN/RoofConnect) Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: langenwb@palmbeachstate.edu Phone: (561) 993-1158 Fax: (561) 993-1158 Date of Service: Since 2012 Cost of Service: $187,000.00 Name of Firm: Solid Waste Authority Contact Person: John Low Title: Project Manager Address: 7501 North Jog Road, West Palm Beach, FL 33412 Type: Term Contract Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: flow@swa.or Phone: (561) 640-8923 Fax: (561) 358-1941 Date of Service: Since 2002 Cost of Service: $16,996,654.00 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 2211 Street I Fort Lauderdale) Florida 33311 EypER15NCE MA Trz.F?g ADVANCE=D-= g_R DDFING CC-0O24413 ESTABLISHED 1983 Name of Firm: School Board of Broward County Contact Person: Danny Jardine Title: Deputy Program Director Address: 2301 NW 26t" St., Bldg. 7, Oakland Park, FL 33311 Type: Term Contract Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: diardine@heery.com Phone: (754) 321-4861 / (954) 299-9482 Fax: (754) 321-4779 Date of Service: Since 2005 Cost of Service: $41,498,085.00 Name of Firm: Port Everglades Contact Person: Jouvens Adrien Title: Construction Project Manager Address: 2101 Eisenhower Blvd., Fort Lauderdale, FL 33316 Type: Term Contract Scope: Roofing Services — Port Everglades & Other Broward County Entities (NSM) Email: iadrien@broward.org Phone: (954) 468-3500 Fax: N/A Date of Service: Since 2010 Cost of Service: $675,550.00 Name of Firm: Florida Atlantic University Contact Person: Vince Elliot Title: Senior Project Manager/Operations Manager Address: 777 Glades Rd., Suite 300, Boca Raton, FL 33431 Type: Negoiated Bids/Term Contract Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: velliott@fau.edu Phone: (561) 297-2248 Fax: N/A Date of Service: Since 1992 Cost of Service: $2,154,314.00 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 2211 Street I Fort Lauderdale) Florida 33311 ## •yam ��4��lf�RRiRR GOVERNMENTAL PRE -QUALIFIED TERM CONTRACT Broward College Broward County Broward Sheriffs Office City of Boynton Beach City of Coral Gables City of Coral Springs City of Deerfield Beach City of Delray Beach City of Doral City of Fort Lauderdale City of Lauderhill City of Miami Beach City of Miami Gardens City of Miramar City of Stuart City of Sunrise City of Vero Beach City of West Palm Beach Collier County Collier County Public Schools (CCPS) Department of the Air Force-1 SOCONS-Hurlburt Florida Atlantic University Florida Department of Transportation Florida International University Gainesville -Alachua County Regional Airport Authority GSA Hillsborough County Public Schools Lee County Martin County School District Miami Dade College Miami -Dade County Public Schools Mission and Installation Contracting Command -Ft. Lee (MICC) Monroe County School District Nova Southeastern University Palm Beach County School District of Indian River County School District of Palm Beach County Seminole Tribe of Florida Solid Waste Authority of Palm Beach County South Florida Water Management District The Boeing Company -Miami Term Contract The School Board of Broward County Town of Davie Town of Lake Park Town of Palm Beach United States Postal Service ESCAMBIA HOLMES SANTA ROSA JACKSON OKALOOSA WALTON WASHINGTON GADSDEN CALHOUN BAY LEON LIBERTY WAKULLA GULF FRANKLIN EXPERIENCE MATTERS. ADVANCED e R D O FI N G.= ESTABLISHED 1983 Fort Lauderdale Michael Kornahrens • Branch Manager Office: 954-522-6868 / Toll -free: 800-638-6869 Cell: 954-553-8577 / Fax: 954-566-2967 Email: MichaelK@advancedroofing.com Address: 1950 NW 22 Street, Fort Lauderdale FL 33311 Francisco "Paco" Guzman • Service Manager Office: 954-522-6868 x1099 / Toll -free: 800-638-6869 Cell: 305-720-0733 / Fax: 954-566-2967 Email: FranciscoG@advancedroofing.com Address: 1950 NW 22 Street, Fort Lauderdale FL 33311 Service Email: ServiceSFL@advancedroofing.com Miami Julian Olarte - Branch Manager Office: 305-456-2544 / Toll -free: 800-638-6869 x1102 Cell: 786-477-3873 / Fax: 305-661-2032 Email: Juliano@advancedroofing.com Address: 1703 NW 79 Avenue, Doral FL 33126 Jupiter Ronney Taveras - Branch Manager Office: 561-743-6952 / Toll -free: 800-638-6869 x1131 Cell: 561-891-2524 Email: RonneyT@advancedroofing.com Address: 1601 Park Lane South, Suite 100, Jupiter FL 33458 Sanford/ Orlando Jason Carruth - Branch Manager Office: 407-322-1555 / Toll -free: 866-365-6071 Cell: 407-509-4190 / Fax: 407-322-0010 Email: JasonC@advancedroofing.com Address: 200 Northstar Court, Sanford FL 32771 Justin Tyler - Service Manager Office: 407-322-1555 x1207 / Toll -free: 866-365-6071 Cell: 407-717-3753 / Fax: 407-322-0010 Email: JustinT@advancedroofing.com Address: 200 Northstar Court, Sanford FL 32771 Service Email: ServiceCFL@advancedroofing.com Tampa/ St. Petersburg Bill Lester - Branch Manager Office: 813-885-5811 / Toll -free: 800-354-9896 Cell: 813-734-2136 / Fax: 813-884-8927 Email: BillL@advancedroofing.com Address: 4909 West Knollwood Street, Tampa FL 33634 Jeff Maurer - Service Manager Office: 813-885-5811 / Toll -free: 800-354-9896 Cell: 727-919-4648 / Fax: 813-884-8927 Email: Jeff M@advanced roofing. com Address: 4909 West Knollwood Street, Tampa FL 33634 Service Email: ServiceTampa@advancedroofing.com aIAMILTON JEFFERSON MADISON p. BAKER COLUMBIA DUVAL �NNEE UNION CLAY �%_ LAFAYETTE BRADFORD ST.JOHNS DU(IE GILCHRIST LEVY MAR�N SUMTER CITRUS LAKE HERNANDO ORANGE PASCO J 1 OSCEC!%R HILLSBOROUGH FOLK BREVARD41 PINELLAS INDIAN RIVER MANATEE HARDEE OKEECHOBEE HIGHLANDS ST. LUCIE DESOTO SARASOTA MARTIN CHARLOTTE GLADES ,- NORTH PALM BEACH HENDRY LEE SOUTH PALM BEACH COWER BROWARD MIAMI DADE NORTH MONROE MIAMI DADE SOUTH Fort Myers/ Naples Clayton Aller • Service Superintendent Office: 239-208-8809 / Toll -free: 800-354-9896 Cell: 239-284-4050 Email: ClaytonA@advancedroofing.com Address: 14231 Jetport Road, Unit 15, Fort Myers FL 33913 North Florida Jason Carruth • Branch Manager Office: 407-322-1555 / Toll -free: 866-365-6071 Cell: 407-509-4190 / Fax: 407-322-0010 Email: JasonC(a)advancedroofinq.COm Jacksonville Christopher VanDeusen • Service Manager Office: 904-826-3860 / Toll -free: 866-365-6071 Cell: 407-676-1403 / Fax: 407-322-0010 Email: ChristopherV@advancedroofing.com Address: 11031 North Main Street, Jacksonville FL 32218 Panhandle Jason Carruth • Branch Manager Office: 407-322-1555 / Toll -free: 866-365-6071 Cell: 407-509-4190 / Fax: 407-322-0010 Email: JasonC@advancedroofing.com Address: 200 Northstar Court, Sanford FL 32771 EXPERIENCE MATTERS. ADVANCED e ROOFING.= ESTABLISHED 1983 Robert P. Kornahrens THIS IS OUR STORY Robert Kornahrens is Founder, President, and CEO of Advanced Roofing, Incorporated, headquartered in Fort Lauderdale, Florida. Rob grew up in East Islip Long Island and went on to attend the University of Arizona, where he earned a B.S. degree in business in 1979. Rob began his career in the roofing industry when he went to work forTriple M Roofing Corporation while still in high school in NewYork Following college, he joined Triple M full time and steadily rose within the company. He was chosen to lead the opening of new operations in Atlanta and Fort Lauderdale, where he was named Branch Manager. After a 10 year affiliation with Triple M, Rob fulfilled his goal of starting his own commercial roofing company when he founded Advanced Roofing Incorporated in 1983. Although he had worked within a large roofing company atTriple M for many years, Rob quickly realized that he loved being an entrepreneur and building a business. Based on his experience in the roofing industry and what he learned from his customers, Rob established Advanced Roofing on the fundamental and unwavering principles of providing customers with premium quality, excellent service, and an outstanding team of people within Advanced Roofing. As he led the rapid growth and success of the company, Rob expanded its services to include repairs, maintenance, HVAC, sheet metal, cranes, and lightning protection, to make Advanced Roofing the full -service company that it is today. Throughout his 35 years of building the company into what is now the sixth largest of its kind in the U.S, Rob has continued to thirst for knowledge of advancements and technologies to benefit his customers and sustain Advanced Roofing's outstanding reputation in the marketplace. Most recently, Rob launched Advanced Green Technologies, which he founded to provide customers with the latest and most efficient solar energy technologies. This exciting and timely venture has grown rapidly and provides customers with a state-of-the-art system utilizing solar technology. This combination of leading -edge solar energy technology and outstanding roofing expertise provides customers with an unprecedented opportunity to greatly reduce energy costs and significantly diminish environmental impact, with complete confidence in the safety, security, and efficiency of the process. Rob has two sons, Michael and Kevin, who have joined the Advanced Roofing team after completing college. Rob is very active in avariety of professional associations and community organizations including the National Roofing Contractors Association and Florida Roofing and Sheet Metal Association. He has also served as Chairman of the Board of Directors of the Ft. Lauderdale WinterFest, President of the Broward Executive Association, President of the Constructive Executives Association, and board member of the Center for Environmental Invention in Roofing. f ADVANCED FOR A REASON Advanced Roofing, Inc. is ranked the # I commercial re -roofing company in the state of Florida by Roofing Contractor Magazine and the South Florida Business Journal, with over 35 years of experience in the roofing and construction industries. Recognized nationally, we are an award winning, full -service company specializing in roof replacements for large scale, occupied buildings in Florida as well as the Caribbean. Our commitment to quality ensures you the best customer experience by providing the most accurate solution for your building's needs using premium materials and our award -winning craftsmanship. ` DISCOVER WHAT MAKES US ADVANCED ► Experience: In business since 1983 under the same management and phone number f ► In -House Divisions: Roofing, HVAC, cranes, sheet metal, lightning protection, and solar ► Available Statewide: We have seven branches around the state of Florida and more than 450 employees ► Quality Assurance: Bonding of $50 million per project, $150 million aggregate I ► Protection Guarantee: $2 Million captive insurance and $25 Million GL insurance ► Certified Installers: We can install roofing systems for every major roofing manufacturer ► Extended Warranties: Using high quality products with comprehensive warranties up to 25-years ► Job Safety: Full-time safety division with Low EMR 0.58 F11,- Technical Support: Award -winning re -roofing contractor with extensive experience in FM global requirements for hurricane wind zone areas ► Training: We are a founding member of the ABC Roofing Apprenticeship Program _ ► Technology: We manage your roof using our online roof asset management system that can allow you to access important information about your roof in real-time through any internet-ready device. - _ ► Community Service: We support many local charities including the Boys and Girls Club, M.S. Foundation, and American Heart Association. ARI is proud to be a member of the following associations responsible for maintaining and improving standards in our industry: NRCA, BOMA, FRSA, RCASF,ABC, FHEA, FAPPO, FEFPA, and NIGP. Kevin Kornahrens, Michael Kornahrens f[ v l %_ C S ► Re -Roofing ► 24/7 Emergency Repairs ► Preventive Maintenance ► Roof Coatings ► Waterproofing ► Walk Pads ► Roof Hatches ► Gutters ► Lightning Protection ► Solar Energy ► Sky Lighting ► Air Conditioning Class -A License ► Sheet Metal Fabrication ► Cranes WE ARE E NTRUSTE D B 6; Advanced Roofing, Inc. headquarters, Fort Lauderdale ► Condominiums ► Hotel and Lodging Industry ► Government Agencies and Munic _ ► Medical and Healthcare ► Educational Institutions ► Shopping Centers and Retail ► Industrial Facilities ► Roofing Consultants No. Building Owners ► Property Managers ► Facility Managers PRODUCTS & SERVICES f Among our more popular roof system types, Advanced Roofing, Inc. offers: Built -Up Roof Membranes (BUR), Modified Bitumen, PVC, TPO, Metal, Coat- ings, Shingle,Tile, and Solar. We are proud to say that all of our products are brought to you by only the most trusted and reliable manufacturers. Some of these include industry leaders such as: slim A TREN00 IF!-r-estone PAMXRWW _%Baulff 6 Lmm PWWCTL STATE -WI DE LOCATIONS Fort Lauderdale HQ Toll -Free: 800-638-6869 Phone:954-522-6868 1950 NW 22nd St., Fort Lauderdale, FL Miami -Dade Jupiter -Palm Beaches Fort Myers -Naples Tampa -St. Pete ADVANCEDe ROOFIN11G.= Sanford -Orlando \\—) St. Augustine -Jacksonville ROOFING PROJECT WORKFLOW job Safety and Progressive Billings Staging Area Set-up and Collections Start-up Package: Certificate of If Required, Insurance, Contact List, Subcontractor Permit Applications, etc. Coordination Invoice Proposal Request Estimate/ Engineering Proposal Contrail and Testing Internal Pre -interior Safetyey Close-out Package Meetil � Prepared Signed Prepared g Performed Pre -planning Documentation Roof Proposal Project Permitting Pre -construction Commence Preventative Survey Presentation Team Meeting Work Safety Maintenance Prepared Assigned Inspections Proposal Diy Prepared job Manufacturer Added to Progress Finals Inspections Warranty City, Manufacturer, Schedule Registration Owner Submitted Material & Equipment Photo Walk-through Delivery Documentation 1 : FEATURED RE -ROOFING PROJECTS Maintaining your commercial roof in Florida is critical. As a building owner or property manager, you can- not afford to have your operations disrupted. Even a couple hours of downtime can mean thousands of lost sales, man-hours, and opportunities. Advanced Roofing, Inc.'s 35 years of experience and expertise in commercial roof replacements guarantees that we can offer you the best solution for your building's needs using premium materials and award -winning craftsmanship. We offer a wide variety of commercial roofing systems to fit your needs as well as your budget, and are certified by every major manufacturer to install the highest qual- ity products with comprehensive warranties. 197 W"%*&Th Clockwise from Top Right: Seacoast Towers, Publix, National Oceanic and Atmospheric Administration (NOAA), Southeast Financial Center, Port of Miami I r �4 �� ,.,•,..� 00 PP, 0 0it� `i' ram.-�i Pia T-7 '� 'J�'f y •�., 400 won: ;.. ti�OF 2111 lot r ,moo. ,n�. ► . 1. +' 4 P�SOUTHEAST b' I x 01.", FINANCIAL C E H T 9 G MOBILE ROOF MANAGEMENT Advanced Access is the convenient and easy to use cloud -based roof management portal that gives you information about your roof on your own terms. Whether in the office, at home or in the field, the information you need is always available through any internet-ready device. Site Dashboard The Advanced Access Sites Dashboard allows customers to quick- ly view all of their roof assets in one place. No matter where you are, the dashboard gets you to the resources you need in real-time. Sites Dashboard benefits include: ► Communication Tracking: Email roof -related inquiries within the system to create a permanent record of all correspondence. ► Interactive Maps: Check the properties you're interested in visiting and map their locations. ► Document Storage: Find the property information you need easily with search, filter and sort tools. ► Custom Reports: Print or export your roof asset data to Excel and create custom reports. La Service Dispatch Center Advanced Access gives you the capability to send and track work order requests to our team from anywhere with the click of a but- ton.With package -style tracking, you can follow a project in real- time until the issue is resolved. Service Dispatch benefits include: ► One Click Dispatch: Use any internet-enabled device to schedule roof work ► Package -Style Tracking: Work orders are tracked and time stamped at every step so you know the status of your project. ► Automated Billing: Invoices automatically generate as the ticket is closed out. Dispatch Arrival ETA In Progress Resolved Confirmed 02/04/15 02/05/15 02/05/15 02/05/15 02/05/15 7:36:49 am 8:00:00 am 8:30:23 am 10:03:45 am 10:33:00 am Site Inspection Reports Advanced Access Site Inspection Reports provide customers with up-to-date digital reports of their roof assets and offers custom reporting to help with budgeting for future repairs and capital expenditures. No more hard -copy paper reports from the past. Advanced Access generates Qliving©nspection reports that are up- dated when service work is completed on your roof. Roof inspec- tions are uploaded to the customer portal seamlessly and can be viewed from any device. Site Inspection Reports benefits include: ► Observations: View your roof without ever leaving the office. All service tickets, warranty information, invoices and repair documentation are stored for future analysis. ► Current Condition: View a summary that quantifies your roof assets' current status and the expected useful life. ► Recommendations: Receive suggestions on roof work driven by quality, supporting information and easy -to -understand grading. For more information on our roof management portal, watch a short video at www.AdvancedRoofing.com/AdvancedAccess 1-800-638-6869 �7 FEATURED SOLAR PROJECTS O.. rm INW .—*- -,. Advanced Roofing, Inc. is and its sister company Advanced Green Technologies can deliver the perfect renewable energy solution for your commercial properties needs and budget. Together, we are an experienced, award -winning commercial solar energy contractors specializing in the design, procurement, and construction of solar energy solutions for clients in high -velocity wind zone areas like Florida and the Caribbean. Whether it's Solar Rooftops or Solar Farms, Solar Carports or ElectricVehicle Charging Stations, our advanced team can deliver a comprehensive turnkey solar energy solution that you will be satisfied with, guaranteed. Clockwise from Top Left: University of Miami Frost School of Music, Resolve Marine, Florida International University (FIU), Lockheed Martin, Osceola Solar Farm Clint Sockman is the Vice President of Advanced Green Technologies and Advanced Roofing Inc. Mr. Sockman has two decades of experience and is responsible for the completion of twenty -five -million square feet of commercial re -roofing projects and over two hundred solar installations. Florida International University (FIU) Solar Carports 1/� tioru�o ua� S O LA R P R O D U CTS ► Rooftop ► Ground -Mount ► Carport ► Electric Vehicle Charging SO L A R S E RV I C E S ► PRE -INSTALLATION - Project feasibility study - Financial analysis - Permitting and application submission - System design and engineering INSTALLATION - Project management - Product procurement - System installation - System commissioning ► POST INSTALLATION - Preventive maintenance -Technology upgrades - Data monitoring - Emergency Response Team RESirIIVEFM ,!"141 lutir. rac"110 Jl"rM 1 11 C� ■ 0 ■ _0mygKol:y Jane Paolo / Sea Ranch Club FROM CUSTOM E RS "9 am pleased to let you know that Advanced Roofing exceeded our expectations. Sea Ranch Club joins the long list of satisfied customers and congratulates you and the entire organization for earning and deserving the reputation of the best in the businesses." Robert Rouse / Vice President, Dairy Mix 'Advanced Roofing and Advanced Green Technologies completed an extensive roofing and solar project on our 30,000 square foot facility in St. Petersburg. They did an outstanding job and their attention to detail was easily noticeable." Janice Levy / Project Mgr., The Belmont Condominium 'I would like to take this opportunity to commend Advanced Roofing for the great job and the professionalism that your company and workman displayed while at our building. I did not receive one complaint from anyone during the months that Advanced was at the building." Antonio Guilen Sr. / P.E. Eng., Montenay Power Corp "9 want to express our satisfaction for the work performed by Advanced Roofing at our facility replacing 200,000 sq. ft of the roof under very difficult hours and activities due to facility operations. The job was completed on time and on budget" Ozzie Astudillo / RPA, Building Mgr. - Miami -Dade County "I've been working for the Miami -Dade County for over 30 years and I haven't seen a project work so smoothly and without many issues, and I especially want to thank Ed Murton o fAdvonce Roofing for overseeing every detail and applying his knowledge, experience to bring this roof project on time and on budget, even with the bad weather we were experiencing on this job." Jonathan Poggi / Facilities Mgr. - Lockheed Martin "Lockheed Martin prides itself on communication as the key to its success and Advanced Roofing and Advanced Green Technologies exceeded our expectations in this area, from permitting to getting materials on site. The project management and design team is phenomenal and we were very happy with their performance level in coordinating so many moving segments. We have been recommending Advanced to other Lockheed Martin companies as a sound construction company that can do similar projects for their company." Ian Peshel, Keith Koenig / City Furniture "I am pleased to recommend Advanced Roofing as a responsive, reliable, and honest roofing contractor that does what they say they are going to do and is always available to answer questions. They were receptive to our needs and worked closely with us to design high performance, FM Global approved roof systems that fit our buildings' needs. We were so satisfied with their work on our I million square foot warehouse and corporate office facility re -roof, we've partnered with them for multiple re -roofs at our retail locations." Kathleen Watson / Project Mgr., JM Family Enterprises "The entire team from Advanced Roofing that handled our commercial solar array roofing project was outstanding. The site crew was courteous, the office team was helpful and responsive, and the managers were experienced and extremely knowledgeable." Josue Travieso / President- Cypress Bend Condo "Surely the BEST roofers in South Florida! They installed three new roofs on our three 5 story condo right after hurricane Wilma. The roof still looks like new. I recommend their yearly maintenance program. They come once a year and touch up areas that are needed and inspect the roofs. They are very professional, on time, and courteous. I recommend them to all, you will not be disappointed." Matt Kizah / LEED AP, Sr. Property Mgr. CBRE 'ARI communication throughout the project was great There were minimal disruptions to the tenants or staff due to the team having daily progress meetings and mitigating issues with the team beforehand." Frank Weisener / Mgr. - Searstown Ltd. 'Advanced Roofing re -roofed on occupied supermarket in our shopping center. Not only was everyone I dealt with professional and courteous, they also got the job done without any complaints from the tenant. I can highly recommend them." Sara Prieto / Property Mgr. - Butters Realty & Magt. 'I had a wonderful experience with Advanced Roofing.! The entire Advanced team made this endeavor a seamless process. We had zero complaints from the tenants at the building (which was a miracle — like they weren't even there). The communication level was excellent. We always felt that any requests or questions were handled timely and efficiently. I would definitely recommend them!!" OUR BELIEF IN COMMUNITY Advanced Roofing, Inc. was built on a foundation of giving back From its inception, founder Robert Kor- nahrens developed an engaged workforce where com- mitment to the community we serve lay at the core of our values. For more than three decades, Advanced Roofing has partnered with several organizations in Florida and throughout the nation to support philan- thropic efforts through its involvement in a variety of non -for -profit, executive, and leadership groups. From starting the ABC Roofing Apprenticeship program in 2014 with his sons Michael and Kevin to raising nearly $400,000 since 2003 to help fight Multiple Sclerosis, Advanced Roofing strives to make the communities we do business in a better place to work and live. J I T� y �11f11ir; �SZ MJa ►! _ Clockwise from Top Left. Multiple Sclerosis Bike Ride, FL Department of Education Award, Habitat for Humanity Tampa, Water Matters Day Proclamation Ceremony, National Roofing Day on Immigration, Earth Day Trash Collection 07 /A ADVANCED ROOFING.= ON TIME. ON BUDGET. WE ARE ADVANCED. www.AdvancedRoofing.com Call Toll Free: 1-800-638-6869 `i[ (�,J,� r��OryMler County Solicitation 20-7765 �� CoL6rafiver County Adn4n�strative Services Depsr4nenl N^ Prom ment SeMA sDiMlon lam. Vendm• Check List 11VIPORTANT: Please review carefully and submit with your Proposnl/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: w General Bid Instructions has been acknowledged and accepted. 2 Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. [a Form 1: Vendor Declaration Statement []� Form 2: Conflict of Interest Certification ❑/ Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflori'da.com/sunbizt should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed anti should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. � Vendor W-9 Form. 0' Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificates) within five (5) days of the County's issuance of a Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal, applicable to bids. D�Copies of all requested licenses and/or certifications to complete the requirements of the project. ❑ All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ^'o(+- ❑ County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. nJ JA ❑ Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. tJ I A- 7/30I2020 1:16 PM p. 13 """UPDATED JANDARY 28, 2020*** Collier County Solicitation 20-7765 COALT County Administrative Semites Depatnent Pro amen Services Di Ion F run 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Deal,Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods and/m• services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WI�REOF, WE have hereunto subscribed our names on this 2nd day of September , 2020 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: Email: Signature by: (Typed and written) Title: PAEAN Z r Fort Myers, FL 33916 P96000018966 239-997-1300 �crowthetservice(Mcrowther.net 'l Kevin Callans President, Crowther Roofing and Sheet Metal of Florida, Inc. 7/3012020 1:76 PM p. 14 *`*UPDATED JANUARY 2S, 2020R°* Collier County Additional Contact Information Solicitation 20-7765 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: 7I30/2020 1:16 PM p. 15 ***UPDATED JANUARY 2S, 2020*** Coiller County SoliGtallon 20-7785 CO�BY COLlY1Cy AdninishativeServices DeparGnent Procurement Services Dimian Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals /past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor /vendor must provide the following: 1. All documents produced as a result of the work completed in the 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), documents) 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, ail 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. �''•• MICHELLE E VELLA �i'�•' ski MY COMMISSION # GG143429 EXPIRES September 17, 2021 Croe4her Roofing and Sheet Metxl ofFlorida, Inc Company Name Signature Kevin Lallans President Print Name and Title County of �'e'�i / The f�o,r,e,g,o�ing instrument was acknowledged before me by m s of � p stca� presen a or ❑online notarization, this � day of �,�, i month), (year), by �Py� C.L. �n � (name of person acknowledging). ersonally Kno OR Produced Identification Type of Identification Produced (Slgnat re of Notary Public -State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) 7/30I2020 1:18 PM p. 16 **"UPDATED JANUARY 28, 2020*** 8/31/2020 Detail by Entity Name DIVISION OF CORPORATIONS L��/IJ�!�r1 ff �J��.org �' � rr_� ��l :.��r_rr� ��f s us ulCrla( 37are a/1?rairBr rr{dnite Detail by Entity Name Florida Profit Corporation CROWTHER ROOFING AND SHEET METAL OF FLORIDA, INC. ELng Information Document Number P96000018966 FEIIEIN Number 65-0653836 Date Filed 02/29/1996 State FL Status ACTIVE Pr�nalAddress 2543 ROCKFILL RD FT MYERS, FL 33916 Changed:04/05/2004 Mailing Address 2543 ROCKFILL RD FT MYERS, FL 33916 Changed:04/0512004 Registered Agent Name &Address Lallans, Kevin M 2543 Rockfill Road FORT MYERS, FL 33916 Name Changed: 05/17/2013 Address Changed: 05/17/2013 Officer/Director Detail Name &Address Title CEO CROWfHER, LEE S 2543 ROCKFILL RD FT MYERS, FL 33916 Title COO I CROWTHER.LEEJ � searchsunbiz.org(Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&direclionType=Initial&searchNameOrder=GROWTH E RRO... 1/3 8131/2020 2543 ROCKFILL RD FT MYERS, FL 33916 search Title President CALLANS1 KEVIN M 2543 ROCKFILL RD FT MYERS, FL 33916 Title Secretary, Treasurer Mazon, Daniel E 2543 ROCKFILL RD FT MYERS, FL 33916 Title Director, of Safety Coveleski, Ronald 2543 ROCKFILL RD FT MYERS, FL 33916 Title Director BARYON, SIMON D 2543 ROCKFILL RD FT MYERS, FL 33916 Annual Reports Report Year Filed Date 2018 03/19/2018 2019 03/20/2019 2020 04/14/2020 Dacumentlmages Detail by Entity Name 04/1412020 —ANNUAL REPORT View image in PDF formal 03/20/2019 —ANNUAL REPORT View image in PDF formal 03/1912018 — ANNUAL REPORT View image in PDF formal 02/20/2017 —ANNUAL REPORT View image in PDF formal 04/19/2016 —ANNUAL REPORT View image in PDF formal 04/1312015—ANNUAL REPORT View Image in PDF format 04/30/2014 —ANNUAL REPORT View Image in PDF format 05/17/2013 -- AMENDED ANNUAL REPORT View image in PDF format 04/25/2013 -- ANNUAL REPORT View image in PDF forrnat 04/24/2012 — ANNUAL REPORT View Image in PDF format 04/22/2011 —ANNUAL REPORT View Image in PDF format 04/27/2010 — ANNUAL REPORT View image in PDF formal 04/29/2009 — ANNUAL REPORT View Image in PDF format 07/1112008 -- ANNUAL REPORT View Image in PDF formal 01/30/2007 -- ANNUAL REPORT View image in PDF format rN/n3/2nna--ANNIIAI RFPnRT V,ww imam in PnF fnrmat sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail7inquirytype=EntityName&directionType=Initial&searchNameOrder--CROW THERRO.. 