Loading...
Agenda 10/14/2025 Item #16F 1 (Awarding IFQ #24-8312 Roof Replacement Contracters to various contractors)10/14/2025 Item # 16.F.1 ID# 2025-2915 Executive Summary Recommendation to award Invitation for Qualification No. 24-8312, “Roof Replacement Contractors,” to Crowther Roofing and Sheet Metal of Florida, Inc., Advanced Roofing, Inc., Clayton Contracting of SWFL, LLC, Atlas Apex Roofing, LLC, and Advanced Roofing & Sheetmetal, LLC, and authorize the Chair to sign the attached agreements. OBJECTIVE: To qualify roofing contractors to provide roof replacement services for County-owned and operated facilities in a fair and competitive manner, in accordance with the procurement ordinance. CONSIDERATIONS: Projects exceeding $500,000 require Board approval, and those exceeding $1,000,000 will be formally solicited unless otherwise approved by the Board. This award was solicited in compliance with FEMA grant requirements. On January 22, 2025, the Procurement Services Division issued Invitation for Qualification No. 24-8312, Roof Replacement Contractors. The County received nine proposals by the February 24, 2025, deadline, as summarized below: Respondents: Company Name City County State Final Ranking Responsive / Responsible Crowther Roofing and Sheet Metal of Florida, Inc. Fort Myers Lee FL 1 Yes/Yes Advanced Roofing, Inc. Ft. Lauderdale Broward FL 2 Yes/Yes Clayton Contracting of SWFL, LLC Cape Coral Lee FL 3 Yes/Yes Atlas Apex Roofing, LLC Oakland Park Broward FL 4 Yes/Yes Advanced Roofing & Sheetmetal, LLC Fort Myers Lee FL 5 Yes/Yes Taj Roofing & Sheet Metal LLC Fort Myers Lee FL 6 Yes/Yes KH Commercial Roofing LLC Knoxville Knox TN 7 Yes/Yes FA Remodeling and Repairs Inc. Naples Collier FL 8 Yes/Yes CFS Roofing Services, LLC Fort Myers Lee FL Not Ranked No/Yes Of the nine proposals received, eight were deemed responsive and responsible, though some contained minor irregularities. One firm, CFS Roofing Services, LLC, was deemed non-responsive for failing to address the evaluation criteria. A selection committee met on April 14, 2025, and, after reviewing the proposals and deliberating, scored the proposals and ranked the firms as shown above. The final ranking resulted in a tie between KH Commercial Roofing LLC and Taj Roofing & Sheetmetal, LLC. Pursuant to the tie-breaker procedure outlined in the solicitation documents and the Collier County Procurement Manual, the tie was resolved. Staff is recommending awards to Crowther Roofing and Sheet Metal of Florida, Inc., Advanced Roofing, Inc., Clayton Contracting of SWFL, LLC, Atlas Apex Roofing, LLC, and Advanced Roofing & Sheetmetal, LLC, the five highest- ranked responsive and responsible proposers. Both Advanced Roofing, Inc. and Crowther Roofing and Sheet Metal of Florida, Inc. have provided roofing services under previous Roofing Replacement agreements, as well as under the County’s current Roofing Preventative Maintenance and Remedial Repairs agreements. Clayton Contracting of SWFL, LLC, and Atlas Apex Roofing, LLC, will be new contractors to the County, having been incorporated in Florida in 2022 and 2012, respectively. Advanced Roofing & Sheetmetal, LLC, is also a new contractor Page 3780 of 6526 10/14/2025 Item # 16.F.1 ID# 2025-2915 to the County and has been registered to do business in Florida since 2019. The attached agreements have an initial three-year term with one optional two-year renewal. This item is consistent with the Collier County strategic plan objective to optimize the useful life of all public infrastructure and resources through proper planning and preventative maintenance. FISCAL IMPACT: The budget for this contract is provided in the County-Wide Capital Fund (3001), Roofing Projects (52161). Other County Manager Divisions utilizing this contract will provide funding from their respective budgets. Historical annual expenditures under the previous agreements averaged approximately $375,000 per year. Future annual expenditures will be based on the County’s needs and available budget. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award Invitation for Qualification No. 24-8312, “Roof Replacement Contractors,” to Crowther Roofing and Sheet Metal of Florida, Inc., Advanced Roofing, Inc., Clayton Contracting of SWFL, LLC, Atlas Apex Roofing, LLC, and Advanced Roofing & Sheetmetal, LLC, and authorize the Chair to sign the attached agreements. PREPARED BY: Todd Fiedorowicz, Contract Administration Specialist, Facilities Management Division ATTACHMENTS: 1. 24-8312 - Solicitation 2. 24-8312 Final Ranking 3. 24-8312 NORA pdf 4. 24-8312 Advanced Roofing, Inc -Proposal 5. 24-8312 Advanced Roofing Contract VS 6. 24-8312 Advanced Roofing COI in Compliance 7. 24-8312 Advanced Roofing & Sheet Metal LLC -Proposal 8. 24-8312 Advanced Roofing & Sheet Contract VS 9. 24-8312 Advanced Roofing & Sheet COI exp11.1.25 10. 24-8312 Atlas Apex Roofing, LLC -Proposal 11. 24-8312 Apex Roofing USA fka Atlas Apex VS 12. 24-8312 Apex Roofing USA Collier Co. C.O.I Exp 2026-1-1 13. 24-8312 Clayton Contracting of SWFL LLC -Proposal 14. 24-8312 Clayton Contracting Contract VS 15. 24-8312 Clayton COI in Compliance 16. 24-8312 Clayton COI Auto 10.11.25 17. 24-8312 Crowther Roofing and Sheetmetal -Proposal 18. 24-8312 Crowther Roofing Contract VS 19. 24-8312 Crowther Roofing COI in Compliance Page 3781 of 6526 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION FOR QUALIFICATION (IFQ) FOR Roof Replacement Contractors SOLICITATION NO.: 24-8312 MATTHEW WEBSTER, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8491 Matthew.webster@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. Page 3782 of 6526 SOLICITATION PUBLIC NOTICE INVITATION FOR QUALIFICATION (IFQ) NUMBER: 24-8312 PROJECT TITLE: Roof Replacement Contractors IFQ OPENING DAY/DATE/TIME: January 10, 2025 at 3:00 P.M. PLACE OF IFQ 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://procurement.opengov.com/portal/collier-county-fl INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation for Qualification (hereinafter, “IFQ”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The 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 over $1,400,000 during the first 4 ½ years of the current contract; however, this may not be indicative of future buying patterns. BACKGROUND The purpose of this solicitation is to qualify roofing contractors to provide roof replacement services for County-owned and operated facilities. The Facilities Management Division oversees the maintenance and management of approximately 6,663,000 square feet of roofing. The County intends to select between three (3) and five (5) vendors capable of completing roof replacement services. All planned projects will be quoted to the qualified vendors using lump sum pricing. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with one (1) two (2) year renewal option. 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. The County reserves the right to seek services outside of the awarded contract. The County Manager, or designee, may, at his discretion, extend the Agreement under all 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. DETAILED SCOPE OF WORK 1. Roofing Replacement Services This solicitation is for roofing replacement services, which include but are not limited to: A. Inspection and Consultation: thoroughly inspect the existing roof to assess its condition, identify any problems, and determine acceptable replacement materials. B. Site Preparation: secure surrounding and work areas. Ensure the protection of items in and around the work area. C. Removal of existing Roof: including but not limited to existing material (shingles, metal, flat roof), underlayment, and decking. D. Deck Repair or Replacement: inspect the underlying roof deck for repair or replacement. E. Underlayment Installation: install a new underlayment. F. New Roof Installation: install the chosen roofing material according to the manufacturer’s specifications and building codes. Page 3783 of 6526 G. Ventilation Installation: ensure adequate ventilation is incorporated into the new roofing system. H. Cleanup and Inspection: thoroughly clean up the work site and remove all debris. Ensure all required inspections are completed. 2. Minimum Requirements The Contractor must meet the following minimum requirements: A. Contractor must be licensed to operate in the State of Florida within Collier County and possess all current Professional Licenses necessary to perform the services required. All licenses must be valid and current throughout the life of the agreement.  Contractors must include a copy of their Certified Roofing Contractor license at the time of proposal submittal. 3. Distribution of Work for non-FEMA-related projects A. Bid documents such as a Summary of Work, Plans and/or Technical Specifications, etc. will be provided to all of the selected contractors, along with a bid schedule for providing price. Project timeline and the collection of liquidated damages may be specified in the Request for Quotation. B. The County’s Project Manager will set the required response time for each project, but contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. Some projects, urgent in nature, may require a shorter response schedule at the Project Manager’s discretion. This period may also include a pre-bid meeting. C. The work will be awarded to the Contractor who submits the lowest quote. D. The County and the Division Representative or designee may negotiate, including the terms and conditions of the Scope of Work, with the Contractor that submitted the lowest quote. E. All awarded contractors are required to submit quotes for each Request for Quote issued under the contract. Repeated failure to submit a quote as requested and by the deadline may lead to removal from the contract pool. F. Contractor will commence work only upon receipt of a Notice to Proceed or a Purchase Order. The Contractor agrees that any Purchase Order extending beyond the expiration date of the resultant contract will remain subject to the terms and conditions of the contract until completion or termination of the work. G. Payment and Performance Bonds will be required for projects over $200,000 and shall be provided within ten (10) business days after notification of intent to award. H. Board approval is required for any single project exceeding $500,000. I. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under this Agreement. J. Collier County reserves the right to waive any or all of these requirements and to separately solicit any project if it is deemed to be in the best interest of the county. Projects exceeding $1,000,000 will be formally solicited unless otherwise approved by the Board of County commissioners. 4. Procedures for Obtaining Work Assignments when FEMA financial assistance will be used to fund all or a portion of the work under a resultant Purchase Order: A. The County’s Project Manager will follow the procedure outlined below for obtaining quotes for projects with a value of $10,000 or less: a. A quote will be requested from one (1) of the awarded Contractors on a basis that ensures a relatively even distribution of the work over the term of the contract. Previous experience working on a facility or with a particular specialty may be considered in selection provided the overall goal of a relatively even distribution of the work is still maintained. b. The Contractor shall respond with the information and/or proposal sought within seven (7) calendar days. c. Contractor will commence work upon the County’s issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work B. For Projects with a value over $10,000 and up to $250,000, or a project not exceeding the simplified acquisition threshold amount in place at the time of the disaster, and as set forth by the Federal Acquisition Regulation at 48 CFR subpart 2.1, whichever amount is greater: a. Bid documents such as a Summary of Work, Plans and/or Technical Specifications, etc. will be provided to all of the selected contractors, along with a bid schedule for providing price. Project timeline and the collection of liquidated damages may be specified in the Request for Quotation. b. The County’s Project Manager will set the required response time for each project, but contractors will be Page 3784 of 6526 given a minimum of ten (10) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. Some projects, urgent in nature, may require a shorter response schedule at the Project Manager’s discretion. This period may also include a pre-bid meeting. c. The Contractor shall provide a completed bid schedule based on the quote schedule provided, including any identified unit prices and add/deduct alternates. d. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under this Agreement. e. The County’s Project Manager will review all quotes received, and if a minimum of three responsive quotes are not received, or if the lowest quote is outside the budget, the County may re-quote the project or formally solicit. f. Payment and Performance Bonds will be required for projects over $200,000 and shall be provided in accordance with F.S. § 255.05. g. Contractor will commence work upon the County’s issuance of a Purchase Order and Notice to Proceed. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. h. The County reserves the right to waive any or all of these requirements and to separately solicit any job if it’s in the best interest of the County. The County reserved the right to supply all necessary parts for selected projects and repairs. i. Projects exceeding $250,000, or a project exceeding the simplified acquisition threshold amount in place at the time of the disaster, and as set forth by the Federal Acquisition Regulation at 48 CFR subpart 2.1, whichever amount is greater, will be formally solicited and publicly advertised by the County, in accordance with Procurement Ordinance, as amended. The bid opportunity will be open to qualified bidders beyond the pool of vendors awarded under the resultant agreement for this solicitation. The above quoting procedures and thresholds will not apply during Exigency or Emergency (E&E) Circumstances, as determined by the County. In such a situation, the County reserves the right to forego quoting procedures and issue a Purchase Order to one of the qualified Contractors under the resultant agreement to perform the work necessary to address the E&E circumstances.. 5. Price Methodology The Contractor will be compensated for a Lump Sum, and Time and Material Not to Exceed (T&M NTE) work, as applicable, including material and specialty equipment markup. For Lump Sum work, the contractor shall include all labor, material, equipment, staging, storage, coordination and all other items and efforts reasonably expected to be required to complete the entirety of the scope of work and intention of the bid documents. All T&M NTE work will utilize a fee schedule. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the awarded Contractors and will be added to the contract for utilization throughout the term of the contract. For all T&M NTE work, Contractor(s) shall be required to provide backup documentation of the Contractor’s time and proof of the subcontractor services and/or parts/materials/ equipment/rental equipment by providing invoices and receipts at the time of invoice submission. The markup for subcontractors shall not exceed 15%. The markup for materials shall not exceed 15%. The markup for rental equipment shall not exceed 15%. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on freight, sales tax, consumer fees or taxes, use, and other similar taxes or fees associated with any work under the resultant contract. 6. Contractor Responsibilities A. The Contractor shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the services requested. All work, equipment, parts, and materials not specified in the Scope of Work must meet Collier County Vertical Standards CC Vertical Standards 2021 (colliercountyfl.gov)/Facilities Master Specs and the Florida Building Code (FBC) Florida Building Code Online. If any work, equipment, parts, and materials are not addressed in the Scope of Work or in Collier County Vertical Standards/Facilities Master Specs, approval in writing by the Division Representative or designee shall be required. B. Collier County Vertical Standards are considered 'living documents,' and the awarded contractor must review and adhere to the latest version when submitting proposals for work. Non-compliance with the latest Collier County Vertical Standards will require the responsible contractor to remediate the out-of-compliance work at no additional cost to the county. Page 3785 of 6526 C. All roofing replacements shall also conform to all existing Authority Having Jurisdiction (AHJ) Codes and Regulations. In addition, all projects are required to be in compliance with the following: a. Contractors must comply with the specifications and qualifications of the National Roofing Contractors Association (NRCA) and the Sheet Metal and Air Conditioning Contractors National Association (SMACNA), where applicable. D. The Contractor shall expressly warrant that all materials are new, free from defects, and warranted for merchantability, meeting or exceeding the performance specifications of the original materials. Should any portion or all of an order be found defective upon delivery and/or installation, the Contractor shall promptly replace the defective material at no expense to the county. E. Contractors are required to provide and maintain roofing systems according to the manufacturer's technical specifications and warranty requirements, as applicable. F. Contractors will be responsible for utilizing any systems the Division uses for work requests under this Agreement. Contractors will be required to update, complete, and close work requests and attach before and after pictures, as necessary. G. 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. H. The Contractor shall employ qualified technicians to perform the work. The Division Representative or designee reserves the right to request technician credentials and verify their experience. I. The Contractor is responsible for obtaining all necessary permits required to complete the work. The Contractor must use a qualified professional or company representative with current, valid licenses and certifications and the expertise to secure all necessary permits. J. Contractor must comply with Federal and State right-to-know laws if hazardous materials are used. Safety Data Sheets (SDS) will be made available and provided to the Division Representative or designee upon request. The Contractor is required to immediately report to the Division Representative or designee any spillage or dumping of hazardous material on Collier County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. K. The Contractor shall be responsible for removing all debris from the site and cleaning affected areas. The Contractor shall keep the premises free of debris and unusable materials resulting from their work and, as work progresses, or upon request by the Division’s Representative or designee, shall remove such debris and materials from the property. The Contractor shall leave all affected areas as they were before beginning work. 7. Work Hours A. Normal business hours are Monday through Friday between 7:00 AM and 5:00 PM, excluding Collier County observed Holidays. After-hours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday, or County Observed Holidays. B. Roofing replacement is generally scheduled during normal business hours. However, the county reserves the right to request services outside of normal business hours as determined necessary by the Division Representative or designee. 8. Records and Documentation A. All work must include warranty certifications, reporting, and submittals to ensure compliance with the manufacturer's and contractor's warranties, where applicable. Contractors must obtain the manufacturer's acknowledgment of compliance and acceptance of any repairs and warranty work provided. B. The Contractor shall provide all necessary reports and records as required in each Request for Quote within the specified timeframe to the Division Representative or designee. C. The Contractor shall inform the Division Representative or designee in writing of any extenuating circumstances that may prevent them from meeting the performance measures outlined in the Request for Quote. D. The Contractor shall be solely responsible for ensuring all subcontractors engaged possess sufficient insurance, licenses, certifications, and other qualifications necessary to perform the work. E. The Contractor shall not remove any equipment containing a Collier County asset sticker unless requested by the Division Representative or designee. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by a Division staff member authorized to adjust the equipment inventory records. The Contractor will place asset stickers on the equipment, as necessary, for no charge. 9. Inspection and Acceptance A. The Division Representative or designee, along with the Contractor, will conduct an inspection of the completed services. The Contractor will prepare and submit a post-inspection report to the Division Representative or designee. Any deficiencies identified during the inspection must be rectified before final acceptance. The Contractor shall correct Page 3786 of 6526 such deficiencies within 24 hours of notification or within a timeframe specified by the Division Representative or designee, at the Contractor’s expense. B. The Division will consider the work complete once the Contractor has addressed all aspects of the work, including any deficiencies noted on the post-inspection report, and the County has formally accepted it in writing. C. The Division Representative or designee shall have final authority on any matters pertaining to the quality and acceptability of the work performed. 10. Invoicing A. A Purchase Order number must appear on each invoice. B. To ensure timely payment under Chapter 218, Florida Statutes (Local Government Prompt Payment Act), the Contractor shall provide a detailed invoice that complies with the quote schedule included in the RFQ. For projects exceeding $200,000, additional itemization may be required. C. The Contractor shall be required to provide proof of the materials/supplies supplied, such as invoices or photographs, at the time of invoice submission, if requested. D. If applicable, the work order number must appear on the invoice. SECURITY, BACKGROUND, IDENTIFICATION The Contractor is required to comply with County Ordinance 2004-52, as amended. The Contractors providing services to Collier County under this agreement and requiring physical access to Collier County facilities or locations related to security or public safety shall be responsible for the cost of providing background checks for all contracted employees or other representatives, including all subcontractors at every tier (including vendors, repair persons, and/or delivery individuals). This may include but is not limited to, checking federal, state, and local law enforcement records, including state and FBI background screening, employment verifications, and other related records. Collier County background checks are valid for five (5) years and the Contractor shall be required to maintain records of each employee and make them available to the County throughout that specified term. All contracted employees and subcontractors must wear and display 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. Assigned badges can be renewed upon expiration at no cost to the Contractor during the time period in which their background check is still valid. All Contractors under this agreement shall wear appropriate attire that includes the name of the contractor’s business. If a contracted employee assigned to Collier County separates from their employer the Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliercountyfl.gov). This notification is critical to ensure the continued safety and security of Collier County staff, customers, facilities, and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. Each badge must be returned to the Facilities Management Operations Center by the assigned expiration date printed on the badge or upon separation of employment of an employee or subcontracted employee. Collier County Sheriff’s Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. If there are additional fees for this process, the Contractor is responsible for all costs. This will be coordinated upon the award of the contract. INVITATION FOR QUALIFICATION (IFQ) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Grading Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and recommend multiple firms to establish a library for services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after grading and before the final ranking. A contract will be developed with the selected firms, based on their qualifications and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Invitation for Qualification selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the qualifications, discussion, and Page 3787 of 6526 clarifying questions, and recommend multiple firms in a library for quoting services. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Business Plan 20 Points 3. Experience and Capacity of the Firm 30 Points 4. Specialized Expertise of Team Members 25 Points 5. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the IFQ submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s), and email(s) of the authorized contact person(s) concerning the proposal. Submission of a signed Proposal is the Vendor's certification that the Vendor will accept any awards as a result of this IFQ. EVALUATION CRITERIA NO. 2: BUSINESS PLAN (20 Total Points Available) In this criteria, include but not limited to:  Provide the following information which does not exceed two (2) pages: o Acknowledge a scope of work and how the proposer will complete that scope of work, using a sample project. o List all proposed subcontractors who may participate in the project.  Please describe how your company typically prioritizes projects when multiple requests are coming in simultaneously.  Describe how your company typically manages project workloads when demand exceeds current staffing levels.  Provide your approach in coordinating a project that exceeds one hundred thousand dollars ($100,000).  Provide a sample schedule, with milestones for a project that exceeds one hundred thousand dollars ($100,000). EVALUATION CRITERIA NO. 3: EXPERIENCE AND CAPACITY OF THE FIRM (30 Total Points Available) In this criteria, include but not limited to:  Provide information outlining the qualifications and process of the roofing contractor's subcontractors to deliver the required services, including their abilities, capacity, skills, financial strength, and years of experience.  Describe the various team members of the Contractor who consistently deliver successful projects on time and within budget. Provide at least one (1) example.  Please provide proof that your company is licensed and insured in the State of Florida.  Identify the number of industry awards and recognitions received by the company from peer groups such as the National Roofing Contractors Association or similar organizations.  The County requests that the vendor submits no fewer than five (5) and no more than ten (10) completed reference forms from clients during the past 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. References may be a combination of municipal, commercial, and/or residential, with no more than two (2) references being residential. References need to demonstrate that work has been performed on both single and multistory structures. Page 3788 of 6526  Provide a list of owned and/or leased equipment and machinery to demonstrate the Contractor’s ability to perform the work.  Please list the manufacturers to whom your firm is authorized and approved for warranty repair and installation. EVALUATION CRITERIA NO. 4: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criteria, include but not limited to:  Description of the proposed contract team and the specific roles of each member.  Attach brief resumes of all proposed project team members who will be involved in managing the overall services and as well as the delivery of specific services.  Attach resumes for any sub-vendors and include letters of intent from these sub-vendors with the proposal submission. EVALUATION CRITERIA NO. 5: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM (20 Total Points Available) This criterion measures the team’s proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 3789 of 6526 Selection Committee IFQ #: 24-8312 Title: Roof Replacment Contractors Name of Firm James McConnell Roy Lolly Paul Abbott Robert Moore Thomas Thompson Total Scores Final Ranking Crowther Roofing and Sheet Metal of Florida, Inc.84 100 94 99 100 477.00 1 Advanced Roofing, Inc.93 100 80 91 99 463.00 2 Clayton Contracting of SWFL, LLC 53 100 60 99 95 407.00 3 Atlas Apex Roofing, LLC 48 100 65 86 99 398.00 4 Advanced Roofing & Sheetmetal, LLC 73 81 58 84 96 392.00 5 Taj Roofing & Sheet Metal LLC 38 91 58 71 93 351.00 6 KH Commercial Roofing LLC 37 93 59 67 95 351.00 7 FA Remodeling and Repairs Inc.32 92 61 58 91 334.00 8 Procurement Professional DateLisa Oien 4/14/2025 Scoring Sheet & Final Ranking Page 1 of 1 Page 3790 of 6526 Notice of Recommended Award Solicitation: 24-8312 Title: Roof Replacement Contractors Due Date and Time: February 24, 2025 @ 3:00 PM EST Respondents: Company Name City County State Final Ranking Responsive/ Responsible Crowther Roofing and Sheet Metal of Florida, Inc. Fort Myers Lee FL 1 Y/Y Advanced Roofing, Inc. Ft. Lauderdale Broward FL 2 Y/Y Clayton Contracting of SWFL, LLC Cape Coral Lee FL 3 Y/Y Atlas Apex Roofing, LLC Oakland Park Broward FL 4 Y/Y Advanced Roofing & Sheetmetal, LLC Fort Myers Lee FL 5 Y/Y Taj Roofing & Sheet Metal LLC Fort Myers Lee FL 6 Y/Y KH Commercial Roofing LLC Knoxville Knox TN 7 Y/Y FA Remodeling and Repairs Inc. Naples Collier FL 8 Y/Y CFS Roofing Services, LLC Fort Myers Lee FL Not ranked N/Y Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On -8312, Roof Replacement Contractors, two thousand seven hundred ninety-six (2,796) firms were notified. Eight hundred seventy-five (875) firms viewed the solicitation information, and nine (9) proposal were received by the February 24, 2025, deadline. Atlas Apex Roofing, LLC, Crowther Roofing and Sheet Metal of Florida, Inc., and KH Commercial Roofing LLC, were deemed responsive and responsible. Advanced Roofing & Sheetmetal, LLC, Advanced Roofing, Inc., Clayton Contracting of SWFL, LLC, FA Remodeling and Repairs Inc., and Taj Roofing & Sheet Metal LLC, were found to be responsive and responsible, with minor irregularities. CFS Roofing Services, LLC was deemed non-responsive for failing to address the evaluation criteria. The Selection Committee convened on April 14, 2025, and after review of the proposals and deliberation the Committee scored the proposals and ranked the firms as shown above. The final ranking resulted in a tie between KH Commercial Roofing LLC and Taj Roofing & Sheetmetal, LLC. Pursuant to the tie breaker procedure outlined in the solicitation documents and the Collier County Procurement Manual, the tie was resolved as noted above. Page 3791 of 6526 The solicitation will be awarded to a pool of firms. Staff is recommending awards to Crowther Roofing and Sheet Metal of Florida, Inc., Advanced Roofing, Inc., Clayton Contracting of SWFL, LLC, Atlas Apex Roofing, LLC, and Advanced Roofing & Sheetmetal, LLC, the five highest ranked responsive and responsible proposers. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Page 3792 of 6526 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [ADVANCED ROOFING, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors RESPONSE DEADLINE: February 24, 2025 at 3:00 pm Report Generated: Tuesday, February 25, 2025 ADVANCED ROOFING, INC. Response CONTACT INFORMATION Company: ADVANCED ROOFING, INC. Email: mariag@advancedroofing.com Contact: Maria Golovko Address: 1950 NW 22nd Street Ft. Lauderdale, FL 33311 Phone: N/A Website: www.advancedroofing.com Submission Date: Feb 24, 2025 10:14 AM (Eastern Time) Page 3793 of 6526 [ADVANCED ROOFING, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [ADVANCED ROOFING, INC.] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Invitation for Qualification (IFQ) Instructions Form* Invitation for Qualification (IFQ) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions.* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed 5. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. Proposal_2-24-2025.pdf Page 3794 of 6526 [ADVANCED ROOFING, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [ADVANCED ROOFING, INC.] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 3 6. City Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2_Conflict_of_Interest_Certification_Affidavit.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_Immigration_Affidavit_Certification.pdf REFERENCE QUESTIONNAIRE (FORM 4)* Form_4_-_Reference_1_Sarasota_County.pdf Form_4_-_Reference_2_Sarasota_County.pdf Form_4_-_Reference_3_Pasco_County_Schools.pdf Form_4_-_Reference_4_Collier_County.pdf Form_4_-_Reference_5_Citrus_County_Schools.pdf Form_4_-_Reference_6_Ryan_Companies_US.pdf Form_4_-_Reference_7_Pinellas_County_School_Board.pdf Form_4_-_Reference_8_City_of_Lakeland.pdf Form_4_-_Reference_9_School_District_of_Lee_County.pdf Form_4_-_Reference_10_Citrus_County_School_District.pdf GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* Form_5_Grant_Provisions_and_Assurance_Package.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)** http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Sunbiz_-_Advanced_Roofing.pdf Page 3795 of 6526 [ADVANCED ROOFING, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [ADVANCED ROOFING, INC.] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 4 E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. E-Verify_MOU_Executed_20250107.pdf W-9 FORM* W9_2025_ARI.pdf SIGNED ADDENDUMS (IF APPLICABLE) No response submitted MISCELLANEOUS DOCUMENTS No response submitted Page 3796 of 6526 Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items. Failure to provide the applicable documents may deem you non-responsive/non-responsible. General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. 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.myflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Reference Questionnaire form must be utilized for each requested reference and included with your submittal, if applicable to the solicitation. Form 5: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. 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. 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. All addenda have been signed and attached. 