2/3 8/31/2020 Detail by Entity Name 02/15/2005 -ANNUAL REPORT 04/05/2004 --ANNUAL REPORT 04/28/2003 --ANNUAL REPORT 04/18/2002 --ANNUAL REPORT 04/04/2001 --ANNUAL REPORT 05/18/2000 -ANNUAL REPORT 04/07H 999 -ANNUAL REPORT 05/01/1998 -ANNUAL REPORT 08/12/1997 -ANNUAL REPORT Uew image in PDF format I Uew Image in PDF format View image in PDF format View image in PDF format Vlew Image in PDF format View image In PDF format View image in PDF format Vlew image in PDF format Vlew Image in PDF format 02/29/1996 -- DOCUMENTS PRIOR TO 1997 View Image in PDF format Flonta Department of State, Di�1s!on of Corporations search.sunbiz.org/Inquiry/CorporationSearch/S ea rch Resu ItDeta i I?i nq uirytype=EntityName&directionType=Initial&searchNameOrder—CRO W THERRO... 3/3 Collier County Sollcitation 20-7765 CAL county Adrninstrairve Services Department Praumme it SeMws Oimion Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (httos://www.e-verify.gov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE, Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA" ). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Vetify 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 proposaltbid. Crowther Roofing and Sheet Metal of Florida, Inc. Company Name Signature Kevin Cations. President State of Print Name and Title County of —IA The ore omg instrument was acknowledged before me by means of Ur hysi�ga?I pre ence or ❑ online notarization, this day of (month), 0 0 (year), by Y�IlrI �A �lu(1 (name of person acknowledging). ` M"✓'• MICHELLE E VELLA �y� (��IIJtAM z \I Q,QI` " MY COMMISSION N GG143429 (Si ature of Notary Public - State of Florida) 'NI, EXPIRES September 17, 2021 (Print, Type, or Stamp Commissioned Name of Notary Public) Personally I{n OR Produced Identification Type of Identification Produced 7/3012020 1:18 PM P17 ***UPD.17'ED JA\UARI' 28, 2020*** 2/2?!2017 -�-Ve�rlfy Welcome Lydia Fuste Company Information I Crowther Roofing & S!M of FI Inc Company lD Number i 201226 Oomg Business As (a9A) Name DUNS Numder Physical Location Address 1 2543 Rockfill Road Address 2 CHy Fort Myers State FL Zip Code 33916 county LEE Malting Address Address 1 Address 2 city slate Zip Code Additional Information Employer Menligcatian NumbaY 660663836 TotalNumber of Employees 100 to 499 Parent organization Administrator organiaaelon oaalgnaelen Empbyer Category None of These categories apply View 1 Edll NAICS Code 236 - CONSTRUCTION OF BUILDINGS Viow I Edlt Tofel Hiring Sllea E-Verify: Employer Wizard- Company Information .=MENU https:/!e-veri(y.uscls.govtweb/EmpioyerWizard.aspx Ui Company ID Number: 201228 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE ANb AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Crowther Roofing & S/M of FI Inc (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work In the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). 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 &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 1n 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 bI Notice of Right to Or 2. The Employer agrees to provide to the 5SA 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 1 of 17 E Verily MOU for Employers I Revision Dale 06l01/13 Company ID Number: 201228 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 ail Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using &Verify, Failure to complete a refresher tutoria 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 &Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form k766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, 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 1-9, 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9, 8. The Employer agrees that, although It participates in E-Verify, the Employer has a responsibility to complete, retain, and make avallable 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 k9 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 2 of 17 E-Verify MOU for Employers I Revision Date 06101113 Company ID Number: 201228 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 1-9 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 k9 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 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the ENerify 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(1)) that the employee Is not work authorized. The Employer understands that an initial Inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo 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 3 of 17 E-Vedly MOU for Employers I Revision Date 06/01/13 Stbhp Svi lftnnO Company ID Number: 201228 (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 274E 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 &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 274E of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274E of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, It should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 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 1-8884644218 or via email at E-Verlfy o.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 4 of V E-Verify MOU for Employers I Revision Date 06101/13 Company ID Number: 201228 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond In a 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 Employers 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 &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 dale. 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 5 af'17 E-Verify MOU for Employers I Revision Date 06/01l13 Company ID Number: 201228 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 &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 &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 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and ill. 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 1-9 to provide the necessary information if: 1. 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 ifi. The Form 1-9 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 6 of 17 E-Verity MOU for Employers I Revision Dale 06/01N3 Company ID Number: 201228 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, 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 Employers compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSXs 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 &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 1-888 484-4218. 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 7 of 17 E-Verify MOU for Employers I Revislon Dale 06101H 3 Company ID Number: 77 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 &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 &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 8 of 17 E-Verify mou for Employers I Revision Date 06101/13 Company ID Number: 201228 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 9 of 17 E-Verify MOU for Employers I ReNslon Dale O6/Of/13 ir ta;`I s..nfii1, Company ID Number: 201228 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 nonconfirmaiion based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, 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 &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 10 or 17 E-Verify MOU for Employers I Revision Date 06101/13 Company ID Number: 201228 8. 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 th(s MOU when the Federal contract that requires its participation in E-Verity is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that Is a Federal contractor falls 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 &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 11 of 17 E•Verify MOU for Employers [Revision Date 06/01/13 Company ID Number: 201228 Congressional oversight, ENerify 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 12 of 17 E-Verify MOU (or Employers I Revision Date 08101I13 o. . ornpanyll) Number 201228 Approved by: Employer Crowther Roofing & S/M of FI Inc Roof Name (Please Type or Print) Itle Lydia C Signature Date Electronically Signed 03/26/2009 Department of Homeland Security— Verification Division or Print) Itle ivision E(Pleasepe Date d 03/26/2009 Page 13 of 17 E-Verify MOU for Employers I Revision Dale O6/Oi/13 Company ID Number: 201228 Information Required for the E-Verify Program Information relating to your Company: Crowther Roofing & S/M of FI Inc ompany Name 2543 Rockfill Road Fort Myers, FL 33916 Company Facility Address Company Alternate Address County or Parish LEE Employer Identification Number 650653836 North American Industry 236 lassification Systems Code arent Company Number of Employees 100 to 499 Number of Sites Verified for 1 Page to of 17 E-Verify MOU for Employers (Redsion Date 06/Otl13 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) page 15 of 17 E-Verify MOU for Employers � Revision Date O6I07113 Company ID Number: 201228 Information relating to the Program Administrators) for your Company on policy questions or operational problems: Name Lydia C Fusle phone Number (239) 791 - 3708 Fax Number (239) 337.2041 Email Address Lydiaf@crowther.net Page 16 of 17 E-Verify MOt) for Employers i Revision Date 08/Ot113 Company ID Number: 201228 Page intentionally left blank Page 17 of 17 E-Verify MOU for Empbyers � Revision Date 08/01/13 Collier County Solicitation 20-7765 Form 4: Vendm Submittal —Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendm• is described as a Local Business) ❑ Collier County ® Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ® Lee County: 1975 Number of Employees (Including Owner(s) or Corporate Officers): 500 Number of Employees Living in ® Collier County or ® Lee (Including Owner(s) or Corporate Officers): 400 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under Penalties ofneriarv, I certifv that the information shown on this form is correct to my knowledge. Company Name: Crowther Roofing and Sheet Meal of Florida. Inc. Date: Sent__ emher 9, 9090 Address in Collier or L County: 2543 Rockfill Road, Fort Myers, FL 33916 Signatur . Kevin Callans Title: President 7/30/2020 7:16 PM p. 19 """UPDATED JANUARi'28, 2020"RR Collier County CYCounty AdministraWa Sep/kes Mpar6nent Pmcvremenl seMxs Pvtbn Norm 5licfereuce Qnesfimmah•c f ISRONE FORMFOR RACHRROUIREDRLFisRRNCE) •encn Questionnaire Natile: yn1QQ ��j� Company: ���.'..�, (% (fivahmtorco 1)eliftgrefi�Fne »naire) (EvatIIatar'5Con'tpa ylf cot TipletiIIgreferenco) Sollcllatlun 20-7785 '2 Collier County has buplemented a process that collects reference informatiat on firms and their key person»e1 to be used in the selection of firms to perform this project. UmNamo of the Company listed ]it the Subject abovehas listed you as a client for which tliey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of Ito 10, with 10 representing that you were very satislfed (and would hire the flrm/individual again) and 1 representing that you were very unsatisfied (and would never hire the f6•ndindivdlual again). If you (to nothaire sufficient knowledge ofpast performance in a particular area, leave it blank and the item or form will be scored "0." ProjectDescription;�/PI-Y�'•A!�'�.�mpletiottDate; �fi �vvf5%rNl�—� /t Project Budget:�(j6,6i Project Number of -Days: Iterti GY•lterin Score nwsf he corn iletcd) l Ability to manage theproject costs (mbniIn: ze change orders toscope). 2 Ability to mahntain project schedule (complete on4line or early). 3 Qnalityo£work. . 4 Quality of consullnliveadviceprovidedontheproject. S Professionalis»nandabilitytouanagepersmnnel. " 6 Project administration (completed documents, final invoice, final product turnover; invoices; ntnnuals or going forward documentation, etc.) 7 Ability io verbally conu»unicate and document infametion clearly and succinctly. 8 Abfltitytomanage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company is the future(customer snlisfaction). ' 91 TOTAL SCORE OIr ALL ITEMS 7130/2.0201a8 feM p. 2.0 """UCDATGm JMUAriY 29, 2020""" Golller Counly CO OF Cori 1ty Ad *lstrglive. Services Depatenenl proeemmeetsomm Or 4100 Xror7n¢ Re['ercnee Quesliognruire f INN ONGVORMFORTsACFlRP,OYIIRGDRGFLRGN O Qties(ionnaire foi•i Name: �I AJ YtPritkS Company: "O kefuLi 4 /iT TkL Low it (lvaluatorcompletingreferepoegneslioanAlre)(13valuator'sCompany completing reference) Solicllalfon 20-7765 C,ollicr Comity has hitpletilcitt¢d R process that collects reference htforiuiaftoll on films aiid their key persomtel to 6c used in the selection offil'ms to perfernr lilts project. 'Me Value of the Company listed hr the Subject above has listen you as a client for Which they have previously performed work. Please complete Ilse survey. Please rate each criteria to the best of your knowledge on a scale of l to 10, with l0 representing that you were very satisifed (atilt would hire the firm/bidividual again) and ,I representing that you were very unsatisfied (oud would never hire (lie firmlindivdival again). Ifyou do nothave siuifioieitt khoWiedgo of past perfofouthoo in a particular area, leave it biauik and theitemor form will be scored "0." ProjectDcscriptior: KonG 066�t/1AnLf_. ProjecOndgel-�U()t4t10 eY CmnplelionDate: lytNemR f.2 ProjeotNumberofDays: �U IteSd...Score musf he -con cued 1 Altilily.tomanagciheprojectwsls(mhtimizcchaugeottlersloscoife). 2 Ability to maintain project schedule (coipleteon-tmleoremly). - a 3 Quality of work. 4 Quality of consultative adviceprovidedotttiieproject - - 5 Professionalism and abilitytontanagegersoturel. ' d G Project administration (completed dommentg final invoice, final product turnover, Invoices; mainials orgolrg forward documentation, etc.) n i Abilityto'verbally coninumicate 8nd document information elearyand ttu;�Chlctly. 8 Abiitttytomanage risks gad miexpected.projectcircumstances . - 10 9 .Ability to follow contract documents, policies, procedures, rules; regulations, elo. 10 Overall col fortlevel \viOiliiringthocompany ill lhe'fidmre(cgstomei•satisfaction), 9h TOTAL SC()n Or' ALL rrE'MS 7l30120201:76 PM p, 20 "•*UPDATIIA JAIVUARX 29, 2020""+ Colller county 0098Y 00DAmy Achninlstra Wye 3 l�v�es��Pa��tant ProGINnlenlSeMoea Ujvasbn Forrtt 5 Reference Questiominir e f()Sli'O1wri iMTO.RNACH11UQUIRBDRBX+BRBNCIi) 21 v rn,A � N ITV dad A f�Tj SoIlcllalion 2047705 Company: Vlklh-/ AA AT 'I k �i)I.<) (Ltvaltakor'sCompanycompletingrelarence) .J (t'\ ►lea .-4Gr . Collier County has implemented a process.ihat eolleots refei•enco infamat[on on fitins and their. key personnel to he usc<t iti Ilse selection 4hrms to perform this project. Ilio Name of the Company listed In the Subject above has listed you as a client for which theyhave previously perfumed work. Please complete tliesurvey. Please rate each criteria to the best of your knowledgo on a scale of i to 19, with 10 rep@esel ling that you were very satisifed (arid would hire the firin individual again) and t representing that you. lyeieVery gnsatisfied(and would never hire (lie lirn✓indivdtualagaht). Tfyoucloli6tlia'vesttffioientkilowledgeofpastpeifor7nance in it parlicolar area, leave it binnk and the iteoi or forax Avillf be scored "0." ProjectDosoriplion: O Completion Datw. Qk *I ProjectBudget: heJeotNutnber of Days: Ttent • Criteria Sedco niusFlie:com lilted 1 Abllitytomanagetbeprojeotcbsts:Qnbdmizechahgoordcisloscdpe).. 2 Ability loinahilainprojectschedulo(complete oil•timcorearly). 3 Quality of work. q Quality ofconsultadveadvice provided onthe ptoject. 5 Pi'olessionalisinand ability totnanagapejsoiwel.' 6 Project adminishation (completed documents, final invoice, final product turnover; invoices; manuals or going foiward documentation, eto.) ' I Ability to verbally communicate doconientinfoimation clearly and succinctly. 8 Abildlytomanage risks and unc$pectedproject chcumstances. 9 Ability tofollowconhnotdocuments, policies, procedures, rulcs, regulations,eto. 10 10 Overallcomfortlevelwithhiringtilecompanyinilteftrture(customersatislactlon): �{ J TOTAL SCORE OTC ALL ITEMS 1 7vrfl Ott VQ 7/3012020 f:t0 PM p.20 '"UPDATED JANUARY 28, 2020""" Collier County SoliGtation 20-7765 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract / 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, (it) 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 pertorming any and all services under this contract in accordance with the following governing regulations along with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. 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 at seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide (Version 4, most recent update, Effective June 1, 2020) EXHIBIT I - 1 7/30/2020 1:16 PM p. 23 Collier County Solicitation 20-7765 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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. (4) In compliance with the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Changes: To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. 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. Administrative, Contractual, or Legal Remedies (over $250,0001: Unless otherwise provided in this contractI 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. Termination: See Standard Purchase Order and/or Contract Terms and Conditions Contract Work Hours and Safety Standards Act 140 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 $27 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. EXHIBIT I - 2 7/30/2020 7:16 PM p. 24 Collier County Solicitation 20-7765 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Withholding for unpaid wages and liquidated damages. The County or FEMA shall upon its own action or upon written request of an authorized representative of the Department of Laborwithhold 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. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and 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." Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Clean Air 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 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, 3. 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. Federal Water Pollution Control Act (over $150,0001: 1. 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. 2. 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, 3. 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. 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. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who appIy 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 EXHIBIT I - 3 7I30/2020 t:t6 PM p. 25 Collier County Solicitation 20-7765 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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." Procurement of Recovered Materials (§200.322) (Over $10,000): 1. In the pertormance 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— a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. 2. Information about this requirement, along with the list of EPA -designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program 3. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200,321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. EXHIBIT I - 4 7/30/2020 1:16 PM p, 2g Collier County Solicitation 20-7765 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CONSTRUCTION ACTIVITIES Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 609 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: (1) 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 setting forth the provisions of this nondiscrimination clause. (2) 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. (3) The contractorwill 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. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) 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. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part an the contractor may be declared ineligible for further Government contracts or federally assisted construction 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. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (6) in every subcontract or purchase order unless exempted by rules, EXHIBIT I - 5 7/3012020 i:16 PM p. 27 Collier County Solicitation 20-7765 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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 the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States, Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti -Kickback Act: Exempt under FEMA Public Assistance Funding EXHIBIT 1- 6 7/30/2020 1:16 PM p. 28 Collier County SoliGlation 20-7765 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. If the Contractor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the County for review and approval. The Contractor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (it) the subcontractor is bound by all applicable state and federal laws and regulations, and (III) the subcontractor shall hold the County and the Grantor Agency 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 County may document in the quarterly report the Contractor's progress in performing its work under this agreement. 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 September 2. 2020 Authorized Signature EXHIBIT I - 7 7/30I2020 1:16 PM p. 29 Collier County Solicflation 20-7765 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 Lallans, President Name and Title 2543 Rockfill Road Street Address Fort Myers, FL 33916 City, State, Zip 094594777 DUNS Number September 2, 2020 Date Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: TBD FEMA Project Number: TBD EXHIBIT I - 8 7/30/20201:16 PM p. 30 Collier County EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Solicilallon 20-7765 COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will beverified. UrwerifaVe statuses "I require the PRIME to either pravde a revised statement or provide source documentation that validates status. A. PRIME VENDOR/CONTRACTOR INFORMATION p RIME t1AF,:E PRIME FEIO NUMBE0. CONTPACT DOLLAR AMOUNT G iavyxw &S - 5045836 a 5<W CLx;)P ISTHE PRIME AFL RIDA.CERTIFIEO DISADVANTAGED' VETERAN V IW 15 THE ACTIVITY OF THIS CONTRACT_ MINORITYORWOMENaUSIIiESSEFITERPRISEF DBE? Y CONSTRUCTION? N )DBE/MBE/WISE) OR HAVE A SMALL DISADVANTAGED BUSINESS BA CERTIFICATION FROM THE SMALL BUSINESS MBE? Y CONSULTATION? Y N ADMINISTRATION? ASERVICEDISABLEOVETEPAIi? Wet? Y OTHER? Y tl SODOM Y ISTHISSUBFAISSIONAREVISION? Y IFYES,REVISIONNUP0I8E0. B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO 15 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 TYPE OF WORT: OR ETHNICTrY CODE SUBISUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) OCILLARAMOUNT DOLLARS TOTAU C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TNLE OF SUBMrrTER Gr 41?CI�A4� 9 f ,tit EMAIL ADDRESS OF PRIME(SUBMIRER) TELEPHONE NUMBER FAX NUMBER NOTE' ThIS information is used to track and repolt anticipated DBE or F48E participation In federallyfurided conlrava. The anticipated DBE cr MBE amount is voluntary and will not become part of the contractual terms. This fornsmust be submitted at time of resporrsetoa solicitation. H and when awarded a county contract, the prime will be asked to update the Information for the giant<amplanca files. ETNNIC4Y CODE Bled American EA HiapaniCAmerKan HA 7Jttive ANH+ICan NA Subtont, Asian American SAA Aslan•Paciflc Amirican APA Non -Minority TS'omen Nhl'N Other. not of any other Stoop listed O D. SECTION TO BE COMPLETED BY COLLIER COUNTY CEFA RTI.IEIIT l;At.lE COUIER CONTgACTtl FB/RFD or DO/RED GRAM PROGRAhf/CONTRACT ACCEPTED BY: DATE EXHIBIT I - 9 7l30I2020 1:16 PM p. 31 Collier County SollGtation 20-7765 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 disclosureI 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. Crowther Roofing and Sheet Metal of Florida, Inc. Contractor (Firm Name) Signature of Contractor's Authorized Official Kevin Lallans. President Name and Title of Contractor's Authorized Official September 2. 2020 Date EXHIBITI-10 7/3012020 1:16 PM p. 32 Collier County Solicitation 20-7765 INSURANCE AND BONDING REQUIREMENTS Insurance/Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apns.fldfs.com/bocexemnd 2. ®Employer's Liability $_1100050001 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 Injury ISO form 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 ContractorNendorshail 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 to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7/3012020 1:16 PM p. 33 Collier County Solicilalion 20-7766 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. ® 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 County 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. 5/8/20 - 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 Kevin Lallans. President Inc Date Sentember 2, 2020 Insurance Agency Willis of Illinois, Inc. Agent Name LaCrecia Kinlaw Telephone Number 312-288-7150 7/30I2020 1:18 PM p, yt Request for Taxpayer Give Form to the Fam Identification Number and Certification requester. Do not (Rev. October 2018) bepmtmenlol lhaireaury send to the IRS. InIwrW Reverxra Servke ► Go to www,is.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line, do not leave this line blank. Crowther Roofing and Sheet Metal of Florida Inc. 2 Business name/disregarded entity name, If different from above m 3 Check appropriate box for federal tax classification of the person whose name Is entered on line 1. Check only one of the 4 Exemptions (codes apply only to rn �. following seven boxes, certain entitles, not individuals; see Instructions 3): on page o ❑ Individuallsole proprietor or ❑ CCorporalion ❑✓ SCorporation ❑ Partnership ❑Trustleslate 1 single -member LLC Exempt payee code (if any) 0 Limited I'ablliry company. Enter the lax classlfkalion (C=C corporation, S=S corporation, P=Partnesship) ► `o Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC If the LLC Is classified as a single -member LLC that Is disregarded from the owner unless the owner of the LLC Is code (if any) another LLC that Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that o la disregarded from the owner should check the appropriate box for the lax classification of Its owner. ❑ Other (see Instructions)► Wr,rorm.m.=nawx®ww,r.:eow us) N 6 Address (number, street, and apt. or suite no.) See instructions. Requesters name and address (optional) 2643 Rockffll Road 6 City, state, and 21P code Ft Myers, FL 33916 7 Ust account number(s) here (optional) Tax a er Identification Number IN Enter your TIN in the appropriate box. The TIN provided must match the name given on line i to avoid backup withholding. For Individuals, this Is generally your social security number ISSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Instructions for Part 1, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account Is In more than one name, see the Instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. i Social security number ) — LU 0®� 1. The number shown on this form Is my coned taxpayer identification number (or 1 am waiting for a number to be Issued tome); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3,1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (f any) Indicating that 1 am exempt from FATCA reporting is correct. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other then interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. Sae the instructions for Part II, later. aryn I Signature of Here U.S. hereon► General Instructions Section references are to the Internal Revenue Cade unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and Its Instructions, such as legislation enacted after they were published, go to www.lts.gov/FormW9. Purpose of Form An individual or entity (form W9 requester) who is required to file an Information return with the IRS mull obtain your correct taxpayer Identification number (FIN) which may be your social security number ISSN), Individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer Identification number (E(N), to report on an Information return the amount paid to you, or other amount reportable on an Information return. Examples of Information returns Include, but are not limited to, the following. • Form 1099-INT (Interest earned or paid) Data► August 20, 2020 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-$ (proceeds from real estate transactions) • Form 1099•K (merchant card and third party network transactions) • Form ID98 (home mortgage interest), 1098-E (student loan Interest), 1098•T (tuition) • Form 1090-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. I/ you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231 x Form W-9 (Rev. 10-2018) CROWTI U�=lam ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 20-7765 Title: Roofing Preventative Maintenance and Remedial Repairs Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: September 2, 2020 3:00 PM EVALUATION CRITERIA NO. 1: COVER LETTERIMANAGEMENT SUMMARY Roofing Preventative Maintenance and Remedial Repairs — Crowther Roofing - Overview Crowther Roofing and Sheet Metal of Florida, Inc, began our "Roof Check" Preventative Maintenance program approximately 25 years ago. Crowther was on the forefront of delivering this unique service, as it was not a common practice of roofing contractors or facilities to engage in proactive roofing maintenance. Today, our "Roof Check" Preventative Maintenance department is a substantial one, with over 550 customers ranging from institutional clients (Florida Gulf Coast University, Florida Southwestern State College) to commercial clients (Continental Realty, KOVA Property Management) to medical clients (Lee Health, Millennium Physicians Group) to condominium complexes. Crowther Roofing presently has nine two -man crews dedicated specifically to perform preventative maintenance roof inspections and proactive repairs. Accompanying this work force is two dedicated superintendents and an office staff to provide customer service and inspection reports. We have countless examples of delivering financial savings to our customers by identifying and correcting minor roofing issues before they tutu into substantial ones through our "Roof Check" program, and are excited and eager to assist Collier County in proactively managing its roof assets. 