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. Page 3797 of 6526 Page 3798 of 6526 Additional Contact Information Send payments to: (required if different from above) Contact name: Company name used as payee Title: Address: City, State, ZIP Telephone: Email: apinvoices@advancedroofing.com Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Advanced Roofing, Inc. Attn. Accounts Payable Accounts Payable Fort Lauderdale, Florida, 33311 8954-522-686813-885-5811 1950 NW 22nd Street, 954-522-6868 Page 3799 of 6526 Page 3800 of 6526 Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation ADVANCED ROOFING, INC. Filing Information G65116 59-2360591 10/08/1983 FL ACTIVE AMENDMENT 06/25/2024 NONE Principal Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Mailing Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Registered Agent 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 D C Florida Department of State 2/21/25, 12:43 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ADVANCE…1/3Page 3801 of 6526 Kornahrens, Robert 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 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 Title CFO KENDRICK, JON MICHAEL 1950 NW 22ND ST FT. LAUDERDALE, FL 33311 Annual Reports Report Year Filed Date 2023 01/13/2023 2024 01/09/2024 2025 02/06/2025 Document Images 02/06/2025 -- ANNUAL REPORT View image in PDF format 06/25/2024 -- Amendment View image in PDF format 01/09/2024 -- ANNUAL REPORT View image in PDF format 01/13/2023 -- ANNUAL REPORT View image in PDF format 09/21/2022 -- AMENDED ANNUAL REPORT View image in PDF format 01/05/2022 -- ANNUAL REPORT View image in PDF format 01/07/2021 -- ANNUAL REPORT View image in PDF format 01/06/2020 -- ANNUAL REPORT View image in PDF format 2/21/25, 12:43 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ADVANCE…2/3Page 3802 of 6526 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 01/27/2010 -- ANNUAL REPORT View image in PDF format 05/05/2009 -- ANNUAL REPORT View image in PDF format 03/09/2009 -- ANNUAL REPORT View image in PDF format 02/28/2008 -- ANNUAL REPORT View image in PDF format 02/08/2007 -- ANNUAL REPORT View image in PDF format 02/17/2006 -- ANNUAL REPORT View image in PDF format 05/03/2005 -- ANNUAL REPORT View image in PDF format 03/17/2004 -- ANNUAL REPORT View image in PDF format 02/12/2003 -- ANNUAL REPORT View image in PDF format 03/14/2002 -- ANNUAL REPORT View image in PDF format 06/28/2001 -- Merger View image in PDF format 04/02/2001 -- ANNUAL REPORT View image in PDF format 04/13/2000 -- ANNUAL REPORT View image in PDF format 03/06/1999 -- ANNUAL REPORT View image in PDF format 02/03/1998 -- ANNUAL REPORT View image in PDF format 04/21/1997 -- ANNUAL REPORT View image in PDF format 05/01/1996 -- ANNUAL REPORT View image in PDF format 01/20/1995 -- ANNUAL REPORT View image in PDF format 01/20/1995 -- ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations 2/21/25, 12:43 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ADVANCE…3/3Page 3803 of 6526 Page 3804 of 6526 Company ID Number: Client Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A WEB SERVICES E-VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS), the (Employer), and the Web Services E-Verify Employer Agent. The purpose of this agreement is to set forth terms and conditions which the Employer and the Web Services E-Verify Employer Agent 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 I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the E-Verify Employer Agent, the Social Security Administration (SSA), and DHS. References in this MOU to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. For purposes of this MOU, the E-Verify browser refers to the website that provides direct access to the E-Verify system: https://E-Verify.uscis.gov/emp/. You may access E-Verify directly free of charge via the E-Verify browser. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A.RESPONSIBILITIES OF THE EMPLOYER For purposes of this MOU, references to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. 1.By enrolling in E-Verify and signing the applicable MOU, the Employer asserts that it is a legitimate company which intends to use E-Verify for legitimate purposes only and in accordance with the laws, regulations and DHS policies and procedures relating to the use of E-Verify. Page 1 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Advanced Roofing, Inc. 26000461215852 Page 3805 of 6526 Company ID Number:Client Company ID Number: 2. The Employer agrees to display the following notices supplied by DHS (though the Web Services E-Verify Employer Agent) in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 3. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the Web Services E-Verify Employer Agent, and will be notified by the Web Services E-Verify Employer Agent when a new version of the E-Verify User Manual becomes available. 5. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 6. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 7. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of Page 2 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3806 of 6526 Company ID Number: Client Company ID Number: 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 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 8.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 9. 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. 10. The Employer must use E-Verify (through its Web Services E-Verify Employer Agent) 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. 11. 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. 12. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated Page 3 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3807 of 6526 Company ID Number: Client Company ID Number: 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 (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). 13.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 14.The Employer agrees that it will use the information it receives from E-Verify (through its Web Services E-Verify Employer Agent) 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 Personal Identification Numbers 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. 15.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 16.The Employer acknowledges that the information it receives from SSA through its Web Services Page 4 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3808 of 6526 Company ID Number: Client Company ID Number: E-Verify Employer Agent 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. 17.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 reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 18.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. 19.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. 20.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/ USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 21.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 THE WEB SERVICES E-VERIFY EMPLOYER AGENT 1.The Web Services E-Verify Employer Agent agrees to complete its Web Services interface no later than six months after the date the Web Services User signs this MOU. E-Verify considers your interface to be complete once it has been built pursuant to the Interface Control Agreement (ICA), submitted to E-Verify for testing, and approved for system access. 2.The Web Services E-Verify Employer Agent agrees to perform sufficient maintenance on the Web Services interface in accordance with the requirements listed in the ICA. These requirements include, but are not limited to, updating the Web Services interface to ensure that any updates or enhancements are incorporated no later than six months after the issuance of an ICA. Web Services E-Verify Employer Agents should be aware that this will require the investment of time and resources. Compliance with the requirements of the ICA must be carried out to the satisfaction of DHS and or its assignees. 3.The Web Services E-Verify Employer Agent agrees to provide to SSA and/or DHS the names, titles, addresses, e-mail addresses, and telephone numbers of the Web Services E-Verify Employer Agent representative who will access information, as well as ensure cooperation, communication, and coordination with E-Verify. Page 5 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3809 of 6526 Company ID Number: Client Company ID Number: In addition, Web Services E-Verify Employer Agents must provide to SSA and/or DHS the names, titles, addresses, and telephone numbers of its clients and their staff who will access information through E- Verify. Web Services E-Verify Employer Agents must ensure the contact information is updated with SSA and DHS whenever the points of contact change. 4.The Web Services E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The Web Services E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 5.The Web Services E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 6.The Web Services E-Verify Employer Agent agrees that any of its representatives who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a.The Web Services E-Verify Employer Agent agrees that all of its representatives will take the refresher tutorials initiated by E-Verify as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the Web Services E-Verify Employer Agent is a Federal contractor. b.Failure to complete a refresher tutorial will prevent the Web Services E-Verify Employer Agent and Employer from continued use of E-Verify. 7.The Web Services E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The Web Services E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 8.The Web Services E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 9.The Web Services E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 10.The Web Services E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 11.The Web Services E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.2 below. 12.The Web Services E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify Page 6 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3810 of 6526 Company ID Number: Client Company ID Number: rules and procedures. The Web Services E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Web Services E-Verify Employer Agent’s attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. If, however, the Web Services interface is unavailable due to no fault of E-Verify, then the three-day time period is not extended. In such a case, the Web Services E-Verify Employer Agent must use the E-Verify browser during the outage. 13.The Web Services E-Verify Employer Agent agrees to ensure that all notices, referral letters and any other materials otherwise including instructions regarding tentative nonconfirmations, will be consistent with the most current E-Verify tentative nonconfirmation notices and referral letters, which are available on E-Verify’s website. 14.The Web Services E-Verify Employer Agent agrees that any system or interface it develops will follow the steps for creating E-Verify cases and processing tentative nonconfirmations, as laid out in the ICA, this MOU and the User Manual, including but not limited to allowing an employer to close an invalid case where appropriate, allowing an employer to refer a tentative nonconfirmation only when an employee chooses to contest a tentative nonconfirmation (no automatic referrals), and referring a tentative nonconfirmation to the appropriate agency at the time the employer prints the referral letter and provides the letter to the employee. The Web Services E-Verify Employer Agent understands that any failure to make its system or interface consistent with proper E-Verify procedures can result in DHS terminating the Web Services E-Verify Employer Agent’s agreement and access with or without notice. 15.When the Web Services E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the Web Services E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 16.If data is transmitted between the Web Services E-Verify Employer Agent and its client, then the Web Services E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the Web Services E-Verify Employer Agent. 17.The Web Services E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 18.The Web Services E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the Web Services E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. a.The Web Services E-Verify Employer Agent agrees to cooperate with DHS if DHS requests Page 7 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3811 of 6526 Company ID Number: Client Company ID Number: information about the Web Services E-Verify Employer Agent’s interface, including requests by DHS to view the actual interface operated by the Web Services E-Verify Employer Agent as well as related business documents. The Web Services E-Verify Employer Agent agrees to demonstrate for DHS the functionality of its interface to E-Verify upon request. b.The Web Services E-Verify Employer Agent agrees to demonstrate, if requested by DHS, that it has provided training to its clients that meets E-Verify standards. Training programs must provide a focused study of the topics covered in the E-Verify User Manual and pertinent Supplemental Guides. Furthermore, training programs and materials must be updated as E-Verify changes occur. The Web Services E-Verify Employer Agent is encouraged to incorporate information from existing E-Verify materials, including the Enrollment Quick Reference Guide, the E-Verify Employer Agent Client Handbook (formerly known as the Designated Agent Client Handbook), and existing tutorials and manuals into their training program. E-Verify also encourages the Web Services E-Verify Employer Agent to supervise first-time use of the E-Verify browser or Web Services interface by its staff and Employer clients as part of any training program. The Web Services E-Verify Employer Agent agrees to submit its training program materials to DHS for review upon request. Failure to provide adequate training could, in some instances, lead to penalties as described in Article V.F.1. of this MOU. 19.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent services and any claim to that effect is false. 20.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Web Services E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Web Services E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C.RESPONSIBILITIES OF FEDERAL CONTRACTORS The Web Services E-Verify Employer Agent shall ensure that the Web Services E-Verify Employer Agent and the Employers it represents carry out the following responsibilities if the Employer is a Federal contractor or becomes a federal contractor. The Web Services E-Verify Employer Agent should instruct the client to keep the Web Services E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the Web Services E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance Page 8 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3812 of 6526 Company ID Number: Client Company ID Number: with all E-Verify policies and procedures. 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 reverify the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all Page 9 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3813 of 6526 Company ID Number: Client Company ID Number: existing employees within 180 days after the election. e.The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the information reflected in the Form I-9 either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Page 10 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3814 of 6526 Company ID Number: Client Company ID Number: 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 E-Verify Employer Agent. 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 E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. E. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and b.Photo verification checks (when available) on employees. 2.DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3.DHS agrees to provide to the E-Verify Employer Agent 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 E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer (through the E-Verify Employer Agent) 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 E-Verify Employer Agent’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), 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. Page 11 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3815 of 6526 Company ID Number: Client Company ID Number: 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 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. Page 12 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3816 of 6526 Company ID Number: Client Company ID Number: 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 employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. Page 13 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3817 of 6526 Company ID Number: Client Company ID Number: ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the Web Services E-Verify Employer Agent 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 SYSTEM SECURITY AND MAINTENANCE A. DEVELOPMENT REQUIREMENTS 1.Software developed by Web Services E-Verify Employer Agents must comply with federally-mandated information security policies and industry security standards to include but not limited to: a. Public Law 107-347, “E-Government Act of 2002, Title III, Federal Information Security Management Act (FISMA),” December 2002. b. Office of Management and Budget (OMB) Memorandum (M-10-15), “FY 2010 Reporting Instructions for the Federal Information Security Management Act and Agency Privacy Management,” April 2010. c. National Institute of Standards and Technology (NIST) Special Publication (SP) and Federal Information Processing Standards Publication (FIPS). d. International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 27002, Information Technology — Security Techniques — Code of Practice for Information Security Management. 2.The Web Services E-Verify Employer Agent agrees to update its Web Services interface to reflect system enhancements within six months from the date DHS notifies the Web Services User of the system update. The Web Services User will receive notice from DHS in the form of an Interface Control Agreement (ICA). The Web Services E-Verify Employer Agent agrees to institute changes to its interface as identified in the ICA, including all functionality identified and all data elements detailed therein. 3.The Web Services E-Verify Employer Agent agrees to demonstrate progress of its efforts to update its Web Services interface if and when DHS requests such progress reports. 4.The Web Services E-Verify Employer Agent acknowledges that if its system enhancements are not completed to the satisfaction of DHS or its assignees within six months from the date DHS notifies the Web Services User of the system update, then the Web Services User’s E-Verify account may be suspended, and support for previous releases of E-Verify may no longer be available to the Web Services User. The Web Services E-Verify Employer Agent also acknowledges that DHS may suspend the Web Services User’s account after the six-month period has elapsed. 5.The Web Services E-Verify Employer Agent agrees to incorporate error handling logic into its development or software to accommodate and act in a timely fashion should an error code be returned. Page 14 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3818 of 6526 Company ID Number: Client Company ID Number: 6.The Web Services E-Verify Employer Agent agrees to complete the technical requirements testing which is confirmed upon receiving approval of test data and connectivity between the Web Services E-Verify Employer Agent and DHS. 7.DHS will not reimburse any Web Services E-Verify Employer Agent or software developer who has expended resources in the development or maintenance of a Web Services interface if that party is unable, or becomes unable, to meet any of the requirements set forth in this MOU. 8.Housing, development, infrastructure, maintenance, and testing of the Web Services applications may take place outside the United States and its territories, but testing must be conducted to ensure that the code is correct and secure. 9.If the Web Services E-Verify Employer Agent includes an electronic Form I-9 as part of its interface, then it must comply with the standards for electronic retention of Form I-9 found in 8 CFR 274a.2(e). B. INFORMATION SECURITY REQUIREMENTS Web Services E-Verify Employer Agents performing verification services under this MOU must ensure that information that is shared between the Web Services E-Verify Employer Agent and DHS is appropriately protected comparable to the protection provided when the information is within the DHS environment [OMB Circular A-130 Appendix III]. To achieve this level of information security, the Web Services E-Verify Employer Agent agrees to institute the following procedures: 1.Conduct periodic assessments of risk, including the magnitude of harm that could result from the unauthorized access, use, disclosure, disruption, modification, or destruction of information and information systems that support the operations and assets of the DHS, SSA, and the Web Services E-Verify Employer Agent and its clients; 2.Develop policies and procedures that are based on risk assessments, cost-effectively reduce information security risks to an acceptable level, and ensure that information security is addressed throughout the life cycle of each organizational information system; 3.Implement subordinate plans for providing adequate information security for networks, facilities, information systems, or groups of information systems, as appropriate; 4.Conduct security awareness training to inform the Web Services E-Verify Employer Agent’s personnel (including contractors and other users of information systems that support the operations and assets of the organization) of the information security risks associated with their activities and their responsibilities in complying with organizational policies and procedures designed to reduce these risks; 5.Develop periodic testing and evaluation of the effectiveness of information security policies, procedures, practices, and security controls to be performed with a frequency depending on risk, but no less than once per year; Page 15 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3819 of 6526 Company ID Number: Client Company ID Number: 6.Develop a process for planning, implementing, evaluating, and documenting remedial actions to address any deficiencies in the information security policies, procedures, and practices of the organization; 7.Implement procedures for detecting, reporting, and responding to security incidents; 8.Create plans and procedures to ensure continuity of operations for information systems that support the operations and assets of the organization; 9.In information-sharing environments, the information owner is responsible for establishing the rules for appropriate use and protection of the subject information and retains that responsibility even when the information is shared with or provided to other organizations [NIST SP 800-37]. 10.DHS reserves the right to restrict Web Services calls from certain IP addresses. 11.DHS reserves the right to audit the Web Services E-Verify Employer Agent’s application. 12.Web Services E-Verify Employer Agents and Software Developers agree to cooperate willingly with the DHS assessment of information security and privacy practices used by the company to develop and maintain the software. C. DATA PROTECTION AND PRIVACY REQUIREMENTS 1.Web Services E-Verify Employer Agents must practice proper Internet security; this means using HTTP over SSL/TLS (also known as HTTPS) when accessing DHS information resources such as E-Verify [NIST SP 800-95]. Internet security practices like this are necessary because Simple Object Access Protocol (SOAP), which provides a basic messaging framework on which Web Services can be built, allows messages to be viewed or modified by attackers as messages traverse the Internet and is not independently designed with all the necessary security protocols for E-Verify use. 2.In accordance with DHS standards, the Web Services E-Verify Employer Agent agrees to maintain physical, electronic, and procedural safeguards to appropriately protect the information shared under this MOU against loss, theft, misuse, unauthorized access, and improper disclosure, copying use, modification or deletion. 3.Any data transmission requiring encryption shall comply with the following standards: •Products using FIPS 197 Advanced Encryption Standard (AES) algorithms with at least 256-bit encryption that has been validated under FIPS 140-2. •NSA Type 2 or Type 1 encryption. 4.User ID Management (Set Standard): All information exchanged between the parties under this MOU will be done only through authorized Web Services E-Verify Employer Agent representatives identified above. 5.The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not yet upgraded its interface to comply with the Federal Acquisition Regulation (FAR) system changes. In addition, Web Services E-Verify Employer Agents whose interfaces do not support the Form I-9 from 2/2/2009 or 8/7/2009 should also use the E-Verify browser until the system upgrade is completed. Page 16 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3820 of 6526 Company ID Number: Client Company ID Number: 6.The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not completed updates to its system within six months from the date DHS notifies the Web Services E-Verify Employer Agent of the system update. The Web Services E-Verify Employer Agent can resume use of its interface once it is up-to-date, unless the Web Services E-Verify Employer Agent has been suspended or terminated from continued use of the system. D. COMMUNICATIONS 1.Web Services E-Verify Employer Agents and Software Developers agree to develop an electronic system that is not subject to any agreement that would restrict access to and use of by an agency of the United States. 2.The Web Services E-Verify Employer Agent agrees to develop effective controls to ensure the integrity, accuracy and reliability of its electronic system. 3.The Web Services E-Verify Employer Agent agrees to develop an inspection and quality assurance program that regularly, at least once per year, evaluates the electronic system, and includes periodic checks of electronically stored information. The Web Services E-Verify Employer Agent agrees to share the results of its regular inspection and quality assurance program with DHS upon request. 4.The Web Services E-Verify Employer Agent agrees to develop an electronic system with the ability to produce legible copies of applicable notices, letters, etc. 5.All information exchanged between the parties under this MOU will be in accordance with applicable laws, regulations, and policies, including but not limited to, information security guidelines of the sending party with respect to any information that is deemed Personally Identifiable Information (PII), including but not limited to the employee or applicant’s Social Security number, alien number, date of birth, or other information that may be used to identify the individual. 6.Suspected and confirmed information security breaches must be reported to DHS according to Article II.A.17. Reporting such breaches does not relieve the Web Services E-Verify Employer Agent from further requirements as directed by state and local law. The Web Services E-Verify Employer Agent is subject to applicable state laws regarding data protection and incident reporting in addition to the requirements herein. E. SOFTWARE DEVELOPER RESTRICTIONS 1.The Web Services E-Verify Employer Agent agrees that if it develops a Web Services interface and sells such interface, then it can be held liable for any misuse by the company that purchases the interface. It is the responsibility of the Web Services E-Verify Employer Agent to ensure that its interface is used in accordance with E-Verify policies and procedures. 2.The Web Services E-Verify Employer Agent agrees to provide software updates to each client who purchases its software. Because of the frequency Web Services updates, an ongoing relationship between the software developer and the client is necessary. Page 17 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3821 of 6526 Company ID Number: Client Company ID Number: 3.DHS reserves the right to terminate the access of any software developer with or without notice who creates or uses an interface that does not comply with E-Verify procedures. 4.Web Services Software Developers pursuing software development independent of serving clients as a Web Services E-Verify Employer Agent are not eligible to receive an ICA. At this time, E-Verify d oes not permit Web Services software development without also being a Web Services E-Verify Employer Agent or Web Services Employer. F. PENALTIES 1.The Web Services E-Verify Employer Agent agrees that any failure on its part to comply with the terms of the MOU may result in account suspension, termination, or other adverse action. 2.DHS is not liable for any financial losses to Web Services E-Verify Employer Agent, its clients, or any other party as a result of your account suspension or termination. ARTICLE VI MODIFICATION AND TERMINATION A. MODIFICATION 1.This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2.Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1.The Web Services E-Verify Employer Agent may terminate this MOU and its participation in E-Verify a t any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the Web Services E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’ written notice. The Web Services E-Verify Employer Agent may not refuse to terminate the Employer based upon an outstanding bill for verification services. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Web Services E-Verify Employer Agent’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 Web Services E-Verify Employer Agent or Employer, or a failure on the part of either party 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. Page 18 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3822 of 6526 Company ID Number: Client Company ID Number: 3.A Web Services E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Web Services E-Verify Employer Agent must provide written notice to DHS. If the Web Services E-Verify Employer Agent fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4.The Web Services E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the Web Services E-Verify Employer Agent or the Employer is terminated from E-Verify. ARTICLE VII 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 Web Services E-Verify Employer Agent, its agents, officers, or employees. C.