2543 Rockfill Road • Fort Myers, Florida • (239) 337-1300 • (239) 332-0939 Fax • CCC039822 C'ROWTHC- � � R ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 20-7765 Title: Roofing Preventative Maintenance and Remedial Repairs Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: September 2, 2020 3:00 PM EVALUATION CRITERIA NO.1: COVER LETTER/MANAGEMENTSUMMARY Dear Collier County Board of County Commissioners Procurement Services Division: Crowther Roofmg 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 Roofmg 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 primarygoal 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: can Wallace Roofing Surveyor 239-689-3252 crowtherservice(a•crowther.net seanwna,crowther.net Very Sincerely, Kevin M. Callan President, Crowther Roofing and Sheet Metal of Florida, Inc. Mike Joyce Sales 239-689-3265 crowtherservice(a•crowther.net mikej@crowther.net 2543 Rockfill Road • Fm•t Myers, Florida • (239) 337-1300 • (239) 332-0939 Fax • CCC039822 CRO�HER_ ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (.. Number: 20-7765 Title: Roofing Preventative Maintenance and Remedial Repairs Name of Proposer: Crowther Roofing & Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 DatelTime: September 2, 2020: 3:00 PM EVALUATION CRITERIA N0.2: CERTIFIED MINORITY BUSINESS ENTERPRISE "Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise" Crowther Roofmg and Sheet Metal of Flm•ida, Inc. is NOT a Certified Minority Business Enterprise. 2543 Rockfill Road • Fort Myers, Florida • (239) 337-1300 • (239) 332-0939 Fax • CCC039822 C'ROWT'HER_ ROOFING • SHEET METAL • DECK CONTRACTORS Request for Quali6chtion (RFQ) Number: 20-7765 Title: Roofing Preventative Maintenance and Remedial Repairs Name of Proposer: Crowther Roofmg &Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: September 2, 2020: 3:00 PM EVALUATION CRITERIA NO. 3: COST OF SERVICES TO THE COUNTY "Provide a proposal of your company's cost of services for the work to be provided in the resultant agreement " In Accordance with RFQ 20-7765, Crowther Roofing proposes the following square footage costs associated with Preventative Maintenance. Please note the minimum $500 amount for each roof. Also, see below schedule of proposed hourly rates for roof technicians and other personnel that would be utilized while completing the scope of work for remedial repairs in this solicitation. 2543 Rockfill Road • Fm•t Myers, Flm.ida � (239) 337-1300 • (239) 332-0939 Fax • CCC039822 Roof Tye Qty Unit Label(per Unit Price square foot 3 tab shingles, fabric with coating and .rubber I sq ft S .08 '500 Mitt. Alurnination over Metal/I 1 sq ft S 083500 Architectural Shingles! 1 story 1 sq ft S 085500 Asphalt shingle/I 1 sq ft S .08 .$500 Min. Built-up and clay tilell 1 s ft S .08 500 Min. Built-up and concrete tile/i 1 sq ft S 083500 Built-up and fiberglass paneUl 1 sq ft S 081SSOO Built-up and Metal/1 and 2 1 sq ft S 5 00 Mill, Built-up and shingle/1 I sq ft S .0$ 500 Mitt. Built-up asphaltl I s ft S .086500 Mitt. Built-up/ 1 1 So ft S 08SSOO Built-up/3 1 sq ft S .08 500 Min. Built-up/4 i sq ft S .0$ 500 Min. Built-up!6 1 sq ft S .08 $500 Min. Built-up/7 1 sq ft S .08 $500 Min. Built-up/8 i sq ft S S 00 Min, Built-up/single ply mem w/ gutters/1 I scl ft S .08/ 500 Min. Built-upYsingle ply mere w/ gutters/2 1 sq ft S .08 °500 Mitt. BMaIJ1 I sq ft S 08/sson mill, 2543 Rockfill Road • Fort Myers, Florida • (239) 337-1300 • (239) 332-0939 Fax • CCC039822 Built up and Metal with Geoguard/ I 1 sq ft S f)A/V;00 Mill Clay Shingle & Single ply membrane, 2 stories 1 sq ft S.08/$500 Mill. Concrete Tile/1 1 sq ft S08/$500 Mill. flat roof/I I sq ft S .08 500 Min. Geoguard over Metal/I I s ft S .08 "500Min. Gravel, single ply membrane; 2 stories 1 scl ft S OS $500 Mitt. Hip Metal and standing seamll 1 s ft S .08 $500 Mill. Hip with Shingles/1 I s ft S .OS 500 Min. Metal / 1 story 1 s ft S AWN Metal / 2 stories 1 sq ft S .08/ 500 Min. Metal and Built-up( 1 story 1 sq ft S 5 OO Min, Metal and Modified/1 1 sc ft S .08 500 Min. Metal and Shinglell 1 sq ft S S 00 Min, Metal standung seam/1 1 sq ft S .08 500 Min. Metal, Low Slope/ 1 story I scl ft S 5 Metal, Low Slope/2 Stories I sq ft S .083500 Min. Metal/ multiple buildings and roofs 1 sq ft S .08 500 Min. Metal/ multiple buildings/l 1 s ft S MOW Mill. Metal/Built-up and Shingle/ 1-2 story 1 sq ft S AWN Min. Metal/concrete/1 1 sq ft S .08 500 Min. MetaUmultiple buildingslhangars 1 sq ft I S .08 500 Mitt. Modified/1 1 sq ft S .08 500 Min. Shingle and built-up/l 1 sq ft S .08 $500 Min. Shingle and Metal/1 1 sq ft S S 00 Min, Shingle/1 1 sq ft S.08/$500 Min, Single ply membrane - 1 stories 1 I sq ft S Min - single ply membrane - 2 stories I sq ft S 08 500 Min. Standing seam multiple buildings I sq ft S h08 500 Min. Standing seann/1 1 s ft $.08/S500 Min, Synthetic Thatch and Built-up/I 1 sq ft S ,0$ 500 Min. Tilell 1 sq ft S 08 500 Min. TP011 1 sq ft S.08/$500 Min, Tremco/Geoguard !l I s ft S Mill - various roofuighnultiple buildings/1 1 sq ft S .08/ 500 Min. 2543 Rockfill Road • Fort Myers, Florida • (239) 337-1300 • (239) 332-0939 Fax • CCC039822 Standard Hourly Rates (M-F 7 AM — 5 PM): Crowther Superintendent/Supervisor: $80.00/HR Crowther Roofing Technician/Foreman: $65.00/HR Crowther Roofing Helper/Laborer: $58.00/HR Urgent/Non Standard Hourly Rates: CrowtherSuperintendent/Supervisor: $100.00/HR Crowther Roofing Technician/Foreman: $85.00/HR Crowther Roofing Helper/Laborer: $78.00/HR 2543 Rocicfill Road • Fort Myers, Florida • (239) 337-1300 • (239) 332-0939 Fax • CCC039822 C'ROWTHER ROOFING • SHEET METAL • DECK CONTRACTORS Request for Qualification (RFQ) Number: 20-7765 Title: Roofing Preventative Maintenance and Remedial Repairs Name of Proposer: Crowther Roofing &Sheet Metal of Florida, Inc. 2543 Rockfill Road Fort Myers, Florida 33916 Phone: 239.337.1300 Date/Time: September 2, 2020: 3:00 PM EVALUATION CRITERIA NO.4: EXPERIENCE AND CAPACITY OF THE FIRM "Provide information that documents your company's and any subcontractors' experiences to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services." Please see accompanying Crowther Roofing Contractor's Qualification Statement "Provide a list of proposed subcontractor(s) that may perform work under the resultant contract and the number of years the Company has used the noted subcontractor(s)." Crowther Roofing self -performs all work. Provide examples of the various preventive maintenance procedures that your company performs and provide the details of the level of service we could expect for both the preventive maintenance and remedial repairs. When performing a Preventative Maintenance inspection, we thoroughly inspect the roof and its components. We take pictures with tablets, and create a report to submit to the customer documenting both the overall condition of the roof, and the specific components associated with the roof system. Proposals for work outside the scope of work associated with the inspection are provided with delivery of the inspection report. Recent sample inspection reports from the three customers who were solicited to fill out the reference forms accompany this RFP. • Florencia at The Colony • Navona at The Colony • Florida Gulf Coast University 2543 Rockfill Road • Fort Myers, Florida • (239) 337-1300 • (239) 332-0939 Fax • CCC039822 Provide a list of the company team members that will be responsible for working with the County under the resultant contract, Sean Wallace, Account Manager, 10+ years at Crowther Roofing in Commercial Service Department Michelle Vella, Maintenance Director, 20+ years at Crowther Roofing in Commercial Service Department Luis Lopez, Superintendent, 20+years at Crowther Roofing in Commercial Service Department JavierCastrejon, Superintendent, 20+years at Crowther Roofing in Commercial Service Department Orlando Zarco, Superintendent, 10+ years at Crowther Roofing in Commercial Service Department Mike Joyce, Sales, 10+ years at Crowther Roofing in Commercial Service Department 2543 Rocicfill Road • Fort Myers, Flm•ida • (239) 337-1300 • (239) 332-0939 Fax • CCC039822 C.FbVVT1-1�'F`i'RE1.Q,FI��C'�F�;\CSE�LI:\FT•E;Fti r Fo RT Y1v.F,Fs, Fi llf cjj pop / Y 1uy ,vrrrrrr Est '� t� Mt r ` - fkj '' .y �;a� Ci UWTNEZ Roofing 8 Sheet Metal of Florida, Inc. RoofChec i CoolChec i" CORPORATE OWNERSHIP Lee S. Crowther, Chairman Lee J Kevin M. Lallans, President e_ Founder and Vice C CORPORATEMANAGEMENT Susan Sablan, Director HR Dan Mazon Secretary/Treasurer Jan Jones, VP Marketing CiZOWTHEZ Roofing III Sheet Metal of Florida, Inc. RaAhec i CoolChec i" 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 2. 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 Roofing —License No. CCC1330207 Electrical — License No. EC13007515 HVAC — License No. CMC1250360 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 4A Trade References: Bradco Supply Corporation Attn: Neil Egan negan(a)bradco-supply.com ABC Supply Attn: Jason Toepler Jason.toepler(ababcsupply.com Siplast Attn: Eric McKenzie emckenzie(a)siplast.com 4.2 Bank References: P.O. Box 9567 Bonita Springs, FL (800) 283-1314 17195 Jean St. Ft. Myers, FL 33912 (239) 437-4778 Office, 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: Beth Mortimer Tel.: (239) 277-2581 Fax: 239-277-2579 4.3 Surety: 4.3.1 Name of Bonding Company: C.N.A Western Surety Company (239) 437-4030 Fax 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. Lallans 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: Susan Sablan Masters in Information Systems Management from the Naval Postgraduate School. Over 35 years managing organizations, projects, people and results. A Crowther employee since 2019. HUMAN RESOURCES ASSISTANT: Jessenia Cadenas 5 years of Customer Care Experience, Data Entry and Records Keeping. Personnel Management Assistance and a Crowther employee since 2020. ADMINISTRATIVE: 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. 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. 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. I . A W Ruben Ponce Truss Division Manageurrolect 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. 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: Joanne Smith A Crowther employee since 2019. 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: Dave Chase A Crowther employee since 2019. FLEET INSPECTION SUPERVISOR: Dave Chase A Crowther employee since 2019. CONSTRUCTION SUPERINTENDENTS: 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 = CoolChec i'm 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 ESTIMATING Nick Wavra Mechanical Estimator. Over 15 years of experience in the Mechanical industry, including Project Management, Branch Manager & Estimating. Crowther employee since 2018. HVAC DIVISION SALES AND BUSINESS DEVELOPMENT Steven Keck Jr. 12 years Air Conditioning Experience. Specializing in residential and light commercial applications. A Crowther employee since 2018. A/C ADMINISTRATION Christy Boring HVAC Office Mgr. A Crowther employee since 2019. Danielle Capello HVAC Admin/Scheduler. With over 15 years of Customer Service and Office Management Experience. A Crowther employee since 2019. CR ER AIR CONDITIONING SERVICE DIV. FTAYERS FL•2"'WI'130 CAC 0569s1 ROOFING SHEET SsETa RoofChec �'N SERVICE M ISIORIS ROOF CHECK SALES AND MARKETING: Matt Plowman - Jupiter 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 -Sarasota 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. FACILITIES MANAGER: Gary Grosklos A Crowther employee since 2017. QUALITY CONTROL SUPT.:Tom Simmons 38 years commercial roofing experience. 15 years lead service tech at Crowther Roofing 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 26 years of administrative management. Attended Edison Community College for Business Administration. A Crowther employee since 1997. ROOF CHECK SUPERINTENDENT: Luis Lopez 20 years experience in roofing; built-up and slope. Roof Check Operations Manager and Crowther employee since 1999. 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. 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. 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 20 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. Matt Bluesiewicz 17 years of experience in Roofing, Waterproofing and Decking industry. A Commercial Service Surveyor and Crowther employee since 2019. RoofChecl" LoolLhecYt� 1�RUSS bl\GVUI"1 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 Placentia 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. Storm Sentry Weather Tracking 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. 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. Orlando Zarco Jr. A Crowther employee since 2019. 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 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. Tonya Waters Currently attending Purdue University Global for a BS in Accounting. Over 15 years bookkeeping experience. A Crowther employee since 2019. 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. Christina Estes Over 10 years of customer service and management, 5+ years of analyzing business data and reporting trends. A Crowther employee since 2018. Paul Kleckner Bachelors Degree in Accounting from University of Wisconsin -Milwaukee. A Crowther employee for over 20 years. si _;a _'_".� '� � � ; � ; '' `_ �I� :i�� `� � _ I 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. SARASOTA SERVICE MANAGER /SURVEYOR: Chris Dye BBA in Business Management from University of North Georgia. 5 years in Retail Management, customer Service & Sales experience with Home Depot. Owned and operated a Residential Roofing Company in North Georgia for 12 years. A Crowther employee since 2016. 7321 International Place, Sarasota, FL 34240 Tel.: 941-343-9600; Fax: 941-371-89(i9 } . . Michael Crowther BI in Management from University of St. Francis in IL. Over thirteen years of experience in roofing industry. A Crowther employee since 2004. SURVEYORS: Chris Cook 34 years experience in commercial roofing and sheet metal including a 4 years apprenticeship program. A Crowther employee since 2012. 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: Christina Johnson Jupiter Office Assistant. A Crowther employee since 2019. Ivelisse Nunez Roof Check Administrator. Associates Degree in Human Services with 7 years of experience in Administration. A Crowther employee since 2019. v'.:.; Updated 0812020 PROJECT: Pines of Sarasota LOCATION: Sarasota, FL FOR: McIntyre Elwell & Strammer CONTACT: Melanie Brunemann, 941-377-6800 CONTRACT: $3570,080 PROJECT: Frontier Elementary School Reroof LOCATION: Loxahatchee, FL FOR: Palm Beach County Schools CONTACT: ian Superville 561434-8229 CONTRACT: $11744,659 PROJECT: MMM High School LOCATION: Bonita Springs, FL FOR: Suffolk Construction CONTACT: Janet Cole, 239-791-3000 CONTRACT: $3,400,000 PROJECT: Huntington Lakes II LOCATION: Naples, FL FOR: sunburst Management Group CONTACT: Bev Kueter 239-253-8703 CONTRACT: $1,502,500 PROJECT: Ashlar Apartments Homes LOCATION: Fort Myers, FL FOR: Ashlar Apartment Homes CONTACT: Adam Monna 239432-0606 CONTRACT: $2,524,896 PROJECT: Moorings Park @Grande Lake LOCATION: Naples, FL FOR: Suffolk construction CONTACT: Keith Morgan, 239-791-3000 CONTRACT: $1,499,783 PROJECT: Ocean Harbor Condo Reroof LOCATION: Fort Myers Beach, FL. FOR: Ocean Harbor Condominiums CONTACT: Colleen Linzy, 239-463-2385 CONTRACT: $2,574,496.70 PROJECT: RSW Control Tower LOCATION: Fort Myers, FL FOR: DeAngelis Diamond Construction CONTACT: Brian Saunders 239-594-1994 CONTRACT: $5753000 PROJECT: One West Apartment, Silver Hills LOCATION: Fort Myers, FL FOR: DeAngelis Diamond Construction CONTACT: Jesse Slenk 239-594-1994 CONTRACT: $761,250 PROJECT: Fire Station #32 Immokalee LOCATION: Immokalee, FL FOR: Envirostruct, LLC CONTACT: Mike Breckenridge 239-216-6772 CONTRACT: $524,345 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: $95%200 PROJECT: Bonita Beach Club LOCATION: Bonita Springs, FL FOR: Bonita Beach Club Association CONTACT: Karen Dickens 239-992-5928 CONTRACT: $951,800 PROJECT: Glenview at Pelican Bay LOCATION: Naples, Florida FOR: Glenview at Pelican Bay CONTACT: Steve Hohler 239-591 -001 1 CONTRACT: $504,350 PROJECT: Waterside Place @Lakewood Ranch PROJECT: Finemark Atrium Construction LOCATION: Sarasota, FL LOCATION: Fort Myers, FL FOR: Willis Smith Construction FOR: Stevens Construction CONTACT: Fred Cavaluzzi 941-366-3116 CONTACT: Mike Brooks, 239-936-9006 CONTRACT: $2,210,000 CONTRACT: $341,600 PROJECT: Jupiter Mad Ctr, Foshay Cancer LOCATION: Jupiter, FL FOR: Gilbane Building Company CONTACT: Patrick Hayes 561-812-5117 CONTRACT: $428,200 PROJECT: Home2Suites, Fort Myers LOCATION: Fort Myers, FL FOR: Phoenix ssocateso, FL, Inc. CONTACT: Kaleigh Mapes, 239-596-9111 CONTRACT: $220,950 Updated 08/2020 PROJECT: Gulf Coast Village - 2017 LOCATION: Cape Coral, FL FOR: Lecesse Construction CONTACT: Kevin ]Callahan, 585-334-4490 CONTRACT: $1,035,500 PROJECT: Bentley Village West - 2019 LOCATION: Naples, FL FOR: Suffolk Construction CONTACT: Keith Morgan 239-91-3000 CONTRACT: $1,743,950 PROJECT: Bashaw Elementary Reroof - 2011 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: Sapphire Lakes ALF - 2019 PROJECT: Tommy Bartield Elementary - 2017 LOCATION: Naples, FL LOCATION: Marco Island, FL FOR: Gates Construction FOR: Collier County School CONTACT: Tom Siwek 239-593-3777 CONTACT: Michael Clausen, 239-377-0001 CONTRACT: $720,725 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 -2017 LOCATION: Naples, Florida FOR: Naples Bay Yacht Stowage CONTACT: Scott Bonk - 239-768-3654 CONTRACT: $11255,000 PROJECT: Hertz Arena Hurricane Hardening - 2019 LOCATION: Fort Myers, Florida FOR: Walker Contracting Group CONTACT: Mike Walker, 239-263-7500 CONTRACT: $888,300 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: Villas III - 2020 LOCATION: Naples, FL LOCATION: Naples, Florida FOR: DeAngelis Diamond FOR: Villas III @ Cedar Hammock CONTACT: 941-594-1994 CONTACT: Paul Willis, 508-209-2900 CONTRACT: $625,000 CONTRACT: $1,749,000 PROJECT: Aria @Longboat Key - 2017 LOCATION: Longboat Key, FL FOR: Suffolk Construction CONTACT: Bill McCollum, 239-791-3000 CONTRACT: $579,000 PROJECT: Gulf Coast Medical Ctr Exp - 2020 LOCATION: Fort Myers, FL. FOR: Skanska USA building CONTACT: Brad Kaaber, 239-275-2273 CONTRACT: $31347,200 PROJECT: Residence at Pelican Isle — 2019 LOCATION: Naples, FL FOR: Coastal Maintenance & Restoration CONTACT: John Eastman 239-260-1833 CONTRACT: $2,608,660 OJECT: Naples Square II - 2017 PR LOCATION: Naples, FL FOR: Sullulk Construction CONTACT: Bill McCollum, 239-791-3000 CONTRACT: $589,950 Updated 08/2020 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: $7823000 PROJECT: Norton Museum of Art-2019 LOCATION: West Palm Beach, FL FOR: Gilbane Building Company CONTACT: Tom Sieczkowski, 407-654-6133 CONTRACT: $13589,023 PROJECT: Jerry's Foods-2017 LOCATION: Sanibel Island, FL FOR: Jerry's Enterprises CONTACT: Kelan Werkmeister, 763-546-3434 CONTRACT: $5031975 PROJECT: Green Meadows RO-2017 LOCATION: Labelle, Florida FOR: Wright Construction CONTACT: Mark Valin, 239-481-2448 CONTRACT: $524,500 PROJECT: Glenview at Pelican Bay - 2020 LOCATION: Naples, Florida FOR: Glenview at Pelican Bay Condos CONTACT: Juan Esquival, Jr. 239-591-0011 CONTRACT: $1,584,867 PROJECT: Lido Beach Club - 2020 LOCATION: Sarasota, Florida FOR: Lido Beach Club Condominiums CONTACT: Carmen Condron 941-388-4567 CONTRACT: $1,041,480 PROJECT: FGCU Village Ph. I GMP 2018 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 2017 LOCATION: Lake Placid, Florida FOR: Highland County Schools CONTACT: Frank Brown, 863-471-5645 CONTRACT: $633,800 PROJECT: Wilderness Carports - 2020 LOCATION: Naples, Florida FOR: Wilderness Country Club CONTACT: Tim Mace 239-2614713 CONTRACT: $997,400 PROJECT: Naples Continental Club - 2019 LOCATION: Naples, FL FOR: Naples Continental Club CONTACT: Bryson Russell 239-261-3805 CONTRACT: $23789,000 2 Roofing S Sheet Metal of Florida, ine. RoofChec +T'' CoolChec Crowther Roofing ... Ready for any need, any emergency! Inspection Report Prepared By: Crowther Roofing & Sheet Metal of FL, Inc. 2543 Rockfill Road, Ft. Myers, Florida 33916 Tel: 239-337-1600 Fax: (239) 332-0939 www.crowther.net Inspection Date: Tuesday, March 24, 2020 CROWTH EZ Roofing S Sheet Metal of Florida, Inc. RoofChec . CaolChec Facility: Florida Gulf Coast University Address: 10501 FGCU Blvd, Fort Myers, 33965 Customer: Florida Gulf Coast University Address: 12101 FGCU Boulevard South, Fort Myers, RoofChec i TM 04/13/2020 Page 1 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Completed Work Work Order #: 6480 Inspection Date: 03/24/2020 04/13/2020 Page 2 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, r - VlEWOME p D 'CITY ME - i4rim Q',I'EL'T n P� Alico Arena Building Identification Alico Arena: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Roof Overview - Field Alligatoring There is evidence of crazing of top surface with hairline cracks. If cracks extend down through membrane, water penetration will occur. Crowther Roofing will monitor. Alico Arena: Roof Overview General roof overview 04/13/2020 Page 3 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Roof Overview General roof overview Alico Arena: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Roof Overview General roof overview Alico Arena: Membrane Overview The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 4 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Membrane Overview The roof membrane appears to be in fair condition at this time. Alico Arena: Surface Overview The roof surface appears to be in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Surface Overview The roof surface appears to be in fair condition at this time. Alico Arena: Surface Overview The roof surface appears to be in fair condition at this time. 04/13/2020 Page 5 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Appearance Overview The appearance of the roof is in fair condition at this time Alico Arena: Appearance Overview The appearance of the roof is in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Appearance Overview The appearance of the roof is in fair condition at this time. 1 Alico Arena: Base Flashings The base flashings appear to be in fair condition. 04/13/2020 Page 6 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Base Flashings The base flashings appear to be in fair condition Alico Arena: Counter Flashings The counter flashing appears to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Base Flashings The base flashings appear to be in fair condition. Alico Arena: Counter Flashings The counter flashing appears to be in good condition. 04/13/2020 Page 7 of 290 ■ --.->... �z .. �\. / Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Roof Vents Roof vents appear to be in fair condition at this time Alico Arena: Equipment Base Flashings Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Roof Vents Roof vents appear to be in fair condition at this time. Identified corrosion occurring at the base of five (5) roof vents. Crowther Roofing will monitor at this time. Alico Arena: Equipment Base Flashings The base flashing on the equipment housing appears to be in The base flashing on the equipment housing appears to be in fair condition at this time. fair condition at this time. 04/13/2020 Page 9 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Abandoned Objects Identified abandoned objects on the surface of the roof. Crowther Roofing suggests removing the abandoned objects before there is any damage to the membrane. Alico Arena: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Scupper The scuppers appear to be in fair condition at this time. Alico Arena: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 10 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Loose Granules Identified loose granules on the roof surface i Alico Arena: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Alico Arena: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 11 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Loose Granules Identified loose granules on the roof surface Ilk, -==A Alico Arena: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Alico Arena: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 12 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Loose Granules Identified loose granules on the roof surface Alico Arena: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Alico Arena: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 13 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 _- ' AVV ' Alico Arena: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 'kiF Alico Arena: Wall flashing Alico Arena: Wall flashing The wall flashing appears to be in good condition. The wall flashing appears to be in good condition. 04/13/2020 Page 14 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Wall flashing The wall flashing appears to be in good condition. Alico Arena: Coping The coping appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Wall The walls appear to be in fair condition. Alico Arena: Coping The coping appears to be in good condition. 04/13/2020 Page 15 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Alico Arena: Coping The coping appears to be in good condition. Aquatics Center Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Alico Arena: Downspouts The downspouts appear to be in good condition. Aquatics Center: Roof overview General roof overview 04/13/2020 Page 16 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Aquatics Center: Membrane Overview Work Order #: 6480 Inspection Date: 03/24/2020 Aquatics Center: Membrane Overview The roof membrane appears to be in fair condition at this time. The roof membrane appears to be in fair condition at this time. Aquatics Center: Surface Overview Aquatics Center: Surface Overview The roof surface appears to be in fair condition at this time. The roof surface appears to be in fair condition at this time. 04/13/2020 Page 17 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Aquatics Center: Appearance Overview The appearance of the roof is in fair condition at this time. Aquatics Center: Counter Flashings The counter flashing appears to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Aquatics Center: Appearance Overview The appearance of the roof is in fair condition at this time. Aquatics Center: Counter Flashings The counter flashing appears to be in good condition. 04/13/2020 Page 18 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Aquatics Center: Base Flashings The base flashings appear to be in fair condition. Aquatics Center: Base Flashings The base flashings appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Aquatics Center: Base Flashings The base flashings appear to be in fair condition. Aquatics Center: Roof Vents Roof vents appear to be in good condition at this time. 04/13/2020 Page 19 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Aquatics Center: Lead Boots Lead boots appear to be in fair condition. Aquatics Center: Roof Drains Roof drains appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Aquatics Center: Lead Boots Lead boots appear to be in fair condition. Aquatics Center: Roof Drains Roof drains appear to be in fair condition. 04/13/2020 Page 20 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Aquatics Center: Scupper The scuppers appear to be in fair condition at this time. Aquatics Center: Pitch Pans The pitch pans appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Aquatics Center: Scupper The scuppers appear to be in fair condition at this time. x te. Aquatics Center: Pitch Pans The pitch pans appear to be in fair condition. 04/13/2020 Page 21 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Aquatics Center: Chem Curbs The chem curbs appear to be in good, maintainable condition at this time. Aquatics Center: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Aquatics Center: Equipment Housing The equipment housing appears to be in good condition. Aquatics Center: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 22 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Aquatics Center: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Crowther Roofing will monitor. Aquatics Center: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Crowther Roofing will monitor. Work Order #: 6480 Inspection Date: 03/24/2020 Aquatics Center: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Crowther Roofing will monitor. Aquatics Center: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Crowther Roofing will monitor. 04/13/2020 Page 23 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Aquatics Center: Coping The coping appears to be in good condition. Aquatics Center: Roof Edge Roof edge appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Aquatics Center: Coping The coping appears to be in good condition. Aquatics Center: Coping The coping appears to be in good condition. 04/13/2020 Page 24 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex Building Identification Arts Complex: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Roof Overview General roof overview - highest roof Arts Complex: Roof Overview General roof overview - NW Roof 04/13/2020 Page 25 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Roof Overview General roof overview Arts Complex: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Roof Overview General roof overview - SE Roof Arts Complex: Membrane Overview The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 26 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Membrane Overview Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Membrane Overview The roof membrane appears to be in fair condition at this time. The roof membrane appears to be in fair condition at this time. Arts Complex: Surface Overview Arts Complex: Surface Overview The roof surface appears to be in fair condition at this time. The roof surface appears to be in fair condition at this time. 04/13/2020 Page 27 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Surface Overview The roof surface appears to be in fair condition at this time. Arts Complex: Appearance Overview The appearance of the roof is in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Appearance Overview The appearance of the roof is in fair condition at this time. Arts Complex: Appearance Overview The appearance of the roof is in fair condition at this time. 04/13/2020 Page 28 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Base Flashings The base flashings appear to be in fair condition. Arts Complex: Base Flashings The base flashings appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Base Flashings The base flashings appear to be in fair condition. Arts Complex: Base Flashings The base flashings appear to be in fair condition. 04/13/2020 Page 29 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Counter Flashings The counter flashing appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Counter Flashings The counter flashing appears to be in good condition. Arts Complex: Lead Boots Lead boots appear to be in fair condition. 04/13/2020 Page 30 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Lead Boots Lead boots appear to be in fair condition. Arts Complex: Roof Drains Roof drains appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Lead Boots Lead boots appear to be in fair condition. Arts Complex: Roof Drains Roof drains appear to be in fair condition. 04/13/2020 Page 31 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Overflow Drain Overflow drains appear to be in fair condition. Arts Complex: Overflow Drains Overflow drains appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Overflow Drain Overflow drains appear to be in fair condition. Arts Complex: Overflow Drains The drain cap is missing. Without the drain cap the drain pipe can clog preventing proper drainage of the roof. Crowther Roofing suggests installing a seven (7) inch drain cap. 04/13/2020 Page 32 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Arts Complex: Field Membrane Blister Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature ruptured with foot traffic. Felts are exposed and premature deterioration will occur. deterioration will occur. 04/13/2020 Page 33 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. 04/13/2020 Page 34 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. 04/13/2020 Page 35 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Arts Complex: Field Membrane Blister Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature ruptured with foot traffic. Felts are exposed and premature deterioration will occur. deterioration will occur. 04/13/2020 Page 36 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Arts Complex: Roof Vents Roof vents appear to be in good condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Field Membrane Blister Crowther Roofing suggests repairing the blisters using three (3) rolls of cap sheet. Arts Complex: Roof Vents Roof vents appear to be in good condition at this time. 04/13/2020 Page 37 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Roof Vents Roof vents appear to be in good condition at this time. Arts Complex: Wall The walls appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Wall The walls appear to be in fair condition. Arts Complex: Masonry Problem Masonry problem may allow water penetration. Crowther Roofing will monitor at this time. 04/13/2020 Page 38 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Wall Vents Wall vents appear to be in good condition at this time. Arts Complex: Coping The coping appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Wall The walls appear to be in good condition. Arts Complex: Roof Overview General roof overview 04/13/2020 Page 39 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, I Arts Complex: Roof Overview General roof overview Arts Complex: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Arts Complex: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 40 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Appearance Overview The roof appearance is in good, maintainable condition at this time. Arts Complex: Counter Flashings The counter flashing appears to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Ridge Cap Overview The ridge cap appears to be in good condition. Arts Complex: Counter Flashings The counter flashing appears to be in good condition. 04/13/2020 Page 41 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Roof Vents Roof vents appear to be in good condition at this time. Arts Complex: Coping The coping appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Roof Vents Roof vents appear to be in fair condition at this time. Arts Complex: Roof Edge Roof edge appears to be in good condition. 04/13/2020 Page 42 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Arts Complex: Gutters The gutters appear to be in good condition. Athletics Admin Complex Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Arts Complex: Downspouts The downspouts appear to be in good condition. Athletics Admin Complex: Roof Overview General roof overview 04/13/2020 Page 43 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Athletics Admin Complex: Roof Overview General roof overview Athletics Admin Complex: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Athletics Admin Complex: Membrane Overview The membrane appears to be in good, maintainable condition at this time. 77 _ °* • _ Athletics Admin Complex: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 44 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Athletics Admin Complex: Base Flashings The base flashings appear to be in good condition Athletics Admin Complex: Lead Boots Lead boots appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Athletics Admin Complex: Counter Flashings The counter flashing appears to be in good condition. Athletics Admin Complex: Roof Drains Roof drains appear to be in good condition. 04/13/2020 Page 45 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, G Athletics Admin Complex: Loose Granules Identified loose granules on the roof surface Athletics Admin Complex: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Athletics Admin Complex: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Athletics Admin Complex: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 46 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Athletics Admin Complex: Wall The walls appear to be in good condition. Athletics Admin Complex: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Athletics Admin Complex: Roof Overview General roof overview Athletics Admin Complex: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 47 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Athletics Admin Complex: Counter Flashings The counter flashing appears to be in good condition. I Athletics Admin Complex: Coping The coping appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Athletics Admin Complex: Rubber Boots Rubber boots appear to be in good condition. Athletics Admin Complex: Roof Edge Roof edge appears to be in good condition. 04/13/2020 Page 48 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Bower School of Music Building Identification - -� Work Order #: 6480 Inspection Date: 03/24/2020 Bower School of Music: Roof Overview General roof overview Bowers School of Music: Roof Overview Bowers School of Music: Membrane Overview General roof overview The membrane appears to be in good, maintainable condition at this time. 04/13/2020 Page 49 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Bowers School of Music: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Bowers School of Music: Roof Vents Roof vents appear to be in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Bowers School of Music: Appearance Overview The roof appearance is in good, maintainable condition at this time. Bowers School of Music: Roof Vents Roof vents appear to be in fair condition at this time. 04/13/2020 Page 50 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Bowers School of Music: TPO Boots TPO boots appear to be in good condition Bowers School of Music: Debris on Roof Identified debris on the surface of the roof that could damage or puncture the membrane. Work Order #: 6480 Inspection Date: 03/24/2020 Bowers School of Music: Equipment Base Flashings The base flashing on the equipment housing appears to be in good condition. Bowers School of Music: Removed Debris on Roof The debris was removed from the surface of the roof and disposed of properly. 04/13/2020 Page 51 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, i Work Order #: 6480 Inspection Date: 03/24/2020 Bowers School of Music: Vegetation Bowers School of Music: Vegetation Identified a build up of vegetation at the gutter. The vegetation was removed from the gutter system and disposed of properly. Crowther Roofing will monitor for leaks. Bowers School of Music: Downspouts Bowers School of Music: Downspouts The downspouts appear to be in good condition. The downspouts appear to be in good condition. 04/13/2020 Page 52 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Bower School of Music Building Identification Bowers School of Music: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Lis ._ i �M1�6--•' . ��V. Bower School of Music: Membrane Overview The membrane appears to be in good, maintainable condition at this time. Bowers School of Music: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 53 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 Bowers School of Music: Base Flashings Bowers School of Music: Lead Boots The base flashings appear to be in good condition. Lead boots appear to be in good condition. AIL A Ak.r 31) Bowers School of Music: Overflow/Roof Drains Overflow/roof drains appear to be in good condition. 'i. Bowers School of Music: Roof Vents Roof vents appear to be in good condition at this time. 04/13/2020 Page 54 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Bowers School of Music: Gutters The gutters appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 r'I Bowers School of Music: Downspouts The downspouts appear to be in good condition. Bowers School of Music: Roof Overview Bowers School of Music: Roof Overview General roof overview General roof overview 04/13/2020 Page 55 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Bowers School of Music: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Bowers School of Music: Counter Flashings The counter flashing appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Bowers School of Music: Appearance Overview The roof appearance is in good, maintainable condition at this time. I s Bowers School of Music: Wall The walls appear to be in good condition. 04/13/2020 Page 56 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Bowers School of Music: Roof Edge Roof edge appears to be in good condition. Bowers School of Music: Gutters The gutters appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Bowers School of Music: Coping The coping appears to be in good condition. Bowers School of Music: Downspouts The downspouts appear to be in good condition. 04/13/2020 Page 57 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Broadcast Building Building Identification Broadcast Building: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Broadcast Building: Roof Overview General roof overview Broadcast Building: Membrane Overview The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 58 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Broadcast Building: Surface Overview The roof surface appears to be in fair condition at this time. Broadcast Building: Base Flashings The base flashings appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Broadcast Building: Appearance Overview The appearance of the roof is in fair condition at this time. Broadcast Building: Lead Boots Lead boots appear to be in fair condition. 04/13/2020 Page 59 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Broadcast Building: Roof Drains Roof drains appear to be in fair condition. Broadcast Building: Roof Vents Roof vents appear to be in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Broadcast Building: Scuppers Scuppers appear to be in good condition. Broadcast Building: Roof Vents Roof vents appear to be in fair condition at this time. 04/13/2020 Page 60 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Broadcast Building: Loose Granules Identified loose granules on the roof surface Broadcast Building: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Broadcast Building: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Broadcast Building: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 61 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Broadcast Building: Chem Curbs The chem curbs appear to be in fair condition at this time Broadcast Building: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Broadcast Building: Coping The coping appears to be in good condition. Broadcast Building: Roof Overview General roof overview 04/13/2020 Page 62 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Y Broadcast Building: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Broadcast Building: Ridge Cap Overview Ridge cap appears to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Broadcast Building: Appearance Overview The roof appearance is in good, maintainable condition at this time. �- Jw Broadcast Building: Metal Cap- loose Loose metal cap can lead to water penetration. Crowther Roofing suggests refastening the metal cap on the North side of the building. 04/13/2020 Page 63 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Broadcast Building: Metal Cap- loose Loose metal cap can lead to water penetration. Crowther Roofing suggests refastening the metal cap on the East side of the building. Broadcast Building: Metal Cap- loose Loose metal cap can lead to water penetration. Crowther Roofing suggests refastening the metal cap on the East side of the building. Work Order #: 6480 Inspection Date: 03/24/2020 Broadcast Building: Metal Cap- loose Loose metal cap can lead to water penetration. Crowther Roofing suggests refastening the metal cap on the East side of the building. Broadcast Building: Metal Cap- loose Loose metal cap can lead to water penetration. Crowther Roofing suggests refastening the metal cap on the East side of the building. 04/13/2020 Page 64 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Broadcast Building: Rubber Boots Rubber boots appear to be in good condition Broadcast Building: Wall The walls appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Broadcast Building: Head Wall Flashing The head wall flashing appears to be in good condition. Broadcast Building: Roof Edge Roof edge appears to be in good condition. 04/13/2020 Page 65 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Broadcast Building: Gutters The gutters appear to be in fair condition. Campus Support Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Broadcast Building: Downspouts The downspouts appear to be in good condition. 1 Campus Support: Roof Overview General roof overview 04/13/2020 Page 66 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support: Membrane Overview The roof membrane appears to be in fair condition at this time. Campus Support: Appearance Overview The appearance of the roof is in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support: Surface Overview The roof surface appears to be in fair condition at this time. Campus Support: Base Flashings The base flashings appear to be in fair condition. 04/13/2020 Page 67 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support: Counter Flashings The counter flashing appears to be in good condition. Campus Support: Roof Drains Roof drains appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support: Lead Boots Lead boots appear to be in fair condition. Campus Support: Scuppers The scuppers appear to be in fair condition at this time. 04/13/2020 Page 68 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support: Roof Vents Roof vents appear to be in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support: Equipment Base Flashings The base flashing on the equipment housing appears to be in fair condition. Campus Support: Loose Granules Campus Support: Expansion Joint Identified loose granules on the roof surface. The expansion joint appears to be in fair condition at this time. 04/13/2020 Page 69 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Campus Support: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support: Coping The coping appears to be in fair condition. Campus Support: Roof Overview General roof overview 04/13/2020 Page 70 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Campus Support: Ridge Cap Ridge cap appears to be in good condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support: Appearance Overview The roof appearance is in good, maintainable condition at this time. Campus Support: Roof Edge Roof edge appears to be in good condition. 04/13/2020 Page 71 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support -Postal Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support -Postal: Roof Overview General roof overview Campus Support -Postal: Membrane Overview Campus Support -Postal: Surface Overview The roof membrane appears to be in fair condition at this time. The roof surface appears to be in fair condition at this time. 04/13/2020 Page 72 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support -Postal: Appearance Overview The appearance of the roof is in fair condition at this time. Campus Support -Postal: Lead Boots Lead boots appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support -Postal: Base Flashings The base flashings appear to be in fair condition. Campus Support -Postal: Scuppers The scuppers appear to be in fair condition at this time. 04/13/2020 Page 73 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support -Postal: Roof Vents Roof vents appear to be in fair condition at this time. Campus Support -Postal: Loose Granules Identified loose granules on the roof surface. Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support -Postal: Roof Vents Roof vents appear to be in fair condition at this time. Campus Support -Postal: Loose Granules Identified loose granules on the roof surface. 04/13/2020 Page 74 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support -Postal: Loose Granules Identified loose granules on the roof surface Campus Support -Postal: Equipment Base Flashings The base flashing on the equipment housing appears to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support -Postal: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Campus Support -Postal: Coping The coping appears to be in fair condition. 04/13/2020 Page 75 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support-UPD Building Identification Campus Support-UPD: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support-UPD: Roof Overview General roof overview Campus Support-UPD: Membrane Overview The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 76 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support-UPD: Surface Overview The roof surface appears to be in fair condition at this time Campus Support-UPD: Base Flashings The base flashings appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support-UPD: Appearance Overview The appearance of the roof is in fair condition at this time. A Campus Support-UPD: Counter Flashings The counter flashing appears to be in good condition. 04/13/2020 Page 77 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support-UPD: Lead Boots Lead boots appear to be in fair condition. Campus Support-UPD: Roof Vents Roof vents appear to be in good condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 5 Campus Support-UPD: Roof Drains Roof drains appear to be in good condition. �;IIIH106L- ,A Campus Support-UPD: Roof Vents Roof vents appear to be in fair condition at this time. 04/13/2020 Page 78 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support-UPD: Loose Granules Identified loose granules on the roof surface Campus Support-UPD: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support-UPD: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Campus Support-UPD: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 79 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support-UPD: Loose Granules Identified loose granules on the roof surface Campus Support-UPD: Debris on Roof Identified debris on the surface of the roof that could damage or puncture the membrane. Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support-UPD: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Campus Support-UPD: Removed Debris from Roof The debris was removed from the surface of the roof and disposed of properly. 04/13/2020 Page 80 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support-UPD: Equipment Base Flashings Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support-UPD: Expansion Joint The base flashing on the equipment housing appears to be in The expansion joint appears to be in fair condition at this time. good condition. Campus Support-UPD: Wall The walls appear to be in good condition. Campus Support-UPD: Coping The coping appears to be in fair condition. 04/13/2020 Page 81 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support -Warehouse Building Identification Campus Support -Warehouse: Membrane Overview Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support -Warehouse: Roof Overview General roof overview Campus Support -Warehouse: Surface Overview The roof membrane appears to be in fair condition at this time. The roof surface appears to be in fair condition at this time. 04/13/2020 Page 82 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support -Warehouse: Appearance Overview The appearance of the roof is in fair condition at this time. Campus Support -Warehouse: Lead Boots Lead boots appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support -Warehouse: Base Flashings The base flashings appear to be in fair condition. Campus Support -Warehouse: Roof Vents Roof vents appear to be in fair condition at this time. 04/13/2020 Page 83 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support -Warehouse: Loose Granules Identified loose granules on the roof surface. Campus Support -Warehouse: Loose Granules Identified loose granules on the roof surface. Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support -Warehouse: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Campus Support -Warehouse: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 84 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Campus Support -Warehouse: Scuppers The scuppers appear to be in fair condition at this time Campus Support -Warehouse: Coping The coping appears to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Campus Support -Warehouse: Equipment Base Flashings The base flashing on the equipment housing appears to be in fair fair condition at this time. Campus Support -Warehouse: Downspouts The downspouts appear to be in good condition. 04/13/2020 Page 85 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Career & Exploratory Advising Center Building Identification. Career & Exploratory Advising Center: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Career & Exploratory Advising Center: Roof Overview General roof overview Career & Exploratory Advising Center: Surface Overview The roof surface appears to be in good, maintainable condition at this time. 04/13/2020 Page 86 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Career & Exploratory Advising Center: Appearance Overview The roof appearance is in good, maintainable condition at this time. Career & Exploratory Advising Center: Ridge Cap Identified a displaced ridge cap. Work Order #: 6480 Inspection Date: 03/24/2020 Career & Exploratory Advising Center: Ridge Cap Ridge caps appear to be in good condition. Career & Exploratory Advising Center: Ridge Cap Crowther Roofing suggests properly securing the ridge cap back into place. 04/13/2020 Page 87 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Career & Exploratory Advising Center: Sealant Deterioration/ Sealant should be removed and replaced to prevent water entry. Career & Exploratory Advising Center: Rubber Boots Rubber boots appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Career & Exploratory Advising Center: Sealant Repair Removed existing sealant and replaced with APS 500 sealant. A Career & Exploratory Advising Center: Gutters The gutters appear to be in good condition. 04/13/2020 Page 88 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 Career & Exploratory Advising Center: Debris in Gutter Career & Exploratory Advising Center: Removed Debris from Identified debris in the gutter system which can prevent proper The debris was removed from the gutter system and disposed drainage. of properly. Central Energy Plant Building Identification Central Energy Plant: Roof Overview General roof overview 04/13/2020 Page 89 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, --------- - _ - Work Order #: 6480 Inspection Date: 03/24/2020 Central Energy Plant: Roof Overview Central Energy Plant: Membrane Overview General roof overview The roof membrane appears to be in fair condition at this time. Central Energy Plant: Membrane Overview Central Energy Plant: Surface Overview The membrane appears to be in good, maintainable condition The roof surface appears to be in fair condition at this time. at this time. 04/13/2020 Page 90 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Central Energy Plant: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Central Energy Plant: Appearance Overview The roof appearance is in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Central Energy Plant: Appearance Overview The appearance of the roof is in fair condition at this time. Central Energy Plant: Base Flashings The base flashings appear to be in fair condition. 04/13/2020 Page 91 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Central Energy Plant: Base Flashings The base flashings appear to be in fair condition. Central Energy Plant: Counter Flashings The counter flashing appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Central Energy Plant: Base Flashings The base flashings appear to be in good condition. Central Energy Plant: Lead Boots Lead boots appear to be in fair condition. 04/13/2020 Page 92 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Central Energy Plant: Lead Boots Lead boots appear to be in fair condition. Central Energy Plant: Roof Drains Roof drains appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Central Energy Plant: Lead Boots Lead boots appear to be in good condition. Central Energy Plant: Roof Drains Roof drains appear to be in good condition. 04/13/2020 Page 93 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Central Energy Plant: Scuppers The scuppers appear to be in fair condition at this time Central Energy Plant: Roof Vents Roof vents appear to be in good condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 r Central Energy Plant: Scuppers The scuppers appear to be in good condition at this time. Central Energy Plant: Roof Vents Roof vents appear to be in fair condition at this time. 04/13/2020 Page 94 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Central Energy Plant: Roof Vents Roof vents appear to be in good condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Central Energy Plant: Roof Vents Roof vents appear to be in good condition at this time. Central Energy Plant: Equipment Base Flashings Central Energy Plant: Base Flashings The base flashing on the equipment housing appears to be in The base flashing on the equipment housing appears to be in fair condition at this time. fair condition at this time. 04/13/2020 Page 95 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, A6, Central Energy Plant: Equipment Base Flashings The base flashing on the equipment housing appears to be in fair condition at this time. Central Energy Plant: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Central Energy Plant: Pitch Pans The pitch pans appear to be in good condition l i '1 f I �S T!. is Central Energy Plant: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 9 04/13/2020 Page 96 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Central Energy Plant: Loose Granules Identified loose granules on the roof surface Central Energy Plant: Field Membrane -Loss of Granules The mineral granules have come off the cap sheet, exposing the underlying felt, which will lead to premature deterioration. Crowther Roofing suggests coating in the future. Work Order #: 6480 Inspection Date: 03/24/2020 Central Energy Plant: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Central Energy Plant: Field Membran-Blisters Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Crowther Roofing will monitor. 