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent or 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 Web Services E-Verify Employer Agent or the Employer. E.The Web Services E-Verify Employer Agent 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, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F.The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the Web Services E-Verify Employer Agent and DHS respectively. The Web Services E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Web Services E-Verify Employer Agent, as the case may be, 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. Page 19 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3823 of 6526 Company ID Number: Client Company ID Number: G. The foregoing constitutes the full agreement on this subject between DHS, the Employer, and the E-Verify Employer Agent. (Employer) hereby designates and appoint (E-Verify Employer Agent) including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out (Employer) responsibilities under the MOU between the Employer, the E-Verify Employer Agent, and DHS. If you have any questions, contact E-Verify at 1-888-464-4218. Page 20 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 ADP, Inc. Advanced Roofing, Inc. 26000461215852 Page 3824 of 6526 Company ID Number: Client Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date E-Verify Employer Agent Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 21 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 ADP, Inc. USCIS Verification Division 01-07-2025 Jenny Rodriguez-Vargas 01-07-2025Electronically Signed Electronically Signed Advanced Roofing, Inc. 2600046 01-07-2025 eVerify Team WFN Electronically Signed 1215852 Page 3825 of 6526 Company ID Number: Client Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 22 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Advanced Roofing, Inc. BROWARD 2600046 238 500 to 999 1215852 1950 Northwest 22nd Street Fort Lauderdale, FL 33311 592360591 7 site(s) Page 3826 of 6526 Company ID Number: Client Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 23 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 FL 7 26000461215852 Page 3827 of 6526 Company ID Number: Client Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 24 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Email 95452268681009 Jenny Rodriguez-Vargas 26000461215852 Name Phone Number Fax jennyr@advancedroofing.com Page 3828 of 6526 Company ID Number Client Company ID Number: : This list represents the first 20 Program Administrators listed for this company. Page 25 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3829 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Emily Wenstad Sarasota County 24 -8312 Advanced Roofing, Inc. ewenstad@scgov.net 941-951-5266 $445,543.50 Twin Lake Park, Re-roof, MBCI Metal 11/27/2023 180 Page 3830 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24 -8312 Advanced Roofing, Inc. Dalton L Cole Dcole@scgov.net 941-928-3952 South County Facilities Office 11/2023 $87,960.87 Sarasota County Government 30 Page 3831 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS clementsc@hillsboroughcounty.org 727-453-6539 Mark Renninger Pasco County Fox Hollow Elementary District School Board of Pasco County 01/31/2023 $1,715,800.00 120 24-8312 Advanced Roofing, Inc. Page 3832 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Timothy Rygiel Timothy.Rygiel@colliercountyfl.gov 239-252-8380 Collier County CCSO Jail J2 Building 12/11/2023 $749,352 150 Advanced Roofing, Inc. 24-8312 Page 3833 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24-8312 Advanced Roofing, Inc. Thomas Well Citrus County School District Twell@citrusschools.org 352-726-1931 Crest School 01/16/2023 $231,803 30 Page 3834 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24-8312 Advanced Roofing, Inc. Kyle Weitermann Ryan Companies US, Inc kyle.witermann@ryancompanies.com 414- 313-6810 CSUSA Wellen Park K 06/02/2023 $377,354 120 Page 3835 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24-8312 Advanced Roofing, Inc. Christine Roney Pinellas County School Board roneyc@pcsb.org 727-588-6149 Hollins High School 12/12/2023 $2,177,479.00 300 Page 3836 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Linda Alspaugh City of Lakeland purch@lakelandgov.net 863.834.6777 Linder International Airport $789,924.00 10/19/2023 180 24-8312 Advanced Roofing, Inc. Page 3837 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Julie Griffith 24-8312 Advanced Roofing, Inc. The School District of Lee County Juliemg@leeschools.net 239- 292-1467 Diplomat Middle School In progress $3,268,214.00 n/a Page 3838 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24-8312 Advanced Roofing, Inc. Gene Kinney Citrus County School District KinneyS@citrusschools.org 352-400-2477 Homosassa Elementary School 9/25/2024 $489,693.00 90 Page 3839 of 6526 Page 3840 of 6526 Page 3841 of 6526 Page 3842 of 6526 Page 3843 of 6526 Page 3844 of 6526 Page 3845 of 6526 Page 3846 of 6526 Page 3847 of 6526 Page 3848 of 6526 Robert P. Kornahrens, President Page 3849 of 6526 Page 3850 of 6526 N/A Page 3851 of 6526 Page 3852 of 6526 Page 3853 of 6526 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 12/19/2024 Acrisure Southeast Partners Insurance Services,LLC Attn:SouthEast Platform,PO Box 1788 Grand Rapids MI 49501 Jalen Belle-Walker 800-845-8437 jbelle-walker@acrisure.com License#:BR-1796553 Greenwich Insurance Company 22322 ADVAROO-06 Starr Indemnity &Liability Company 38318AdvancedRoofingInc 1950 Nw 22nd Street Fort Lauderdale FL 33311 Bridgefield Employers Insurance Company 10701 Continental Casualty Company 20443 Columbia Casualty Company 31127 Indian Harbor Insurance Company 36940 426562412 A X 2,000,000 X 300,000 X Contractual Incl 10,000 X Broad Form PD 2,000,000 4,000,000 X X CGS740979406 1/1/2025 1/1/2026 4,000,000 A 2,000,000 X X X CAH740979506 1/1/2025 1/1/2026 PIP 10,000 B X 10,000,000 X 1000588143251 1/1/2025 1/1/2026 10,000,000 X 0 C X Y 830-56020 1/1/2025 1/1/2026 1,000,000 1,000,000 1,000,000 D E F Installation Floater Contractors Errors &Omissions Contractors Poll incl Mold 4016260407 C 6018114505 CEO744615206 1/1/2025 1/1/2025 1/1/2025 1/1/2026 1/1/2026 1/1/2026 Per Jobsite/Aggregate Ea Claim/Aggregate Ea Claim/Aggregate $5.5M/$15,000,000 $5000000/$5000000 $2000000/$2000000 . FOR BIDDING PURPOSES USA Page 3854 of 6526 January 1, 2024 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 the Top 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 $12M (Auto)/$14M (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 .69 allows them to secure reduced insurance rates which, in turn, translates into savings for you, their clients. This .69 rating is 31 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, an assistant safety director (CHST designation from BCSP), three safety professionals who are assigned to the different regions of the state, 8 active CERTA trainers, two safety professionals who are CPR/First Aid/AED Trainers, and a risk manager that aggressively manages their internal, as well as managing their clients’ risk during their construction projects. Advanced Roofing, Inc. believes deeply in educating and training their roofing mechanics to deliver 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: 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 Page 3855 of 6526 P a g e | 2 Commercial & Personal Insurance  Employee Benefits  Risk Management  OSHA Compliance ➢ Employees have received the OSHA 10-hour training to promote safety competency. ➢ Foremen and Construction Managers have received the OSHA 30-Hour training. ➢ Employees have been trained in Certified Roofing Torch Applicators (CERTA). ➢ Foremen and Managers have completed Respirable Crystalline Silica OSHA training. ➢ Foremen, leadmen, and supervisors have received Mobile Elevated Working Platforms training. ➢ Foremen and leadmen received Crane Rigging and Signaling OSHA certification. ➢ Foremen and Construction Managers received certification in first aid and CPR. ➢ 557 safety inspections with an 86% success rate. ➢ All approved drivers have attended the National Safety Council Defensive Driving Course. ➢ ARI Safety Department conducts new hire safety training at 7 a.m. Mondays and Thursdays every 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 $12M in the event there is a covered bodily injury or property damage on your jo b site stemming from Advanced Roofing’s operations. (Carrier A + Superior rated A.M. Best Co.) ➢ COMMERCIAL UMBRELLA – Advanced Roofing has a $10M limit of liability. (Starr Indemnity & Liability Company is A.M. Best rated A Excellent). Their umbrella provides protection above their underlying general liability and auto protection. ➢ INSTALLATION FLOATER – BUILDERS’ RISK – ARI has secured $5.5M in protection for certain stored materials that are to be installed on your job site, with a $15M aggregate. 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 $2M limits per claim/$2M Aggregate of liability to protect you, the owner, in the event that there is a covered caus e of loss stemming from mold, algae, fungi, 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. ➢ THEFT – 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 $1M Employment Practices Liability Policy includes Third Party Coverage, affording coverage should ARI customers claim wrongful conduct. Page 3856 of 6526 P a g e | 3 Commercial & Personal Insurance  Employee Benefits  Risk Management  OSHA Compliance ➢ 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. 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 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 insurance protection in order to responsibly protect your project’s building assets Sincerely, Robert P. Foote, President CPCU, ARM, AIM, CRIS, AFSB RF:mr Page 3857 of 6526 Commercial & Personal Insurance | Employee Benefits | Risk Management | OSHA Compliance January 2, 2025 Advanced Roofing Inc. 1950 NW 22 Street Ft. Lauderdale, FL 33311 To Whom It May Concern: As the insurance advisors for Advanced Roofing, Inc., we submit this letter of confirmation of three years’ Workers’ Compensation Experience Modification Rates: POLICY TERM NCCI RATING 1/1/2025 .83 1/1/2024 .68 1/1/2023 .57 If additional information required, please contact Mel Rhinehardt, Account Executive at 954-943- 5050 ext. 207, or email at MRhinehardt@acrisure.com Sincerely, Robert P Foote, CPCU, ARM, AIM, CRIS, AFSB Partner/Risk Advisor Robert P. Foote Acrisure LLC 1314 E. Atlantic Blvd. Pompano Beach, FL. 33060 Main: 954.943.5050 Toll Free 800.344.4838 Mobile: 954.609.0820 RFoote@acrisure.com Page 3858 of 6526 Atlantic Specialty Insurance Company 605 Highway 169 N, Suite 800 Plymouth, MN 55441 January 2, 2025 RE: Advanced Roofing, Inc. Letter of Bondability To Whom It May Concern: 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 aggregate. Atlantic Specialty Insurance Company is rated by AM Best as A+ (Superior), 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, William Grefe Griffin Attorney In Fact American Global, LLC 900 South Pine Island Road, Suite 210 Plantation, FL 33324 Page 3859 of 6526 Power of Attorney KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIAL TY INSURANCE COMP ANY, a New York corporation with its principal office in Plymouth, Minnesota, does hereby constitute and appoint: Ricardo Davila Lamar, William Grefe Griffin, Vivian Santiago, 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 SPECIAL TY 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 Attorney-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 Attorney-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 SPECIAL TY 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 first day of January, 2023. STATE OF MINNESOTA HENNEPIN COUNTY By Sarah A. Kolar, Vice President and General Counsel On this first day of January, 2023, before me personally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, and being by me duly sworn, that she 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. "'-.;� � ALISON DWAN NASH-TROUT NOTARY PUBLIC· MINNESOTA My Commission Expires • January 31, 2025 Notary Public I, the undersigned, Secretary of ATLANTIC SPECIAL TY 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 2nd day of January 2025. This Power of Attorney expires January 31, 2025 Please direct bond verifications to surety@intactinsurance.com Kara L.B. Barrow, Secretary Page 3860 of 6526 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 31,2024,that its most recent annual report/uniform business report was filed on January 9,2024,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 Ninth day of January,2024 Tracking Number:8321108239CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 3861 of 6526 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE ROOFING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESKORNAHRENS, ROBERT PDo not alter this document in any form.ADVANCED ROOFING INCLICENSE NUMBER: CCC024413EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.1950 NW 22ND STREETFORT LAUDERDALE FL 33311Always verify licenses online at MyFloridaLicense.comISSUED: 06/11/2024Page 3862 of 6526 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESKORNAHRENS, ROBERT PDo not alter this document in any form.ADVANCED ROOFING INCLICENSE NUMBER: CGC1507377EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.1950 NORTHWEST 22ND STREETFORT LAUDERDALE FL 33311Always verify licenses online at MyFloridaLicense.comISSUED: 06/11/2024Page 3863 of 6526 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE MECHANICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESMURPHY, PAUL JAMESDo not alter this document in any form.ADVANCED ROOFING, INC.LICENSE NUMBER: CMC1251466EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.1950 NW 22ND STFORT LAUDERDALE FL 33311Always verify licenses online at MyFloridaLicense.comISSUED: 11/13/2024Page 3864 of 6526 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONELECTRICAL CONTRACTORS' LICENSING BOARDTHE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESCERVONE, MICHAEL SCOTTDo not alter this document in any form.ADVANCED ROOFING, INC.LICENSE NUMBER: EC13006050EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.1950 NW 22ND STREETFORT LAUDERDALE FL 33311Always verify licenses online at MyFloridaLicense.comISSUED: 07/18/2024Page 3865 of 6526 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE SOLAR CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESSOCKMAN, CLINTON ALANDo not alter this document in any form.ADVANCED ROOFING INCLICENSE NUMBER: CVC56792EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.1950 NW 22ND STREETFORT LAUDERDALE FL 33311Always verify licenses online at MyFloridaLicense.comISSUED: 06/11/2024Page 3866 of 6526 Page 3867 of 6526 Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESMYERS, GORDON WILLIAMDo not alter this document in any form.4950 NW 7THLICENSE NUMBER: PE36852EXPIRATION DATE: FEBRUARY 28, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.COCONUT CREEK FL 33063Always verify licenses online at MyFloridaLicense.comPage 3868 of 6526 Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESMORRIS, RUSSELL FRANCISDo not alter this document in any form.1950 NW 22ND STREETLICENSE NUMBER: PE85793EXPIRATION DATE: FEBRUARY 28, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.FORT LAUDERDALE FL 33311Always verify licenses online at MyFloridaLicense.comPage 3869 of 6526 Page 3870 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 BUSINESS PLAN / COMPANY PROFILE Advanced Roofing, Inc.’s methodology and approach is unique in its structure because our set up is based on 41 years of real-life experience within the roofing industry. We have the capacity to tailor our systems to the needs of the project regardless of the size and contract requirements. Pre-job planning, documentation and communication are key to our operations and success for handling multiple projects simultaneously. In order to execute the project in a timely, cost-effective and quality manner, we invest quality time in our full team of Estimators, Engineers, Project Managers and Construction Team prior to commencement of all our field operations: again, regardless of the size of the project. The process of prioritizing projects starts in the project planning phase. Our pre-project planning process is quite extensive, the entire team must understand all phases of the project on order to maintain an efficient line of communication throughout the project. Each member is provided with a project binder with includes the following information:  Contact Name and Numbers  Emergency Procedures  Scope of Work, Project Plans / Specifications  Material Listing, MSDS Sheets  Project Schedule  Permit Information Our Project Team assembles once a week or as needed to discuss project status and if necessary, affect any changes that may be required to maintain efficiency and schedule. Each member is equipped with cellular phones with email access to always maintain communication. 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 filed staff and apprentices go through a three-year training program. The President and Vice President attend 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 application and soft for tracking a project from the inspection of the project to tits 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. Experience in handling crew loading and coordinated construction scheduling: the V.P. of the Roofing Division assigns a Project Manager to the project and the job is added to the Foreman Schedule. He then assigns a Construction Manager, Foreman, and roofing crew to the job and schedule a start date. The assigned Project Manager and Construction Manager visit the job site and confirm the job specific details. Projects are scheduled at least three weeks in advance so the Foreman, Construction Manager and Project Manager are on the same page. Our Spitfire software provides reports that are reviewed every Monday with the whole project management team and the Owner. Advanced Page 3871 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 Roofing’s experience has led it to have the fastest turnaround of permits, which allows us to begin the job on time and on budget. We have grown to be a full-service commercial roofing contractor consisting of a Service Department (providing repairs and maintenance), Metal Roofing Division, HVAC Division, a customer Sheet Metal Fabrication Division, Cran Division and Solar/Renewable Energy Division. Advanced Roofing, Inc. is a State Certified Roofing Contractor, General Contractor, HVAC Mechanical Contractor, and State Certified Solar Contractor. Advanced Roofing can handle all of your roofing needs from start to finish with our extensive team and inhouse divisions negating the need to outsource work. Our roofing department has over 475 expertly trained Construction Managers, foreman, roofing mechanics and laborers. Advanced Roofing, Inc. does not routinely utilize subcontractors. Over the past 38 years, Advanced Roofing, Inc. has put money back into the company and community. • We have our own fleet of vehicles that include trucks, cranes, semi-tractor trailers, hydro, tower crane, equipment and dump trucks to haul our roofing debris. This allows Advanced Roofing, Inc. the control of having trailers at our disposal when we need them and therefore allows for a smoother project. • We also have our own state-licensed Air Conditioning Division – This allows us to coordinate the shutdown and raising of the air conditioning units on the roof. • We also have our own state-licensed Electrical Division – This allows which allows us to handle the electrical needs for roofing and solar projects. • Lightning Protection Division • In-house Sheet Metal Division – where we fabricate our own metal. • We are a licensed General Contractor – which allows us to handle small contracting items on the roof. • Certified Solar/PV system installer for renewable energy projects. When a project calls for subcontractors to perform work that we are not licensed to perform, qualified subcontractors which are most competent and ready to complete the necessary to meet schedule will be selected. Advanced Roofing, Inc. actively participates in minority and/or small disadvantaged business contacting and utilize whenever possible. If subcontractors are being utilized, the project schedule is coordinating by the Project Manager with the subcontractor. Our Stuff Accountant reviews the subcontractor’s insurance and paperwork to confirm they compliant with our policies and will be eligible to perform work on ARI jobsite. Project Manager prepares a Subcontract Agreement and Schedule of Values for them. The Project Manager then meets with the Construction Manager to finalize the schedule criteria for the subcontractor to begin work at the job site. Page 3872 of 6526 Page 3873 of 6526 Page 3874 of 6526 Page 3875 of 6526 CC-C024413 ESTABLISHED 1983 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street | Fort Lauderdale| Florida 33311 BUSINESS CONTINUITY MANAGEMENT (BCM) PLAN Creating a Business Continuity Management (BCM) plan for a large commercial roofing company like Advanced Roofing involves several steps to ensure that the business can maintain operations during and after a disruption. Below is a structured outline of a BCM plan tailored to your needs. Business Continuity Management Plan for Advanced Roofing Executive Summary Objective**: Provide an overview of the BCM plan, including its purpose, scope, and the key strategies for maintaining business operations during disruptions. Introduction Company Overview**: Brief description of Advanced Roofing, including the nature of the business, key services, and geographical presence. Plan Purpose: Explain the importance of the BCM plan for ensuring the resilience of Advanced Roofing's operations. Scope: Detail the parts of the business covered by the BCM plan, focusing on critical business functions that are essential for operation. Business Continuity Policy Policy Statement: Commitment by senior management to support and enforce the BCM plan. Roles and Responsibilities: List of key personnel involved in BCM, including their roles and responsibilities in both planning and response phases. Risk Assessment and Business Impact Analysis (BIA) Risk Assessment: Identification and evaluation of potential risks that could disrupt business operations, including natural disasters, supply chain disruptions, and technological failures. Business Impact Analysis: Analysis of the potential impacts of identified risks on critical business functions. Prioritization of business functions based on their importance to the operational and financial stability of Advanced Roofing. Strategy and Plan Development Recovery Objectives: Define the recovery time objectives (RTOs) and recovery point objectives (RPOs) for each critical business function. Continuity Strategies: Outline strategies to ensure the continuity of critical business functions, including alternative working arrangements, backup sites, and diversification of suppliers. Plan Development: Detailed plans for maintaining operations during a disruption, tailored to each critical business function. Page 3876 of 6526 CC-C024413 ESTABLISHED 1983 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street | Fort Lauderdale| Florida 33311 Plan Implementation Resource Requirements: List of resources required to implement the BCM plan, including personnel, equipment, technology, and financial resources. Training and Awareness: Program for training employees on their roles in the BCM plan and raising awareness about business continuity practices. Testing and Maintenance Testing Schedule: Annual schedule for testing the BCM plan through drills and simulations to ensure its effectiveness. Review and Update: Process for regularly reviewing and updating the BCM plan to reflect changes in the business environment, operations, and lessons learned from tests and actual disruptions. Communication Plan Internal Communication: Procedures for communicating with employees during a disruption, including channels and protocols. External Communication: Guidelines for communicating with clients, suppliers, and other stakeholders during and after a disruption. Appendices Contact Lists: Contact information for key personnel, emergency services, suppliers, and other critical contacts. Checklists and Templates: Quick reference checklists and templates for executing the BCM plan. Documentation of Key Business Processes: Detailed documentation of critical business processes and their dependencies. Approval and Implementation Approval: Sign-off by senior management to approve and endorse the BCM plan. Distribution: Process for distributing the BCM plan to all relevant stakeholders and ensuring they understand their roles and responsibilities. Conclusion This BCM plan provides a structured approach for Advanced Roofing to manage and respond to disruptions effectively. Implementing and maintaining this plan will help ensure that Advanced Roofing can continue its operations during adverse situations, minimizing the impact on the business and its stakeholders. Regular updates and training are essential to keep the plan effective and relevant. Page 3877 of 6526 Page 3878 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 EXPERIENCE AND CAPACITY OF THE FIRM Subcontractors: See attached Team members: See the attached Evaluation Criteria No. 4: Specialized Expertise of Team Members, with an example from the project Licenses: See attached list of licenses and attached copies Industry awards: see attached References: see attached Equipment and Machinery: see attached Manufacturer’s warranty: see attached Page 3879 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 SUBCONTRACTORS Advanced Roofing, Inc. does not routinely utilize subcontractors. Over the past 41 years, Advanced Roofing, Inc. has put money back into the company and community. •We have our own fleet of vehicles that include trucks, cranes, semi-tractor trailers, hydro, tower crane, equipment and dump trucks to haul our roofing debris. This allows Advanced Roofing, Inc. the control of having trailers at our disposal when we need them and therefore allows for a smoother project. •We also have our own state-licensed Air Conditioning Division – This allows us to coordinate the shutdown and raising of the air conditioning units on the roof. •We also have our own state-licensed Electrical Division – This allows which allows us to handle the electrical needs for roofing and solar projects. •Lightning Protection Division •In-house Sheet Metal Division – where we fabricate our own metal. •We are a licensed General Contractor – which allows us to handle small contracting items on the roof. •Certified Solar/PV system installer for renewable energy projects. When a project calls for subcontractors to perform work that we are not licensed to perform, qualified subcontractors which are most competent and ready to complete the necessary to meet schedule will be selected. *Advanced Roofing, Inc. actively participates in minority, CBE and/or small disadvantaged business contracting and utilize whenever possible. LICENSES Roofing CCC024413 Solar CVC56792 General Contractor CGC1507377 Mechanical – Class A CAC1818806 Electrical EC13006050 Professional Engineer (2) PE36852 / PE85793 NABCEP Certifications (2) PV-101913-002781 / PVSI-072019-028634 PV-120521-013589 Page 3880 of 6526 CC-C024413 ESTABLISHED 1983 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street | Fort Lauderdale| Florida 33311 PV-120521-013589 FULL TIME EMPLOYEES Estimators 26 Field Supervisors 75 Tradespeople 444 Clerical/Accounting 50 Other 116 Total 711 Page 3881 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 EXISTING TERM CONTRACTS South Area Term Contracts: • Port Everglades Roof Repair, Replacement and Related Services • Palm Beach County Annual Contract-Roofing • Broward College • School District of St. Lucie County (Piggybacking Broward College) • SBBC - Construction Services Emergency Projects VI (CSEP) - 18-171F • Town of Davie (Piggybacking Sourcewell) • Town of Davie - Misc. Roofing Services - R2020-180 • SBBC - Construction Services Minor Projects (CSMP) - FY20-130 - Roofing, GC & Mechanical • School District of Palm Beach County - Roofing Contractor Services for Disaster Recovery Assistance • School District of Palm Beach County- Roofing Products and Services - 20C-45V • Miami Beach - General Building Specialty Trade Services • Town of Palm Beach - Roofing Contractors • Martin County School District - District Wide Roofing Repairs, Gutters, Maintenance & Materials • Lee County Wide Roofing • School District of Indian River County - Districtwide Roof Repairs & Mainenance Services • Boeing Company - Miami • SBBC - Roofing Services • FAU - Roofing Services • FIU - Small Trade Services II • Lauderhill-Trade Roof Contractors-Prequal • CCPS(Collier County Public Schools) - #19-050 Roofing Inspection & Repair Services • Broward County - Roofing Maintenance & Repairs at Various County Buildings • City of Deerfield Beach - (Piggybacking City of Sunrise) • City of Lauderhill - (Piggybacking Port Everglades) • City of Sunrise - Roofing Maintenance and Repairs • Sourcewell - Southeast Florida Area • City of Miramar - (Piggybacking Port Everglades) • NIPA / RoofConnect • Baptist Health - Emergency Roof Repairs • Baptist Health - Master Agreement • Monroe County School District (Piggybacking Broward College) • City of Vero Beach (Piggybacking City of Sunrise) • Collier County - Roofing Replacement Contractors • Miami Beach - Job Order Contracting Services-Various Trades • City of Fort Lauderdale - (Piggybacking City of Sunrise) • SWA (Solid Waste Authority) • City of Coral Springs - (Piggybacking City of Sunrise) • City of Boynton Beach - (Piggybacking City of Sunrise) Page 3882 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 • City of Stuart - City Wide Annual Roofing Repair & Replacement • City of Doral - (Piggybacking City of Sunrise) • Miami Dade County Public Schools (MDCPS) Roofing Term Bid Open Market • Seminole Tribe of Florida - Certified Roofing Contractor Services • Miami Dade College - Commercial Roofing Inspections, Repairs, Restoration & Replacement Prequal of Contractors • Collier County - Roofing Preventive Maintenance and Remedial Repairs Central & North Area Term Contracts: • FDOT - Routine Maintenance, Repair, Installation and Evaluaiton to Roof Systems at Various Locations on Florida's Turnpike Mainline • Orange County • Volusia County • SDOC - School District of Osceloa County - Roofing Installaiton & Repair Contractor Services • Sourcewell - Southwest Florida Area • Sourcewell - East Central Florida Area • Sourcewell - Northeast Florida Area • Sourcewell - Northwest Florida Area CC-C024413 ESTABLISHED 1983 • Orlando Aviation Authority - Continuing Roofing Construction Services • Lake County Roof Repair Services • Hernando County - Construction Projects • Kinder Morgan • City of Bradenton - (Piggybacking City of Sunrise) • Orlando Utilties Commission • Village Center Community Development District - (Piggybacking City of Sunrise) • Village Center Community Development District - (Piggybacking City of Sunrise) • North Sumter County Unitlity Community Development District - (Piggybacking City of Sunrise) • North Sumter County Unitlity Community Development District - (Piggybacking City of Sunrise) • Sumter Landing Community Development District - (Piggybacking City of Sunrise) • Alachua County - Minor Roof Repair Services • AFICC/771 ESS/EGB Wide Roofing Repair and Replacement • University of South Florida - USF • City of Dunedin - (Piggybacking City of Sunrise) • City of Kissimmee - (Piggybacking City of Sunrise) • Pinellas County - Roofing Services & Supplies Waterproofing & Related Products Services • University of Central Florida - UCF • Daytona International Speedway - Roofing Repairs • City of Apopka • Charlotte County - Re-Roofing & Roof Repairs • Punta Groda - (Piggybacking Charlotte County) • City of Deltona Page 3883 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 Federal Term Contracts: • TCPN(Roof Connect) Private Entity Term Contracts: • Publix Supermarket • Pratt & Whitney • UPS • FPL-CBRE • Memorial Healthcare Systems Page 3884 of 6526 CC-C024413 ESTABLISHED 1983 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street | Fort Lauderdale| Florida 33311 SBE/MBE/WBE Participation 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. Listed below are a few of the minority contractors we have a working relationship with; Plumbing Contractor CV Ocean Plumbing, Inc. Hispanic-American S/MBE 10651 NW 132nd St., Hialeah Gardens, FL 33018 (305)558-4624 - Eddilyn Leiro ernicaballero@hotmail.com Material Supplier Concrete Solutions Group, LLC Asian-Pacific American S/M/WBE 8469 NW 44th Ct., Coral Springs, FL 33065 (954)401-4872 - Eliza Chan echan316@yahoo.com Material Supplier (Soprema) Trintec Construction, Inc. dba Icon Roofing White Female S/MBE 13091 NW 43rd Ave. Opa-Locka, FL 33054 (305)685-3001 – Petulia Schvartz pschvartz@trintecinc.com Page 3885 of 6526 CC-C024413 ESTABLISHED 1983 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street | Fort Lauderdale| Florida 33311 Sheet Metal Duval Sheet Metal, Inc. African-American M/WBE 2200 4TH Ave. N., Suite 7, Lake Worth, FL 33461 P: 561-547-5282 F: 561-547-9594 C: 561-371-2015 – Daniela Duval daniela@duvalsheetmetal.com Roofing Contractor/Construction Services A.Herrmann Associates, Inc. dba Associates Roofing CBE/SBE 2351 Thomas St. Hollywood, FL 33020 P: (954) 921-4096 F: (954) 921-1371 - Art Herrmann info@associatesroofing.com Construction Services Renco Development, Inc. African-American E/S/MBE 3025 SW 189th Ave. Miramar, FL 33029 P: (954) 993-2039 - Kwame Wilson info@rencodevelopment.com Interior Protection We Pro Tec, LLC WBE 7300 West McNab Rd., Suite 111 Tamarac, FL 33321 P: (754) 484-7110 C: (954) 740-4700 - Marie Hinkson marie@wepro-tec.com Mechanical/Equipment Supplier Kwik Kool Air Conditioning, Inc. Hispanic-American E/S/M/WBE 14024 SW 140th St., Miami, FL 33186 (305)251-1125 - Gloria Diaz-Carney gdc@mcarney.com Page 3886 of 6526 Jacksonville Chris Reta • Service Manager Office: 904-826-3860 / Toll-free: 866-365-6071 Cell: 904-312-3209 Email: ChrisR@advancedroofing.com Address: 4671 Edison Ave,Jacksonville FL 32254 Service Email: ServiceCFL@advancedroofing.com North Florida • Panhandle Jason Carruth • Regional Manager Office: 407-322-1555 / Toll-free: 866-365-6071 Cell: 407-509-4190 Email: JasonC@advancedroofing.com Address: 200 Northstar Court, Sanford FL 32771 Service Email: ServiceCFL@advancedroofing.com South Florida Regional Contact Kevin Kornahrens • Executive Vice President Office: 954-522-6868 x 1177 Cell: 321-482-0546 Email: KevinK@advancedroofing.com Address: 1950 NW 22nd St, Ft. Lauderdale, FL 333111 Air Conditioning | HVAC Paul Murphy - Service Manager Office: 954-332-1418 x 1620 Cell: 321-482-0546 Email: PaulM@advancedairsystem.com Address: 2100 NW 21st Avenue, Fort Lauderdale FL 33311 Service Email: Service@advancedairsystem.com Solar I Electric Clint Sockman – Executive Vice President Office: 954-522-6868 x1060 Cell: 954-232-8772 Email: ClintS@agt.com Address: 1950 NW 22 Street, Fort Lauderdale FL 33311 ADVANCED ROOFING OFFICE LOCATIONS Fort Lauderdale Michael Kornahrens • Branch Manager Office: 954-522-6868 / Toll-free: 800-638-6869 Cell: 954-553-8577 Email: MichaelK@advancedroofing.com Address: 1950 NW 22 Street, Fort Lauderdale FL 33311 Christopher Walsh • Service Manager Office: 954-522-6868 x1099 / Toll-free: 800-638-6869 Cell: 954-649-8165 Email: ChristopherW@advancedroofing.com Service Email: ServiceSFL@advancedroofing.com Miami Julian Olarte - Branch Manager Office: 305-456-2544 / Toll-free: 800-638-6869 x1102 Cell: 786-477-3873 Email: JulianO@advancedroofing.com Address: 1733 NW 21st Terrace, Miami FL 33142 Service Email: ServiceSFL@advancedroofing.com Jupiter • Palm Beach Tim Truelove - Branch Manager Office: 561-743-6952 / Toll-free: 800-638-6869 x1131 Cell: 561-386-3425 Email: TimT@advancedroofing.com Address: 1601 Park Lane South, Suite 100, Jupiter FL 33458 Service Email: ServiceSFL@advancedroofing.com Sanford • Orlando Jason Carruth - Branch Manager Office: 407-322-1555 / Toll-free: 866-365-6071 Cell: 407-509-4190 Email: JasonC@advancedroofing.com Address: 200 Northstar Court, Sanford FL 32771 Paco Guzman - Service Manager Office: 407-322-1555 / Toll-free: 866-365-6071 Cell: 954-319-1130 Email: FranciscoG@advancedroofing.com Tampa • Saint Petersburg Bill Lester - Branch Manager Office: 813-885-5811 / Toll-free: 800-354-9896 Cell: 813-734-2136 Email: BillL@advancedroofing.com Address: 4909 West Knollwood Street, Tampa FL 33634 Michael Varie - Service Manager Office: 813-885-5811 / Toll-free: 800-354-9896 Cell: 813-394-7735 Email: MichaelV@advancedroofing.com Service Email: ServiceTampa@advancedroofing.com Fort Myers • Naples Joseph Cleland • Branch Manager Office: 239-208-8809 / Toll-free: 800-354-9896 Cell: 954-861-7979 Email: JosephC@advancedroofing.com Address: 14231 Jetport Road, Unit 15, Fort Myers FL 33913 Service Email: ServiceTampa@advancedroofing.com MIAMI DADE NORTH BROWARD NORTH PALM BEACH MONROE COLLIER LEE CHARLOTTE HENDRY GLADES HIGHLANDS DESOTO HARDEE POLK OSCEOLA ORANGE BREVARD MANATEE HILLSBOROUGH PASCO HERNANDO LAKE SEMINOLE VOLUSIA FLAGLER PUTNAM MARION ALACHUA CLAY ST. JOHNS LEVY GILCHRISTDIXIE CITRUS SUMTER SARASOTA MARTIN ST. LUCIE OKEECHOBEE INDIAN RIVER PINELLAS DUVAL NASSAU BAKERCOLUMBIA UNION BRADFORD SUWANNEE HAMILTONMADISONLEON GADSDEN JACKSON HOLMES WALTON OKALOOSA CALHOUN GULF BAY WASHINGTON LIBERTY FRANKLIN WAKULLA JEFFERSON TAYLOR LAFAYETTE SANTA ROSA ESCAMBIA MIAMI DADE SOUTH SOUTH PALM BEACH Page 3887 of 6526 Clint Sockman Vice President BD/EST/AGT Kevin Kornahrens Manager Partner ​Faith Williams Government Projects Coordinator Debbie Giuliani Business Development Support Manager Mercy Trujillo HVAC Project Coordinator Kim Campanile Executive Assistant Diane Craig CFO Sheldon Waby Solar Service Supervisor Randy Gibson Sales Executive ​Ben Bradley Roofing Estimator John Peak Roofing Field Survey Engineer Cody Stunkard Roofing Estimator Senior Jeffrey Salimbene Solar Quality Control Coordinator Anna Colosimo Project Accountant Angela Arboleda Assistant Controller Maureen Haynes Staff Accountant Ligy Thomas Sr. Staff Accountant Oronde Henry Accounts Payable Manager Andrea Grinstein Administrative Associate Christel Morizet-Davis Office Manager Bryan Cardona Safety Director Robert Forte Safety Coordinator Braulio Correa Assistant Safety Director Lovell Lee IT Manager Andrew Cadavid IT Coordinator Rose Brittain Special Projects Manager Alex Olivo Facility Manager ​Guy Campbell Estimator/ Project Manager II Jessica Kornahrens Project Manager Jason Carruth Central Florida Branch Manager Michael Kornahrens Managing Partner ​David Baytosh Vice President SFL Roofing Paul Murphy HVAC Manager Bill Lester Tampa Branch Manager Glenn Watson Statewide QC Manager Dawn Emery Orlando Office and Business Dev. Support Manager Josh Gordon Orlando Roofing Project Manager James Spathelf Orlando Roofing Project Manager Randall Landry Orlando Roofing Construction Manager James Kennedy Orlando Roofing Construction Manager Katlynn Kellum Orlando