04/13/2020 Page 97 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Central Energy Plant: Coping The coping appears to be in good condition. P Cohen Stun eft Cohen Center Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Central Energy Plant: Coping The coping appears to be in good condition. Cohen Center: Roof Overview General roof overview 04/13/2020 Page 98 of 290 Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Roof Overview General roof overview Inspection Report Florida Gulf Coast University, Fort Myers, Vol Cohen Center: Roof Overview General roof overview -� --a Cohen Center: Membrane Overview Cohen Center: Membrane Overview The roof membrane appears to be in fair condition at this time. The membrane appears to be in good, maintainable condition at this time. 04/13/2020 Page 99 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Membrane Overview The roof membrane appears to be in fair condition at this time Cohen Center: Surface Overview The roof surface appears to be in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Cohen Center: Surface Overview The roof surface appears to be in good, maintainable condition at this time. 04/13/2020 Page 100 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Surface Overview The roof surface appears to be in fair condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Surface Overview The roof surface appears to be in fair condition at this time. Cohen Center: Surface Overview Cohen Center: Appearance Overview The roof surface appears to be in fair condition at this time. The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 101 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Appearance Overview The appearance of the roof is in fair condition at this time Cohen Center: Counter Flashings The counter flashing appears to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Appearance Overview The roof appearance is in good, maintainable condition at this time. Cohen Center: Counter Flashings The counter flashing appears to be in good condition. 04/13/2020 Page 102 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Base Flashings The base flashings appear to be in good condition. Cohen Center: Base Flashings The base flashings appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Base Flashings The base flashings appear to be in good condition. Cohen Center: Lead Boots Lead boots appear to be in fair condition. 04/13/2020 Page 103 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Lead Boots Lead boots appear to be in good condition. Cohen Center: Soil Stack Soil stacks appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Lead Boots Lead boots appear to be in fair condition. III N4. Cohen Center: Roof Drains Roof drains appear to be in good condition. 04/13/2020 Page 104 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Roof Drains Roof drains appear to be in good condition. Cohen Center: Roof Drains/Overflow Roof drains/Overflows appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Roof Drains Cohen Center: Roof Drains/Overflow Roof drains/Overflows appear to be in fair condition. 04/13/2020 Page 105 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Overflow Drains Overflow drains appear to be in fair condition Cohen Center: Overflow Drains Crowther Roofing suggests installing a strainer to prevent foreign objects intrusion. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Overflow - Measurements Crowther Roofing suggests installing a strainer to prevent foreign objects intrusion. Cohen Center: Roof Vents Roof vents appear to be in good condition at this time. 04/13/2020 Page 106 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Roof Vents Roof vents appear to be in good condition at this time. Cohen Center: Roof Vents Roof vents appear to be in good condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Roof Vents Roof vents appear to be in good condition at this time. Cohen Center: Roof Vents Roof vents appear to be in good condition at this time. 04/13/2020 Page 107 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Chem Curbs The chem curbs appear to be in fair condition at this time. Cohen Center: Chem Curbs The chem curb was filled with M1 sealant. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Chem Curbs Identified voids in the sealant. Cohen Center: Chem Curbs The chem curbs appear to be in fair condition at this time. 04/13/2020 Page 108 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Loose Granules Identified loose granules on the roof surface Cohen Center: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Cohen Center: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 109 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Loose Granules Identified loose granules on the roof surface Cohen Center: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Cohen Center: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. 04/13/2020 Page 110 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Cohen Center: Field Membrane Blister Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Cohen Center: Field Membrane -Loss of Granules Crowther Roofing suggests repairing the blisters using four (4) The mineral granules have come off the cap sheet, exposing rolls of cap sheet set in brush grade bitumen adhesive. the underlying felt, which will lead to premature deterioration. 04/13/2020 Page 111 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Field Membrane -Loss of Granules Crowther Roofing suggests overlaying the 30 foot by 10 foot area using cap sheet set in brush grade bitumen adhesive. Cohen Center: Field Alligatoring There is evidence of crazing of top surface with hairline cracks. If cracks extend down through membrane, water penetration will occur. Crowther Roofing will monitor. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Field Membrane -Loss of Granules Crowther Roofing suggests overlaying the 25 foot by 6 foot area using cap sheet set in brush grade bitumen adhesive �14! l ��I C 1. Cohen Center: Field Alligatoring There is evidence of crazing of top surface with hairline cracks. If cracks extend down through membrane, water penetration will occur. Crowther Roofing will monitor. 04/13/2020 Page 112 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Equipment Base Flashings The base flashing on the equipment housing appears to be in good condition. l Cohen Center: Equipment Base Flashings The base flashing on the equipment housing appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Equipment Base Flashings The base flashing on the equipment housing appears to be in good condition. Cohen Center: Wall flashing The walls flashing appear to be in good condition. 04/13/2020 Page 113 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Wall The walls appear to be in good condition. Cohen Center: Coping The coping appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Coping The coping appears to be in good condition. Cohen Center: Roof Edge Roof edge appears to be in good condition. 04/13/2020 Page 114 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Roof Overview General roof overview Cohen Center: Downspouts The downspouts appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Masonry Problem Masonry problem may allow water penetration. Crowther Roofing suggests hiring a stucco contractor to repair the area. Cohen Center: Roof Overview General roof overview 04/13/2020 Page 115 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Roof Overview General roof overview Cohen Center: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 AW,p Cohen Center: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Cohen Center: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 116 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Appearance Overview The roof appearance is in good, maintainable condition at this time. Cohen Center: Debris in Gutter Identified debris in the gutter system which can prevent proper drainage. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Counter Flashings The counter flashing appears to be in good condition. Cohen Center: Removed Debris from Gutters The debris was removed from the gutter system and disposed of properly. 04/13/2020 Page 117 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Gutters The gutters appear to be in good condition. Cohen Center: Downspouts Identified a clogged downspout which can prevent proper drainage of the roof system. Work Order #: 6480 Inspection Date: 03/24/2020 Cohen Center: Gutters The gutters appear to be in good condition. Cohen Center: Downspouts The debris was removed from the downspout and disposed of properly. 04/13/2020 Page 118 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Cohen Center: Downspouts The downspouts appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 7 PP-0.1"OP-9 Cohen Center: Downspouts The downspouts appear to be in good condition. V--- Etlwertl� Hail - 4 + i Edwards Hall Building Identification Edwards Hall: Roof Overview General roof overview 04/13/2020 Page 119 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Edwards Hall: Roof Overview General roof overview Edwards Hall: Membrane Overview Work Order #: 6480 Inspection Date: 03/24/2020 Edwards Hall: Membrane Overview The roof membrane appears to be in fair condition at this time. Edwards Hall: Surface Overview The roof membrane appears to be in fair condition at this time. The roof surface appears to be in fair condition at this time. 04/13/2020 Page 120 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Edwards Hall: Surface Overview The roof surface appears to be in fair condition at this time. Edwards Hall: Appearance Overview The appearance of the roof is in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Edwards Hall: Appearance Overview The appearance of the roof is in fair condition at this time. Edwards Hall: Counter Flashings The counter flashing appears to be in good condition. 04/13/2020 Page 121 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Edwards Hall: Base Flashings The base flashings appear to be in fair condition. Edwards Hall: Lead Boots Lead boots appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Edwards Hall: Base Flashings The base flashings appear to be in fair condition. Edwards Hall: Lead Boots Lead boots appear to be in fair condition. 04/13/2020 Page 122 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Edwards Hall: Roof Drains/Overflows Roof drains/Overflows appear to be in fair condition. Edwards Hall: Scuppers The scuppers appear to be in good condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Edwards Hall: Roof Drains/Overflows Roof drains/Overflows appear to be in fair condition. 3 yam: �rK�l f _' 2 T� `. .. �.• �� �. Qf 7'I.vi _� Edwards Hall: Scuppers The scuppers appear to be in good condition at this time. 04/13/2020 Page 123 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 sm ..0000 - b Edwards Hall: Roof Vents Roof vents appear to be in fair condition at this time. Edwards Hall: Roof Vents Roof vents appear to be in fair condition at this time Edwards Hall: Roof Vents Roof vents appear to be in fair condition at this time. Edwards Hall: Equipment Base Flashings The base flashing on the equipment housing appears to be in fair condition. 04/13/2020 Page 124 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Edwards Hall: Wall flashing The wall flashing appears to be in fair condition. Edwards Hall: Coping The coping appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Edwards Hall: Wall flashing The wall flashing appears to be in fair condition. Edwards Hall: Coping The coping appears to be in good condition. 04/13/2020 Page 125 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Edwards Hall: Wall The walls appear to be in good condition. Edwards Hall: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Edwards Hall: Roof Overview General roof overview Edwards Hall: Roof Overview General roof overview 04/13/2020 Page 126 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Edwards Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Edwards Hall: Ridge Cap Overview Ridge cap appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Edwards Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. Edwards Hall: Downspouts The downspouts appear to be in good condition. 04/13/2020 Page 127 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Egan Observatory Building Identification Egan Observatory: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Egan Observatory: Roof Overview General roof overview Egan Observatory: Membrane Overview The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 128 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Egan Observatory: Surface Overview The roof surface appears to be is in fair condition at this time Egan Observatory: Base Flashings The base flashings appear to be in poor condition. Crowther Roofing suggests three coursing in laps and coating to extend the life of the membrane. Work Order #: 6480 Inspection Date: 03/24/2020 Egan Observatory: Counter Flashings The counter flashing appear to be in fair condition. Egan Observatory: Base Flashing Splits Identified splits in the base flashing caused by deterioration or roof movement which will allow water to penetrate. 04/13/2020 Page 129 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Egan Observatory: Base Flashing Repair A temporary repair was made to the base flashing. Crowther Roofing suggests overlaying 10 feet of the base flashing with cap sheet set in roof cement. Egan Observatory: Chem Curbs The chem curbs appear to be in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Egan Observatory: Appearance Overview The appearance of the roof is in fair condition at this time. Egan Observatory: Scuppers The scuppers appear to be in fair condition at this time. 04/13/2020 Page 130 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Egan Observatory: Coping The coping appears to be in good condition. Environmental Health & Safety Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Egan Observatory: Downspouts The downspouts appear to be in good condition. Environmental Health & Safety: Roof Overview General roof overview 04/13/2020 Page 131 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Environmental Health & Safety: Membrane Overview The membrane appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Environmental Health & Safety: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Environmental Health & Safety: Appearance Overview Environmental Health & Safety: Pipe Boots The roof appearance is in good, maintainable condition at this Pipe boots appear to be in good condition. time. 04/13/2020 Page 132 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Environmental Health & Safety: Roof Vents Roof vents appear to be in good condition at this time. Environmental Health & Safety: Roof Vents Roof vents appear to be in good condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Environmental Health & Safety: Roof Vents Roof vents appear to be in good condition at this time. 600 1 7 N Environmental Health & Safety: Equipment Base Flashings The base flashings on the equipment housing appears to be in fair condition at this time. 04/13/2020 Page 133 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Environmental Health & Safety: Scuppers The scuppers appear to be in good condition at this time Environmental Health & Safety: Downspout Identified a missing elbow on the downspout. Crowther Roofing suggests installing a new four (4) inch A -elbow. Work Order #: 6480 Inspection Date: 03/24/2020 Environmental Health & Safety: Coping The coping appears to be in good condition. Environmental Health & Safety: Downspouts The downspouts appear to be in good condition. 04/13/2020 Page 134 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, ��—ace�zass-•��o ��„ � �y Family Resource Center Building Identification Family Resource Center: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 196 Family Resource Center: Roof Overview General roof overview Family Resource Center: Surface Overview The roof surface appears to be in good, maintainable condition at this time. 04/13/2020 Page 135 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Family Resource Center: Appearance Overview The roof appearance is in good, maintainable condition at this time. Family Resource Center: Rubber Boots Rubber boots appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Family Resource Center: Ridge Cap Ridge caps appear to be in good condition. Family Resource Center: Roof Edge Roof edge appears to be in good condition. 04/13/2020 Page 136 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 Family Resource Center: Debris in Gutter Family Resource Center: Removed Debris from Gutters Identified debris in the gutter system which can prevent proper The debris was removed from the gutter system and disposed drainage. of properly. Family Resource Center: Gutters The gutters appear to be in good condition. Family Resource Center: Downspouts The downspouts appear to be in good condition. 04/13/2020 Page 137 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Griffin Hall Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Griffin Hall: Membrane Overview The roof membrane appears to be in fair condition at this time. i Griffin Hall: Membrane Overview Griffin Hall: Surface Overview The roof membrane appears to be in fair condition at this time. The roof surface appears to be in fair condition at this time. 04/13/2020 Page 138 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Griffin Hall: Surface Overview The roof surface appears to be in fair condition at this time Griffin Hall: Base Flashings The base flashings appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Griffin Hall: Field Alligatoring There is evidence of crazing of top surface with hairline cracks. If cracks extend down through membrane, water penetration will occur. Suggest coating the roof in the future. Griffin Hall: Base Flashings The base flashings appear to be in fair condition. 04/13/2020 Page 139 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Griffin Hall: Lead Boots Lead boots appear to be in fair condition Griffin Hall: Roof Drains Roof drains appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Griffin Hall: Lead Boots A temporary repair was made to the base of the lead boot. Crowther Roofing suggests replacing the two (2) inch lead boot. Griffin Hall: Scupper Scuppers appear to be in fair condition at this time. 04/13/2020 Page 140 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Griffin Hall: Chem Curbs The chem curbs appear to be in good, maintainable condition at this time. Griffin Hall: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Griffin Hall: Equipment Base Flashings The base flashing on the equipment housing appears to be in good condition. Griffin Hall: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 141 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Griffin Hall: Field Vegetation Identified vegetation at the roof drain which has/will penetrated the membrane, leading to membrane break down and water penetration. Griffin Hall: Skylight Skylight appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Griffin Hall: Field Vegetation The vegetation was removed from the roof drain and disposed of properly. Griffin Hall: Roof Vents Roof vents appear to be in good condition at this time. 04/13/2020 Page 142 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Al I# I III Ij q 4-4 1 all oil] Griffin Hall: Wall The walls appear to be in good condition. Griffin Hall: Coping The coping appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 117 Griffin Hall: Wall Vent The wall vent appear to be in good condition. L Griffin Hall: Roof Overview General roof overview 04/13/2020 Page 143 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Griffin Hall: Roof Overview General roof overview Griffin Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Griffin Hall: Surface Overview The roof surface appears to be in fair condition at this time. o. woo rwoo _ OEM mom Griffin Hall: Appearance Overview The appearance of the roof is in fair condition at this time. 04/13/2020 Page 144 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Griffin Hall: Ridge Cap Overview Ridge caps appear to be in fair condition Griffin Hall: Metal Cap- corrosion Work Order #: 6480 Inspection Date: 03/24/2020 NMI: L Griffin Hall: Metal Cap- corrosion Metal flashing has corroded which can eventually lead to perforations in the metal. Crowther Roofing suggests coating in the future. Griffin Hall: Metal Cap- corrosion Metal flashing has corroded which can eventually lead to Metal flashing has corroded which can eventually lead to perforations in the metal. Crowther Roofing suggests coating perforations in the metal. Crowther Roofing suggests coating in the future. in the future. r 04/13/2020 Page 145 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Griffin Hall: Rubber Boots Rubber boots appear to be in fair condition. Griffin Hall: Downspouts The downspouts appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Griffin Hall: Gutters The gutters appear to be in good condition. Griffin Hall: Downspouts The downspouts appear to be in good condition. 04/13/2020 Page 146 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, J Holmes Hall Building Identification Holmes Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Holmes Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Holmes Hall: Ridge Cap Ridge caps appear to be in good condition. 04/13/2020 Page 147 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Holmes Hall: Roof Overview General roof overview Holmes Hall: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Holmes Hall: Roof Overview General roof overview Holmes Hall: Roof Overview General roof overview 04/13/2020 Page 148 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Holmes Hall: Membrane Overview The membrane appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Holmes Hall: Membrane Overview The membrane appears to be in good, maintainable condition at this time. Holmes Hall: Surface Overview Holmes Hall: Surface Overview The roof surface appears to be in good, maintainable The roof surface appears to be in good, maintainable condition at this time. condition at this time. 04/13/2020 Page 149 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Holmes Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. l Holmes Hall: Base Flashings The base flashings appear to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Holmes Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. Holmes Hall: Base Flashings The base flashings appear to be in good condition. 04/13/2020 Page 150 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Holmes Hall: Counter Flashings The counter flashing appears to be in good condition. Holmes Hall: Lead Boots Lead boots appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 y Holmes Hall: Counter Flashings The counter flashing appears to be in good condition. Holmes Hall: Lead Boots Lead boots appear to be in good condition. 04/13/2020 Page 151 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Holmes Hall: Roof Drains Roof drains appear to be in good condition. Holmes Hall: Scuppers The scuppers appear to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Holmes Hall: Roof Drains Roof drains appear to be in good condition. Holmes Hall: Lockin Pocket Lockin' pockets appear to be in good, maintainable condition at this time. 04/13/2020 Page 152 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Holmes Hall: Roof Vents Roof vents appear to be in good condition at this time. Holmes Hall: Roof Vents Roof vents appear to be in good condition at this time. I Work Order #: 6480 Inspection Date: 03/24/2020 a ■ ■ Holmes Hall: Roof Vents Roof vents appear to be in good condition at this time. Holmes Hall: Equipment Base Flashings The base flashings on the equipment housing appears to be in good condition. 04/13/2020 Page 153 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Holmes Hall: Loose Granules Identified loose granules on the roof surface Holmes Hall: Wall The walls appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Holmes Hall: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Holmes Hall: Coping The coping appears to be in good condition. 04/13/2020 Page 154 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Holmes Hall: Coping The coping appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Holmes Hall: Wall The walls appear to be in good condition. Howard Hall Howard Hall: Membrane Overview Building Identification The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 155 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Howard Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Howard Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. Howard Hall: Base Flashings Howard Hall: Base Flashings The base flashings appear to be in fair condition. The base flashings appear to be in good condition. 04/13/2020 Page 156 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Howard Hall: Counter Flashings The counter flashing appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Howard Hall: Roof Vents Roof vents appear to be in good condition at this time. 4j S T'h 4 Howard Hall: Roof Drains Howard Hall: Roof Drains Identified vegetation in the roof drain that could prevent proper The vegetation was removed from the roof drain and disposed drainage of the roof system. of properly. 04/13/2020 Page 157 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Howard Hall: Roof Drain/Overflow Roof drains/overflows appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 r�1i^vim ' i','t Howard Hall: Roof Drain/Overflow Roof drains/overflows appear to be in good condition. Howard Hall: Debris on Roof Howard Hall: Removed Debris on Roof Identified debris on the surface of the roof that could damage The debris was removed from the surface of the roof and or puncture the membrane. disposed of properly. 04/13/2020 Page 158 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Howard Hall: Scuppers The scuppers appear to be in fair condition at this time lJ Howard Hall: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Howard Hall: Standing Water Suggest overlaying the 20 feet by 6 foot area with a sacrificial membrane. Howard Hall: Roof Overview General roof overview 04/13/2020 Page 159 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Howard Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Howard Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Howard Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Howard Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 160 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Howard Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. Howard Hall: Ridge Cap Ridge caps appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Howard Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. Howard Hall: Ridge Cap Ridge caps appear to be in good condition. 04/13/2020 Page 161 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 E j r r r Howard Hall: Metal Panel Howard Hall: Metal Panel Metal panels have corroded which can eventually lead to Metal panels have corroded which can eventually lead to perforations in the metal. Crowther Roofing suggests remove perforations in the metal. Crowther Roofing suggests remove corrosion with wire brush, apply inhibitor and painting. corrosion with wire brush, apply inhibitor and painting. Howard Hall: Sealant Deterioration/Failure Sealant should be removed and replaced to prevent water entry. Howard Hall: Sealant Repair Removed existing sealant and replaced with M1 sealant. 04/13/2020 Page 162 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, MA Howard Hall: Rubber Boots Rubber boots appear to be in good condition. Howard Hall: Coping The coping appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Howard Hall: Roof Vents Roof vents appear to be in good condition at this time. Howard Hall: Roof Edge Roof edge appears to be in good condition. 04/13/2020 Page 163 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Howard Hall: Debris in Gutters Identified vegetation in the gutter system which can prevent proper drainage of the roof system. Howard Hall: Gutters The gutters appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Howard Hall: Removed Debris from Gutters The vegetation was removed from the gutter system and disposed of properly. 008F- Gutters The gutters appear to be in fair condition. 04/13/2020 Page 164 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Information Booth Building Identification 6 rJ Information Booth: Appearance Overview The roof appearance is in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Information Booth: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Information Booth: Ridge Cap Ridge cap appears to be in good condition. 