Opportunity Admin & Project Coordinator Justin Tyler Orlando Service Estimator Tim Wilson Orlando Roofing Field Survey Technician Juan Cotton Orlando Warehouse Manager Steve Guarino Orlando Warehouse Foreman Mili Mautner Roofing Construction Manager Assistant Tino Perez Roofing Construction Manager Terry Tilson Roofing Construction Manager Michael Scardina Sheet Metal Shop Manager Alan Teto Crane Manager Ricardo Campos Sheet Metal Field Supervisor Jerry Ladner Fleet Manager Sean Johnson Warehouse Fleet Admin Rose DiPaola Roofing Project Engineer Tomara Martin Roofing Project Assistant Connie Scott Roofing Project Manager Susana Macias Roofing Project Manager Adrian Macatangay Roofing Project Manager Juan Goya Roofing Project Manager Selena Zezula HVAC Customer Service Representative Fiorella Bini HVAC Assistant Service Manager Edmond Goldman HVAC Warehouse Manager David Wall HVAC Superintendent Erick Rodriguez HVAC Construction Manager Rodrigo Olalquiaga HVAC Project Manager Christopher Walsh Roofing Service Branch Manager Irene Mulqueen Statewide Service Opportunity Manager Erin Clark Service Opportunity Manager Rufina Paulino Customer Service Representative Wendy Pinarete Customer Service Representative Ed Malone Service Project Manager Michael Varie Tampa Service Branch Manager Glenn Huber (Hawk) Service Superintendent Gary Stevens Tampa Service Estimator Julian Olarte Miami Roofing Service Branch Manager Ronney Tavares Jupiter Branch Manager Carolina Baez Tampa Office Manager Janet Yera Tampa Service Coordinator Jessica Fonfrias Orlando Customer Service Representative Advanced Roofing & AGT USA February 2024 Anthony Fazio Tampa Key Account Executive Michael Cervone Solar Electrical Division Manager Maxwell Hume HVAC Project Assistant Holman Lopez Miami Service Superintendent Wayne Mathews Orlando Key Account Executive Mark Hodges Solar Project Manager Carlos Machado Roofing Project Manager Judson Bowling Orlando Service Estimator Leighanna Dennis Roofing Project Assistant Eduardo Lobo Munoz Solar Project Manager Justice Porter Roofing Estimator Mike Landolfi Tampa Senior Project Manager Robert Alexander Solar Project Manager Jimmy Hensley Tampa Service Estimator Sheyraya Marseille Receiving/Accounting Clerk Oscar Mejia Safety Coordinator Jessica Arseneau Kornahrens Key Account Executive Jennifer Garcia Solar Project Manager Luis Grullon QC Inspector Jenny Rodriguez Vargas Director of HR Cynthia Padilla Benefits Coordinator Cynthia Pereira Payroll Specialist Thomas Griffith Solar Sales Executive Sophia Reuschel Receiving/ Acounting Clerk Roy Marin Purchasing Agent Steven Schoen Director of Gov. Services Eugenio Reyes Rodriguez Skilled Trades Recruiter Bianca Pressoir Employee Relations Manager Anthony Bullard Roofing Construction Manager Hal Webber QC Inspector Cayla Worley HVAC Project Manager Virat Reddy Barla HVAC Estimator Scott Reish Tampa Service Estimator Yadier Valverde Miami Service Project Manager John Casey Orlando QC Inspector Frederick Kuchler Tampa Director of Client Services Marcus Pimentel Roofing Field Survey Engineer Mathew Jeffries Solar Director of Sales Neilyn Davila Solar Service Coordinastor Mark Peugh Solar Construction Manager Abraham Rodriguez Facility Assistant Joshua Rubin Financial Reporting & Analysis Manager Amber Marley Jupiter Customer Service Representative Paola Frech Talent Acquisition Specialist Jose Montes Miami Service Estimator Gustavo Cuellar Procurement Manager Mark Scotford Roofing Construction Manager Jorge Palencia Tampa Warehouse Manager Angela Gonzalez Administrative Assistant Tetiana Litkovska Marketing Manager Oscar Guedez Miami Service Superintendent David Davis Orlando Roofing Project Manager Francisco Guzman Orlando Service Branch Manager Raymond Urgelles HVAC Project Manager Mark Berube Roofing Project Manager Senior Frank Medina Tampa Roofing Construction Manager Troy Royal Tampa Service Superintendent Gabriella Genao Purchasing Agent Jack Hudlow Tampa Roofing Construction Manager James Morrow Tampa Roofing Construction Manager Joseph Cleland Fort Myers Roofing Service Branch Nicole Martez HR Administrative Assistant John Lane Administrative Associate Nicholas Merced Service Estimator Frederick Herron Service Estimator/ Project Manager Open Jupiter Customer Service Representative Open Jupiter Customer Service Representative Randy Taveras Jupiter Service Superintendent Benjamin Richards Solar Construction Manager Mihir Patel Roofing Estimator Julia Barton Solar Key Account Executive Evan Griffith Solar Sales Analyst/ Coordinator Adrian Rodriguez Solar Project Engineer Andrew Thomas Orlando Roofing Construction Manager Harry Martin Orlando Roofing Construction Manager Jeffrey Peppler Orlando Roofing Construction Manager Noel Norman Orlando Roofing Construction Manager Christopher Reta Jacksonville Roofing Service Branch Manager Kimberly Olson-Moore Orlando Customer Service Representative Houssam Hussein Orlando Roofing Project Manager Ryan Schoen Orlando Service Estimator Bill Scholes Roofing Construction Manager Allison Gammons Roofing Project Assistant Sara Douglas Roofing Project Manager James Montague Tampa QC Inspector Charmaine Hodge A/P Specialist Dercio Bonilla A/R Billing Administrator Open Miami Customer Service Office Admin Eddie Adkins Tampa Roofing Construction Manager Antonella Braccio Talent Acquisition Specialist Bill Leon Roofing Construction Manager Rodolfo Castillo Jr. Roofing Project Manager David Monk Fort Myers Service Sales Representative Juan Segura Customer Service Representative Gabriel Jordan HVAC Estimator Olivia Doyle Accounting Clerk Tianfang Shi Marketing Coordinator Isaias Mora Romero Director of Material & Inventory Control Joseph Lee Workforce Development Manager Brenden Badstibner Service Estimator Allan Mendoza Munoz Solar Project Manager Tanvi Shringarpure Solar Assistant Project Manager Adam Ali Roofing Project Manager Christopher Long Roofing Project Manager John Salamone Roofing Project Manager Shauna Estoch Roofing Project Manager Zachary Solomon Roofing Project Manager Tiera Davis Business Development Ezra Garber Roofing Field Survey Engineer John Guinan Orlando Service Estimator Jacqueline Dunson Jacksonville Customer Service Representative Dale Elkins Jacksonville Service Estimator Michael Newman Roofing Jr. Construction Manager William Scholes Roofing Construction Manager Charles Kornahrens Roofing Construction Manager Aysa Palencia Tampa Customer Service Representative Tiffany Rivera Rivas Administrative Assistant Brian Rexford Fort Myers Service Estimator Jason Lewicki Tampa Survey Engineer Christine Jusino Talent Acquisition Specialist Lena Reid HVAC Opportunity Manager Erin Duffany HVAC Service Coordinator GordonVincent HVAC Service Sales/ Estimator I Dania Attapallil Accounting Intern Lewilden Bell A/R Billing Administrator Nicholas Herheletzis Service Estimator Sloane Netane Customer Service Representative Siarra Lawson- DeGrange Solar Operations Coordinator Oscar Salavarria Solar Construction Manager Jr. Joseph Bonham Jacksonville Service Superintendent Christopher Hittle Orlando Service Superintendent Mitchell Jeffords Jacksonville Service Estimator Kevin Colpron Orlando Roofing Construction Manager Tom Mahon Sheet Metal Construction Manager Rob Kornahrens Manager Partner Maria Perez Roofing Project Assistant Michael Monday Roofing Project Manager Blair Chadwick Tampa Roofing Construction Manager Raul de Jesus Figueroa Tampa Safety Coordinator Page 3888 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 Sample of Project Administration Plan for Flat Roofing Replacement Project 1.Manpower Crew Size: 8-10 crew members per day 2.Methods to Train Employees: See attached 3.Supervisory & Staffing Capabilities: See attached 4.Management Personnel: See attached 5.Roles: •Project Manager: Mike Landolfi •Operational Manager: Frank Medina •Construction Manager: Blair Chadwick •Quality Control: Kenneth McSpadden •Safety Control: Raul De Jesus Figueroa •Branch Manager: William Lester 6.Advanced Roofing Safety Program 2023 (Table of Contents): See attached 7.Advanced Roofing Safety: See attached 8.Hurricane Preparedness Plan: See attached Page 3889 of 6526 Corporate Safety Program REV – 9 08/10/2023 Page 3890 of 6526 TABLE OF CONTENTS MANAGEMENT STATEMENT .................................................................................................................................... 4 SAFETY PROGRAM .................................................................................................................................................... 5 CORPORATE SAFETY COMMITTEE ............................................................................................................................ 6 SAFETY RESPONSIBILITIES & DUTIES ........................................................................................................................ 7 SEXUAL HARASSMENT .............................................................................................................................................. 9 DRUG AND ALCOHOL PROGRAM ........................................................................................................................... 11 INCIDENT INVESTIGATION & REPORTING PROCEDURES ........................................................................................ 20 STOP WORK AUTHORIZATION ................................................................................................................................ 23 RESTRICTED DUTY POLICY ...................................................................................................................................... 26 RECORDING INJURIES AND ILLNESSES .................................................................................................................... 27 RECORDS RETENTION ............................................................................................................................................. 28 ORIENTATIONS & TOOL BOX TALKS ....................................................................................................................... 32 SAFETY TRAINING ................................................................................................................................................... 33 SAFETY STAND-DOWN POLICY ............................................................................................................................... 33 ACCOUNTABILITY ................................................................................................................................................... 34 WORKPLACE ANTI-VIOLENCE POLICY ..................................................................................................................... 36 OFFICE SAFETY ........................................................................................................................................................ 37 BACK & LIFTING PROCEDURES ............................................................................................................................... 38 ERGONOMICS ......................................................................................................................................................... 39 FITNESS FOR DUTY/FATIGUE MANAGEMENT ........................................................................................................ 40 PERSONAL CLOTHING ............................................................................................................................................. 46 PERSONAL PROTECTION EQUIPMENT .................................................................................................................... 47 FIRST AID PROGRAM .............................................................................................................................................. 49 EXPOSURE CONTROL PLAN (ECP) for BLOODBORNE PATHOGENS ......................................................................... 51 RESPIRATORY PROTECTION .................................................................................................................................... 56 HEARING CONSERVATION PROGRAM .................................................................................................................... 60 JOB HAZARD ANALYSIS (JHA) ................................................................................................................................. 63 HAZARD COMMUNICATION ................................................................................................................................... 64 ASBESTOS EXPOSURE MANAGEMENT ................................................................................................................... 72 BENZENE AWARENESS AND EXPOSURE PROGRAM ............................................................................................... 81 CADMIUM AWARNESS ........................................................................................................................................... 86 HEXAVALENT CHROMIUM AWARENESS ................................................................................................................ 91 HYDROGEN SULFIDE (H2S) AWARENESS ................................................................................................................ 96 ARSENIC AWARENESS ..........................................................................................................................................102 LEAD EXPOSURE COMPLIANCE .............................................................................................................................106 DEMOLITION ........................................................................................................................................................113 FIRE PREVENTION PLAN .......................................................................................................................................125 WELDING AND CUTTING ......................................................................................................................................131 KETTLE OPERATIONS ............................................................................................................................................132 TORCHING SAFETY................................................................................................................................................133 HOT WORK ...........................................................................................................................................................134 COMPRESSED GASES ............................................................................................................................................138 EMERGENCY ACTION PLAN ..................................................................................................................................139 EMERGENCY PHONE NUMBER LISTING................................................................................................................142 HAND & POWER TOOLS .......................................................................................................................................143 ELECTRICAL EQUIPMENT GROUNDING ASSURANCE ............................................................................................153 ELECTRICAL (QUALIFIED)…………………………………………………………………………………………………………………………………157 ARC FLASH SAFETY ...............................................................................................................................................172 FIELD MACHINE GUARDING .................................................................................................................................177 Page 3891 of 6526 GENERAL SHOP SAFETY ........................................................................................................................................178 GENERAL SAFETY REQUIREMENTS .......................................................................................................................181 FORKLIFT/MECHANIZED EQUIPMENT ..................................................................................................................194 LADDERS ...............................................................................................................................................................196 FALL PROTECTION ................................................................................................................................................198 SCAFFOLDS ...........................................................................................................................................................199 MANLIFTS/POWERED PLATFORMS ......................................................................................................................205 PERMIT REQUIRED CONFINED SPACE ENTRY PROGRAM .....................................................................................207 EXCAVATIONS AND TRENCHES .............................................................................................................................215 SUBCONTRACOR MANAGEMENT PLAN ...............................................................................................................219 WALKING/WORKING SURFACES ...........................................................................................................................227 HOUSEKEEPING & GENERAL WASTE MANAGEMENT ..........................................................................................228 SANITATION .........................................................................................................................................................229 CRANES .................................................................................................................................................................230 RIGGING MATERIAL HANDLING AND SIGNALING ................................................................................................238 WORK ZONE SAFETY .............................................................................................................................................243 HURRICANE PREPAREDNESS AND PROCEDURES .................................................................................................245 FLEET SAFETY PROGRAM .....................................................................................................................................247 TRAILER OPERATION ............................................................................................................................................254 SAFETY ORIENTATION ..........................................................................................................................................255 TOOL BOX TALKS ..................................................................................................................................................259 Jobsite Evaluation ................................................................................................................................................260 JSE – JOB SITE EVALUATION .................................................................................................................................262 JOB HAZARD ANALYSIS .........................................................................................................................................265 HOT WORK PERMIT ..............................................................................................................................................266 INVESTIGATION ....................................................................................................................................................267 SAFETY VIOLATION NOTICE ..................................................................................................................................268 ACCIDENT/INJURY REPORT ..................................................................................................................................269 VEHICLE ASSIGNMENT AGREEMENT ....................................................................................................................271 PERSONAL OWNED VEHICLE AGREEMENT ...........................................................................................................272 CDL HANDBOOK ...................................................................................................................................................273 Page 3892 of 6526 SAFETY Introduction At Advanced Roofing, Inc., safety is our top priority. We are committed to having a safe and healthful workplace. By providing an environment that is free from recognized hazards we are able to protect our most valuable resource, our employees. Our safety department is dedicated to the following Training All new hires must successfully complete our safety orientation. The safety orientation includes a comprehensive course on fall protection, hazard communication, personal protective equipment, Fire Prevention and Protection, Ladder Safety and What to do if you’re injured. After successfully completing the new hire orientation employees are given personal protective equipment and a safety vest. The vest must be worn at all times during the first 90 days of employment. By identifying new employees we are able to provide them with the extra coaching and attention that is necessary to achieve safe habits. Continuous training occurs throughout the year in the form of department stand downs, scheduled trainings, weekly tool box talks, Job specific safety training (CERTA, Respirators, Confined Space, Lock Out Tag Out, etc.), Powered Industrial Trucks (Class I, IV, V, and VII), Aerial Lifts and working platforms (Boom, Scissor), Propane safety, National Safety Council DDC4 and many more. Our Foremen and Construction Managers have successfully completed the 1926 OSHA 30 Hour Course. The safety department currently has two OSHA 500 outreach trainers on staff. Pre-Construction and Mobilizing A pre-construction meeting is held for all jobsites. A representative of the safety department is required to attend the pre-construction meeting. Prior to the meeting a walkthrough occurs that includes the Safety Representative, Vice President of Construction, Project Manager, Construction Manager and Foreman. During the walkthrough the construction process is discussed along with all foreseeable safety hazards. A fall protection plan is communicated and agreed upon. A Site Specific Safety Plan (SSSP) is created based on the preconstruction walkthrough. The SSSP includes the fall protection plan, emergency contact numbers, nearest hospital, evacuation plan, job specific hazards, etc. When the SSSP is approved by the Safety Director it is distributed to all parties involved including the client. On the day that mobilization takes place a Safety Coordinator will be present to assist with safety compliance. The safety coordinator will ensure that all hazards are identified and communicated to all affected parties. This includes the method of controlling or eliminating the hazards. Lastly, all Safety Data Sheets are communicated for the materials on site. Page 3893 of 6526 Compliance Our Safety Department is responsible for ensuring compliance with all Federal and State safety standards. We achieve compliance by performing daily unannounced jobsite safety evaluations. The JSE’s are conducted by the safety coordinators with the cooperation of the site foreman. As part of our commitment to safety at all levels, we also require our Construction Managers to complete a weekly site safety evaluation. The results of all job site safety evaluations are shared with the safety committee. When required, a site safety stand down will occur if Advanced Roofing safety standards are not being met. Policies and procedures are in place to discourage unsafe behavior that may lead to a near miss or workplace injuries. Employee Participation Department safety meetings are held weekly with every department. During these meetings employees are encouraged to give feedback on improvements, equipment, training, etc. A safety Committee Meeting that includes an employee representative, department managers, upper management and the safety department is held on a Bi-Monthly basis. The safety committee discusses workplace injuries, root cause analysis results, lessons learned, and employee feedback. Our goal is to provide our employees with multiple lines of communication to keep an open dialogue about safety. Safety Performance see attached Safety Team Bryan Cardona - Safety Director Darwing Silva - Safety Manager Jose Hernandez - Safety Coordinator Page 3894 of 6526 CC-C024413 ESTABLISHED 1983 www.advancedroofing.com Tampa Office TEL 813-293-2337 FAX 407.322.0010 4909 W Knollwood St | Tampa | Florida 33634 Hurricane Preparedness Plan Page 3895 of 6526 COMMITED TO SAFETY HURRICANE PREPAREDNESS AND PROCEDURES Purpose: To establish a procedure to be followed when severe weather is forecast in the vicinity of the warehouse or project site. Procedure: I. Notification: A. In the event of a severe weather advisory issued by the U.S. Weather Bureau at night, during the weekend or on a holiday, Bryan Cardona, the safety director and project manager/division manager will notify designated Advanced Roofing personnel of the advisory. B. Each division manager will maintain an up-to-date list of personnel required to secure the jobsite, yard and warehouse in the event of a severe weather advisory. II. Execution: A. All loose or easily blown-about material and equipment shall be secured such as wind screen on fences, etc. B. Crane booms will be lowered when winds reach 50 miles per hour. C. All work on roof areas will be secured as required to fulfill the requirements of this procedure. Workmen to be evacuated as necessary. D. All electrical power shall be de-energized to power Advanced Roofing Inc source. E. Portable fuel tanks and all portable equipment will be secured or removed. F. Glass in place will be covered and taped when winds are expected to exceed 50 miles per hour. G. Secure the following items or have readily available: Portable generators, pumps, mops, buckets, vacuums, rags, and other tools required for clean-up. H. Ensure all critical paperwork, contract documents, and computers are moved to a safe location or to the main office. I. The superintendent shall post his name and pager number in the trailer window so that emergency response personnel will have a point of contact for the jobsite. J. Chain link fencing should be placed over all open dumpsters and secured. Page 3896 of 6526 COMMITED TO SAFETY K. Roofing materials and sheathing should be properly secured or removed from the roof. NOTE: Due to the speed in which severe weather can move through the area, warehouse, yard and jobsite personnel should take continuous steps to keep the project safe from blowing debris. NATIONAL HURRICANE CENTER SEVERITY SCALE CATEGORY WIND SPEED STORM SURGE 1 (Least Severe) 74 – 95 MPH 4 – 5 Feet 2 95 – 100 MPH 6 – 8 Feet 3 111 – 130 MPH 9 – 12 Feet 4 131 – 150 MPH 13 – 18 Feet 5 Over 150 MPH Over 18 Feet HURRICANE CONDITIONS CONDITION IV: 72 HOURS PRIOR TO THE ARRIVAL OF FORECASTED 50 KNOT WINDS • Make all necessary notifications to personnel. • Stay informed of the hurricane‘s position/intensity and expected landfall. CONDITION III: 48 HOURS PRIOR TO THE ARRIVAL OF FORECASTED 50 KNOT WINDS • Verify all the ―execution‖ procedures have been implemented. • Verify all crews have secured and weather-proofed their areas of responsibility. CONDITION II: 24 HOURS PRIOR TO THE ARRIVAL OF FORECASTED 50 KNOT WINDS • Execution steps A-N have been completed at the project. • Take precautions for personal safety. CONDITION I: FINAL HURRICANE WARNING (12 HOURS PRIOR) POST EMERGENCY: Contact Bryan Cardona, safety director with specifics of damage and outline a ―cleanup‖ plan. Type text here Page 3897 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 Advanced Roofing, Inc. Awards Florida Roofing and Sheet Metal Association: FRSA STAR Awards 1. 2021: Award for Community Service 2. 2020: 2nd Place Low Slope Award 3. 2019: 1st place Slope Roofing Award 4. 2019: 2nd place Craftsmanship category 5. 2018: 3rd Place Low Slope Aquazul Condominiums 6. 2018: 2nd Place Sustainability South Florida Regional Transit Authority (Tri-Rail Station); 7. 2017: 1st Place Low Slope NOAA 8. 2016: 1st Place Sustainability Lockheed Marin 9. 2016: 2nd Place Low Slope Publix Distribution Center 10. 2015: 1st Place Low Slope South East Financial Center 11. 2015: 1st Place Sustainable Frost School of Music; Best if the Best Project of the Year 12. 2014: 1st Place Sustainable JM Family Enterprises National Roofing Contractors Association: NRCA 1. 2021: 1st Place Community Involvement Award for Bahamas Strong Relief Efforts 2. 2016: Community Involvement Award 2nd Place Sonrise Mission 3. 2016: Gold Circle Awards: Honorable Mention NOAA 4. 2013: Gold Circle Awards: Honorable Mention St. Thaomas Airport 5. 2012: Best of the Best Award MVP David Baytosh ARMA Quality Ashalt Roofing Contractor Awards 1. 2017: Silver Award Stepohen Booher Building 2. 2016: Silver Award Devonshire at PGA National 3. 2014: Silver Award Publix Supermarkets 4. 2012: Bronze Award: Federal Reserve Bank of Atlanta Construction Association of South Florida: CASF 1. 2021: Craftsmanship Awards for Exceptional Work in Membrane Roofing and Solar Energy 2. 2017: Safety Professional of the Year Award 3. 2014: Craftmanship Award Huizenga Pavilion 4. 2013: Craftmanship Award Publix Supermarkets Associated Bilders and Contractors: ABC 1. 2024: ABC Roofing Apprenticeship Graduation 2. 2016: Educational Excellence Builds Business Partnership Award South Florida Business Journal 1. 2019: Advanced Roofing Ranks 36th Top 100 Private Companies in South Florida for 2018 Page 3898 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 Roofing Contractor Magazine 1. 2019: 13th Place in the Nation on 2019 Top 100 Roofing Contractors list 2. 2019: 1st Place in Florida on 2019 Top 100 Roofing Contractors list Virtual Bike MS Ride to Key Largo 1. 2020: Top Fundraiser The 50th Anniversary Winterfest Boat Parade in Fort Lauderdale, Florida 1. 2021: Community Spirit Award International Roofing Expo in Dallas, Texas 1. 2023: Terry Tilson, the Best of the Best Award Manufacturer Sika Sarnafil: 1. 2017 Project pf the Year Award Silver: Secoast Towers 2. 2016: Project of the Year Award Bronze: NOAA 3. 2014: Project of the Year Award Silver: St. Thomas Airport GAF 1. 2025: Certified Master Roofing Contractor 2. 2024: Certified Roofing Contractor 3. 2018: President’s Club Award 4. 2017: President’s Club Award 5. 2016: Triple Excellence Award 6. 2015: President’s Club Award 7. 2014: Excellence in Training Award Carlisle 1. 2020: Carlisle Excellence in Single-Ply Award 2. 2018: Carlisle Excellence in Single Ply (ESP) Awards 3. 2017: Carlisle Perfect 10 Awards 4. 2013: Excellence in Single Ply Award SOPREMA 1. 2018: Mammoth Club Award 2. 