04/13/2020 Page 165 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Information Booth: Metal Boots Metal boots appear to be in good condition. Information Booth: Downspouts The downspouts appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Information Booth: Gutters The gutters appear to be in good condition. Information Booth: Downspouts The downspouts appear to be in good condition. 04/13/2020 Page 166 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, IV S IF*-Wqm Kleist Center: Surface Overview The roof surface appears to be in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Kleist Center: Membrane Overview The roof membrane appears to be in fair condition at this time. Kleist Center: Appearance Overview The appearance of the roof is in fair condition at this time. 04/13/2020 Page 167 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Kleist Center: Base Flashings The base flashings appear to be in good condition. Kleist Center: Counter Flashings The counter flashing appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Kleist Center: Base Flashings The base flashings appear to be in good condition. Kleist Center: Lead Boots Lead boots appear to be in fair condition. 04/13/2020 Page 168 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Kleist Center: Field Alligatoring There is evidence of crazing of top surface with hairline cracks. If cracks extend down through membrane, water penetration will occur. Crowther Roofing will monitor. Work Order #: 6480 Inspection Date: 03/24/2020 Kleist Center: Field Alligatoring There is evidence of crazing of top surface with hairline cracks. If cracks extend down through membrane, water penetration will occur. Crowther Roofing will monitor. Kleist Center: Field Membrane Kleist Center: Roof Vents Identified multiple repairs along the roof edge. Crowther Roof vents appear to be in good condition at this time. Roofing suggests cutting back the membrane and reflashing 125 feet of the roof edge with modified cap sheet set in roof cement. 04/13/2020 Page 169 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Kleist Center: Scuppers The scupper appear to be in fair condition at this time. Crowther Roofing suggests overlaying the area with three (3) rolls of modified cap sheet set in bitumen adhesive brush grade. . ice:...-M,,.._.. •:1. Kleist Center: Coping The coping appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Kleist Center: Wall The walls appear to be in good condition. Kleist Center: Coping The coping appears to be in good condition. 04/13/2020 Page 170 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Kleist Center: Surface Overview The roof surface appears to be in good, maintainable condition at this time. low Kleist Center: Ridge Cap Ridge caps appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Kleist Center: Appearance Overview The roof appearance is in good, maintainable condition at this time. Kleist Center: Roof Edge Roof edge appears to be in good condition. 04/13/2020 Page 171 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Kleist Center: Gutters The gutters appear to be in good condition. Library Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Kleist Center: Downspouts The downspouts appear to be in good condition. Library: Roof Overview General roof overview 04/13/2020 Page 172 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library: Roof Overview General roof overview Library: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Library: Roof Overview General roof overview Library: Membrane Overview The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 173 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, iL Library: Membrane Overview The roof membrane appears to be in fair condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Library: Surface Overview The roof surface appears to be in fair condition at this time. Library: Surface Overview Library: Appearance Overview The roof surface appears to be in fair condition at this time. The appearance of the roof is in fair condition at this time. 04/13/2020 Page 174 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library: Lead Boots Lead boots appear to be in fair condition. Library: Base Flashings The base flashings appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Library: Base Flashings The base flashings appear to be in fair condition. Library: Counter Flashings The counter flashing appears to be in good condition. 04/13/2020 Page 175 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library: Counter Flashings The counter flashing appears to be in good condition. Library: Overflow/Roof Drains Overflow/drains appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Library: Roof Drains Roof drains appear to be in fair condition. Library: Roof Vents Roof vents appear to be in good condition at this time. 04/13/2020 Page 176 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library: A/C Stand Legs The A/C stand legs appear to be in good condition. Library: Equipment Base Flashings The base flashings on the equipment housing appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Library: Equipment Housing The equipment housing appears to be in good condition. Library: Pitch Pans The pitch pans appear to be in fair condition. 04/13/2020 Page 177 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library: Coping The coping appears to be in good condition. Library: Appearance Overview The roof appearance is in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Library: Roof Overview General roof overview Library -West Location Identification 04/13/2020 Page 178 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library -West: Roof Overview General roof overview :; Library -West: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Library -West: Roof Overview General roof overview Library -West: Roof Overview General roof overview 04/13/2020 Page 179 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library -West: Roof Overview General roof overview Library-West: Membrane Overview Work Order #: 6480 Inspection Date: 03/24/2020 Library -West: Membrane Overview The roof membrane appears to be in fair condition at this time. Library -West: Surface Overview 6iA The roof membrane appears to be in fair condition at this time. The roof surface appears to be in fair condition at this time. 04/13/2020 Page 180 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library -West: Appearance Overview The appearance of the roof is in fair condition at this time. Library -West: Base Flashings The base flashings appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Library -West: Base Flashings The base flashings appear to be in good condition. Library -West: Counter Flashings The counter flashing appears to be in good condition. 04/13/2020 Page 181 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library -West: Counter Flashings The counter flashing appears to be in good condition. Library -West: Roof Drain/Overflow Roof drain/Overflow appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Library -West: Roof Drains Roof drains appear to be in fair condition. Library -West: Lead Boots Lead boots appear to be in fair condition. 04/13/2020 Page 182 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library -West: Roof Vents Roof vents appear to be in fair condition at this time. Library -West: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Work Order #: 6480 Inspection Date: 03/24/2020 Library -West: Loose Granules Identified loose granules on the roof surface. Library -West: Loose Granules Identified loose granules on the roof surface. 04/13/2020 Page 183 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library -West: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Library -West: Removed Debris from Roof The debris was removed from the surface of the roof and disposed of properly. Work Order #: 6480 Inspection Date: 03/24/2020 Library -West: Debris on Roof Identified debris on the surface of the roof that could damage or puncture the membrane. Library -West: Abandoned Objects Identified abandoned objects on roof surface. 04/13/2020 Page 184 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library -West: Abandoned Objects The abandoned objects were removed from the surface of the roof. Library -West: Wall The walls appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Library -West: Pitch Pans The pitch pans appear to be in fair condition. Library -West: Coping The coping appears to be in good condition. 04/13/2020 Page 185 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library -West: Roof Overview General roof overview Library -West: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Library -West: Roof Overview General roof overview Library -West: Surface Overview The roof surface appears to be in good, maintainable condition at this time. 04/13/2020 Page 186 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library -West: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Library -West: Appearance Overview The roof appearance is in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Library -West: Appearance Overview The roof appearance is in good, maintainable condition at this time. ," , "'Arr, f Library -West: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 187 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library -West: Ridge Cap Ridge caps appear to be in good condition. Library -West: Roof Edge Roof edge appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Library -West: Wall The walls appear to be in good condition. Library -West: Gutters The gutters appear to be in good condition. 04/13/2020 Page 188 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Library -West: Downspouts The downspouts appear to be in good condition. Lutgert Hall Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Roof Overview General roof overview 04/13/2020 Page 189 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Roof Overview General roof overview Lutgert Hall: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Roof Overview General roof overview !M -� MR . _ Lutgert Hall: Roof Overview General roof overview 04/13/2020 Page 190 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Roof Overview General roof overview Lutgert Hall: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Roof Overview General roof overview Lutgert Hall: Roof Overview General roof overview 04/13/2020 Page 191 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Membrane Overview Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Membrane Overview The roof membrane appears to be in fair condition at this time. The roof membrane appears to be in fair condition at this time. Lutgert Hall: Membrane Overview Lutgert Hall: Membrane Overview The roof membrane appears to be in fair condition at this time. The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 192 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Surface Overview The roof surface appears to be in fair condition at this time. Lutgert Hall: Surface Overview The roof surface appears to be in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Surface Overview The roof surface appears to be in fair condition at this time. Lutgert Hall: Surface Overview The roof surface appears to be in fair condition at this time. 04/13/2020 Page 193 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Appearance Overview The appearance of the roof is in fair condition at this time. Lutgert Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Appearance Overview The appearance of the roof is in fair condition at this time. Lutgert Hall: Appearance Overview The appearance of the roof is in fair condition at this time. 04/13/2020 Page 194 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Base Flashings The base flashings appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Base Flashings The base flashings appear to be in fair condition. Lutgert Hall: Base Flashings Lutgert Hall: Base Flashings The base flashings appear to be in good condition. The base flashings appear to be in good condition. 04/13/2020 Page 195 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Counter Flashings The counter flashing appears to be in good condition Lutgert Hall: Counter Flashings The counter flashing appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Counter Flashings The counter flashing appears to be in good condition. Lutgert Hall: Roof Drains Roof drains appear to be in fair condition. 04/13/2020 Page 196 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Mow Lutgert Hall: Roof Drains Roof drains appear to be in fair condition. Lutgert Hall: Roof Drains Roof drains appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Roof Drains Roof drains appear to be in good condition. Lutgert Hall: Roof Drain The drain strain is missing which can cause the drain pipe to clog preventing proper drainage of the roof. Crowther Roofing suggests installing a new 12 inch drain strainer. 04/13/2020 Page 197 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Lead Boots Lead boots appear to be in good condition. Lutgert Hall: Lead Boots Lead boots appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Lead Boots Lead boots appear to be in fair condition. Lutgert Hall: Lead Boots Lead boots appear to be in good condition. 04/13/2020 Page 198 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Scuppers The scuppers appear to be in fair condition at this time Lutgert Hall: Scuppers The scuppers appear to be in good condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Scuppers The scuppers appear to be in fair condition at this time. Lutgert Hall: Scuppers The scuppers appear to be in good condition at this time. 04/13/2020 Page 199 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Lockin Pocket The Lockin Pockets appear to be in good, maintainable condition at this time. Lutgert Hall: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Lockin Pocket The Lockin Pockets appear to be in good, maintainable condition at this time. Lutgert Hall: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 200 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. MIR IN lip Lutgert Hall: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Crowther Roofing suggests repairing a 50 foot by 25 foot area using modified cap sheet. Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Crowther Roofing suggests repairing the blister using 10 feet of modified cap sheet. 7 Lutgert Hall: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. 04/13/2020 Page 201 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Crowther Roofing suggests repairing a 30 foot by 25 foot area IIusing modified cap sheet. Lutgert Hall: Roof Vents Lutgert Hall: Roof Vents Roof vents appear to be in good condition at this time. Roof vents appear to be in fair condition at this time. Identified corrosion occurring on the roof vent. Suggest removing the corrosion with a wire brush, apply an inhibitor and painting the vent. 04/13/2020 Page 202 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, 1% q , - Lutgert Hall: Roof Vents Roof vents appear to be in good condition at this time. Lutgert Hall: Coping The coping appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Wall The walls appear to be in good condition. Lutgert Hall: Coping The coping appears to be in good condition. 04/13/2020 Page 203 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Coping The coping appears to be in good condition. Lutgert Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 i i N n � Lutgert Hall: Coping The coping appears to be in good condition. Lutgert Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 204 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Lutgert Hall: Roof Edge Roof edge appears to be in good condition. 9 Marieb Hall Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Lutgert Hall: Downspouts The downspouts appear to be in good condition. Marieb Hall: Roof Overview General roof overview 04/13/2020 Page 205 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Marieb Hall: Membrane Overview The roof membrane appears to be in fair condition at this time y ` � " ''fit l� Marieb Hall: Appearance Overview The appearance of the roof is in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Marieb Hall: Surface Overview The roof surface appears to be in fair condition at this time. r� Marieb Hall: Counter Flashings The counter flashing appears to be in good condition. 04/13/2020 Page 206 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Marieb Hall: Base Flashings The base flashings appear to be in good condition Marieb Hall: Lead Boots Lead boots appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Marieb Hall: Base Flashings The base flashings appear to be in fair condition. 1 Marieb Hall: Roof Drains Roof drains appear to be in good condition. 04/13/2020 Page 207 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Marieb Hall: Roof Vents Roof vents appear to be in good condition at this time. :� .:,'.�F... Marieb Hall: Standing Water Standing water can prematurely damage the roofing membrane. Recommend cleaning and installing a coating at observed standing water locations. Work Order #: 6480 Inspection Date: 03/24/2020 Marieb Hall: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Marieb Hall: Standing Water Standing water can prematurely damage the roofing membrane. Recommend cleaning and installing a coating at observed standing water locations. 04/13/2020 Page 208 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 Mj Marieb Hall: Standing Water Marieb Hall: Standing Water Standing water can prematurely damage the roofing Standing water can prematurely damage the roofing membrane. Recommend cleaning and installing a coating membrane. Recommend cleaning and installing a coating at observed standing water locations. at observed standing water locations. � I Marieb Hall: Standing Water Standing water can prematurely damage the roofing membrane. Recommend cleaning and installing a coating at observed standing water locations. Marieb Hall: Wall The walls appear to be in good condition. 04/13/2020 Page 209 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, T Marieb Hall: Roof Overview General roof overview Marieb Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Marieb Hall: Roof Overview General roof overview Marieb Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 210 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Marieb Hall: Ridge Cap Ridge caps appear to be in good condition. Marieb Hall: Rubber Boots Identified a puncture in the rubber boot. Work Order #: 6480 Inspection Date: 03/24/2020 Marieb Hall: Counter Flashings The counter flashing appears to be in good condition. Marieb Hall: Temporary Repair A temporary repair was made to the puncture in the rubber boot. Crowther Roofing suggests replacing the rubber boot. 04/13/2020 Page 211 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Marieb Hall: Rubber Boots Identified a puncture in the rubber boot. Marieb Hall: Rubber Boots Identified a puncture in the rubber boot. Work Order #: 6480 Inspection Date: 03/24/2020 Marieb Hall: Temporary Repair A temporary repair was made to the puncture in the rubber boot. Crowther Roofing suggests replacing the rubber boot. Marieb Hall: Temporary Repair A temporary repair was made to the puncture in the rubber boot. Crowther Roofing suggests replacing 15 rubber boots. 04/13/2020 Page 212 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Marieb Hall: Roof Edge Roof edge appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Marieb Hall: Gutters The gutters appear to be in good condition. -.-71 McTarnaghan Hall Building Identification McTarnaghan Hall: Roof Overview General roof overview 04/13/2020 Page 213 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, McTarnaghan Hall: Roof Overview General roof overview McTarnaghan Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 McTarnaghan Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. McTarnaghan Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 214 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, McTarnaghan Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. McTarnaghan Hall: Ridge Cap Ridge caps appear to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 .: a� .1 McTarnaghan Hall: Ridge Cap Ridge caps appear to be in good condition. 1 McTarnaghan Hall: Metal Panel Metal panel has corroded which can eventually lead to perforations in the metal. Crowther Roofing suggests removing the corrosion with a wire brush, applying an inhibitor and painting the panel. 04/13/2020 Page 215 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 ff I I I I ► II I I x McTarnaghan Hall: Metal Panel McTarnaghan Hall: Metal Panel Metal panel has corroded which can eventually lead to Metal panel has corroded which can eventually lead to perforations in the metal. Crowther Roofing suggests perforations in the metal. Crowther Roofing suggests removing the corrosion with a wire brush, applying an inhibitor removing the corrosion with a wire brush, applying an inhibitor and painting the panel. and painting the panel. McTarnaghan Hall: Head Wall Flashing The head wall flashing appears to be in good condition McTarnaghan Hall: Rubber Boots Rubber boots appear to be in good condition. 04/13/2020 Page 216 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, McTarnaghan Hall: Tree Branches Identified tree branches hanging over the roof surface. Crowther Roofing suggests hiring a tree trimming service to cut back the branches from the surface of the roof. Work Order #: 6480 Inspection Date: 03/24/2020 McTarnaghan Hall: Gutters The gutters appear to be in good condition. 04/13/2020 Page 217 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Merwin Hall Building Identification Merwin Hall: Roof Overview General roof overview L' Work Order #: 6480 Inspection Date: 03/24/2020 Merwin Hall: Roof Overview General roof overview Merwin Hall: Roof Overview General roof overview 04/13/2020 Page 218 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Merwin Hall: Roof Overview General roof overview i Merwin Hall: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Merwin Hall: Roof Overview General roof overview Merwin Hall: Roof Overview General roof overview 04/13/2020 Page 219 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Merwin Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Merwin Hall: Ridge Cap Ridge caps appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Merwin Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. Merwin Hall: Ridge Cap Ridge caps appear to be in good condition. 04/13/2020 Page 220 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 Merwin Hall: Metal Panel Merwin Hall: Metal Panel Metal panel has corroded which can eventually lead to Metal panel has corroded which can eventually lead to perforations in the metal. Crowther Roofing suggests perforations in the metal. Crowther Roofing suggests removing the corrosion with a wire brush, applying an inhibitor, removing the corrosion with a wire brush, applying an inhibitor, and painting the panel. and painting the panel. r r 0 Merwin Hall: Metal Panel Merwin Hall: Metal Panel Metal panel has corroded which can eventually lead to Metal panel has corroded which can eventually lead to perforations in the metal. Crowther Roofing suggests perforations in the metal. Crowther Roofing suggests removing the corrosion with a wire brush, applying an inhibitor, removing the corrosion with a wire brush, applying an inhibitor, and painting the panel. and painting the panel. 04/13/2020 Page 221 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 a Merwin Hall: Metal Panel Merwin Hall: Metal Panel Metal panel has corroded which can eventually lead to Metal panel has corroded which can eventually lead to perforations in the metal. Crowther Roofing suggests perforations in the metal. Crowther Roofing suggests removing the corrosion with a wire brush, applying an inhibitor, removing the corrosion with a wire brush, applying an inhibitor, and painting the panel. and painting the panel. • L Merwin Hall: Counter Flashings Merwin Hall: Counter Flashings The counter flashing appears to be in good condition. The counter flashing appears to be in good condition. 04/13/2020 Page 222 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Merwin Hall: Rubber Boots Rubber boots appear to be in good condition. Merwin Hall: Roof Vents Roof vents appear to be in good condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Merwin Hall: Rubber Boots Rubber boots appear to be in good condition. Merwin Hall: Roof Vents Roof vents appear to be in good condition at this time. 04/13/2020 Page 223 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Merwin Hall: Wall The walls appear to be in good condition. Merwin Hall: Debris in Gutter Work Order #: 6480 Inspection Date: 03/24/2020 Merwin Hall: Roof Edge Roof edge appears to be in good condition. Merwin Hall: Removed Debris from Gutter Identified debrs in the gutter system which can prevent proper The debris was removed from the gutter system and disposed drainage of the roof system. of properly. 04/13/2020 Page 224 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 Merwin Hall: Debris in Gutter Merwin Hall: Removed Debris from Gutter Identified debris in the gutter system which can prevent proper The debris was removed from the gutter system and disposed drainage of the roof system. of properly. Merwin Hall: Gutters The gutters appear to be in good condition. Merwin Hall: Downspouts The downspouts appear to be in good condition. 04/13/2020 Page 225 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 1 Building Identification Modular 1: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 I" Modular 1: Roof Overview General roof overview Modular 1: Membrane Overview The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 226 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 1: Surface Overview The roof surface appears to be in fair condition at this time Modular 1: TPO Boots TPO boots appear to be in fair condition Work Order #: 6480 Inspection Date: 03/24/2020 Modular 1: Appearance Overview The appearance of the roof is in fair condition at this time. Modular 1: Sealant Deterioration/Failure Sealant should be removed and replaced to prevent water entry. Crowther Roofing suggests resealing five (5) TPO boots. 04/13/2020 Page 227 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 1: Roof Vents Roof vents appear to be in fair condition at this time Modular 1: Sealant Deterioration/Failure Sealant should be removed and replaced to prevent water entry. Work Order #: 6480 Inspection Date: 03/24/2020 Modular 1: Equipment Base Flashings The base flashing on the equipment housing appears to be in good condition. Modular 1: Sealant Repair Removed existing sealant and replaced with M1 sealant. 04/13/2020 Page 228 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, -it" Modular 1: Sealant Deterioration/Failure Sealant should be removed and replaced to prevent water entry. Modular 1: Field Membrane- Puncture All holes in the membrane are considered high severity due to their high leak potential. Work Order #: 6480 Inspection Date: 03/24/2020 Modular 1: Sealant Deterioration/Failure Sealant should be removed and replaced to prevent water entry. Crowther Roofing suggests resealing four (4) additional roof vents. r Modular 1: Temporary Repair Identified several temporary repairs on the roof surface. Crowther Roofing suggests permanelty repairng all temp repairs with Fibertite material. 04/13/2020 Page 229 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 1: Downspout- loose Identified a loose downspout. Crowther Roofing suggests repairing four (4) loose downspouts in the front of the building Modular 1: Downspouts The downspouts appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Modular 1: Temporary Repair A temporary repair was made to the puncture in the membrane. Crowther Roofing suggests permanently repairing the area using Fibertite material. Modular 1: Downspouts The downspouts appear to be in good condition. 04/13/2020 Page 230 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 2 Building Identification Modular 2: Membrane Overview Work Order #: 6480 Inspection Date: 03/24/2020 Modular 2: Roof Overview General roof overview Modular 2: Surface Overview The roof membrane appears to be in fair condition at this time. The roof surface appears to be in fair condition at this time. 04/13/2020 Page 231 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 2: Appearance Overview The appearance of the roof is in fair condition at this time. Modular 2: Roof Vents Roof vents appear to be in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Modular 2: TPO Boots TPO boots appear to be in fair condition. Modular 2: Roof Vents Roof vents appear to be in fair condition at this time. 04/13/2020 Page 232 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 2: Debris on Roof Identified debris on the surface of the roof that could damage or puncture the membrane. Modular 2: Temporary Repair Identified a temporary repairing made to the membrane. Crowther Roofing suggests permanently repairing the area. Work Order #: 6480 Inspection Date: 03/24/2020 Modular 2: Removed Debris on Roof The debris was removed from the surface of the roof and disposed of properly. Modular 2: Temporary Repair Identified a temporary repairing made to the membrane. Crowther Roofing suggests permanently repairing the area. 04/13/2020 Page 233 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 2: Temporary Repair Identified a temporary repairing made to the membrane. Crowther Roofing suggests permanently repairing the area. Modular 2: Base Flashings The base flashings appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Modular 2: Temporary Repair Identified a temporary repairing made to the membrane. Crowther Roofing suggests permanently repairing the area using a 30 foot by 1 foot piece of Fibertite material. Modular 2: Gutters Identified a leak by the gutter. 