2017: Mammoth Club Award Page 3899 of 6526 COMMERCIAL ROOFING & SOLAR ON TIME. ON BUDGET. WE ARE ADVANCED. Page 3900 of 6526 FIRM'S RELATED EXPERIENCE GOVERNMENT/SCHOOL PROJECT REFERENCES Sarasota County - Twin Lake Park 6700 Clark Rd, Sarasota, FL 34241 1.Contract Amount: $445,543.50 2.Completion Date: 11/27/2023 3.Roof System: Re-roof, MBCI Metal 4.Total SF: 10,500 5.Owner Info: a.Name: Sarasota County b. Address: 1660 Ringling Blvd, Sarasota, FL 34236 c.Reference Contact: Emily Wenstad 941-951-5266 d.ewenstad@scgov.net Sarasota County – South County Facilities Office 4010 South Tamiami Trail, Venice, FL 34293 1.Contract amount: $87,960.87 2.Completion Date: 11/2023 3.Roof System: TPO Carlisle 4.Total SF: 4,900 5.Owner Info: a.Name: Sarasota County Government b. Address: 1660 Ringling Blvd., Sarasota, FL 34236 c.Reference Contact: Dalton L Cole, Compliance Maintenance Specialist III, m:(941) 928-3952 d.Dcole@scgov.net Hillsborough County - Public Defenders Office 700 E. Twiggs Street, Tampa, FL 33602 1.Contract Amount: $519,000.00 2.Completion Date: 07/2020 3.Roof System: Modified Bitumen – Re-Roof 4.Total SF: 21,600 5.Owner Info: a.Name: Hillsborough County b. Address: 601 E. Kennedy Blvd, Tampa, FL 33602 c.Reference Contact: Craig Clements (813) 399-2068 d.clementsc@hillsboroughcounty.orgAdvanced Roofing, Inc. Confidential Pursuant to Trade Secret 812.081 Page 3901 of 6526 Pinellas County Purchasing Department-Star Center 400 S Ft. Harrison Ave., 6th Floor Annex Bldg., Clearwater, FL 33756 1.Contract Amount: $403,075.52 2.Completion Date: 01/2022 3.Roof System: Coating/TPO 4.Total SF: 62,400 5.Owner Info: a.Name: Pinellas County Purchasing Department b. Address: 400 S Ft. Harrison Ave., 6th Floor Annex Bldg., Clearwater, FL c.Reference Contact: Brad Grabo 727-453-6539 d.bgrabo@co.pinellas.fl.us Pasco County Fox Hollow Elementary 8309 Fox Hollow Dr Port Richey, FL 34668 1.Contract Amount: $1,715,800.00 2.Completion Date: 01/31/2023 3.Roof System: GAF - Re-Roof 4.Total SF: 101,300 5.Owner info: a.Name: District School Board of Pasco County b. Address: 7227 Land O' Lakes Blvd Land O Lakes, FL 34638 c.Reference Contact: Mark Renninger 813-731-7843 d.mrenninger@reiengineers.com Collier County - CCSO Jail J2 Building 3347 Tamiami Trail East, Naples, FL 34112 1.Contract Amount: $749,352 2.Completion Date: 12/11/2023 3.Roof System: Modified Bit Reroof 4.Total SF: 17,700 5.Owner info: a.Name: Collier County b. Address: 3335 Tamiami Trail East, Naples, FL 34112 c.Reference Contact: Timothy Rygiel 239-252-8380 d.Timothy.Rygiel@colliercountyfl.gov Citrus County School District- Crest School 2600 South Panther Pride Drive, Lecanto, FL 34461 1.Contract Amount: $231,803 2.Completion Date: 01/16/2023 3.Roof System: PVC Reroof 4.Total SF: 32,500 5.Owner info: a.Name: Citrus County School District b. Address: 1007 W. Main Street Inverness, FL 34450 c.Reference Contact: Thomas Well 352-726-1931 d.Twell@citrusschools.orgAdvanced Roofing, Inc. Confidential Pursuant to Trade Secret 812.081 Page 3902 of 6526 CSUSA Wellen Park K 19503 W. Villages Parkway, Venice, FL 34293 1.Contract Amount: $377,354 2.Completion Date: 06/02/2023 3.Roof System: TPO Reroof 4.Total SF: 40,000 5.Owner info: a.Name: Ryan Companies US, Inc b. Address: 201 N Franklin St Suite 3500 Tampa, FL 33602 c.Reference Contact: Kyle Weitermann 414- 313-6810 d.kyle.witermann@ryancompanies.com Hollins High School 4940 62nd Street North, St Petersburg, FL 33709 1.Contract Amount: $2,177,479.00 2.Completion Date: 12/12/2023 3.Roof System: Modified Bit Reroof 4.Total SF: 109,612 5.Owner info: a.Name: Pinellas County School Board b. Address: 301 4th Street SW, Largo, FL 33770 c.Reference Contact: Christine Roney 727-588-6149 d.roneyc@pcsb.org Lakewood Ranch Charter High School White Eagle Blvd, Bradenton, FL 34211 1.Contract Amount: $469,680.00 2.Completion Date: 07/20/2023 3.Roof System: TPO Reroof 4.Total SF: 43,800 5.Owner info: a.Name: Ryan Companies US, Inc b. Address: 201 N Franklin St Suite 3500 Tampa, FL 33602 c.Reference Contact: Josh Stevens 813-538-2717 d. Josh Stevens josh.stevens@ryancompanies.comAdvanced Roofing, Inc. Confidential Pursuant to Trade Secret 812.081 Page 3903 of 6526 Page 3904 of 6526 Page 3905 of 6526 Page 3906 of 6526 Page 3907 of 6526 Page 3908 of 6526 Page 3909 of 6526 Page 3910 of 6526 Page 3911 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 SPECIALIZED EXPERTISE OF TEAM MEMBERS In the commercial roofing industry, success is determined not only by the quality of the work but also by the people who perform it. Their expertise, commitment, and professionalism are essential. At Advanced Roofing, Inc., our team is made up of hundreds of dedicated individuals who not only seek your respect but also aim to earn your trust and appreciation. Being “courteous, efficient, precise, honest, ethical, flexible, accommodating, strategic, and knowledgeable” defines our culture. There is no “that’s not my job” mentality here—every task is a shared responsibility. Our team is always ready with answers or solutions. We prioritize smart, safe work practices and invest heavily in continuous training. With our team, anything within human capability is achievable. Proposed Project Team-Office Staff Name and Title Years with this Firm/ Other Firms Experience Size of Project (dollar value & sq.ft. of project) Education / Active Registrations Other Relevant Experience Robert Kornahrens, CEO, President 41 years with Advanced Roofing/10 years with Triple M Roofing Dollar Value – 5,000 to over $10M Size of Project: 5,000 SF to over 1,000,000 SF B.S. Degree in BA/ TQM Graduate holds both a GC & Roofing License in FL / Dale Carnegie Leadership Training Founding Member of RoofConnect & Chairman of the S.W.A.T team Michael Kornahrens, Vice President 25 years with Advanced Roofing Dollar Value – 5,000 to over $10M Size of Project: 5,000 SF to over 1,000,000 SF B.A. in Management and Marketing, Florida Atlantic University / Florida roofing contractor’s license Michael is responsible for overseeing the operations and management of all divisions Clint Sockman, Vice President 15 years with Advanced Roofing / 7 years with Meade Construction Dollar Value – 5,000 to over $10M Size of Project: 5,000 SF to over 1,000,000 SF BA International Business. Licenses: Florida State Roofing and Solar Contractors; Certifications: NABCEP, LEED. Member of the American Society of Professional Estimators (ASPE). Constructions Page 3912 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 Specifications Institute (CSI). Clint has been one of the senior estimators/ project managers for the past 14 years and is the VP of the Renewable Energy Division Guy Campbell, Senior Estimator / Project Manager 30 years with Advanced Roofing/ 9 years with Mayo Roofing, Inc. Dollar Value – 5,000 to over $10M Size of Project: 5,000 SF to over 1,000,000 SF Construction Management Classes at Broward College Specialized in estimating and project management of the government and school projects Jessica Kornahrens, Senior Project Manager 24 years with Advanced Roofing Dollar Value – 5,000 to over $10M Size of Project: 5,000 SF to over 1,000,000 SF B.S. Degree in Business Management and Psychology/ Florida Roofing License & NC GC License Holds a FL Roofing License & NC GC License Mike Landolfi, Roofing Senior Project Manager 41 years with Advanced Roofing Dollar Value – 5,000 to over $10M Size of Project: 5,000 SF to over 1,000,000 SF Mike is responsible for leading several divisions, including the Waterproofing and Infrared divisions Proposed Project Team-On-Site Staff Name and Title Years with this Firm/ Other Firms Experience Size of Project (dollar value & sq.ft. of project) Education / Active Registrations Other Relevant Experience Bill Lester, Branch Manager 5 years with Advanced Roofing/ an expansive 40+ Dollar Value – 5,000 to over $10M Size of Project: Florida Roofing License Bill is responsible for overseeing operations across multiple facts of Page 3913 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 year history in the roofing industry 5,000 SF to over 1,000,000 SF the business, including sales, production, and service Steve Schoen, Director of Government Services 6 years with Advanced Roofing/ over 30 years of commercial roofing experience Dollar Value – 5,000 to over $10M Size of Project: 5,000 SF to over 1,000,000 SF BA in Business Administration, University of Wisconsin Steve is responsible for overseeing Government Sector Business Development as well as all Government Term Contracts and National Cooperative Contracts Bryan Cardona, Safety Director 12 years with Advanced Roofing Dollar Value – 5,000 to over $10M Size of Project: 5,000 SF to over 1,000,000 SF OSHA Authorized Construction Trainer Bryan has a decade of experienced in the areas of Occupational Safety and Health Management Michael Varie Tampa Service Manager 8 years with Advanced Roofing / over 40 years of commercial roofing experience Dollar Value – 5,000 to over $10M Size of Project: 5,000 SF to over 1,000,000 SF CERTA certified; skilled in various roofing systems, including single- ply, BUR roof systems, metal, tile, and shingles Michael is responsible for the overall success of Tampa department with a focus on safety, quality, and productivity Glenn Watson Quality Control Manager 7 years with Advanced Roofing / 35 years of commercial roofing experience Dollar Value – 5,000 to over $10M Size of Project: 5,000 SF to over 1,000,000 SF Florida Certified Roofing Contractor, NRCA Trainer and NCCER Roofing Craft Trainer Glenn is responsible for establishing standards of roofing installation workmanship, training team members, and providing quality assurance inspections at all roofing operations Page 3914 of 6526 ESTABLISHED 1983 CC-C024413 www.advancedroofing.com TEL 813-885-5811 FAX 954.566.2967 4909 West Knollwood Street | Tampa| Florida 33634 SAMPLE PROJECT: Collier County - CCSO Jail J2 Building Location: 3347 Tamiami Trail East, Naples, FL 34112 Contract Amount: $749,352 Start Date: 7/11/2023 Completion Date: 12/11/2023 Roof System: Modified Bit Reroof Total SF: 17,700 Project manager: Mike Landolfi Page 3915 of 6526 www.advancedroofing.com Robert Kornahrens CEO, President Michael Kornahrens Managing Partner Founder of Advanced Roofing Inc. and oversees all company operations. 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. Rob holds a B.S. Degree in Business Administration from University of Arizona, 1979. Michael joined Advanced Roofing in 1998 and is responsible for overseeing the operations and man- agement of all divisions. 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. Michael possesses a B.A. in Management and Marketing from Florida Atlantic University, and in his spare time you can find in him the air as a licensed pilot or at sea leading the Advanced Roofing Fishing team. Kevin Kornahrens Managing Partner Clint Sockman Vice President Kevin joined the Advanced Roofing team in 2005 and is responsible for overseeing the operations and management of all divisions. As the leader of administration, 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 re - lations and safety. His education includes: SPHR, Senior Professional in Human Resources; M.B.A. Degree in Finance from the University of Miami; B.S. in Management Information Systems from Florida State University; B.A. in Marketing from Florida State University; and B.A. in Multinational Business from Florida State University. When not in the office, you can find Kevin traveling the globe, exploring exotic places and cultures. Clint joined Advanced Roofing in 1998 and is responsible for overseeing the Re-Roofing and Renew- able Energy Divisions. A second generation roofer, Clint has more than two decades of experience in the roofing, solar, and construction industries. His education includes studies at University of Cincinnati (Information Systems, minor in International Business); he possesses a Florida State Roofing and Solar Contractor license, as well as certifications including NABCEP, LEED, and membership with the American Society of Professional Estimators (ASPE) and the Construction Specifications Institute (CSI). TAMPA AREA SUPPORT TEAM CC-C024413 TAMPA AREA SUPPORT TEAM CC-C024413 Page 3916 of 6526 www.advancedroofing.com Jessica Kornahrens Senior Project Manager Steve Schoen Director of Government Services Jessica joined Advanced Roofing in 2001 and is a Project Manager who oversees multiple projects. As a Senior Project Manager, Jessica handles project management on time, within budget, and to the satisfaction of the client, from project commencement through close out. She serves as a liaison to cus- tomers, consultants, architects, subcontractors and vendors. Jessica possesses a B.S. in Phycology and a B.S.in Business Management from Florida State University. Steve joined Advanced Roofing in 2019, bringing more than 30 years of commercial roofing experience to the team. In his career, he has worked with large companies and government clients throughout North America serving as an expert in Roof Asset Management and Commercial Roof Design. As the Director of Government Services, he is responsible for overseeing Government Sector Business Development as well as all Government Term Contracts and National Cooperative Contracts. Steve possesses a B.S. in Organizational Communications with a minor in Business Administration from the University of Wisconsin and holds a Florida Roofing Contractor License. Paul Murphy HVAC Service Manager Glenn Watson Quality Control Manager Paul joined Advanced Air Systems in 2017 and contributes over 25 years of HVAC experience to the team. He has been involved in all aspects of the HVAC trade during his career and possesses exten- sive knowledge in water cooled systems, centrifugal chillers, controls, and cooling towers. Paul holds a State Mechanical A License as well as multiple industry-related certifications, and he is the first HVAC contractor to be certified as a Modine Applicator in State of Florida. At Advanced Air Systems, Paul manages an experienced team of HVAC professionals with over 100 years of combined experience, and he takes pride in the expertise and skills they provide in every job performed. On the weekends, Paul enjoys drifting his race car at Palm Beach International Raceway. Glenn has been working in the roofing industry since 1991 and has held multiple positions ranging from labor and construction to project and operations management. In 2018, Glenn joined the Advanced Roofing team to direct Quality Control where he is responsible for establishing standards of roofing installation workmanship, training team members, and providing quality assurance inspections at all roofing operations. Glenn is a Florida Certified Roofing Contractor, NRCA Trainer and NCCER Roofing Craft Trainer. TAMPA AREA SUPPORT TEAM CC-C024413 Page 3917 of 6526 TAMPA AREA Support Team Mike Landolfi Roofing Senior Project Manager Mike Landolfi is one of the original Advanced Roofing employees, joining the company in 1983. Mike is a veteran in the commercial roofing industry with extensive industry knowledge spanning three decades. During his time with Advanced Roofing, Mike has been responsible for leading several divisions, including the Waterproofing and Infrared divisions. He was instrumental in leading post-hurricane clean-up efforts in Guantanamo Bay and St. Thomas U.S.V.I. following major storms in the mid-2000s. Anthony Fazio Key Account Executive Anthony brings more than 10 years of sales/account management experience to his role as a Key Account Executive for Advanced Roofing. Since joining the team in 2019, Anthony has applied his four years of roofing industry-specific experiences to building customer relationship and developing partnerships. His academic experinces includes coursework at Seminole College. CC-C024413 www.advancedroofing.com Bill Lester Branch Manager Bill has an expansive 40+ year history in the roofing industry with a broad range of experience starting as a laborer and earning his wat executive management positions. He holds Florida Roofing License and has maintained his education through various business workshops and classes. As Branch Manager, Bill is responsible for overseeing operations across multiple facts of the business, including sales, production, and service. Michael Varie Tampa Service Manager Michael joined Advanced Roofing in 2016, bringing decades of industry experience to the team. He began his career in roofing in 1983, starting as a Laborer and work-ing his way up to Foreman in two short years. Michael is skilled in various roofing systems, including single-ply, BUR roof systems, metal, tile, and shingles. He is CERTA certified, as both an applier and instructor, and he has completed multiple business leadership programs and safety trainings including CPR. As Service Manager, he takes pride in the department’s customer service for inspections, repairs, and preventative maintenance programs. He is responsible for the overall success of the department with a focus on safety, quality, and productivity. A fun fact about Michael is that he is an avid muscle car fan, and in his spare time he enjoys golf and bowling. Page 3918 of 6526 TAMPA AREA Support Team CC-C024413 www.advancedroofing.com Joe Cleland Ft. Myers Service Manager Joe started as a laborer, quickly moving his way up within three years to become a Foreman and eventually expanding his knowledge in service and as a Lead Technician. After working ten years within the service side of roofing, he earned the opportunity to advance his career as an estimator, and eventually Branch Manager. Joseph holds several industry-specific certifications, and as a Branch Manager for Advanced Roofing in Fort Myers, he oversees all departments from service and repairs to re-roofs and inspections. During his free time, Joseph enjoys outdoor adventures including fishing, camping, ATVs and going to the beach. Page 3919 of 6526 FiberTite is a Registered Trademark of Seaman Corporation 1000 Venture Blvd., Wooster, Ohio 44691 tel. 800/927-8578 fax 800/649-2737 www.fibertite.com www.seamancorp.com FIBERTITE® ROOFING SYSTEMS TO WHOM IT MAY CONCERN: 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 June 1, 2024 Authorized Contractor: Advanced Roofing Project Reference: TBD Page 3920 of 6526 Page 3921 of 6526 January 2024 ADVANCED ROOFING INC 1950 NW 22ND ST Ft LAUDERDALE, FL 33311-2939 Dear ADVANCED ROOFING INC: Throughout 2023, your firm has earned a spot as one of the most elite contractors in the nation, showing a relentless commitment to long-term roofing system performance and high-quality workmanship. Therefore, Elevate is pleased to present ADVANCED ROOFING INC with the 2024 Master Contractor award. The annual Master Contractor Program honors our top Red Shield Licensed Applicators for excellence in roofing system installation, quality of work and customer service. ADVANCED ROOFING INC has achieved this designation by meeting requirements for total square footage installed, inspection ratings on materials covered by the Red Shield Warranty, and the number of completed Red Shield warranted jobs. Master Contractors are also required to earn a Preferred Quality Impact Rating (QIR) that does not exceed 2 times the average QIR for Red Shield Contractors. On behalf of Elevate, I congratulate ADVANCED ROOFING INC on a successful 2023. Your Organization demonstrates a commitment to excellence and has upheld our high commercial roofing standards. We are pleased to recognize ADVANCED ROOFING INC as a 2024 Elevate Master Contractor award recipient and look forward to continuing our partnership to provide superior building performance solutions in 2024 and beyond. Sincerely, Frank Palmer Senior Vice President of Sales Elevate Commercial Roofing Systems & Lining Americas Page 3922 of 6526 Project Project Location Contact/Owner Phone, Fax, Email Design Architect and/or Design Engineer Contract Amount Prime or Sub - Inprogress or Awarded and Not Started Percentage Complete Work Scope Atrium at Aventura Condominium Aventura, FL The Atrium at Aventura Condominium Assoc., Inc., 3131 NE 188 Street, Aventura, FL 33180, Richard Aristizabal 305-726-8685, raristizabal@castlegroup.com N/A $1,384,730.00 Prime / Awarded and not yet started 50% Roofing Seminole Hard Rock Hotel and Casino Hollywood, FL Redman Builders, Inc., 4210 S. University Drive, Suite 7, Davie, FL 33328, Paul Vezina, 954-476-7071, paul@redmanbuilders.com N/A $3,207,827.00 Prime / In Progress 60% Roofing Seminole Hard Rock Casino Section 2 Hollywood, FL Redman Builders, Inc., 4210 S. University Drive, Suite 7, Davie, FL 33328, Paul Venzina 954-476-7071, paul@redmanbuilders.com N/A $689,827.00 Prime / Awarded and not yet started 20% Roofing Seminole Tribe of Florida - Support Services Davie, FL Redman Builders, Inc., 4210 S. University Drive, Suite 7, Davie, FL 33328, Paul Vezina, 954-476-7071, paul@redmanbuilders.com N/A $656,769.00 Prime / Awarded and not yet started 75% Roofing Broward County - FDOH - Health Dept/Clinic Bldg.Fort Lauderdale, FL Broward County, 115 S. Andrews Ave., Fort Lauderdale, FL 33301, Lori Douvris 954- 357-8083, ldouvris@broward.org N/A $1,121,554.00 Prime / Awarded and not yet started 0% Roofing Palm Isles HOA #1 - 14 Bldgs.Sunrise, FL Miami Management, Inc. 1145 Sawgrass Corporate Pkwy, Sunrise, FL 33323 Christopher Wallace munilytics@mac.com 954-593-3023 Atlantic & Caribbean Roof Consulting $1,266,206.00 Prime / Awarded and not yet started 0% Roofing Embassy Tower II Fort Lauderdale, FL Embassy Tower II, Inc. 2715 N. Ocean Blvd., Fort Lauderdale, FL 33308, Kelley Kersey 954-564-2166, tower22@comcast.net N/A $643,973.00 Prime / Awarded and not yet started 0% Roofing 5600 Broken Sound Blvd. Building Boca Raton, FL NSD Realty, LLC, 800 Yomato Road, Suite 100, Boca Raton, FL 33431 Mike Crahen 503-784-6607, mcrahan@nationsafedrivers.com N/A $803,522.00 Prime / Awarded and not yet started 45% Roofing Lexi Condo North Bay Village, FL Slider Engineering Group, 1450 Centrepark Blvd. Suite 200, West Palm Beach, FL 33401, Paul Clapps, 561-684-8813, pclapps@comcast.net Slider Engineering Group $1,239,772.00 Prime / Awarded and not yet started 45% Roofing Delray Racquet Club Bldg. 1 Delray Beach, FL Delray Racquet Club Association, Inc. 825 Egret Circle, Delray Beach, FL 33444 Liz Guadagno 561-302-8008 lguadagno@campbellproperty.com ACRC $537,354.00 Prime / In Progress 85% Roofing Jim Moran Foundation Fort Lauderdale, FL Stiles Construction Company, 301 E. Las Olas Blvd., Fort Lauderdale, FL 33301, Kathy Ropero 305-588-0545, kathy.ropero@stiles.com Hastings Architecture, LLC $608,334.00 Sub / Awarded not yet started 0% Roofing Pratt & Whitney B100 Olympus Jupiter, FL Hedrick Brothers Construction, 2200 West Centrepark West Drive, West Palm Beach, FL 33409 Wanda Stan 561-689-8880 wstan@hedrickbros.com Arcadis US, Inc.$1,874,364.00 Sub / In Progress 95% Roofing Pratt & Whitney Hazardous Waste Building Jupiter, FL Pratt & Whitney,17900 Beeline Hwy, Jupiter, FL 33478, Bill Booth 561-796-5052, william.booth@prattwhitney.com EDF, Inc.$943,540.00 Prime / Awarded and not yet started 0% Roofing Broward College South Campus Building #69 South Pembroke Pines, FL Broward College Procurement Sevices, 6400 NW 6 Way, Fort Lauderdale, FL 33309 Robert Bellot 954-201-8706 rbellot@broward.edu N/A $502,275.45 Prime / Awarded and not yet started 0% Roofing School District of Palm Beach County - Discover Key Elem. Bldgs. 1 & 2 Lake Worth, FL School District of Palm Beach County, 3300 Forest Hill Blvd. Suite A-323, West Palm Beach, FL 33406, Branden Brown 561-882-1911, brandenbrown@palmbeachschools.org Colome & Associates $2,014,423.00 Prime / Awarded and not yet started 25% Roofing School District of Palm Beach County - Lantana Community Middle 5 Bldgs. Lantana, FL Lebolo Construction Management, Inc. 2100 Corporate Drive, Boynton Beach, FL 33426 Jose Perez 561-742-7644, jperez@lebolo.com REG Architects $1,049,803.00 Sub / Awarded and not yet started 25% Roofing Palm Beach State College - Classroom Bldgs. A & B Boca Raton, FL Palm Beach State College, 4200 Congress Avenue, Lake Worth, FL 33461, Joan Rumsey 561-868-3480 N/A $984,950.00 Prime / Awarded and not yet started 15% Roofing FAU - Sea Tech Dania Beach, FL Florida Atlantic University, 777 Glades Road, Boca Raton, FL 33431 William Mbwambo 561-245-0293 wmbwambo@fau.edu N/A $2,627,275.00 Prime / In Progress 90% Roofing Seascape II Condominium Fort Pierce, FL Seascape II Condominium Association, 2400 South Ocean Dr., Bldg. 1800, Fort Pierce, FL 34949 Peter San Juan 722-631-0867 alpineroofconsulting@gmail.com Alpine Roof Consulting LLC $922,450.00 Prime / In Progress 85% Roofing San Remo Condo - Raphael, Milano, Diano, Capri, Flora and Verona Bldgs. Boca Raton, FL San Remo, Inc. 2871 N. Ocean Blvd., Boca Raton, FL 33431 Kim Exsteen 561-750- 7775, Dan Haubert 561-702-2331 dhaubert@acg-eng.com ACG Engineering $6,764,166.00 Prime / Awarded and not yet started 0% Roofing Berkley South Condominium Fort Lauderdale, FL PSA Management, 800 N. Magnolia Ave., Suite 1850, Orlando, FL 32803 Fritz Girault, 561-812-3643 fgirault@psaonline.com PSA Management $515,751.00 Prime / Awarded and not yet started 0% Roofing Parkland City Hall Parkland, FL City of Parkland, 6600 N. University Dr., Parkland, FL 33067, Mark Humbaugh, 850- 544-7991, mhumbaugh@garlandco.com The Garland Co.$586,338.00 Prime / In Progress 70% Roofing Avante at Boca Raton Boca Raton, FL Avante at Boca Raton, 1130 NW 15 Street, Boca Raton, FL 33486 Bill Kapinowski, bkapinowski@avantegroup.com, Peter San Juan 772-631-0867 alpineroofconsulting@gmail.com Alpine Roof Consulting LLC $1,241,979.00 Prime / Awarded and not yet started 0% Roofing Harmony Health Center Miami, FL Hathaway Resources, Inc. 1611 91st Court NW, Bradenton, FL 34209 Duane Hathaway, dhathawaysr@hathawayresources.com, Alejandro Taviera 305-794- 7938 Ataviera@tremcoinc.com Tremco, Inc.$2,424,370.00 Prime / Awarded and not yet started 0% Roofing Yacht Harbour Condominium Coconut Grove, FL Yacht Harbour Condominium Association, 2901 S. Bayshore Dr., Coconut Grove, FL 33133 Peter San Juan alpineroofconsulting@gmail.com 772-631-0867 Alpine Roof Consulting LLC $1,113,002.00 Prime / Awarded and not yet started 0% Roofing Palm Beach Towers Condominium Palm Beach, FL Palm Beach Towers Condomiinium, 44 Coconut Row, Palm Beach, FL 33480, Peter San Juan, alpineroofconsulting@gmail.com, 772-631-0867 Alpine Roof Consulting, LLC $2,875,574.00 Prime / Awarded and not yet started 0% Roofing Construction Projects In Progress Confidential Pursuant to Trade Secret Section 812.081 Page 3923 of 6526 Project Project Location Contact/Owner Phone, Fax, Email Design Architect and/or Design Engineer Contract Amount Prime or Sub - Inprogress or Awarded and Not Started Percentage Complete Work Scope Construction Projects In Progress SBBC - Harbordale Elementary School Hallandale Beach, FL The School Board of Broward County 7720 Oakland Park Blvd, Suite 323, Sunrise, FL 33351 Luis Perez 754-321-0515 luis.perez@browardschools.com Tamara Peacock Company $858,306.00 Prime / In Progress 99% Roofing SBBC - Northeast High School Renovations Oakland Park, FL The School Board of Broward County 7720 Oakland Park Blvd, Suite 323, Sunrise, FL 33351 Luis Perez 754-321-0515 luis.perez@browardschools.com ACAI Associates $5,599,305.00 Sub / In Progress 95% Roofing SBBC - Dillard Elementary Fort Lauderdale, FL The School Board of Broward County 7720 Oakland Park Blvd, Suite 323, Sunrise, FL 33351 Luis Perez 754-321-0515 luis.perez@browardschools.com Song & Associates $1,759,507.00 Prime / In Progress 99% Roofing SBBC - Sheridan Technical High School Bldgs. 1 & 2 Fort Lauderdale, FL The School Board of Broward County 7720 Oakland Park Blvd, Suite 323, Sunrise, FL 33351 Luis Perez 754-321-0515 luis.perez@browardschools.com N/A $3,933,946.00 Prime / In Progress 99% Roofing SBBC - Atlantic West Elementary Bldgs. 1, 3 & 6 Margate, FL The School Board of Broward County 7720 Oakland Park Blvd, Suite 323, Sunrise, FL 33351 Luis Perez 754-321-0515 luis.perez@browardschools.com Florida-Caribbean Architecture $3,875,306.00 Prime / In Progress 99% Roofing SBBC - Deerfield Beach Middle School Deerfield Beach, FL The School Board of Broward County 7720 Oakland Park Blvd, Suite 323, Sunrise, FL 33351 Luis Perez 754-321-0515 luis.perez@browardschools.com DLFC Architects $3,997,580.00 Prime / In Progress 90% Roofing SBBC - Nova Middle School Bldgs. 3,4,7,8 & 9 Davie, FL The School Board of Broward County 7720 Oakland Park Blvd, Suite 323, Sunrise, FL 33351 Luis Perez 754-321-0515 luis.perez@browardschools.com Wolfberg Alvarez $3,993,306.00 Prime / In Progress 99% Roofing SBBC - Seminole Middle School Bldg. 1 Plantation, FL The School Board of Broward County 7720 Oakland Park Blvd, Suite 323, Sunrise, FL 33351 Luis Perez 754-321-0515 luis.perez@browardschools.com Jorge A. Gutierrez Architect, LLC $3,657,785.00 Prime / In Progress 99% Roofing SBBC - McArthur High School Bldgs. 12,13,16,17,18,21,24, 25 & 26 Hollywood, FL The School Board of Broward County 7720 Oakland Park Blvd, Suite 323, Sunrise, FL 33351 Luis Perez 754-321-0515 luis.perez@browardschools.com Rodriguez Architects $2,185,306.00 Prime / In Progress 99% Roofing Confidential Pursuant to Trade Secret Section 812.081Page 3924 of 6526 Page 3925 of 6526 Additional Contact Information Send payments to: (required if different from above) Contact name: Company name used as payee Title: Address: City, State, ZIP Telephone: Email: apinvoices@advancedroofing.com Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Advanced Roofing, Inc. Attn. Accounts Payable Accounts Payable Fort Lauderdale, Florida, 33311 8954-522-686813-885-5811 1950 NW 22nd Street, 954-522-6868 Page 3926 of 6526 Page 3927 of 6526 Page 3928 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Emily Wenstad Sarasota County 24 -8312 Advanced Roofing, Inc. ewenstad@scgov.net 941-951-5266 $445,543.50 Twin Lake Park, Re-roof, MBCI Metal 11/27/2023 180 Page 3929 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24 -8312 Advanced Roofing, Inc. Dalton L Cole d.Dcole@scgov.net 941-928-3952 South County Facilities Office 11/2023 $87,960.87 Sarasota County Government 30 Page 3930 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 24-8312 Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS clementsc@hillsboroughcounty.org 727-453-6539 Mark Renninger Pasco County Fox Hollow Elementary District School Board of Pasco County 01/31/2023 $1,715,800.00 120 Advanced Roofing, Inc. Page 3931 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Timothy Rygiel Timothy.Rygiel@colliercountyfl.gov 239-252-8380 Collier County CCSO Jail J2 Building 12/11/2023 $749,352 150 Advanced Roofing, Inc. 24-8312 Page 3932 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24-8312 Advanced Roofing, Inc. Thomas Well Citrus County School District Twell@citrusschools.org 352-726-1931 Crest School 01/16/2023 $231,803 30 Page 3933 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24-8312 Advanced Roofing, Inc. Kyle Weitermann Ryan Companies US, Inc kyle.witermann@ryancompanies.com 414- 313-6810 CSUSA Wellen Park K 06/02/2023 $377,354 120 Page 3934 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24-8312 Advanced Roofing, Inc. Christine Roney Pinellas County School Board roneyc@pcsb.org 727-588-6149 Hollins High School 12/12/2023 $2,177,479.00 300 Page 3935 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Linda Alspaugh City of Lakeland purch@lakelandgov.net 863.834.6777 Linder International Airport $789,924.00 10/19/2023 180 24-8312 Advanced Roofing, Inc. Page 3936 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Julie Griffith 24-8312 Advanced Roofing, Inc. The School District of Lee County Juliemg@leeschools.net 239- 292-1467 Diplomat Middle School In progress $3,268,214.00 n/a Page 3937 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24-8312 Advanced Roofing, Inc. Gene Kinney Citrus County School District KinneyS@citrusschools.org 352-400-2477 Homosassa Elementary School 9/25/2024 $489,693.00 90 Page 3938 of 6526 Page 3939 of 6526 Page 3940 of 6526 Page 3941 of 6526 Page 3942 of 6526 Page 3943 of 6526 Page 3944 of 6526 Page 3945 of 6526 Page 3946 of 6526 Page 3947 of 6526 Robert P. Kornahrens, President Page 3948 of 6526 Page 3949 of 6526 N/A Page 3950 of 6526 Page 3951 of 6526 Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation ADVANCED ROOFING, INC. Filing Information G65116 59-2360591 10/08/1983 FL ACTIVE AMENDMENT 06/25/2024 NONE Principal Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Mailing Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Registered Agent 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 D C Florida Department of State 2/21/25, 12:43 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ADVANCE…1/3Page 3952 of 6526 Kornahrens, Robert 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 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 Title CFO KENDRICK, JON MICHAEL 1950 NW 22ND ST FT. LAUDERDALE, FL 33311 Annual Reports Report Year Filed Date 2023 01/13/2023 2024 01/09/2024 2025 02/06/2025 Document Images 02/06/2025 -- ANNUAL REPORT View image in PDF format 06/25/2024 -- Amendment View image in PDF format 01/09/2024 -- ANNUAL REPORT View image in PDF format 01/13/2023 -- ANNUAL REPORT View image in PDF format 09/21/2022 -- AMENDED ANNUAL REPORT View image in PDF format 01/05/2022 -- ANNUAL REPORT View image in PDF format 01/07/2021 -- ANNUAL REPORT View image in PDF format 01/06/2020 -- ANNUAL REPORT View image in PDF format 2/21/25, 12:43 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ADVANCE…2/3Page 3953 of 6526 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 01/27/2010 -- ANNUAL REPORT View image in PDF format 05/05/2009 -- ANNUAL REPORT View image in PDF format 03/09/2009 -- ANNUAL REPORT View image in PDF format 02/28/2008 -- ANNUAL REPORT View image in PDF format 02/08/2007 -- ANNUAL REPORT View image in PDF format 02/17/2006 -- ANNUAL REPORT View image in PDF format 05/03/2005 -- ANNUAL REPORT View image in PDF format 03/17/2004 -- ANNUAL REPORT View image in PDF format 02/12/2003 -- ANNUAL REPORT View image in PDF format 03/14/2002 -- ANNUAL REPORT View image in PDF format 06/28/2001 -- Merger View image in PDF format 04/02/2001 -- ANNUAL REPORT View image in PDF format 04/13/2000 -- ANNUAL REPORT View image in PDF format 03/06/1999 -- ANNUAL REPORT View image in PDF format 02/03/1998 -- ANNUAL REPORT View image in PDF format 04/21/1997 -- ANNUAL REPORT View image in PDF format 05/01/1996 -- ANNUAL REPORT View image in PDF format 01/20/1995 -- ANNUAL REPORT View image in PDF format 01/20/1995 -- ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations 2/21/25, 12:43 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ADVANCE…3/3Page 3954 of 6526 Company ID Number: Client Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A WEB SERVICES E-VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS), the (Employer), and the Web Services E-Verify Employer Agent. The purpose of this agreement is to set forth terms and conditions which the Employer and the Web Services E-Verify Employer Agent 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 I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the E-Verify Employer Agent, the Social Security Administration (SSA), and DHS. References in this MOU to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. For purposes of this MOU, the E-Verify browser refers to the website that provides direct access to the E-Verify system: https://E-Verify.uscis.gov/emp/. You may access E-Verify directly free of charge via the E-Verify browser. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A.RESPONSIBILITIES OF THE EMPLOYER For purposes of this MOU, references to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. 1.By enrolling in E-Verify and signing the applicable MOU, the Employer asserts that it is a legitimate company which intends to use E-Verify for legitimate purposes only and in accordance with the laws, regulations and DHS policies and procedures relating to the use of E-Verify. Page 1 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Advanced Roofing, Inc. 26000461215852 Page 3955 of 6526 Company ID Number:Client Company ID Number: 2. The Employer agrees to display the following notices supplied by DHS (though the Web Services E-Verify Employer Agent) in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 3. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the Web Services E-Verify Employer Agent, and will be notified by the Web Services E-Verify Employer Agent when a new version of the E-Verify User Manual becomes available. 5. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 6. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 7. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of Page 2 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3956 of 6526 Company ID Number: Client Company ID Number: 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 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 8.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 9. 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. 10. The Employer must use E-Verify (through its Web Services E-Verify Employer Agent) 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. 11. 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. 12. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated Page 3 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3957 of 6526 Company ID Number: Client Company ID Number: 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 (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). 13.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 14.The Employer agrees that it will use the information it receives from E-Verify (through its Web Services E-Verify Employer Agent) 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 Personal Identification Numbers 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. 15.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 16.The Employer acknowledges that the information it receives from SSA through its Web Services Page 4 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3958 of 6526 Company ID Number: Client Company ID Number: E-Verify Employer Agent 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. 17.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 reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 18.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. 19.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. 20.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/ USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 21.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 THE WEB SERVICES E-VERIFY EMPLOYER AGENT 1.The Web Services E-Verify Employer Agent agrees to complete its Web Services interface no later than six months after the date the Web Services User signs this MOU. E-Verify considers your interface to be complete once it has been built pursuant to the Interface Control Agreement (ICA), submitted to E-Verify for testing, and approved for system access. 