04/13/2020 Page 234 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 2: Gutters Crowther Roofing suggests investigating the areas of the gutters that are leaking and performing the necessary repairs. Modular 2: Downspout Identified vegetation growing in and around the downspout Work Order #: 6480 Inspection Date: 03/24/2020 Modular 2: Downspout Identified a missing elbow. Crowther Roofing suggests installing a new four (4) inch A -elbow. Modular 2: Downspout The vegetation was removed from the downspout. 04/13/2020 Page 235 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 2: Downspout Identified a loose downspout. Modular 2: Downspout Identified a loose drop. Work Order #: 6480 Inspection Date: 03/24/2020 Modular 2: Downspout The loose downspout was properly secured back into place. Modular 2: Downspout The drop was reattached back into place. 04/13/2020 Page 236 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 2: Downspout Identified a loose downspout. Crowther Roofing suggests properly securing five (5) downspouts at the front of the building back into place. Modular 3 Building Identification xr Work Order #: 6480 Inspection Date: 03/24/2020 Modular 2: Downspouts The downspouts appear to be in good condition. Modular 3: Roof Overview General roof overview 04/13/2020 Page 237 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 3: Membrane Overview The membrane appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Modular 3: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Modular 3: Appearance Overview Modular 3: Base Flashings The roof appearance is in good, maintainable condition at this The base flashings appear to be in good condition. time. 04/13/2020 Page 238 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Ilk; Work Order #: 6480 Inspection Date: 03/24/2020 Modular 3: TPO Boots Modular 3: Roof Vents TPO boots appear to be in good condition. Roof vents appear to be in good condition at this time. y{ MR! No - "�' Modular 3: Equipment Base Flashings The base flashings on the equipment housing appears to be in good condition. n s Modular 3: Scuppers/Overflows Scuppers/Overflows appear to be in good condition. 04/13/2020 Page 239 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Modular 3: Coping The coping appears to be in good condition. Reed Hall Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Modular 3: Downspouts The downspouts appear to be in good condition. Reed Hall: Roof Overview General roof overview 04/13/2020 Page 240 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Reed Hall: Membrane Overview The roof membrane appears to be in fair condition at this time. There is evidence of crazing of top surface with hairline cracks. If cracks extend down through membrane. Crowther Roofing will monitor. Reed Hall: Surface Overview The roof surface appears to be in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Reed Hall: Surface Overview The roof surface appears to be in fair condition at this time. Reed Hall: Appearance Overview The appearance of the roof is in fair condition at this time. 04/13/2020 Page 241 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Reed Hall: Base Flashings The base flashings appear to be in fair condition. Reed Hall: Chem Curbs The chem curbs appear to be in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Reed Hall: Lead Boots Lead boots appear to be in fair condition. Reed Hall: Roof Drain/Overflow Roof drains/Overflows appear to be in fair condition. 04/13/2020 Page 242 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Reed Hall: Loose Granules Identified loose granules on the roof surface Reed Hall: Skylight Skylight appears to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Reed Hall: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Reed Hall: Equipment Base Flashings The base flashings on the equipment housing appear to be in good condition. 04/13/2020 Page 243 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Reed Hall: Wall The walls appear to be in good condition. Reed Hall: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Reed Hall: Coping The coping appears to be in good condition. Reed Hall: Roof Overview General roof overview 04/13/2020 Page 244 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, I, Reed Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Reed Hall: Metal Panel Metal panel has corroded which can eventually lead to perforations in the metal. Crowther Roofing suggests removing the corrosion with a wire brush, applying an inhibitor and painting the panel. Work Order #: 6480 Inspection Date: 03/24/2020 Reed Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. Reed Hall: Metal Cap Metal panel has corroded which can eventually lead to perforations in the metal. Crowther Roofing suggests removing the corrosion with a wire brush, applying an inhibitor and painting the panel. 04/13/2020 Page 245 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Reed Hall: Ridge Cap Ridge caps appear to be in good condition. Reed Hall: Debris in Gutter Identified debris in the gutter system which can prevent proper drainage. Work Order #: 6480 Inspection Date: 03/24/2020 Reed Hall: Roof Edge Roof edge appears to be in good condition. 1 Reed Hall: Removed Debris from Gutters The debris was removed from the gutter system and disposed of properly. 04/13/2020 Page 246 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 Reed Hall: Downspouts Reed Hall: Downspouts The downspouts appear to be in good condition. The downspouts appear to be in good condition. Owl Seidler Hall Building Identification Seidler Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. 04/13/2020 Page 247 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Seidler Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. Seidler Hall: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Seidler Hall: Roof Overview General roof overview 1 Seidler Hall: Membrane Overview The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 248 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, i .. Seidler Hall: Surface Overview The roof surface appears to be in fair condition at this time. Seidler Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 - r or Seidler Hall: Surface Overview The roof surface appears to be in fair condition at this time. 1 ���AM,- , Seidler Hall: Base Flashings The base flashings appear to be in fair condition. 04/13/2020 Page 249 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Seidler Hall: Counter Flashings The counter flashing appears to be in good condition. Seidler Hall: Lead Boots Lead boots appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Seidler Hall: Roof Drain/Overflow Roof drains/overflows appear to be in fair condition. Seidler Hall: Lead Boots Lead boots appear to be in good condition. 04/13/2020 Page 250 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Seidler Hall: Roof Vents Roof vents appear to be in good condition at this time. Seidler Hall: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Crowther Roofing suggests repairing the area using 3 feet of modified cap sheet set in roof cement. Work Order #: 6480 Inspection Date: 03/24/2020 Seidler Hall: Equipment Base Flashings The base flashings on the equipment housing appear to be in fair condition. Seidler Hall: Field Membrane Blister Crowther Roofing suggests repairing the blister using 12 feet of smooth SBS cap sheet set in bitumen adhesive brush grade and 2 gallons of Karnak 501 coating. 04/13/2020 Page 251 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Work Order #: 6480 Inspection Date: 03/24/2020 Seidler Hall: Chem Curbs Seidler Hall: Pitch Pans The chem curbs appear to be infaircondition at this time. The pitch pans appear to be in good condition. A ,1 trill y � Seidler Hall: Loose Granules Identified loose granules on the roof surface Seidler Hall: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 252 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Seidler Hall: Field Vegetation Identified vegetation on the surface of the roof which has/will penetrate the membrane, leading to membrane break down and water penetration. Seidler Hall: Wall The walls appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Seidler Hall: Field Vegetation The vegetation was removed. Suggest removing the base flashing and coping to remove the roots and reflashing the area over the roof access stairs using 6 feet of modified cap sheet set in roof cement. Seidler Hall: Wall The walls appear to be in good condition. 04/13/2020 Page 253 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Seidler Hall: Coping The coping appears to be in good condition. Sports Complex Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Seidler Hall: Coping The coping appears to be in good condition. Sports Complex: Roof Overview General roof overview 04/13/2020 Page 254 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sports Complex: Membrane Overview The membrane appears to be in good, maintainable condition at this time. Sports Complex: Appearance Overview The roof appearance is in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Sports Complex: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Sports Complex: Base Flashings The base flashings appear to be in good condition. 04/13/2020 Page 255 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sports Complex: Sealant Failure Identified a void in the sealant. Sports Complex: Counter Flashings The counter flashing appears to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Sports Complex: Sealant Repair Removed existing sealant and replaced with M1 sealant. .. Sports Complex: Sealant Failure Identified a void in the sealant. Crowther Roofing suggests applying APS 500 sealant, green in color, to 60 feet of counter flashing. 04/13/2020 Page 256 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sports Complex: Sealant Failure Identified a void in the sealant. Crowther Roofing suggests applying M1 sealant, white in color, to approximately 120 feet of counter flashing. Sports Complex: Roof Drains Roof drains appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Sports Complex: Sealant Failure Identified a void in the sealant. Crowther Roofing suggests applying M1 sealant, gray in color, to approximately 100 feet of counter flashing. 2M-_ A�. Y h� '1 V Sports Complex: TPO Boots TPO boots appear to be in good condition. 04/13/2020 Page 257 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sports Complex: Sealant Deterioration/Failure Sealant should be removed and replaced to prevent water entry. Sports Complex: Sealant Deterioration/Failure Sealant should be removed and replaced to prevent water entry. Work Order #: 6480 Inspection Date: 03/24/2020 Sports Complex: Sealant Repair Removed existing sealant and replaced with M1 sealant. Sports Complex: Sealant Repair Removed existing sealant and replaced with M1 sealant. 04/13/2020 Page 258 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sports Complex: Roof Vents Roof vents appear to be in good condition at this time. Sports Complex: Roof Vents Roof vents appear to be in good condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Sports Complex: Roof Vents Roof vents appear to be in good condition at this time. Sports Complex: Equipment Base Flashings The base flashings on the equipment housing appears to be in good condition. 04/13/2020 Page 259 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sports Complex: Scuppers The scuppers appear to be in good condition. Student Health Services Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Sports Complex: Wall The walls appear to be in good condition. Student Health Services: Roof Overview General roof overview 04/13/2020 Page 260 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Student Health Services: Membrane Overview The membrane appears to be in good, maintainable condition at this time. Student Health Services: Appearance Overview The roof appearance is in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Student Health Services: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Sei?•. A yy -a - h'x �t r x q�N Student Health Services: Base Flashings The base flashings appear to be in good condition. 04/13/2020 Page 261 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Student Health Services: Roof Vents Roof vents appear to be in good condition at this time. Student Health Services: Sealant Deterioration/Failure Sealant should be removed and replaced to prevent water entry. Work Order #: 6480 Inspection Date: 03/24/2020 Student Health Services: TPO Boots TPO boots appear to be in good condition. Student Health Services: Sealant Repair Removed existing sealant and replaced with M1 sealant. 04/13/2020 Page 262 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Student Health Services: Sealant Deterioration/Failure Sealant should be removed and replaced to prevent water entry. aif e. ih u�x' hI ft1j, Work Order #: 6480 Inspection Date: 03/24/2020 Student Health Services: Sealant Repair Removed existing sealant and replaced with M1 sealant. Ji W 4s 1. Y.K'A.�. ' Student Health Services: Debris on Roof Student Health Services: Removed Debris on Roof Identified debris on the surface of the roof that could damage The debris was removed from the surface of the roof and or puncture the membrane. disposed of properly. 4 04/13/2020 Page 263 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, I k XT 4 f �4 Student Health Services: Debris on Roof Identified debris on the surface of the roof that could damage or puncture the membrane. 4 • '� •.fir sR ~�� ,.�. _ Student Health Services: Equipment Base Flashings The base flashings on the equipment housing appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Student Health Services: Removed Debris on Roof The debris was removed from the surface of the roof and disposed of properly. Student Health Services: Scuppers The scuppers appear to be in good condition. 04/13/2020 Page 264 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Student Health Services: Coping The coping appears to be in good condition. Sugden Hall Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Student Health Services: Downspouts The downspouts appear to be in good condition. Sugden Hall: Roof Overview General roof overview 04/13/2020 Page 265 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sugden Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Sugden Hall: Counter Flashings The counter flashing appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Sugden Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. .v Sugden Hall: Roof Overview General roof overview 04/13/2020 Page 266 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sugden Hall: Roof Overview General roof overview Sugden Hall: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Sugden Hall: Roof Overview General roof overview Sugden Hall: Membrane Overview The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 267 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sugden Hall: Surface Overview The roof surface appears to be in fair condition at this time. Sugden Hall: Appearance Overview The appearance of the roof is in fair condition at this time Work Order #: 6480 Inspection Date: 03/24/2020 Sugden Hall: Surface Overview The roof surface appears to be in fair condition at this time. - Sugden Hall: Appearance Overview The appearance of the roof is in fair condition at this time. 04/13/2020 Page 268 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sugden Hall: Base Flashings The base flashings appear to be in fair condition. Sugden Hall: Roof Overflow Roof Overflows appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Sugden Hall: Lead Boots Lead boots appear to be in fair condition. Sugden Hall: Roof Drains Roof drains appear to be in fair condition. 04/13/2020 Page 269 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sugden Hall: Roof Drain Strainer is broken or missing. With out the strainer the drain pipe can clog preventing proper drainage of the roof. Suggest installing six (6) new 12 inch drain strainers. Sugden Hall: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Work Order #: 6480 Inspection Date: 03/24/2020 Sugden Hall: Roof Drain Strainer is broken. With out the strainer the drain pipe can clog preventing proper drainage of the roof. Suggest installing ten (10) new 12 inch drain strainers. Sugden Hall: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. 04/13/2020 Page 270 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sugden Hall: Field Membrane Blister Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Sugden Hall: Masonry Problem Masonry problem may allow water penetration. Work Order #: 6480 Inspection Date: 03/24/2020 Sugden Hall: Field Membrane Blister Crowther Roofing suggests repairing the blisters using three (3) rolls of modified cap sheet set in bitumen adhesive brush grade. Sugden Hall: Masonry Problem Masonry problem may allow water penetration. 04/13/2020 Page 271 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Sugden Hall: Coping The coping appears to be in fair condition. University Controllers Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 Sugden Hall: Roof Edge Roof edge appears to be in good condition. University Controllers: Roof Overview General roof overview 04/13/2020 Page 272 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, University Controllers: Membrane Overview The membrane appears to be in good, maintainable condition at this time. University Controllers: Appearance Overview The roof appearance is in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 University Controllers: Surface Overview The roof surface appears to be in good, maintainable condition at this time. University Controllers: Base Flashings The base flashings appear to be in good condition. 04/13/2020 Page 273 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, University Controllers: Sealant Deterioration/Failure Sealant should be removed and replaced to prevent water entry. University Controllers: TPO Boots TPO boots appear to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 University Controllers: Sealant Repair Removed existing sealant and replaced with M1 sealant. University Controllers: Roof Vents Roof vents appear to be in good condition at this time. 04/13/2020 Page 274 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, University Controllers: Debris on Roof Identified debris on the surface of the roof that could damage or puncture the membrane. Work Order #: 6480 Inspection Date: 03/24/2020 University Controllers: Removed Debris on Roof The debris was removed from the surface of the roof and disposed of properly. I University Controllers: Equipment Base Flashings The base flashings on the equipment housing appear to be in good condition. University Controllers: Scuppers The scuppers appear to be in good condition. 04/13/2020 Page 275 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, University Controllers: Coping The coping appears to be in good condition. argareo 6. Sugden Welcor Center Welcome Center Building Identification Work Order #: 6480 Inspection Date: 03/24/2020 University Controllers: Downspouts The downspouts appear to be in good condition. Welcome Center: Membrane Overview The roof membrane appears to be in fair condition at this time. 04/13/2020 Page 276 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Welcome Center: Base Flashings The base flashings appear to be in fair condition. Welcome Center: Pitch Pans The pitch pans appear to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Welcome Center: Roof Drains Roof drains appear to be in fair condition. Welcome Center: Masonry Problem Masonry problem may allow water penetration. Crowther Roofing suggests hiring a stucco contractor to address the cracks in the wall. 04/13/2020 Page 277 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, J Welcome Center: Roof Overview General roof overview Welcome Center: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Welcome Center: Roof Overview General roof overview Welcome Center: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 278 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Welcome Center: Ridge Cap Ridge caps appear to be in good condition Welcome Center: Counter Flashings The counter flashing appears to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Welcome Center: Head Wall Flashing The head wall flashing appears to be in good condition. Welcome Center: Rubber Boots Rubber boots appear to be in good condition. 04/13/2020 Page 279 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Welcome Center: Tree Branches Identified tree branches hanging over the roof surface. Branches on the roof surface can cause deterioration of membrane, and act as an access for rodents and unwanted bugs/pests. Welcome Center: Tree Branches Identified tree branches hanging over the roof surface. Branches on the roof surface can cause deterioration of membrane, and act as an access for rodents and unwanted bugs/pests. Work Order #: 6480 Inspection Date: 03/24/2020 Welcome Center: Tree Branches Cut back the branches away from the roof surface and disposed of properly. Welcome Center: Tree Branches Cut back the branches away from the roof surface and disposed of properly. 04/13/2020 Page 280 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, pp�---A Welcome Center: Coping The coping appears to be in good condition. Welcome Center: Gutters The gutters appear to be in good condition. ,V:_. Work Order #: 6480 Inspection Date: 03/24/2020 Welcome Center: Roof Edge Roof edge appears to be in good condition. Welcome Center: Downspouts The downspouts appear to be in good condition. 04/13/2020 Page 281 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Whitaker Hall Building Identification Whitaker Hall: Membrane Overview The roof membrane appears to be in fair - poor condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Whitaker Hall: Roof Overview General roof overview Whitaker Hall: Surface Overview The roof surface appears to be in fair - poor condition at this time. 04/13/2020 Page 282 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Whitaker Hall: Appearance Overview The appearance of the roof is in fair condition at this time Whitaker Hall: Counter Flashings The counter flashing appears to be in good condition Work Order #: 6480 Inspection Date: 03/24/2020 Whitaker Hall: Base Flashings The base flashings appear to be in fair condition. Whitaker Hall: Roof Vents Roof vents appear to be in good condition at this time. 04/13/2020 Page 283 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Whitaker Hall: Roof Drains Roof drains appear to be in fair condition. Work Order #: 6480 Inspection Date: 03/24/2020 Whitaker Hall: Roof Overflow Roof Overflows appear to be in fair condition. Whitaker Hall: Pitch Pans Whitaker Hall: Chem Curbs The pitch pans appear to be in fair condition. The chem curbs appear to be in good, maintainable condition at this time. 04/13/2020 Page 284 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Whitaker Hall: Loose Granules Identified loose granules on the roof surface Whitaker Hall: Loose Granules Identified loose granules on the roof surface Work Order #: 6480 Inspection Date: 03/24/2020 Whitaker Hall: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. Whitaker Hall: Loose Granules Removed the loose granules from the roof surface, and disposed of properly. 04/13/2020 Page 285 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Whitaker Hall: Field Membrane -Loss of Granules The mineral granules have come off the cap sheet. Suggest overlaying a 20 foot by 20 foot area with modified cap sheet set in bitumen adhesive brush grade. Whitaker Hall: Field Membrane -Loss of Granules The mineral granules have come off the cap sheet. Suggest overlaying a 25 foot by 15 foot area with modified cap sheet set in bitumen adhesive brush grade. Work Order #: 6480 Inspection Date: 03/24/2020 Whitaker Hall: Field Membrane -Loss of Granules The mineral granules have come off the cap sheet. Suggest overlaying a 10 foot by 15 foot area with modified cap sheet set in bitumen adhesive brush grade. Whitaker Hall: Abandoned Objects Identified abandoned objects on roof surface. Crowther Roofing suggests having the material removed from the surface of the roof before damage occurs to the membrane. 04/13/2020 Page 286 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Whitaker Hall: Equipment Base Flashings The base flashings on the equipment housing appear to be in fair condition. Whitaker Hall: Roof Overview General roof overview Work Order #: 6480 Inspection Date: 03/24/2020 Whitaker Hall: Wall The walls appear to be in fair condition. Whitaker Hall: Roof Overview General roof overview 04/13/2020 Page 287 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Whitaker Hall: Roof Overview General roof overview Whitaker Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Work Order #: 6480 Inspection Date: 03/24/2020 Lx Whitaker Hall: Surface Overview The roof surface appears to be in good, maintainable condition at this time. Whitaker Hall: Appearance Overview The roof appearance is in good, maintainable condition at this time. 04/13/2020 Page 288 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Whitaker Hall: Ridge Cap Ridge caps appear to be in good condition. Whitaker Hall: Counter Flashings The counter flashing appears to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 Whitaker Hall: Head Wall Flashing The head wall flashing appears to be in good condition. Whitaker Hall: Lead Boots Lead boots appear to be in fair condition. 04/13/2020 Page 289 of 290 Inspection Report Florida Gulf Coast University, Fort Myers, Whitaker Hall: Coping The coping appears to be in good condition. Whitaker Hall: Downspouts The downspouts appear to be in good condition. Work Order #: 6480 Inspection Date: 03/24/2020 7 7 ■ rN f - ■ ■ r ■ a Ladd Whitaker Hall: Gutters The gutters appear to be in good condition. Whitaker Hall: Gutters The gutters appear to be in good condition. 04/13/2020 Page 290 of 290 Colllor Counly Co eY Comilty Adminlsbavvesemees Depar6nent R Wmmenlaevims OMsim h"orm 5 Reference Qucstimmnh•a (USL OM FORMFOR BACHRLOUIRLD ALFLRENCL) Referene:a Questionnaire for; Name: �/N 5 Company: FLO&eACJA Ar 7/ttCOLUrt.y (gvaluatacanpletingreferencequestionnaire) (1lvaluator'sCompany completing reference) Sollcllallon 20-7765 Colllor Comty has Implemcnled n process that collects refcreuco lnfnrmaliot on Gans and (heir key personnol to be used in Iho selection of firms to perform this project. the Name of the Company listed hl the Subject above has listed you as a client for which they have previously performed work. Please complcto the survey. Please mle each criteria to the best of your knowledge on a scale of I to 10, with 10 representing that you wero very sulislfed (and would hire the fnrnt/individual again) and I representing that you were very ursatislied (and would never hire the fnrun(indivdival again). If you do not have sufffclent knowledge of past performance is a particular area, leave it blank and the item or form will be scored "0" ProjectDcscriplie] 1: KonF ILL t un ProJectl3ndgeC ¢ CaOrAQtl 1e11Dato: Conpon 1V o")eml4 f.2 ProjectNumber ofDays:_ )(] Item Criteria Score nmsf he conr r otad 1 Abililytomanagetltcprojectcosls(mioimizechsaga otdersloscope). ro 2 Ability to ntointubt project schedule (complete on•thne or early). d 3 Quality of work. 4 Quality of consultative advice provided onthe project, 5 professionalism and ability to manage personnel. ' 6 Project administration (completed documents, final Invoice, final product turnover; Invoices; manuals or•going forward documentation, eta) Q I 7 Ability to verbally communicatoand document Information clearly and suminolly, v 8 Abillitytonunagerisks and unexpected project circumstances, lo 9 Ability to follow contract documents, policies, procedures, rules, regulations, ale. 10 Overall comfort level wills hiring the company In the fiduro (customer satisfaction), q TOTAL SCOIM Or ALLI'I'CMS '//30/20201:iG lsM p. 20 ^""UPnATP.D JANUARY 28,2020"^" Roofing YQaM TIMER RoofOW I' CoolClte6 Facility: Florencia at The Colony Address: 23850 Via Italia Circle, Bonita Springs, 34134 Customer: Florencia at the Colony Address: 23850 Via Italia Circle, Bonita Springs, Prepared By: CrowtherRoofing &Sheet Metal of FL, Inc. 2543 Rockfill Road, Ft, Myers, Florida 33916 Tel: 239-337-1600 Fax: (239) 332-0939 www.crowther.net Inspection Date: Monday, October 8, 2018 11/27/2018 Page 1 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Completed Work Florencia atthe Colony 23850 Via Italia Circle Bonita Springs, FL 34134 Work Order #: 4532 Inspection Date: 10108/2018 October 223 2018 florenciamanager@comcast.net (239) 949-3114 phone ATTN: Lyn Haars (239) 949-3117 fax Re.: Inspection Report (2 of 7) for Florencia at the Colony - Main Bldg, Pool House, Porte Cache Dear Lyn Haars, We would like to inform you that the 2"d of 7 Roof Check Inspections has been complete. Enclosed is our report for your records. We also performed routine preventative maintenance called for in our agreement. The inspections and preventative maintenance are key parts of minimizing roof leaks and maximizing the serviceability of your roof. Thank you for your business. Please call if you have any questions on this report or whenever we may be of service. Our Service Department number is (239) 337-1600. Sincerely yours, Sean Wallace (239)337-1600 RoofChec�" Survey & Analysis Crowther 11/27/2018 Page 2 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Main Roof: Roof Overview General roof overview Main Roof: Roof Overview General roof overview Work Order M 4532 Inspection Date: 10/08/2018 11/27/2018 Page 3 of 33 L'i 4 �� �;� Inspection Report Florencia at The Colony, Bonita Springs, Work Order M 4532 Inspection Date: 10/08/2018 Main Roof: Surtace Overview The roof surface appears to be in good, maintainable condition at this time. Main Roof: Surtace Overview The roof surface appears to be in good, maintainable condition at this time. 11/27/2018 Page 5 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Main Roof: Appearance Overview Work Order M 4532 Inspection Date: 10/08/2018 The roof appearance is in good, maintainable condition at this time. Main Roof: Appearance Overview The roof appearance is in good, maintainable condition at this time. 11/27/2018 Page 6 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Main Roof: Appearance Overview Work Order M 4532 Inspection Date: 10/08/2018 The roof appearance is in good, maintainable condition at this time. Main Roof: Field Tiles The field tiles appear to be in good condition at this time. 11/27/2018 Page 7 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Work Order #: 4532 Inspection Date: 10/08/2018 Main Roof: Base Flashings The base (lashings appear to be in good condition at this time. .