2.The Web Services E-Verify Employer Agent agrees to perform sufficient maintenance on the Web Services interface in accordance with the requirements listed in the ICA. These requirements include, but are not limited to, updating the Web Services interface to ensure that any updates or enhancements are incorporated no later than six months after the issuance of an ICA. Web Services E-Verify Employer Agents should be aware that this will require the investment of time and resources. Compliance with the requirements of the ICA must be carried out to the satisfaction of DHS and or its assignees. 3.The Web Services E-Verify Employer Agent agrees to provide to SSA and/or DHS the names, titles, addresses, e-mail addresses, and telephone numbers of the Web Services E-Verify Employer Agent representative who will access information, as well as ensure cooperation, communication, and coordination with E-Verify. Page 5 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3959 of 6526 Company ID Number: Client Company ID Number: In addition, Web Services E-Verify Employer Agents must provide to SSA and/or DHS the names, titles, addresses, and telephone numbers of its clients and their staff who will access information through E- Verify. Web Services E-Verify Employer Agents must ensure the contact information is updated with SSA and DHS whenever the points of contact change. 4.The Web Services E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The Web Services E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 5.The Web Services E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 6.The Web Services E-Verify Employer Agent agrees that any of its representatives who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a.The Web Services E-Verify Employer Agent agrees that all of its representatives will take the refresher tutorials initiated by E-Verify as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the Web Services E-Verify Employer Agent is a Federal contractor. b.Failure to complete a refresher tutorial will prevent the Web Services E-Verify Employer Agent and Employer from continued use of E-Verify. 7.The Web Services E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The Web Services E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 8.The Web Services E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 9.The Web Services E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 10.The Web Services E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 11.The Web Services E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.2 below. 12.The Web Services E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify Page 6 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3960 of 6526 Company ID Number: Client Company ID Number: rules and procedures. The Web Services E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Web Services E-Verify Employer Agent’s attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. If, however, the Web Services interface is unavailable due to no fault of E-Verify, then the three-day time period is not extended. In such a case, the Web Services E-Verify Employer Agent must use the E-Verify browser during the outage. 13.The Web Services E-Verify Employer Agent agrees to ensure that all notices, referral letters and any other materials otherwise including instructions regarding tentative nonconfirmations, will be consistent with the most current E-Verify tentative nonconfirmation notices and referral letters, which are available on E-Verify’s website. 14.The Web Services E-Verify Employer Agent agrees that any system or interface it develops will follow the steps for creating E-Verify cases and processing tentative nonconfirmations, as laid out in the ICA, this MOU and the User Manual, including but not limited to allowing an employer to close an invalid case where appropriate, allowing an employer to refer a tentative nonconfirmation only when an employee chooses to contest a tentative nonconfirmation (no automatic referrals), and referring a tentative nonconfirmation to the appropriate agency at the time the employer prints the referral letter and provides the letter to the employee. The Web Services E-Verify Employer Agent understands that any failure to make its system or interface consistent with proper E-Verify procedures can result in DHS terminating the Web Services E-Verify Employer Agent’s agreement and access with or without notice. 15.When the Web Services E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the Web Services E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 16.If data is transmitted between the Web Services E-Verify Employer Agent and its client, then the Web Services E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the Web Services E-Verify Employer Agent. 17.The Web Services E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 18.The Web Services E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the Web Services E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. a.The Web Services E-Verify Employer Agent agrees to cooperate with DHS if DHS requests Page 7 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3961 of 6526 Company ID Number: Client Company ID Number: information about the Web Services E-Verify Employer Agent’s interface, including requests by DHS to view the actual interface operated by the Web Services E-Verify Employer Agent as well as related business documents. The Web Services E-Verify Employer Agent agrees to demonstrate for DHS the functionality of its interface to E-Verify upon request. b.The Web Services E-Verify Employer Agent agrees to demonstrate, if requested by DHS, that it has provided training to its clients that meets E-Verify standards. Training programs must provide a focused study of the topics covered in the E-Verify User Manual and pertinent Supplemental Guides. Furthermore, training programs and materials must be updated as E-Verify changes occur. The Web Services E-Verify Employer Agent is encouraged to incorporate information from existing E-Verify materials, including the Enrollment Quick Reference Guide, the E-Verify Employer Agent Client Handbook (formerly known as the Designated Agent Client Handbook), and existing tutorials and manuals into their training program. E-Verify also encourages the Web Services E-Verify Employer Agent to supervise first-time use of the E-Verify browser or Web Services interface by its staff and Employer clients as part of any training program. The Web Services E-Verify Employer Agent agrees to submit its training program materials to DHS for review upon request. Failure to provide adequate training could, in some instances, lead to penalties as described in Article V.F.1. of this MOU. 19.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent services and any claim to that effect is false. 20.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Web Services E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Web Services E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C.RESPONSIBILITIES OF FEDERAL CONTRACTORS The Web Services E-Verify Employer Agent shall ensure that the Web Services E-Verify Employer Agent and the Employers it represents carry out the following responsibilities if the Employer is a Federal contractor or becomes a federal contractor. The Web Services E-Verify Employer Agent should instruct the client to keep the Web Services E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the Web Services E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance Page 8 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3962 of 6526 Company ID Number: Client Company ID Number: with all E-Verify policies and procedures. 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 reverify the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all Page 9 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3963 of 6526 Company ID Number: Client Company ID Number: existing employees within 180 days after the election. e.The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the information reflected in the Form I-9 either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Page 10 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3964 of 6526 Company ID Number: Client Company ID Number: 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 E-Verify Employer Agent. 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 E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. E. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and b.Photo verification checks (when available) on employees. 2.DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3.DHS agrees to provide to the E-Verify Employer Agent 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 E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer (through the E-Verify Employer Agent) 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 E-Verify Employer Agent’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), 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. Page 11 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3965 of 6526 Company ID Number: Client Company ID Number: 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 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. Page 12 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3966 of 6526 Company ID Number: Client Company ID Number: 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 employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. Page 13 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3967 of 6526 Company ID Number: Client Company ID Number: ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the Web Services E-Verify Employer Agent 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 SYSTEM SECURITY AND MAINTENANCE A. DEVELOPMENT REQUIREMENTS 1.Software developed by Web Services E-Verify Employer Agents must comply with federally-mandated information security policies and industry security standards to include but not limited to: a. Public Law 107-347, “E-Government Act of 2002, Title III, Federal Information Security Management Act (FISMA),” December 2002. b. Office of Management and Budget (OMB) Memorandum (M-10-15), “FY 2010 Reporting Instructions for the Federal Information Security Management Act and Agency Privacy Management,” April 2010. c. National Institute of Standards and Technology (NIST) Special Publication (SP) and Federal Information Processing Standards Publication (FIPS). d. International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 27002, Information Technology — Security Techniques — Code of Practice for Information Security Management. 2.The Web Services E-Verify Employer Agent agrees to update its Web Services interface to reflect system enhancements within six months from the date DHS notifies the Web Services User of the system update. The Web Services User will receive notice from DHS in the form of an Interface Control Agreement (ICA). The Web Services E-Verify Employer Agent agrees to institute changes to its interface as identified in the ICA, including all functionality identified and all data elements detailed therein. 3.The Web Services E-Verify Employer Agent agrees to demonstrate progress of its efforts to update its Web Services interface if and when DHS requests such progress reports. 4.The Web Services E-Verify Employer Agent acknowledges that if its system enhancements are not completed to the satisfaction of DHS or its assignees within six months from the date DHS notifies the Web Services User of the system update, then the Web Services User’s E-Verify account may be suspended, and support for previous releases of E-Verify may no longer be available to the Web Services User. The Web Services E-Verify Employer Agent also acknowledges that DHS may suspend the Web Services User’s account after the six-month period has elapsed. 5.The Web Services E-Verify Employer Agent agrees to incorporate error handling logic into its development or software to accommodate and act in a timely fashion should an error code be returned. Page 14 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3968 of 6526 Company ID Number: Client Company ID Number: 6.The Web Services E-Verify Employer Agent agrees to complete the technical requirements testing which is confirmed upon receiving approval of test data and connectivity between the Web Services E-Verify Employer Agent and DHS. 7.DHS will not reimburse any Web Services E-Verify Employer Agent or software developer who has expended resources in the development or maintenance of a Web Services interface if that party is unable, or becomes unable, to meet any of the requirements set forth in this MOU. 8.Housing, development, infrastructure, maintenance, and testing of the Web Services applications may take place outside the United States and its territories, but testing must be conducted to ensure that the code is correct and secure. 9.If the Web Services E-Verify Employer Agent includes an electronic Form I-9 as part of its interface, then it must comply with the standards for electronic retention of Form I-9 found in 8 CFR 274a.2(e). B. INFORMATION SECURITY REQUIREMENTS Web Services E-Verify Employer Agents performing verification services under this MOU must ensure that information that is shared between the Web Services E-Verify Employer Agent and DHS is appropriately protected comparable to the protection provided when the information is within the DHS environment [OMB Circular A-130 Appendix III]. To achieve this level of information security, the Web Services E-Verify Employer Agent agrees to institute the following procedures: 1.Conduct periodic assessments of risk, including the magnitude of harm that could result from the unauthorized access, use, disclosure, disruption, modification, or destruction of information and information systems that support the operations and assets of the DHS, SSA, and the Web Services E-Verify Employer Agent and its clients; 2.Develop policies and procedures that are based on risk assessments, cost-effectively reduce information security risks to an acceptable level, and ensure that information security is addressed throughout the life cycle of each organizational information system; 3.Implement subordinate plans for providing adequate information security for networks, facilities, information systems, or groups of information systems, as appropriate; 4.Conduct security awareness training to inform the Web Services E-Verify Employer Agent’s personnel (including contractors and other users of information systems that support the operations and assets of the organization) of the information security risks associated with their activities and their responsibilities in complying with organizational policies and procedures designed to reduce these risks; 5.Develop periodic testing and evaluation of the effectiveness of information security policies, procedures, practices, and security controls to be performed with a frequency depending on risk, but no less than once per year; Page 15 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3969 of 6526 Company ID Number: Client Company ID Number: 6.Develop a process for planning, implementing, evaluating, and documenting remedial actions to address any deficiencies in the information security policies, procedures, and practices of the organization; 7.Implement procedures for detecting, reporting, and responding to security incidents; 8.Create plans and procedures to ensure continuity of operations for information systems that support the operations and assets of the organization; 9.In information-sharing environments, the information owner is responsible for establishing the rules for appropriate use and protection of the subject information and retains that responsibility even when the information is shared with or provided to other organizations [NIST SP 800-37]. 10.DHS reserves the right to restrict Web Services calls from certain IP addresses. 11.DHS reserves the right to audit the Web Services E-Verify Employer Agent’s application. 12.Web Services E-Verify Employer Agents and Software Developers agree to cooperate willingly with the DHS assessment of information security and privacy practices used by the company to develop and maintain the software. C. DATA PROTECTION AND PRIVACY REQUIREMENTS 1.Web Services E-Verify Employer Agents must practice proper Internet security; this means using HTTP over SSL/TLS (also known as HTTPS) when accessing DHS information resources such as E-Verify [NIST SP 800-95]. Internet security practices like this are necessary because Simple Object Access Protocol (SOAP), which provides a basic messaging framework on which Web Services can be built, allows messages to be viewed or modified by attackers as messages traverse the Internet and is not independently designed with all the necessary security protocols for E-Verify use. 2.In accordance with DHS standards, the Web Services E-Verify Employer Agent agrees to maintain physical, electronic, and procedural safeguards to appropriately protect the information shared under this MOU against loss, theft, misuse, unauthorized access, and improper disclosure, copying use, modification or deletion. 3.Any data transmission requiring encryption shall comply with the following standards: •Products using FIPS 197 Advanced Encryption Standard (AES) algorithms with at least 256-bit encryption that has been validated under FIPS 140-2. •NSA Type 2 or Type 1 encryption. 4.User ID Management (Set Standard): All information exchanged between the parties under this MOU will be done only through authorized Web Services E-Verify Employer Agent representatives identified above. 5.The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not yet upgraded its interface to comply with the Federal Acquisition Regulation (FAR) system changes. In addition, Web Services E-Verify Employer Agents whose interfaces do not support the Form I-9 from 2/2/2009 or 8/7/2009 should also use the E-Verify browser until the system upgrade is completed. Page 16 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3970 of 6526 Company ID Number: Client Company ID Number: 6.The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not completed updates to its system within six months from the date DHS notifies the Web Services E-Verify Employer Agent of the system update. The Web Services E-Verify Employer Agent can resume use of its interface once it is up-to-date, unless the Web Services E-Verify Employer Agent has been suspended or terminated from continued use of the system. D. COMMUNICATIONS 1.Web Services E-Verify Employer Agents and Software Developers agree to develop an electronic system that is not subject to any agreement that would restrict access to and use of by an agency of the United States. 2.The Web Services E-Verify Employer Agent agrees to develop effective controls to ensure the integrity, accuracy and reliability of its electronic system. 3.The Web Services E-Verify Employer Agent agrees to develop an inspection and quality assurance program that regularly, at least once per year, evaluates the electronic system, and includes periodic checks of electronically stored information. The Web Services E-Verify Employer Agent agrees to share the results of its regular inspection and quality assurance program with DHS upon request. 4.The Web Services E-Verify Employer Agent agrees to develop an electronic system with the ability to produce legible copies of applicable notices, letters, etc. 5.All information exchanged between the parties under this MOU will be in accordance with applicable laws, regulations, and policies, including but not limited to, information security guidelines of the sending party with respect to any information that is deemed Personally Identifiable Information (PII), including but not limited to the employee or applicant’s Social Security number, alien number, date of birth, or other information that may be used to identify the individual. 6.Suspected and confirmed information security breaches must be reported to DHS according to Article II.A.17. Reporting such breaches does not relieve the Web Services E-Verify Employer Agent from further requirements as directed by state and local law. The Web Services E-Verify Employer Agent is subject to applicable state laws regarding data protection and incident reporting in addition to the requirements herein. E. SOFTWARE DEVELOPER RESTRICTIONS 1.The Web Services E-Verify Employer Agent agrees that if it develops a Web Services interface and sells such interface, then it can be held liable for any misuse by the company that purchases the interface. It is the responsibility of the Web Services E-Verify Employer Agent to ensure that its interface is used in accordance with E-Verify policies and procedures. 2.The Web Services E-Verify Employer Agent agrees to provide software updates to each client who purchases its software. Because of the frequency Web Services updates, an ongoing relationship between the software developer and the client is necessary. Page 17 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3971 of 6526 Company ID Number: Client Company ID Number: 3.DHS reserves the right to terminate the access of any software developer with or without notice who creates or uses an interface that does not comply with E-Verify procedures. 4.Web Services Software Developers pursuing software development independent of serving clients as a Web Services E-Verify Employer Agent are not eligible to receive an ICA. At this time, E-Verify d oes not permit Web Services software development without also being a Web Services E-Verify Employer Agent or Web Services Employer. F. PENALTIES 1.The Web Services E-Verify Employer Agent agrees that any failure on its part to comply with the terms of the MOU may result in account suspension, termination, or other adverse action. 2.DHS is not liable for any financial losses to Web Services E-Verify Employer Agent, its clients, or any other party as a result of your account suspension or termination. ARTICLE VI MODIFICATION AND TERMINATION A. MODIFICATION 1.This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2.Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1.The Web Services E-Verify Employer Agent may terminate this MOU and its participation in E-Verify a t any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the Web Services E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’ written notice. The Web Services E-Verify Employer Agent may not refuse to terminate the Employer based upon an outstanding bill for verification services. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Web Services E-Verify Employer Agent’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 Web Services E-Verify Employer Agent or Employer, or a failure on the part of either party 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. Page 18 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3972 of 6526 Company ID Number: Client Company ID Number: 3.A Web Services E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Web Services E-Verify Employer Agent must provide written notice to DHS. If the Web Services E-Verify Employer Agent fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4.The Web Services E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the Web Services E-Verify Employer Agent or the Employer is terminated from E-Verify. ARTICLE VII 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 Web Services E-Verify Employer Agent, its agents, officers, or employees. C.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent or 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 Web Services E-Verify Employer Agent or the Employer. E.The Web Services E-Verify Employer Agent 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, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F.The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the Web Services E-Verify Employer Agent and DHS respectively. The Web Services E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Web Services E-Verify Employer Agent, as the case may be, 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. Page 19 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3973 of 6526 Company ID Number: Client Company ID Number: G. The foregoing constitutes the full agreement on this subject between DHS, the Employer, and the E-Verify Employer Agent. (Employer) hereby designates and appoint (E-Verify Employer Agent) including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out (Employer) responsibilities under the MOU between the Employer, the E-Verify Employer Agent, and DHS. If you have any questions, contact E-Verify at 1-888-464-4218. Page 20 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 ADP, Inc. Advanced Roofing, Inc. 26000461215852 Page 3974 of 6526 Company ID Number: Client Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date E-Verify Employer Agent Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 21 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 ADP, Inc. USCIS Verification Division 01-07-2025 Jenny Rodriguez-Vargas 01-07-2025Electronically Signed Electronically Signed Advanced Roofing, Inc. 2600046 01-07-2025 eVerify Team WFN Electronically Signed 1215852 Page 3975 of 6526 Company ID Number: Client Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 22 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Advanced Roofing, Inc. BROWARD 2600046 238 500 to 999 1215852 1950 Northwest 22nd Street Fort Lauderdale, FL 33311 592360591 7 site(s) Page 3976 of 6526 Company ID Number: Client Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 23 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 FL 7 26000461215852 Page 3977 of 6526 Company ID Number: Client Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 24 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Email 95452268681009 Jenny Rodriguez-Vargas 26000461215852 Name Phone Number Fax jennyr@advancedroofing.com Page 3978 of 6526 Company ID Number Client Company ID Number: : This list represents the first 20 Program Administrators listed for this company. Page 25 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 26000461215852 Page 3979 of 6526 Page 3980 of 6526 Page 3981 of 6526 Page 3982 of 6526 Page 3983 of 6526 Page 3984 of 6526 Page 3985 of 6526 Page 3986 of 6526 Page 3987 of 6526 Page 3988 of 6526 Page 3989 of 6526 Page 3990 of 6526 Page 3991 of 6526 Page 3992 of 6526 Page 3993 of 6526 Page 3994 of 6526 Page 3995 of 6526 Page 3996 of 6526 Page 3997 of 6526 Page 3998 of 6526 Page 3999 of 6526 Page 4000 of 6526 Page 4001 of 6526 Page 4002 of 6526 Page 4003 of 6526 Page 4004 of 6526 Page 4005 of 6526 Page 4006 of 6526 Page 4007 of 6526 Page 4008 of 6526 Page 4009 of 6526 Page 4010 of 6526 Page 4011 of 6526 Page 4012 of 6526 Page 4013 of 6526 Page 4014 of 6526 Page 4015 of 6526 Page 4016 of 6526 Page 4017 of 6526 Page 4018 of 6526 Page 4019 of 6526 Page 4020 of 6526 Page 4021 of 6526 Page 4022 of 6526 Page 4023 of 6526 Page 4024 of 6526 Page 4025 of 6526 Page 4026 of 6526 Page 4027 of 6526 Page 4028 of 6526 Page 4029 of 6526 Page 4030 of 6526 Page 4031 of 6526 Page 4032 of 6526 Page 4033 of 6526 Page 4034 of 6526 Page 4035 of 6526 Page 4036 of 6526 Page 4037 of 6526 Page 4038 of 6526 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000____ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000___single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ 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. Page 4039 of 6526 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award 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. GG – 12/5/24 ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands 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. Page 4040 of 6526 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 7/29/2025 Acrisure Southeast Partners Insurance Services LLC 1317 Citizens Blvd Leesburg FL 34748 Jalen Belle-Walker 800-845-8437 jbelle-walker@acrisure.com License#:BR-1796553 Greenwich Insurance Company 22322 ADVAROO-06 Starr Indemnity &Liability Company 38318AdvancedRoofingInc 200 Northstar Court Sanford FL 32771 Bridgefield Employers Insurance Company 10701 Continental Casualty Company 20443 Columbia Casualty Company 31127 Indian Harbor Insurance Company 36940 877958356 A X 2,000,000 X 300,000 X Contractual Incl 10,000 X Broad Form PD 2,000,000 4,000,000 X X Y CGS740979406 1/1/2025 1/1/2026 4,000,000 A 2,000,000 X X X Y CAH740979506 1/1/2025 1/1/2026 PIP 10,000 B X 10,000,000 X 1000588143251 1/1/2025 1/1/2026 10,000,000 X 0 C X Y 830-56020 1/1/2025 1/1/2026 1,000,000 1,000,000 1,000,000 D E F Installation Floater Contractors Errors &Omissions Contractors Poll incl Mold 4016260407 C 6018114505 CEO744615206 1/1/2025 1/1/2025 1/1/2025 1/1/2026 1/1/2026 1/1/2026 Per Jobsite/Aggregate Ea Claim/Aggregate Ea Claim/Aggregate $5.5M/$15,000,000 $5000000/$5000000 $2000000/$2000000 Collier County Board of County Commissioners,OR,Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County are included as additional insureds for General Liability which includes ongoing and completed operations on a primary and noncontributory basis and included as additional insureds for auto liability Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 United States Page 4041 of 6526 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [ADVANCED ROOFING & SHEET METAL LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors RESPONSE DEADLINE: February 24, 2025 at 3:00 pm Report Generated: Tuesday, February 25, 2025 Advanced Roofing & Sheet Metal LLC Response CONTACT INFORMATION Company: Advanced Roofing & Sheet Metal LLC Email: chris.rajala@arsmfl.com Contact: Chris Rajala Address: 2320 Bruner Ln Fort Myers, FL 33912 Phone: (239) 939-4412 Website: https://arsmusa.com/ Submission Date: Feb 24, 2025 2:53 PM (Eastern Time) Page 4042 of 6526 [ADVANCED ROOFING & SHEET METAL LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [ADVANCED ROOFING & SHEET METAL LLC] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Invitation for Qualification (IFQ) Instructions Form* Invitation for Qualification (IFQ) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions.* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed 5. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. Collier_County_IFQ.pdf Page 4043 of 6526 [ADVANCED ROOFING & SHEET METAL LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [ADVANCED ROOFING & SHEET METAL LLC] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 3 24-8312_-_Required_Forms_-_Grant_Funded_exe.pdf 24-8312_FPP_FEMA_10.1.24_exe.pdf 6. City Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* 24-8312_-_Required_Forms_-_Grant_Funded.pdf 24-8312_FPP_FEMA_10.1.24_exe.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* 24-8312_-_Required_Forms_-_Grant_Funded.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* 24-8312_-_Required_Forms_-_Grant_Funded.pdf 24-8312_FPP_FEMA_10.1.24_exe.pdf REFERENCE QUESTIONNAIRE (FORM 4)* ARSM_Reference_Questionnaire_DRH.pdf ARSM_Reference_Questionair_NP_FS_82.pdf ARSM_Reference_Questionnaire_PB5_SOCOTEC.pdf ARSM_Reference_Questionnaire_DR.pdf ARSM_Reference_Questionnaire_VLC.pdf GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* 24-8312_-_Required_Forms_-_Grant_Funded_exe.pdf 24-8312_FPP_FEMA_10.1.24_exe.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)** http://dos.myflorida.com/sunbiz/ should be attached with your submittal. ARMS_HVAC_LICENSE_-_EXP_8.31_2026.pdf Page 4044 of 6526 [ADVANCED ROOFING & SHEET METAL LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [ADVANCED ROOFING & SHEET METAL LLC] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 4 E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. E_verify.pdf W-9 FORM* ARSM_W-9_2024.pdf SIGNED ADDENDUMS (IF APPLICABLE) addend.pdf MISCELLANEOUS DOCUMENTS ARSM_COI_2024-2025.pdf ARSM_WIP_02.21.25.pdf LOCAL_BUSINESS_TAX_RECEIPT_-_MIKE_O_-_EXPIRES_9-30-2025.pdf Sunbiz_Advanced_Roofing_&_Sheet_Metal,_LLC.pdf Page 4045 of 6526 PRESENTATION Advanced Roofing & Sheet Metal Collier County IFQ – Re-roofs 1 Page 4046 of 6526 IN BUSINESS SINCE 1980 YOUR LOCAL OFFICES Introduction to ARSM © RE/ARSM. All Rights Reserved. OFFICES IN 3 STATES Page 4047 of 6526 Introduction to ARSM / Our Services Our Services © Advanced Roofing & Sheet Metal. All Rights Reserved. Finding the right approach for your roof should bring peace of mind. Advanced Roofing and Sheet Metal has been providing Expert Care since 1980 in Ft Myers and we will bring the same level of expertise to the Collier County buildings! 