�� P Iy Pi y N rtJJq� *SZ fit C. ii4mW „Y_�- Main Roof. Base Flashings The base flashings appear to be in good condition at this time. 11/27/2018 Page 8 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Work Order #: 4532 Inspection Date: 10108/2018 Main Roof: Counter Flashings The counter flashing appears to be in good condition at this time. Main Roof: Counter Flashings The counter flashing appears to be in good condition at this time. 11/27/2018 Page 9 of 33 Inspection Report Florencia at The Colony, Bonita Springs, d SR Main Roof: Counter Flashings Work Order #: 4532 Inspection Date: 10/08/2018 The counter flashing appears to be in good condition at this time. Main Roof: Chem Curbs The them curbs appear to be in good, maintainable condition at this time. 11 /27/2018 Page 10 of 33 Inspection Report Florencla at The Colony, Bonita Springs, Main Roof: Lead Boots Work Order M 4532 Inspection Date: 10/08/2018 The lead boots appear to be in good condition at this time. Main Roof: Lead Boots The lead boots appear to be in good condition at this time. 11/27/2018 Page 11 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Main Roof: Sealant Failure Identified a void in the sealant. Main Roof: Sealant Repair Work Order #: 4532 Inspection Date: 10108/2018 The void in the sealant was repaired using M1 sealant. 11/27/2018 Page 12 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Main Roof: Roof Edge Work Order M 4532 Inspection Date: 10/0812018 The roof edge appears to be in good condition at this time. Main Roof: Roof Drains The roof drains appear to be in good condition at this time. 11/27/2018 Page 13 of 33 Inspection Report Florencia at The colony, Bonita Springs, Main Roof: Debris on Roof Work Order M 4532 Inspection Date: 10/08/2018 Identified debris on the surface of the roof that could damage or puncture the membrane. Main Roof: Removed Debris on Roof The debris was removed from the surface of the roof and disposed of properly. 11/27/2018 Page 14 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Main Roof: Wall Work Order M 4532 Inspection Date: 10108/2018 The walls appear to be in good condition at this time. Main Roof: Wall The walls appear to be in good condition at this time. 11/27I2018 Page 15 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Work Order 4: 4532 Inspection Date: 10108/2018 Maln Roof: Coping The coping appears to be in good condition at this time. Main Roof: Coping The coping appears to be in good condition at this time. 11/27/2018 Page 16 of 33 Inspection Report Florencla at The Colony, Bonita Springs, i all 1p+ IIIR Mechanical Building Building Identification Work Order M 4532 Inspection Date: 10/08/2018 Mechanical Building: Surface Overview The roof surface appears to be in good, maintainable condition at this time. 11/27/2018 Page 17 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Main Roof: Appearance Overview Work Order M 4532 Inspection Date: 10/08/2018 The roof appearance is in good, maintainable condition at this time. Main Roof: Concrete Tile Roof General roof overview 11l27l2018 Page 18 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Main Roof: Field Tiles WorkOrder M 4532 Inspection Date: 10/08/2018 The field tiles appear to be in good condition at this time. Main Roof: Ridge Tiles The ridge tiles appear to be in good condition at this time. 11/27/2018 Page 19 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Main Roof: Lead Boots Work Order M 4532 Inspection Date: 10/08/2018 The lead boots appear to be in good condition at this time. Main Roof: Roof Edge The roof edge appears to be in good condition at this time. 11/27/2018 Page 20 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Main Roof: Identified Cracked Roof Tiles Work Order #: 4532 Inspection Date: 10/08/2018 Cracked of tiles can allow premature underlayment deterioration from excessive UV exposure. Main Roof: Repa(red Cracked Roof Tiles The cracked roof tiles were repaired using M1 sealant. 11/27/2018 Page 21 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Pool House Building Identification Work Order M 4532 Inspection Date: 10/08/2018 Pool House: Surface Overview The roof surface appears to be in good, maintainable condition at this time. 11/27/2018 Page 22 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Pool House: Appearance Overview Work Order #: 4532 Inspection Date: 10/08/2018 The roof appearance is in good, maintainable condition at this time. Pool House: Concrete Tile Roof General roof overview 11/27/2018 Page 23 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Pool House: Field Tiles Work Order M 4532 Inspection Date: 10/08/2018 The field tiles appear to be in good condition at this time. Pool House: Ridge Tiles The ridge tiles appear to be in goad condition at this time. 11/27/2018 Page 24 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Pool Hause: Identified Cracked Roof Tiles Work Order M 4532 Inspection Date: 10/08/2018 Cracked of tiles can allow premature underlayment deterioration from excessive UV exposure. Pool House: Repaired Cracked Roof Tiles The cracked roof tiles were repaired using file adhesive. 11/27/2018 Page 25 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Work Order #: 4632 Inspection Date: 10/08/2018 Pool House: Identified Cracked Roof Tiles Cracked of tiles can allow premature underlayment deterioration from excessive UV exposure. Pool House: Repaired Cracked Roof Tiles The cracked roof tiles were repaired using file adhesive. 11/27/2018 Page 26 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Pool House: Lead Boots Work Order #: 4532 Inspection Date: 10/08/2018 The lead boots appear to be in good condition at this time. Pool House: Roof Edge The roof edge appears to be in good condition at this time. 11/27/2018 Page 27 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Porte Cache Building Identification Work Order #: 4532 Inspection Date: 10/08/2018 Porte Cache: Surtace Overview The roof sufface appears to be in good, maintainable condition at this time. 11/27/2018 Page 28 of 33 Inspection Report Florencla at The Colony, Bonita Springs, Work Order M 4532 Inspection Date: 10/08/2018 Porte Cache: Surtace Overview The roof surface appears to be in good, maintainable condition at this time. Porte Cache: Appearance Overview The roof appearance is in good, maintainable condition at this time. 11/27I2018 Page 29 of 33 Inspection Report Work Order M 4532 Florencla at The Colony, Bonita Springs, Inspection Date: 10/08/2018 lic°° Aq ail IV f rf r 1 IV p Porte Cache: Appearance Overview The roof appearance is in good, maintainable condition at this time. Porte Cache: Concrete Tile Roof General roof overview 11l27/2018 Page 30 of 33 Inspection Report Florencla at The Colony, Bonita Springs, Porte Cache: Field Tlles Work Order M 4532 tnspeclion Date: 10/08/2018 The field tiles appear to be in good condition at this time. Porte Cache: Ridge Tlles The ridge tiles appear to be in good condition at this time. 11/27/2018 Page 31 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Porte Cache: Roof Drains Work Order M 4532 Inspection Date: 10/08/2018 The roof drains appear to be in good condition at this time. Porte Cache: Counter Flashings The counter flashing appears to be in good condition at this time. 11/27/2018 Page 32 of 33 Inspection Report Florencia at The Colony, Bonita Springs, Porte Cache: Roof Edge Work Order M 4532 Inspection Date: 10/08/2018 The roof edge appears to be in good condition at this time. Porte Cache: Gutters The gutters appear to be in good condition at this time. 11/27/2018 Page 33 of 33 Collier County CeirC014"ty oy AdmNds4aWo ftIINP %ate sD pa�5nenl Prouxenxnl Se Mrea Uiv{sbn Norm S Rcl2rencc Qneslionuniro fIISEONGFOWMPOW)TACf REQUIRED11 P'IRENCE) Rofercrco Sullcllalion 20.7765 (NmueofIndividnalsRequeslingReferencbinfoi•malioil) �, ' `1 Name: �l J Il Dy� i l ] Company: A N,/ VAA AT I * �66tij (Evaluator completing reference questionnaire) (13valuato•'s Company completing reli;renccee) c Email:Rl V t{L'4\ F �L OIV .0 (Y\ Collier County has inr)>lemeted a process that collets reference infmmratlon on firms eud their key personnel to be aired in the selection affirms to perform This project. 'ilia Nano of ilia Company listed lit ilia Subject above lies listed you as it client for which they have previously performed work. Please complete ilia survey, Please rate each criteria to ilia bast of your knowledge on a scale of 1 to 100 with 10 representing flint you were very satlsifed (and would hire the firrn/individual again) and 1 representing that you wero very unsatisfied (and would never hire the fire n/indivdival again). If you (to not hn've sufficient knowledge of past performance in a particular area, leave It blank and the Itcrr or form will be scored "0." Project Description; ko % Completion Date: Project Budget: PrgjectNumber of Days: Itdm Crltorin Sedr'a nmsf ho complete 1 AbiliEIr Innnagothoprojectcosts(n»nin9zechnng001 erstoscopo). 10 2 Ability tomaintain project schedule (complete on -limo or early). 3 Quality of work. q Quality of consultative advice provided on the project. 5 Professionalism and ability to manego personnel. 6 Project administration (completed documents, Snni invoice, fund d product turnover; Invoices; manuals or going forward documentation, etc.) I 7 Ability to verbally communicate and document information clearly and succinctly. 8 Ablltily to manage risks and unexpected project circumstances. 0 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. to 10 Overall comfort level with hiring ilia company in Ilia future (customer satisfaction). I'n U TOTAL SCORE Or, ALL 1TRMS � � h:�waw a �� � n \)WI (gyp A'q - i� �n1�� 11 1 7130120201:16 PM J p• 20 A"UPDATED JATIUARY 28, 2030""" inspection Report Prepared By: Crowther Roofing & Sheet Metal of FL, Inc. 2543 Rockfill Road, Ft. Myers, Florida 33916 Tel: 239-337-1600 Fax: (239) 332-0939 www.crowlher.net Inspection Date: Friday, March 6, 2020 ! III NT�io1hZ Roof(I)k %` C001chet.t" Facility: Navona at The Colony at Pelican Address: 23540 Via Veneto Blvd, Bonita Springs, 34134 Customer: Navona at the Colony Address: 23540 Via Veneto Blvd, Bonita Springs, RoofCher ri�' 03/26/2020 Page 1 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Completed Work Navona at the Colony 23540 Via Veneto Blvd. Bonita Springs, FL 34134 Attn: Awilda Rivera Work Order M 6519 Inspection Date: 03/06/2020 March 18, 2020 arivera@navonaatthecolony.com (239) 495-2041 phone Re.: Inspection Report (6 of 6) for Navona at the Colony Dear Ms. Rivera, We would like to inform you that the 6th of 6 Roof Check Inspection has been completed. Enclosed is our report for your records. We also performed routine preventative maintenance called for in our agreement. The inspections and preventative maintenance are key parts of minimizing roof leaks and maximizing the serviceability of your roof. Thank you for your business. Please call if you have any questions on this report or whenever we may be of service. Our Service Department number is (239) 3374600. Sincerely yours, Sean Wallace (239)337-1600 RoofLhet Survey & Analysis Crowther 03/26/2020 Page 2 of 35 Inspection Report Work Order M 6519 Navona at The Colony at Pelican Landing, Bonita Springs, Inspection Date: 03/06/2020 Navona Building Identification Roof Overview General roof overview. 03/26/2020 Page 3 of 35 Inspection Report Work Order M 6519 Navona at The Colony at Pelican Landing, Bonita Springs, Inspection Date: 03/06/2020 Membrane Overview The membrane appears to be in good, maintainable condition at this time. Membrane Overview The membrane appears to be in good, maintainable condition at this time. 03/26/2020 Page 4 of 35 Inspection Report Work Order#: 6519 Navona at The Colony at Pelican Landing, Bonita Springs, Inspection Date: 03/06/2020 Membrane Overview The membrane appears to be in good, maintainable condition at this time. Surface Overview The roof surface appears to be in good, maintainable condition at this time. 03/26/2020 Page 5 of 35 Inspection Report Work Order #: 6519 Navona at The Colony at Pelican Landing, Bonita Springs, Inspection Date: 03/06/2020 Surtace Overview The roof surtace appears to be in good, maintainable condition at this time. Appearance Overview The roof appearance is in good, maintainable condition at this time. 03/26/2020 Page 6 of 35 Inspection Report Work Order M 6519 Navona at The Colony at Pelican Landing, Bonita Springs, Inspection Date: 03/06/2020 Appearance Overview The roof appearance is in good, maintainable condition at this time. Appearance Overview The roof appearance is in good, maintainable condition at this time. 03126/2020 Page 7 of 35 Inspection Report Work Order M 6519 Navona at The Colony at Pelican Landing, Bonita Springs, Inspection Date: 03/06/2020 Base Flashings The base (lashings appear to be in good condition. Base Flashings The base (lashings appear to be in good condition. 03/26/2020 Page 8 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Work Order M 6519 Inspection Date: 03/06/2020 Counter Flashing The counter flashing appears to be in good condition. Counter Flashing The counter flashing appears to be in good condition. 03/26/2020 Page 9 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Lead Boots Lead boots appear to be in fair condition. Lead Boots Lead boots appear to be in fair condition. Work Order M 6519 Inspection Date: 03/06/2020 03/26/2020 Page 10 of 35 Inspection Report Work Order M 6519 Navona at The Colony at Pelican Landing, Bonita Springs, Inspection Date: 03/06/2020 Lead Boots Lead boots appear to be in fair condition. Roof Vents Roof vents appear to be in good condition at this time. 03/26/2020 Page 11 of 35 Inspection Report Work Order M 6519 Navona at The Colony at Pelican Landing, Bonita Springs, Inspection Date: 03/06/2020 Roof Dralns Roof drains appear to be in good condition. Roof Drains Roof drains appear to be in good condition. 03/26/2020 Page 12 of 35 Inspection Report Work Order M 6519 Navona at The Colony at Pelican Landing, Bonita Springs, Inspection Date: 03/06/2020 Scupper The scupper appears to be in good condition. �niF-7I�! The walls appear to be in good condition. 03/26/2020 Page 13 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Wall Vents Work Order M 6519 Inspection Date: 03/06/2020 Wall vents appear to be in good condition at this time. Wall Vents The wall vents appear to be in good condition. 03/26/2020 Page 14 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Equipment Housing Work Order M 6519 Inspection Date: 03/06/2020 The equipment housing appears to be in fair condition. Equipment Housing The equipment housing appears to be in fair condition. 03/26/2020 Page 15 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Equipment Base Flashing Work Order M 6519 Inspection Date: 03/06/2020 The equipment base flashing appears to be in good condition. Equipment Base Flashing The equipment base flashing appears to be in good condition. 03126/2020 Page 16 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Lead BooUStand Legs Work Order #: 6519 Inspection Date: 03/06/2020 Lead boot/stand legs appear to be in fair condition. Lead Boot/Stand Legs Lead boots/stand legs appear to be in fair condition. 03/26/2020 Page 17 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Sealant Deterioration/Failure Work Order M 6519 Inspection Date: 03/06/2020 Sealant should be removed and replaced to prevent water entry. Sealant Repair Removed existing sealant and replaced with M1 sealant. 03/26/2020 Page 18 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Sealant Failure Identified a void in the sealant. Work Order #: 6519 Inspection Date: 03/06/2020 Sealant Repalr Removed existing sealant and replaced with M1 sealant. 03/26/2020 Page 19 of 35 Inspection Report Work Order #: 6519 Navona at The Colony at Pelican Landing, Bonita Springs, Inspection Date: 03/06/2020 FfeldMembrane- Blister Blisters are caused by gas trapped in the system and maybe ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Crowther Roofing will monitor. Field Membrane Blisters Blisters are caused by gas trapped in the system and maybe ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Crowther Roofing will monitor. 03/26/2020 Page 20 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Field Membrane Blisters Work Order M 6519 Inspection Date: 03/06/2020 Blisters are caused by gas trapped in the system and may be ruptured with foot traffic. Felts are exposed and premature deterioration will occur. Crowther Roofing will monitor. Coping The coping appears to be in good condition. 03/26/2020 Page 21 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Coping The coping appears to be in good condition. Membrane Overview Work Order M 6519 Inspection Date: 03/06/2020 The roof membrane appears to be in fair condition at this time. 03/26/2020 Page 22 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Work Order #: 6519 Inspection Date: 03/06/2020 Surtace Overview The roof surface appears to be in good, maintainable condition at this time. I� Appearance Overview The roof appearance is in good, maintainable condition at this time. 03/26/2020 Page 23 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Roof Drains Roof drains appear to be in good condition. Roof Drains Roof drains appear to be in good condition. Work Order #: 6519 Inspection Date: 03/06/2020 03/26/2020 Page 25 of 35 Inspection Report Work Order M 6519 Navona at The Colony at Pelican Landing, Bonita Springs, Inspection Date: 03/06/2020 Coping The coping appears to be in good condition. Coping The coping appears to be in goad condition. 03/26/2020 Page 27 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Work Order M 6519 Inspection Date: 03/06/2020 t M f 41 k +. of rift{ r'-1 r Concrete Tile Roof Tile roof appears to be in good condition. Surtace Overview The roof surface appears to be in good, maintainable condition at this time. 03/26/2020 Page 28 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Surface Overview Work Order M 6519 Inspection Date: 03/06/2020 The roof surface appears to be in good, maintainable condition at this time. Appearance Overview The roof appearance is in goad, maintainable condition at this time. 03/26/2020 Page 29 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Appearance Overview Work Order M 6519 Inspection Date: 03/06/2020 The roof appearance is in good, maintainable condition at this time. e Appearance Overview The roof appearance is in good, maintainable condition at this time. 03/26/2020 Page 30 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Work Order M 6519 Inspection Date: 03/06/2020 ■ f( Ridge Tiles Ridge tiles appear to be in goad condition. 1 Ridge Tiles Ridge tiles appear to be in goad condition. 03/26/2020 Page 31 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Field Tiles Field tiles appear to be in good condition. Field Tiles Field tiles appear to be in good condition. Work Order M 6519 Inspection Date: 03/06/2020 03/26/2020 Page 32 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Lead Boots Lead boots appear to be in good condition. Roof Edge Roof edge appears to be in good condition. Work Order M 6519 Inspection Date: 03/06/2020 03/26/2020 Page 33 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Gutters The gutters appear to be in good condition. Gutters The gutters appear to be in good condition. Work Order M 6519 Inspection Date: 03/06/2020 03/26/2020 Page 34 of 35 Inspection Report Navona at The Colony at Pelican Landing, Bonita Springs, Work Order M 6519 Inspection Date: 03/06/2020 Downspouts The downspouts appear to be in good condition. Downspouts The downspouts appear to be in good condition. 03/26/2020 Page 35 of 35 JF*restone a May 08, 2017 CROWTHER INC 2543 Rockfill Rd Fort Myers, FL 339164823 To Whom It May Concern: Please be advised that CROWTHER INC is a licensed Red Shield applicator in good standing with Firestone Building Products Company. CROWTHER INC is authorized with Firestone for EPDM effective 10/12/88, APP effective 10/12/88, ULTRAPLY effective 10/12/88, Metal effective 04/13/2006, SBS/BUR effective 10/12/88 under license #05017. Firestone is proud to include CROWTHER INC into our family of Red Shield applicators. If I may be of further assistance, please feel free to call my office. Sincerely, Ben George Manager, Technical Building Solutions 5/8/2017 A C,e wa&m ofA4 ffomwtce Backed by a C8rtiRy ofExperience 250 West 95th 5uea • Indianapolis, IN 46260 . 317-575-7000 Faun 317-575-7100 httpelfwww.firestorebpcmmm Page 1 of 1 �J March 13, 2016 Crowther Roofing & Sheet Metal of Florid 2S43 Rockfill Rd Fort Myers, Ft. 33916 (239)337-1300 Dear Property Owner: GAF is proud to recognize Crowther Roofing & Sheet Metal of Florid as a GAF Master SelectTm Roofing Contractor (our highest certification level). To achieve this status, a contractor must consistently demonstrate the capability and resources necessary to perform the highest quality work to help protect your valuable investment. In all, less than 1% of the contractors in the U.S. have qualified for the prestigious Master Select"' distinction. As a result of their status, Crowther Roofing & Sheet Metal of Florid is also qualified to offer you several exclusive manufacturer's programs only available to Master Select Contractors. Our Master SelectTM contractors are the backbone of our certified contractor program, and we're privileged to have Crowther Roofing & Sheet Metal of Florid as part of this very select group. We know that they would be honored if you were to choose them to perform your roofing work. Sincerely, A T ,64 � t-'- President and Chief Executive Officer GAF " MASTER File:/I/C:/UserslJesser/AppD ala/Local/Microsoft/ Windows/INetCache/Coiltent.0utlook/QF... 8/3 0/2016 117" Johns Manville A Berkshire Hathaway Company 6/2/2009 Crowther Rfg & Sheet Mtl of FL Inc 2543 Rockfill Road Fort Myers, FL 33916 Phone: 239-337-1300 Fax: 239-332-0939 RE: Contractor Approval Letter To Whom It May Concern: Randy Wrights Technical Services Specialist Mid Atlantic District Johns Manville Corporation 10100 W. Ute Ave (80127) P.O. Box 625001 Littleton, CO 80162-5001 800 922 5922 303 978 4124 Fax wrightsr((D,im.com Please be advised that a Johns Manville Certified Roofing Contractor Agreement (the "Agreement") presently exists between Johns Manville Roofing Systems Group and the above named contractor located at the above address. The Agreement stipulates that Johns Manville will issue Asphalt and/or Single Ply Roofing System Peak Advantage Guarantees for Johns Manville systems listed below. APP Modified Bitumen Built-Up/SBS Roofing PVC/TPO Thermoplastic EPDM Single Ply Cleanbond No Dollar Limit No Dollar Limit No Dollar Limit No Dollar Limit No Dollar Limit These guarantees will be issued to the above -named contractor in accordance with all procedures and requirements of the Johns Manville Asphalt and Single Ply Roofing System Guarantee Program. In addition, the above named contractor has achieved the elite status of Summit Club Contractor within the Johns Manville Peak Advantage Contractor Program. This status is achieved by less than 10% of our approved contractors This Agreement is subject to cancellation by either Johns Manville Roofing Systems Group or the above named contractor upon thirty (30) days written notice to the other party of the Agreement. Please call if you need further information. Very truly yours, Randy Wrights RRC, RRO, CIT Johns Manville Roofing Systems Group POLYGLASS U.S.A. INC. Corporate Office 1111 W. Newporrt Center Drive Deerfield Beach, FL 33442 Tel (954(.233-1330 Fax (954).418.4453 Manufacturing Facilities: HAZLETON PENNSYLVANIA 555 Oakridge Road 18202 Tel (800(.894.4563 Fax (570) 384.3282 WINTER HAVEN FLORIDA 1231 American Superior Blvd 33880 Tel (866).802.8017 Fax (8631.297.5858 FERNLEY NEVADA 150 Lyon Drive 89406 Tel 1800).222.9782 Fax (775(.575.2314 Email: technical@polyglass.com Website: www.polyglass.us February 24, 2017 Mr. Lee Crowther Crowther Roofing and Sheetmetal of Florida, Inc. 2543 Rockfill Road Fort Myers, FL 33916 RE: Polyglass Registered Contractor Status Mr. Crowther; ROOFING AND WATERPROOFING SYSTEMS U T 0 A b! Nv�c] IF— G MAPE/ G R O U P This letter is to clarify that Crowther Roofing and Sheetmetal of Florida, Inc. is a current Polyglass Registered Contractor in good standing. Crowther Roofing and Sheetmetal of Florida, Inc. has been a Polyglass Registered Contractor since June 23, 2004, and retains the Polyglass Registered Contractor number 2156. As such, Crowther Roofing and Sheetmetal of Florida, Inc. has availability to the many warranties, inclusive of 20 year NDL warranties, offered to registered contractors when they use Polyglass products. Polyglass Registered Contractors are periodically reviewed relative to their professionalism, performance and workmanship, as well as, compliance to terms of the Registered Contractor Program. Regards, Helen S. Pinelli Warranty/Technical Services Supervisor Polyglass U.S.A., Inc. hpinelliPpolvglass.com CC: File irexeivietam oofing Systems + Custom Fabricatiol A December 161", 2019 Re: DM -ARM Authorized Fabricator Certification To Whom It May Concern: This letter is to certify that Crowther Roofing & Sheet Metal of Florida, Inc. of Fort Myers, FL has been audited by Drexel Metals, Inc. on the above date and has satisfied the Quality Assurance requirements set forth by Drexel Metals Association of Regional Manufacturers (DM -ARM) and all local building codes. Crowther Roofing & Sheet Metal of Florida, Inc. is an Authorized Fabricator of Drexel's products listed below and operates in full compliance with Drexel's Quality Assurance Program. This certification requires annual audits and will expire 1 year from the above date. Standing Seam Panels: ES-1 Edge Metal Systems: DMC 175S, DMC 150SS, Coping Systems, Fascia Systems, DMC 100NS, DMC 5V Gravel Stop Systems, Gutter Systems DMC 450 If you need additional information, please contact the Technical Department at (502) 716-7143. Respectfully, Jason Shumate Director of Technical Services Drexel Metals, Inc. 1234 Gardiner Lane, Louisville, KY 40213 Toll Free: 888.321.9630 www.drexelmetals.com February 24, 2017 Travis Spencer Crowther Roofing & Sheet Metal of FL 2543 Rockfill Road Ft. Myers, FL 33916 TEL: 239-337-1300 FAX: 239-332-0939 Email: traviss@crowther.net Dear Mr. Spencer: This is to confirm that Crowther Roofing & Sheet Metal of FL has been an approved Siplast Select Contractor since 09/14/1990 and is authorized to apply Siplast guaranteed roofing systems subject to current guarantee requirements. Sincerely, Eric McKenzie District Sales Manager EM:KW:sat Siplast 1000 Rochelle Boulevard 201 Bewicke Avenue, Suite 208 Customer Service in North America Irving, Texas 75062-3940 North Vancouver, BC, Canada V71M 3M7 1.800.922.8800 www.siplast.com tnc�;�vativ<� k�i}ilciirrg l_siv�€upa So€i�4iat�s August 29, 2016 Crowther Roofing & Sheet Metal 2501 Rockfill Road Fort Meyers, FL 33916 RE: Authorized Applicator To Whom It May Concern: Please be advised that Crowther Roofing & Sheet Metal (FL236) of Fort Meyers, FL is an authorized SOPREMA applicator in good standing and is qualified to install all specified SOPREMA roof products and waterproofing products & systems. Upon successful completion, they are eligible to receive all SOPREMA offered warranties. Please contact me at 330-334-0066 or pblack(absoprema.us should you have questions or require additional information. Sincerely, Patrick F. Black Technical Support Coordinator 310 Quadral Drive Wadsworth, OH 44281 cc: Project File Sales and Technical Staff, SOPREMA aa.-d.:,,....,_......m...��.....,�-/���,-:r...; �.. .,.�.. �,: ,..., ,x'r"1..--w'--�✓"� :.w. .-.,..,l, vvn,.,.�'�.- , ,.viX, ..r,�.,.,,.... a. ,-�,r-�.. �.,m,,. ..,..,. ._M _r r,'��+ae_. ,._.. � ,-. 1 ■❑ ❑R ■❑ Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE ROOFING CONTRACTOR HEREIN IStERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES iCROWTHER, LEE r y f � • ROOFING OF FLORIDA • 2543 ROCKFILL ROAD i xFORT MYERS• • + LICENSE •r NUMBEIF,�d�ff0l§822 mz=:r- EXPIRATION DATE: AUGUST 31,2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document.