3 Page 4048 of 6526 Corporate Overview © Advanced Roofing & Sheet Metal. All Rights Reserved. Evaluation Criteria #1: 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 the proposal. Submission of a signed Proposal is the Vendor's certification that the Vendor will accept any awards as a result of this IFQ. ARSM Response – Cover Letter: 4 ARSM Provides Quality Roofing Solutions Committed to Delivering Expert Care to Our Local Communities With a legacy spanning over four decades, Advanced Roofing and Sheet Metal has been a steadfast ally to our customers, recognizing the swift deterioration of roofs and the exorbitant costs associated with replacement. Dedicated to alleviating frustrations, our 24-hour service department stands ready to address leaks promptly, offering expertise in re -roofs, repairs, cleaning, maintenance, inspections, and HVAC solutions. Beyond reactive measures, proactive care is paramount. We advocate for semi-annual roof inspections to uphold manufacturer warranties, leveraging our certifications from leading roofing product manufacturers. Our commitment extends further with Advanced Dependability, a comprehensive roof maintenance program designed to prolong the lifespan of your investment. At Advanced Roofing and Sheet Metal, professionalism is our hallmark, epitomized by our unwavering dedication to customer satisfaction and the preservation of roofing assets. Trust in our experience, trust in our expertise – let us safeguard your peace of mind and protect what matters most Page 4049 of 6526 Corporate Overview © Advanced Roofing & Sheet Metal. All Rights Reserved. Evaluation Criteria #1: 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 the proposal. Submission of a signed Proposal is the Vendor's certification that the Vendor will accept any awards as a result of this IFQ. ARSM Response Management Summary: 5 Page 4050 of 6526 Corporate Overview © Advanced Roofing & Sheet Metal. All Rights Reserved. Evaluation Criteria #2: Provide the following information which does not exceed two (2) pages: Acknowledge a scope of work and how the proposer will complete that scope of work, using a sample project. List all proposed subcontractors who may participate in the project. Please describe how your company typically prioritizes projects when multiple requests are coming in simultaneously. Describe how your company typically manages project workloads when demand exceeds current staffing levels. Provide your approach in coordinating a project that exceeds one hundred thousand dollars ($100,000). Provide a sample schedule, with milestones for a project that exceeds one hundred thousand dollars ($100,000). ARSM Response: 6 It is not feasible to provide all the information you are asking for in 2 pages or less, our preconstruction meeting is 2 pages alone (attached) The scope of work is determined after the survey, then a proposal is put together based on the building/client needs that follows Florida Building code. Page 4051 of 6526 Corporate Overview © Advanced Roofing & Sheet Metal. All Rights Reserved. ARSM Response: 7 ARSM will use inhouse crews to preform the work – no subs ARSM has the manpower to work on several projects at one time, no projects takes priority over another. When material and the client is ready with permitting set-in place, we work. ARSM approach to projects over 100k are assigned a PM to oversee the project (see PM bio/responsibilities in key personnel). Page 4052 of 6526 Corporate Overview © Advanced Roofing & Sheet Metal. All Rights Reserved. ARSM Response: 8 SOV Example: Page 4053 of 6526 Corporate Overview © Advanced Roofing & Sheet Metal. All Rights Reserved. Evaluation Criteria #3: Provide information outlining the qualifications and process of the roofing contractor's subcontractors to deliver the required services, including their abilities, capacity, skills, financial strength, and years of experience. Describe the various team members of the Contractor who consistently deliver successful projects on time and within budget. Provide at least one (1) example. Please provide proof that your company is licensed and insured in the State of Florida. Identify the number of industry awards and recognitions received by the company from peer groups such as the National Roofing Contractors Association or similar organizations. The County requests that the vendor submits no fewer than five (5) and no more than ten (10) completed reference forms from clients during the past 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. References may be a combination of municipal, commercial, and/or residential, with no more than two (2) references being residential. References need to demonstrate that work has been performed on both single and multistory structures. ARSM Response: See subsequent pages 9 Page 4054 of 6526 Page 4055 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Nathan Hogan (Evaluator completing reference questionnaire) Company (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Completion Date: 11/2024 Project Number of Days: __________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Advanced Roofing + Sheet Metal, LLC Project Description: Point Brittany 5 Project Budget: $1,031,400.00 694 Mandays Socotec nathan.hogan@socotec.us 941.702.4520 Nathan Hogan / Engineer for Socotec / Project name Point Brittany 5 10 10 10 10 10 10 10 10 10 10 100 Fibertite Low slope Pac-Clad Mansards Page 4056 of 6526 Page 4057 of 6526 Steep Slope Metal Roof Page 4058 of 6526 Page 4059 of 6526 Corporate Overview © Advanced Roofing & Sheet Metal. All Rights Reserved. Evaluation Criteria #4: Description of the proposed contract team and the specific roles of each member. Attach brief resumes of all proposed project team members who will be involved in managing the overall services and as well as the delivery of specific services. Attach resumes for any sub-vendors and include letters of intent from these sub-vendors with the proposal submission. ARSM Response: See subsequent pages 10 Page 4060 of 6526 (786) 939-4412 Mike.Ogrodzinsk@arsmfl.com As the ARSM Vice President, Mike oversees all phases of ARSM, Production, Service, HVAC and the overall operation day to day. Prior to his role as Vice President, Mike worked as the ARSM Service Manager where he specialized in not only warranty, repair and maintenance but transformed the department into offering maintenance upgrades and extended warranties. His extensive experience in the Construction industry includes all types of roofing, working as a certified applicator for a multitude of coating manufacturers, dealing with and constructing structural concrete, aluminum, steel and wood, and more. ©Advanced Roofing &Sheetmetal.All Rights Reserved. 21 19 ▪Pier 81 ▪Lighthouse Bay ▪Palm Harbor ▪Gleenwood MIKE OGRODZINSKI Vice President Page 4061 of 6526 (239) 785-6783 Juan.Cruz@arsmfl.com As the ARSM Operations Director and Business Partner, Juan is responsible for overseeing the entire Production aspect of contracted jobs, all aspects of Local Estimating, Service and Service Sales as well as all aspects of the day-to-day duties of operating and maintaining the Florida Region personnel. Prior to his role as Operations Director, Juan was the ARSM Production Manager and has work if all aspects of production for the ARSM Florida team. Juan has extensive experience in the Roofing industry includes all types of roofing. Works closely with ARSM Production team to ensure that our core values of Safety, Quality, Schedule, Cost and Communication are fully utilized in procurement, planning and execution of each project. Juan takes great pride in the development of his team and emphasizes the importance of a great company culture, leading by example. ©Advanced Roofing &Sheetmetal.All Rights Reserved. 20 20 JUAN CRUZ Director of Operations – Business Partner ▪Arthrex ▪Charlotte County Airport Aviation ▪Lake Placid High School ▪Plant City Utilities Page 4062 of 6526 (239) 233-2723 George.Coleman@arsmfl.com As the ARSM Production Manager George oversees daily operations and overall performance of Production. George oversees the management of the day-to-day crew assignments, schedules, and communications. George knows and stays abreast of Florida Building Code / Manufacturer Requirements and relays this to the team. George works closely with upper management to further develop and implement organization policies, practices, procedures, and goals. He also ensures the Project Managers are effective scheduling and allocation of all labor, material, and equipment resources to their assigned job and providing periodic site visits and inspections. George conducts personnel reviews and assist Supervisors in crew evaluations. He also conducts regular toolbox talks with project managers, superintendents, and field foremen. ©Advanced Roofing &Sheetmetal.All Rights Reserved. 32 9 GEORGE COLEMAN Production Manager ▪Laguna ▪South Seas East ▪Legacy Resort ▪Moorings Park Page 4063 of 6526 (941) 340-7392 David.Hulley@arsmfl.com As a ARSM Product Manager David is responsible to provide administrative oversight to ongoing projects and to maintain a positive communication with all clients. He is actively involved with each project from beginning to end and will ensure every project meets ARSM's high standards for excellent communication/service and coordinating crews/material and installation. David also prepares job schedules / weekly reports and reports on the status of each his assigned jobs. As needed, he visits with his project site locations to resolve any issues and respond to any client questions that may arise. David ensures the Scope, PO’s Product Approvals and Spec Assemblies align and reviews blueprints, pull all details for field personnel; make sure our details are submitted for approval and are on Spec Assembly. David meets regularly with the sales and Production to review details of every job prior to start. ©Advanced Roofing &Sheetmetal.All Rights Reserved. 43 1 DAVID HULLEY Project Manager ▪Veranda Greens North II ▪Point Brittany South ▪Lawrence Point Page 4064 of 6526 (239) 989-2071 Gerardo.Pulquero.com Gerardo role as a ARSM Senior Superintendent is responsible for overseeing all aspects of all ARSM roofing projects, including managing crews, ensuring quality and safety standards are met, coordinating materials, maintaining project schedules, and acting as the primary on-site leader to guarantee projects are completed on time, within budget, and to specifications, often with a focus on complex or high-profile projects; requiring extensive knowledge of various roofing systems, construction practices, and leadership skills to manage multiple crews and subcontractors effectively. ©Advanced Roofing &Sheetmetal.All Rights Reserved. 25 13 GERARDO PULQUERO Senior Superintendent ▪Naples Square ▪Marina Walk ▪Sarasota Apartments ▪Ave Maria Page 4065 of 6526 (941) 724-6704 Chris.Rajala@arsmusa.com As the ARSM Director of Sales & Estimating and Business Partner, Chris is responsible for Building and maintain relationships with clients, vendors, and other stakeholders to support business development efforts as well as overseeing the ARSM Sales / Estimating Staff to ensure that ARSM obtains better brand recognition in its newly acquired territories and financial growth. Chris possess the practical communication skills to be able to build long-standing and successful relationships with key clients. Chris has worked as a manufacturer’s representative for the Firestone, Johns Manville, and Metal Era lines of roofing products as well as within the roofing distribution channel. During this time Chris has learned the Florida Building Code and product knowledge needed to speak with customers in all aspects of the roofing process. Chris also served eight years in the USMC. ©Advanced Roofing &Sheetmetal.All Rights Reserved. 18 4 ▪Lee County Public Schools ▪Park Place Condominiums ▪Plaza de Flores ▪Savannah Preserve CHRIS RAJALA Director of Sales/Estimating – Business Partner Page 4066 of 6526 (239)286-2136 Rick.Woolum@arsmfl.com Rick is a valued member for the ARSM team.Rick has extensive knowledge of the EDGE estimating software. Rick reviews all bids from other estimators as well as estimating projects himself.His estimating duties are gathering proposals,blueprints, specifications,and related documents.Once that is Additionally, he reviews and utilize historical data from previous P.O.s, subcontracts,productivity and other reports as needed to assess unit and labor calculations.In addition,he computes costs by analyzing labor,material,and time requirements to produce a through and complete bid/ proposal that meets code / manufacturer /client requirements. Rick also manages and maintain working documents and cost database on regular basis to support estimate figures. Additionally,he maintains technical knowledge by occasionally attending educational workshops and reviewing technical publication. ©Advanced Roofing &Sheetmetal.All Rights Reserved. 51 4 ▪Lakewood Ranch Multifamily ▪Marina Towers & Yacht Club ▪Palm Island Townhomes ▪Longboat Beach House RICK WOOLUM ARSM Senior Estimator Page 4067 of 6526 (239) 292-4720 Jim.Donovan@arsmfl.com Mr. Donovan is an estimator who responsible for new business development for existing and new companies. Previously he was the President and Operations manager, bidding new and renovation projects for his own company. James is responsible for proposals, turnover to project management all phases of work. The following are product types of work he has vast experience with: School renovations, HVAC, Plumbing, all new finishes, new exterior finished, also to include work we performed as follows, Composite panels, insulated Wall panels, metal roofing all types, Bur, modified roofing system, Single ply system, shingles, slate, tile, and coatings. Project sizes from 10,000 thousand to 6.200 million is size. ©Advanced Roofing &Sheetmetal.All Rights Reserved. 44 6 ▪College of the Florida Keys ▪G. Weaver Hipps Elementary School ▪Fort Myers High School ▪J. Colin English Elementary School JAMES DONOVAN Estimator Page 4068 of 6526 (941) 302-7504 Angelina.Episcopo@arsmfl.com As an Estimator, Angelina’s focus is on residential and commercial retail as well as insurance claim roofing and new construction roofing estimating with EDGE software. Holds responsibility of roll as Account Manager / Sales for most new construction projects showing professional communication and customer service as highest priority. Experience in estimating jobs ranging up to 5 Million after Hurricane Ian 2022 to include schools, condos/multi-family structures, and commercial businesses with metal roofing, asphalt, composite, TPO, and Modified Bitumen. Angelina provides roofing system options of existing or potential Valued Engineer options for roof systems following Florida Building Code / IBC as well as communication with material distribution vendor to receive best pricing options on materials and put us in a competitive spot. She reviews her Estimates with Senior Estimators and Business Partners. Angelina is Verisk Xactimate X1 Level 2 Certified Estimator. ©Advanced Roofing &Sheetmetal.All Rights Reserved. 6 2 ▪Van Loom Commons ▪Stoneybrook Village Green ▪Huntington Woods ▪Rose Garden Villas ANGELINA ESISCOPO Estimator Page 4069 of 6526 (786) 316-6385 Oriam.Perez@arsmfl.com ©Advanced Roofing &Sheetmetal.All Rights Reserved. 21 9 ▪Courtyards at Gondola ▪The Reserve ▪Borgese ▪Ft Myers FedEX Building at RSW ▪Hyde Park at Pelican Bay ORIAM PEREZ Safety Manager As the ARSM Florida Safety Manager, Oriam is responsible for developing, implementing, and enforcing comprehensive safety programs on roofing projects, ensuring all workers adhere to safety protocols, identifying and mitigating potential hazards, conducting regular safety inspections, and investigating accidents to prevent future occurrences, all while staying compliant with relevant safety regulations and OSHA standards; essentially prioritizing worker safety across all roofing operations. Oriam ensures the crews are adhering to OSHA and company safety regulations. Oriam conducts regular site inspections and immediately takes corrective action on any violations and reports all his findings to upper management. Oriam Ensure that the Florida ARSM shop/warehouse locations are always kept clean / proper safety protocols (eye wash stations / fire extinguishers / posted workers’ rights / etc.) Oriam provides OSHA training and conducts regular toolbox takes with the employees. Oriam was promoted to the Safety Manager Position in 2025, prior to that Oram was a ARSM Project Manager. Oriam was in the United Stated Navy from 1998-2004 Page 4070 of 6526 Corporate Overview © Advanced Roofing & Sheet Metal. All Rights Reserved. Evaluation Criteria #5: This criterion measures the team’s proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. ARSM Response: See subsequent pages 21 Page 4071 of 6526 Safety & Security © Advanced Roofing & Sheet Metal. All Rights Reserved. DAILY SIGN-IN 22 Page 4072 of 6526 Our Safety Protocols © Advanced Roofing & Sheet Metal. All Rights Reserved. Custom Safety Plan Weekly/Monthly Safety Meetings Safety Training & Certifications Personal Protection Equipment Weather Monitoring COVID-19 Safety Protocols Overhead Protection Clearing of Material and Debris Controlled Access Zones Traffic Control/Parking After-Hours Emergency Line COVID-19 Safety Protocols OUR TEAM STUDENTS & STAFF 23 Page 4073 of 6526 Quality Assurance / Quality Control Matrix © Advanced Roofing & Sheet Metal. All Rights Reserved. HOW THE MATRIX WORKS: 01. Each task of each scope of work is listed in the order it needs to be completed 02. After the task is completed, the Superintendent must sign off. 03. If the task is not completed correctly, it is labeled as non- conformance and corrected immediately. 04. A binder is kept with all documentation and given to the School Board at the close-out of the project. 24 Page 4074 of 6526 Schedule / Phasing © Advanced Roofing & Sheet Metal. All Rights Reserved. ARSM knows that the duration of a project is a crucial component of its budget. Described in detail below are two tools we use to ensure a smooth project timeline, every step of the way. Three-week Look-Ahead Schedule: This is the schedule that keep the Lee County School Board consistently updated as to what has been accomplished and what is yet to come. It will be adjusted every week to track the progress of the project. Phasing Map: To make the schedule more understandable for the School board, we create and design a custom phasing plan. This will show the school board how the work will be phased out and the timeline of the work being done to each building, if applicable. 25 Page 4075 of 6526 TOWNHALL MEETINGS MACRO COMMUNICATION PROTOCOL COMMUNITY BULLETIN BOARD CUSTOM PROJECT WEBSITE DEDICATED PROJECT TEAM REGULAR COMMUNITY POSTINGS © Advanced Roofing & Sheetmetal. All Rights Reserved. Communication Protocols 26 Page 4076 of 6526 Communication Protocols © Advanced Roofing & Sheet Metal. All Rights Reserved. 27 Page 4077 of 6526 Related Experience School Districts & Past Projects 28 Page 4078 of 6526 School District / Related Experience & Past Projects © Advanced Roofing & Sheet Metal. All Rights Reserved. Evaluation Criteria #2: Related Experience 29 Page 4079 of 6526 Related Experience – Lee County School District © Advanced Roofing & Sheet Metal. All Rights Reserved. •1048 SQ of 4 Ply Modified •Done in 2021 G. WEAVER HIPPS ELEMENTARY SCHOOL BEFORE Evaluation Criteria #2: Related Experience 30 Page 4080 of 6526 Related Experience – Lee County School District © Advanced Roofing & Sheet Metal. All Rights Reserved. •1048 SQ of 4 Ply Modified •Done in 2021 G. WEAVER HIPPS ELEMENTARY SCHOOL DURING Evaluation Criteria #2: Related Experience 31 Page 4081 of 6526 Related Experience – Lee County School District © Advanced Roofing & Sheet Metal. All Rights Reserved. •1048 SQ of 4 Ply Modified •Done in 2021 G. WEAVER HIPPS ELEMENTARY SCHOOL AFTER Evaluation Criteria #2: Related Experience 32 Page 4082 of 6526 Related Experience – Lee County School District © Advanced Roofing & Sheet Metal. All Rights Reserved. TRAFALGAR MIDDLE SCHOOL •2700: LF of 8’’ Shop fab Box Gutter and install new downspout locations to allow for better water flow Evaluation Criteria #2: Related Experience 33 Page 4083 of 6526 Related Experience – Lee County School District © Advanced Roofing & Sheet Metal. All Rights Reserved. TRAFALGAR MIDDLE SCHOOL •2700: LF of 8’’ Shop fab Box Gutter and install new downspout locations to allow for better water flow Evaluation Criteria #2: Related Experience 34 Page 4084 of 6526 Related Experience – Lee County School District © Advanced Roofing & Sheet Metal. All Rights Reserved. TRAFALGAR MIDDLE SCHOOL •2700: LF of 8’’ Shop fab Box Gutter and install new downspout locations to allow for better water flow Evaluation Criteria #2: Related Experience 35 Page 4085 of 6526 Related Experience – Lee County School District © Advanced Roofing & Sheet Metal. All Rights Reserved. Gene Witt Elementary School •2350 SQ of Berridge Standing Seam Zee Lock / 4” ISO In Progress Finished Roof Evaluation Criteria #2: Related Experience 36 Page 4086 of 6526 •Berrrige Double Z Locks SS Metal Roofing •Soprema •Shop Fab Edge Metal / / Gutters / Downspouts / Coping Caps © Advanced Roofing & Sheet Metal. All Rights Reserved. Finished RoofLEMON BAY HIGH SCHOOL, ENGLEWOOD Related Experience – Charlotte County Public Schools © Advanced Roofing & Sheet Metal. All Rights Reserved. Evaluation Criteria #2: Related Experience 37 Page 4087 of 6526 •Berrrige Metal Roofing •Shop Fab Edge Metal / Gutters / Downspouts © Advanced Roofing & Sheet Metal. All Rights Reserved. MEADOW PARK ELEMENTARY, PORT CHARLOTTE Related Experience – Charlotte County Public Schools © Advanced Roofing & Sheet Metal. All Rights Reserved. Evaluation Criteria #2: Related Experience 38 Page 4088 of 6526 Financial & Insurance Strengths 04 39 Page 4089 of 6526 INSURANCE BOND-ABILITY CAPACITY $9 Million Current Bonding Capacity for Collier County Up to $45 Million Hand Selected Project Team Insurance & Financial Strengths © Advanced Roofing & Sheet Metal. All Rights Reserved. 40 Page 4090 of 6526 YOUR PROJECT TEAM 04 41 Page 4091 of 6526 THE PILLARS OF ARSM 05 42 Page 4092 of 6526 © Advanced Roofing & Sheet Metal. All Rights Reserved. At Advanced Roofing and Sheet Metal we believe long-term, creative solutions are the key to the safety and security of our clients and the communities they serve. We provide quality, professional service on all aspects of reconstruction, restoration, and remodeling, from litigation support to creative solutions and construction, focused on transparency and trust. Our focus is to bring more care, more communication, and more creativity to every project we approach, setting us and our clients up for success. We put ourselves in the shoes of our clients and the residents of the properties that need our help, ensuring disruption is minimized while also going above-and-beyond to keep all stakeholders updated before, during, and after work has completed. Advanced Roofing and Sheet Metals’ expertise means that problem solving is in our DNA, keeping us flexible and innovative to deliver high-quality results on tight timelines and budgets. At our core, it is our job and pleasure to make sure you love your place again. Our Promise 43 Page 4093 of 6526 Questions? © Advanced Roofing & Sheet Metal. All Rights Reserved. 44 Page 4094 of 6526 Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items. Failure to provide the applicable documents may deem you non-responsive/non-responsible. General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. 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.myflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Reference Questionnaire form must be utilized for each requested reference and included with your submittal, if applicable to the solicitation. Form 5: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. 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. 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. All addenda have been signed and attached. 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. Page 4095 of 6526 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 and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: Page 4096 of 6526 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Page 4097 of 6526 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), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. _____________________________________ Company Name _____________________________________ Signature _____________________________________ Print Name and Title State of ___________________ County of _________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this ______ day of ____________ (month), (year), by (name of person acknowledging). _________________________________________ (Signature of Notary Public) __________________________________________________________ (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification ______________________________________ Type of Identification Produced Page 4098 of 6526 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 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), that it is aware of and in compliance with the requirements set forth in Florida Statutes §448.095, 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. _____________________________________ Company Name _____________________________________ Signature _____________________________________ Print Name and Title State of ___________________ County of _________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this ______ day of ____________ (month), (year), by (name of person acknowledging). _________________________________________ (Signature of Notary Public) __________________________________________________________ (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification ______________________________________ Type of Identification Produced Page 4099 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Page 4100 of 6526 FORM 5 IF APPLICABLE GRANT PROVISIONS AND ASSURANCES FORMS ARE PROVIDED IN A SEPARATE PACKAGE AND MUST BE COMPLETED AND EXECUTED IN ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID/PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. Page 4101 of 6526 CONFIRM ALL REQUIRED LICENSES AND FORMS ARE COMPLETED AND EXECUTED IN ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID/PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. Page 4102 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1 11/24 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 County 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 Page 4103 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2 11/24 Access to Records: 1) The contractor agrees to provide the County, the Florida Department of Emergency Management, 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 section 1225 of 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. Buy Clean: The County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, the County encourages that the performance of this agreement includes considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The County must obtain written permission from Department of Homeland Security prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. 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. Domestic Preference for Procurements: The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. For purposes of this section: ‘‘Produced in the United States’’ means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA): FEMA Public Assistance Funding is not subject to Buy America preference pursuant the following guidance: Programs and Definitions: Build America, Buy America Act | FEMA.gov License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the County data first produced in the performance of this contract and data Page 4104 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3 11/24 required by the contract but not first produced in the performance of this contract in formats acceptable by the County. 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. Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause – (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing — (i). A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (3) Reporting requirement. Page 4105 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4 11/24 (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Providing Good, Safe Job to Workers: Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Socioeconomic Contracting: The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure small businesses, minority businesses, women’s business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible. Such consideration means: (1) These business types are included on solicitation lists; (2) These business types are solicited whenever they are deemed eligible as potential sources; (3) Dividing procurement transactions into separate procurements to permit maximum participation by these business types; (4) Establishing delivery schedules (for example, the percentage of an order to be delivered by a given date of each month) that encourage participation by these business types; (5) Utilizing organizations such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring a contractor under a Federal award to apply this section to subcontracts. 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 Page 4106 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5 11/24 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. Contractors must sign and submit a debarment certification to the County with each bid or offer. See Certifications and Assurances and the end of this document. Procurement of Recovered Materials (§200.323) (Over $10,000): 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. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines webpage: Comprehensive Procurement Guideline (CPG) Program | US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Termination for Cause and Convenience (over $10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the County who in turn will forward the certification(s) to the federal agency. Contractors must sign and submit a lobbying certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (CWHSSA) (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). Compliance with the Contract Work Hours and Safety Standards Act. (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 (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the Page 4107 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 6 11/24 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 watchpersons and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $32 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 (b)(1). (3) Withholding for unpaid wages and liquidated damages— (i) Withholding Process. The County may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b) on this contract, 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 that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or (b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs (b)(1) through (5) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: Page 4108 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 7 11/24 (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part.” Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker’s correct classification(s) of work performed; hourly rates of wages paid; daily and weekly number of hours actually worked; deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job.” 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. 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. Page 4109 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 8 11/24 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, Page 4110 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 9 11/24 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 Page 4111 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 10 11/24 Compliance with Federal Law, Regulations, And Executive Orders and Acknowledgement of Federal Funding 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 _____________________________________ Date __________________ Authorized Signature ___________________________________________________________ Page 4112 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 11 11/24 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 ___________________________________________________________________ By: ________________________________________________________________ Signature ___________________________________________________________________ Name and Title ___________________________________________________________________ Street Address ___________________________________________________________________ City, State, Zip ___________________________________________________________________ UEI Unique Entity Identifier (for SAM.gov verification) ___________________________________________________________________ Date Sub-Recipient Name: Collier County Board of County Commissioners DEM Contract Number: TBD FEMA Project Number: TBD Page 4113 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 12 11/24 Page 4114 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 13 11/24 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. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. ____________________________________________________ Contractor (Firm Name) ____________________________________________________ Signature of Contractor’s Authorized Official ____________________________________________________ Name and Title of Contractor’s Authorized Official ____________________________________________________ Date Page 4115 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Page 4116 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1 11/24 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 County 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 Page 4117 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2 11/24 Access to Records: 1) The contractor agrees to provide the County, the Florida Department of Emergency Management, 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 section 1225 of 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. Buy Clean: The County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, the County encourages that the performance of this agreement includes considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The County must obtain written permission from Department of Homeland Security prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. 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. Domestic Preference for Procurements: The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. For purposes of this section: ‘‘Produced in the United States’’ means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA): FEMA Public Assistance Funding is not subject to Buy America preference pursuant the following guidance: Programs and Definitions: Build America, Buy America Act | FEMA.gov License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the County data first produced in the performance of this contract and data Page 4118 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3 11/24 required by the contract but not first produced in the performance of this contract in formats acceptable by the County. 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. Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause – (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing — (i). A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (3) Reporting requirement. Page 4119 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4 11/24 (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Providing Good, Safe Job to Workers: Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Socioeconomic Contracting: The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure small businesses, minority businesses, women’s business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible. Such consideration means: (1) These business types are included on solicitation lists; (2) These business types are solicited whenever they are deemed eligible as potential sources; (3) Dividing procurement transactions into separate procurements to permit maximum participation by these business types; (4) Establishing delivery schedules (for example, the percentage of an order to be delivered by a given date of each month) that encourage participation by these business types; (5) Utilizing organizations such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring a contractor under a Federal award to apply this section to subcontracts. 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 Page 4120 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5 11/24 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. Contractors must sign and submit a debarment certification to the County with each bid or offer. See Certifications and Assurances and the end of this document. Procurement of Recovered Materials (§200.323) (Over $10,000): 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. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines webpage: Comprehensive Procurement Guideline (CPG) Program | US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Termination for Cause and Convenience (over $10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the County who in turn will forward the certification(s) to the federal agency. Contractors must sign and submit a lobbying certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (CWHSSA) (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). Compliance with the Contract Work Hours and Safety Standards Act. (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 (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the Page 4121 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 6 11/24 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 watchpersons and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $32 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 (b)(1). (3) Withholding for unpaid wages and liquidated damages— (i) Withholding Process. The County may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b) on this contract, 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 that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or (b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs (b)(1) through (5) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: Page 4122 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 7 11/24 (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part.” Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker’s correct classification(s) of work performed; hourly rates of wages paid; daily and weekly number of hours actually worked; deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job.” 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. 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. Page 4123 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 8 11/24 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, Page 4124 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 9 11/24 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 Page 4125 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 10 11/24 Compliance with Federal Law, Regulations, And Executive Orders and Acknowledgement of Federal Funding 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 _____________________________________ Date __________________ Authorized Signature ___________________________________________________________ Page 4126 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 11 11/24 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 ___________________________________________________________________ By: ________________________________________________________________ Signature ___________________________________________________________________ Name and Title ___________________________________________________________________ Street Address ___________________________________________________________________ City, State, Zip ___________________________________________________________________ UEI Unique Entity Identifier (for SAM.gov verification) ___________________________________________________________________ Date Sub-Recipient Name: Collier County Board of County Commissioners DEM Contract Number: TBD FEMA Project Number: TBD Page 4127 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 12 11/24 Page 4128 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 13 11/24 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. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. ____________________________________________________ Contractor (Firm Name) ____________________________________________________ Signature of Contractor’s Authorized Official ____________________________________________________ Name and Title of Contractor’s Authorized Official ____________________________________________________ Date Page 4129 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Page 4130 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Page 4131 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1 11/24 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 County 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 Page 4132 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2 11/24 Access to Records: 1) The contractor agrees to provide the County, the Florida Department of Emergency Management, 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 section 1225 of 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. Buy Clean: The County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, the County encourages that the performance of this agreement includes considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The County must obtain written permission from Department of Homeland Security prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. 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. Domestic Preference for Procurements: The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. For purposes of this section: ‘‘Produced in the United States’’ means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA): FEMA Public Assistance Funding is not subject to Buy America preference pursuant the following guidance: Programs and Definitions: Build America, Buy America Act | FEMA.gov License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the County data first produced in the performance of this contract and data Page 4133 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3 11/24 required by the contract but not first produced in the performance of this contract in formats acceptable by the County. 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. Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause – (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing — (i). A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (3) Reporting requirement. Page 4134 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4 11/24 (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Providing Good, Safe Job to Workers: Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Socioeconomic Contracting: The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure small businesses, minority businesses, women’s business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible. Such consideration means: (1) These business types are included on solicitation lists; (2) These business types are solicited whenever they are deemed eligible as potential sources; (3) Dividing procurement transactions into separate procurements to permit maximum participation by these business types; (4) Establishing delivery schedules (for example, the percentage of an order to be delivered by a given date of each month) that encourage participation by these business types; (5) Utilizing organizations such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring a contractor under a Federal award to apply this section to subcontracts. 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 Page 4135 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5 11/24 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. Contractors must sign and submit a debarment certification to the County with each bid or offer. See Certifications and Assurances and the end of this document. Procurement of Recovered Materials (§200.323) (Over $10,000): 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. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines webpage: Comprehensive Procurement Guideline (CPG) Program | US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Termination for Cause and Convenience (over $10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the County who in turn will forward the certification(s) to the federal agency. Contractors must sign and submit a lobbying certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (CWHSSA) (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). Compliance with the Contract Work Hours and Safety Standards Act. (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 (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the Page 4136 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 6 11/24 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 watchpersons and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $32 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 (b)(1). (3) Withholding for unpaid wages and liquidated damages— (i) Withholding Process. The County may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b) on this contract, 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 that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or (b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs (b)(1) through (5) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: Page 4137 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 7 11/24 (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part.” Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker’s correct classification(s) of work performed; hourly rates of wages paid; daily and weekly number of hours actually worked; deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job.” 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. 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. Page 4138 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 8 11/24 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, Page 4139 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 9 11/24 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 Page 4140 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 10 11/24 Compliance with Federal Law, Regulations, And Executive Orders and Acknowledgement of Federal Funding 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 _____________________________________ Date __________________ Authorized Signature ___________________________________________________________ Page 4141 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 11 11/24 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 ___________________________________________________________________ By: ________________________________________________________________ Signature ___________________________________________________________________ Name and Title ___________________________________________________________________ Street Address ___________________________________________________________________ City, State, Zip ___________________________________________________________________ UEI Unique Entity Identifier (for SAM.gov verification) ___________________________________________________________________ Date Sub-Recipient Name: Collier County Board of County Commissioners DEM Contract Number: TBD FEMA Project Number: TBD Page 4142 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 12 11/24 Page 4143 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 13 11/24 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. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. ____________________________________________________ Contractor (Firm Name) ____________________________________________________ Signature of Contractor’s Authorized Official ____________________________________________________ Name and Title of Contractor’s Authorized Official ____________________________________________________ Date Page 4144 of 6526 Page 4145 of 6526 Page 4146 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Nathan Hogan (Evaluator completing reference questionnaire) Company (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Completion Date: 11/2024 Project Number of Days: __________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Advanced Roofing + Sheet Metal, LLC Project Description: Point Brittany 5 Project Budget: $1,031,400.00 694 Mandays Socotec nathan.hogan@socotec.us 941.702.4520 Nathan Hogan / Engineer for Socotec / Project name Point Brittany 5 10 10 10 10 10 10 10 10 10 10 100 Page 4147 of 6526 Page 4148 of 6526 Page 4149 of 6526 Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items. Failure to provide the applicable documents may deem you non-responsive/non-responsible. General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. 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.myflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Reference Questionnaire form must be utilized for each requested reference and included with your submittal, if applicable to the solicitation. Form 5: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. 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. 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. All addenda have been signed and attached. 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. Page 4150 of 6526 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 and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: Page 4151 of 6526 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Page 4152 of 6526 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), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. _____________________________________ Company Name _____________________________________ Signature _____________________________________ Print Name and Title State of ___________________ County of _________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this ______ day of ____________ (month), (year), by (name of person acknowledging). _________________________________________ (Signature of Notary Public) __________________________________________________________ (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification ______________________________________ Type of Identification Produced Page 4153 of 6526 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 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), that it is aware of and in compliance with the requirements set forth in Florida Statutes §448.095, 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. _____________________________________ Company Name _____________________________________ Signature _____________________________________ Print Name and Title State of ___________________ County of _________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this ______ day of ____________ (month), (year), by (name of person acknowledging). _________________________________________ (Signature of Notary Public) __________________________________________________________ (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification ______________________________________ Type of Identification Produced Page 4154 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Page 4155 of 6526 FORM 5 IF APPLICABLE GRANT PROVISIONS AND ASSURANCES FORMS ARE PROVIDED IN A SEPARATE PACKAGE AND MUST BE COMPLETED AND EXECUTED IN ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID/PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. Page 4156 of 6526 CONFIRM ALL REQUIRED LICENSES AND FORMS ARE COMPLETED AND EXECUTED IN ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID/PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. Page 4157 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1 11/24 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 County 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 Page 4158 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2 11/24 Access to Records: 1) The contractor agrees to provide the County, the Florida Department of Emergency Management, 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 section 1225 of 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. Buy Clean: The County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, the County encourages that the performance of this agreement includes considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The County must obtain written permission from Department of Homeland Security prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. 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. Domestic Preference for Procurements: The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. For purposes of this section: ‘‘Produced in the United States’’ means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA): FEMA Public Assistance Funding is not subject to Buy America preference pursuant the following guidance: Programs and Definitions: Build America, Buy America Act | FEMA.gov License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the County data first produced in the performance of this contract and data Page 4159 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3 11/24 required by the contract but not first produced in the performance of this contract in formats acceptable by the County. 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. Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause – (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing — (i). A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (3) Reporting requirement. Page 4160 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4 11/24 (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Providing Good, Safe Job to Workers: Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Socioeconomic Contracting: The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure small businesses, minority businesses, women’s business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible. Such consideration means: (1) These business types are included on solicitation lists; (2) These business types are solicited whenever they are deemed eligible as potential sources; (3) Dividing procurement transactions into separate procurements to permit maximum participation by these business types; (4) Establishing delivery schedules (for example, the percentage of an order to be delivered by a given date of each month) that encourage participation by these business types; (5) Utilizing organizations such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring a contractor under a Federal award to apply this section to subcontracts. 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 Page 4161 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5 11/24 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. Contractors must sign and submit a debarment certification to the County with each bid or offer. See Certifications and Assurances and the end of this document. Procurement of Recovered Materials (§200.323) (Over $10,000): 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. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines webpage: Comprehensive Procurement Guideline (CPG) Program | US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Termination for Cause and Convenience (over $10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the County who in turn will forward the certification(s) to the federal agency. Contractors must sign and submit a lobbying certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (CWHSSA) (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). Compliance with the Contract Work Hours and Safety Standards Act. (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 (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the Page 4162 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 6 11/24 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 watchpersons and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $32 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 (b)(1). (3) Withholding for unpaid wages and liquidated damages— (i) Withholding Process. The County may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b) on this contract, 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 that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or (b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs (b)(1) through (5) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: Page 4163 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 7 11/24 (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part.” Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker’s correct classification(s) of work performed; hourly rates of wages paid; daily and weekly number of hours actually worked; deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job.” 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. 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. Page 4164 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 8 11/24 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, Page 4165 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 9 11/24 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 Page 4166 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 10 11/24 Compliance with Federal Law, Regulations, And Executive Orders and Acknowledgement of Federal Funding 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 _____________________________________ Date __________________ Authorized Signature ___________________________________________________________ Page 4167 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 11 11/24 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 ___________________________________________________________________ By: ________________________________________________________________ Signature ___________________________________________________________________ Name and Title ___________________________________________________________________ Street Address ___________________________________________________________________ City, State, Zip ___________________________________________________________________ UEI Unique Entity Identifier (for SAM.gov verification) ___________________________________________________________________ Date Sub-Recipient Name: Collier County Board of County Commissioners DEM Contract Number: TBD FEMA Project Number: TBD Page 4168 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 12 11/24 Page 4169 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 13 11/24 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. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. ____________________________________________________ Contractor (Firm Name) ____________________________________________________ Signature of Contractor’s Authorized Official ____________________________________________________ Name and Title of Contractor’s Authorized Official ____________________________________________________ Date Page 4170 of 6526 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE MECHANICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESENGEL, DAVID ALANDo not alter this document in any form.ADVANCED ROOFING & SHEETMETAL, LLCLICENSE NUMBER: CMC1250751EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.123 SW 31ST PLCAPE CORAL FL 33991Always verify licenses online at MyFloridaLicense.comISSUED: 08/01/2024Page 4171 of 6526 Page 4172 of 6526 Page 4173 of 6526 Page 4174 of 6526 11/02/2024 Moody Insurance Agency, Inc. 8055 East Tufts Avenue Suite 1000 Denver CO 80237 Moody Insurance Agency (303) 824-6600 (303) 370-0118 certrequest@moodyins.com Advanced Roofing & Sheetmetal, LLC 2320 Bruner Lane Fort Myers FL 33912 Upland Specialty Insurance Company 16988 American Cas Co of Reading PA 20427 Vantage Risk Specialty Insurance Co 16275 Continental Casualty Company 20443 Ironshore Specialty Ins. Co 24-25 ARSM Master A USPCL0207324 11/01/2024 11/01/2025 1,000,000 50,000 10,000 1,000,000 2,000,000 2,000,000 B 7036204159 11/01/2024 11/01/2025 1,000,000 C See Attached 11/01/2024 11/01/2025 8,000,000 8,000,000 D N WC736205196 11/01/2024 11/01/2025 1,000,000 1,000,000 1,000,000 E Contractors Pollution Liability ICELLUW00160925 11/01/2024 11/01/2025 General Aggregate $5,000,000 Each Claim $5,000,000 Deductible $100,000 FOR INFORMATION ONLY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 4175 of 6526 Advanced Roofing & Sheetmetal, LLCMoody Insurance Agency, Inc. 25 Certificate of Liability Insurance: Notes Auto Liability: Blanket Additional Insured status applies only to the extent provided by form CNA63359XX(04-2012) when required by written contract. Primary and Non-Contributory status only to the extent provided by form CNA71527XX(10-2012) when required by written contract. Blanket Waiver of Subrogation applies only to the extent provided by form CNA63359XX(04-2012) when required by written contract. Excess Liability: Excess Liability policy is on a follow form basis for the following underlying insurance coverages: General Liability, Automobile Liability, and Employers Liability. Additional insured status will follow form when required by written contract. Primary Non-Contributory status applies when required by written contract. Waiver of Subrogation applies when required by written contract. Workers’ Compensation: WC 00 03 13 (04-1984) From Attached Includes Blanket Waiver of Subrogation. Status applies when required by written contract. IMPORTANT: The policy forms referenced will be sent via email only. To obtain copies, please send your request with the email address to certrequest@moodyins.com ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 4176 of 6526 Advanced Roofing & Sheetmetal, LLCMoody Insurance Agency, Inc. 25 Certificate of Liability Insurance: Notes Additional Named Insureds: Johns Lyng USA, LLC Advanced Roofing & Sheet Metal, LLC Advanced Roofing & Sheet Metal Colorado, LLC Advanced Roofing & Sheet Metal SW FL, LLC Advanced Roofing & Sheet Metal Texas, LLC Excess Auto Liability – (1M) Carrier: Gemini Insurance Company – NAIC 10833 Policy #GVE100341701 Policy Term: 11/1/2024 to 11/1/2025 Each Occurrence Limit - $1,000,000 Aggregate Limit - $1,000,000 Excess Liability ($2MM) Vantage Risk Specialty Ins. Co. - NAIC 16275 Policy # P03XC0000027952 Policy Term: 11/1/2024 to 11/1/2025 Limit: $2,000,000 Excess Liability ($6Mx$2M) Crum and Forster - NAIC 44520/ Liberty Surplus Insurance Policy #SEO-133209 /Policy#1000369538-06 Policy Term: 11/1/2024 to 11/1/2025 Limit - $6,000,000 Professional Liability - Non Roofing Carrier: Ironshore Specialty Insurance Company; Policy# DCP7BABWAMI006 Policy Term: 11/1/2024 to 11/1/2025 Professional Liability Limit - $3,000,000 Excess Professional Liability - Non Roofing Carrier: Vantage Risk Specialty Insurance ; Policy# P03CP0000070550 Policy Term: 11/1/2024 to 11/1/2025 Professional Liability Limit - $2,000,000 Professional Liability - Roofing Carrier: Ironshore Specialty Insurance Company; Policy# ICELLUW00160925 Policy Term: 11/1/2024 to 11/1/2025 Professional Liability Limit - $5,000,000 Leased and Rented Equipment: Travelers Property & Casualty Company of America; Policy# QT-630-A1292022-TIL-24 Policy Term: 11/1/2024 to 11/1/2025; Limit - $500,000 Installation Floater: Travelers Property & Casualty Company of America; Policy# QT-630-A1292022-TIL-24 Policy Term: 11/1/2024 to 11/1/2025 Limit - $1,500,000 General Liability: Blanket Additional Insured status applies only to the extent provided in form CG 20 10 12 19 when required by written contract. Completed Operations status applies only to the extent provided in form CG 20 37 12 19 when required by written contract. Blanket Waiver of Subrogation applies only to the extent provided in form CG 24 04 12 19 when required by written contract. Primary and Non-Contributory status only to the extent provided in form CL 00 16 07 21 when required by written contract. Designated Project General Aggregate applies only to the extent provided in form CL 00 07 07 21 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 4177 of 6526 Page 4178 of 6526 Page 4179 of 6526 Page 4180 of 6526 Page 4181 of 6526 Page 4182 of 6526 Page 4183 of 6526 Page 4184 of 6526 Page 4185 of 6526 Page 4186 of 6526 Page 4187 of 6526 Page 4188 of 6526 Page 4189 of 6526 Page 4190 of 6526 PROJECT ID SITE ADDRESS CLIENT STAT CONTRACT AMT 724010 Bair Residence John Bair WIP $49,698.00 623003 BAREFOOT PELICAN CONDOMINIUMS BAREFOOT PELICAN CONDOMINIUMS WIP $1,050,040.00 723012 BELLA VILLINO I Condo Assoc Bella Villino I Condo Assoc WIP $519,024.00 723013 BELLA VILLINO II Condo Assoc BELLA VILLINO II Condo Assoc WIP $567,215.00 624026 Bellasol 5 Condos SENTRY MANAGEMENT, INC WIP $304,933.90 624025 Bellasol 6 Condos SENTRY MANAGEMENT, INC WIP $243,947.12 724009 Beneva Ridge Condos Miller Management Services, Inc. WIP $169,727.00 624031 Bermuda Park Condominiums PEGASUS PROPERTY MANAGEMENT WIP $1,944,809.00 624009 Cape Coral Elementary (Ian) SCHOOL DISTRICT OF LEE COUNTY WIP $882,343.61 622030 CAPE ELEMENTARY SCHOOL LEE COUNTY (BD) SCHOOL DISTRICT OF LEE COUNTY WIP $122,729.42 724015 CCAA Maintance Tech School STELLAR DEVELOPMENT WIP $231,329.48 723024 CCAA S. Maintenance & Ops Building A2 Group, INC. - Chris Kieffer WIP $147,985.00 723023 CCAA S. Terminal Expansion A2 Group, INC. - Chris Kieffer WIP $452,015.00 FMAR00140 Charlotte County Mid County Regional Library Wharton -Smith Inc. WIP $507,813.33 724020 Dallas White Park Wharton-Smith WIP $26,731.46 624020 FIFTH THRID BANK VERNA VILLAGE SIERRA COMMERCIAL CONTRACTING WIP $67,236.00 624022 First Creek RECONSTRUCTION EXPERTS WIP $4,608,010.00 624018 Fort Myers High School Target Construction WIP $1,928,084.00 622077 FORT MYERS MIDDLE SCHOOL SCHOOL DISTRICT OF LEE COUNTY WIP $79,968.74 624017 HEATHER RIDGE I HEATHER RIDGE I OF BROOKSHIRE CONDOMINIUM ASS, INC WIP $804,607.92 724006 Island Way Towers Island Way Towers Condo Assn. WIP $597,485.00 624030 J Colin English Elementary School SCHOOL DISTRICT OF LEE COUNTY WIP $1,657,167.00 SAAR00068 Lake Placid High School Phase V SCHOOL BOARD OF HIGHLANDS COUNTY WIP $886,182.84 724013 Lawrence Pointe Condos SUNSTATE MANAGEMENT GROUP, INC WIP $459,885.00 FMAR00143 Lemuria Condominium Association, Inc SOCOTEC Consulting, INC WIP $2,304,385.03 724007 LongBoat Beach House LongBoat Beach House WIP $202,728.00 FMAR00141 Marina Towers And Yacht Club Marina Towers and Yacht Club Association WIP $398,841.00 623025 Moody River Carraige Homes 1 Carrriage HOMES 1 AT MOODY RIVER ESTATES CONDO ASSN WIP $665,000.00 723017 Palm Bay Storage/ Stor Now PAR BUILDERS II, INC. WIP $214,829.69 724019 Palm Island Townhomes CMG Management Partners WIP $177,821.00 723027 Point Brittany 5 Bayway Isles- Point Brittany 5 corp WIP $1,097,065.63 623036 Public Storage Cape Coral ATLAS BUILDING COMPANY WIP $417,000.00 623031 RCMA Lake Trafford DEC Contracting Group WIP $413,859.64 624021 Royal Palm Coast Realty Assn. STEVENS CONSTRUCTION, INC WIP $169,530.00 624008 San Carlos Fire Station 55 WRIGHT CONSTRUCTION WIP $173,140.00 724014 Savannah Preserve Condominium Assoc. ADVANCED MANAGEMENT INC. WIP $998,395.00 724016 Stoneybrook Veranda Greens North II PINNACLE COMMUNITY ASSOCIA MGMT WIP $261,461.00 624016 TURNBERRY WOODS RECONSTRUCTION EXPERTS WIP $1,024,179.50 724018 Veranda Greens 1 Veranda Greens 1 Condos WIP $321,710.00 SAAR00072 Veranda Greens North Commons Pool House PINNACLE COMMUNITY ASSOCIA MGMT WIP $5,836.00 724012 Vistas on Beneva Real Manage Fl. W. Coast Family of Brands WIP $547,297.00 TOTAL $27,702,046.31 Page 4191 of 6526 Local Business Tax Receipt I hope you have a successful year. Lee County Tax Collector Payment Information: $ May engage in the business of: - LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Expires: THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Dear Business Owner: Your -Lee County Local Business Tax Receipt is attached below for account number / receipt:    Business name Ownership Physical location Business closed This is not a bill. Detach the bottom portion and display in a public location. Sincerely,  If there is a change in one of the following, refer to the instructions on the back of this receipt. number:/ Account Number: Receipt Number: State License Number: Location: 1076269 1076269 ADVANCED ROOFING & SHEETMETAL LLC ADVANCED ROOFING & SHEETMETAL LLC 50.00 2320 BRUNER LN FT MYERS, FL 33912 2024 2024 CCC1332744 2104060 2104060 ROOFING CONTRACTOR-CERTIFIED ADVANCED ROOFING & SHEETMETAL LLC 2320 BRUNER LN FT MYERS, FL 33912 INT-00-02576797PAID 2025 2025 OGRODZINSKI MICHAEL R 2320 BRUNER LN FT MYERS, FL 33912 09/04/2024 September 30, 2025 Page 4192 of 6526 Page 4193 of 6526 Page 4194 of 6526 Page 4195 of 6526 _!) Collier County 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.govD , 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), that it is aware of and in compliance with the requirements set forth in Florida Statutes §448.095, 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 & Sheet Metal, LLC Company Name _. / / '--Digit~lly signed by Mike_Ogro~zi~ski _.....::;;---~-----. Date . 2025.02.24 12.04 .29-05 oo Signature Mike Ogrodzinski, V. P. Print Name and Title State of Florida --------- County of ___ L_e_e ___ _ The foregoing instrument was acknowledged before me by means of gj physical presence or □ online notarization, this 1..1:lih_ day of February (month), 2025 (year), by ffi<~C (')qfo:~2.i()ski (name of person acknowledging). *~ (Signature of Notary Public) {personally Kno wn) OR Produced Identification (Print, Type, or Stamp Commissioned Name of Notary Public) Type of Identification Produced Page 4196 of 6526 BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: ~ Collier County Form 1: Vendor Declaration Statement 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 fmm 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/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this __ day of February 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 : Advanced Roofing & Sheet Metal} LLC 2320 Bruner Ln Fort Myers} FL 33912 59-2324798 239-939-4412 , 20 25 in the County of roofbid~arsmf~ Signatureby: -C:::::::: ~z£;tii_ 3¢?~;:::::::JJ.il,t ~(6~/Vts{.i (Typed and written) ..,r p ~ / Title: _'1_(t.__<., ____ (9 ........ r ...... d ...... ~----+'lr~------------ 24th Page 4197 of 6526 _€) Collier County Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and curr ent 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 cun-ent Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information -The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor ( or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor/ vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm ( employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. State of Florida County of __ L_e_e ____ _ Advanced Roofing & Sheet Metal, LLC Company Name Digitally signed by Mike Ogrodzinski Elate: 2025.02.24 12:03:19-05'00' Signature Mike Ogrodzinski, V.P. Print Name and Title The foregoing instrnment was acknowledged before me by means of ~ physical presence or □ online notarization, this ~ day of February (month), 2025 (year), by ffi} )-')e Oqfoc:Dz;ngki (name of person acknowledging). ~ignature of Notary Public) (Personally Know!!) OR Produced Identification (Print, Type, or Stamp Commissioned Name of Notary Public) Type of Identification Produced ~ ~;,;·rm~~~'•·~ VIRGINIA WHITE i :,., ! MY COMMISSION# HH 307780 ~· ·'tl EXPIRES: August 31, 2026 ••ff,:,~~~,--\ Page 4198 of 6526 EXHIBIT I FEDERAL CON TRACT PROVISIONS AND A SSURANC ES COlllER COU NTY ANTIC IP ATED DISA DVA NT AG ED, MI NO RITY , WOMEN OR VETERAN PARTIC IPATION STATEMENT stMW 11,i ll be wrif.e-d. U!l\'Wrable sti ttHes Wlll require lht PR M£ to either pronrde a re·m ed stiitement « p ro~'ld e source document11Jon thn va lidates a sntus. A. PRIME VENDOR/CONTRACTOR INFORMATION PllJME NAME PRIME ffDt.UMMJI I CONTRACT OO LIA R AMOUNT Adva nced Roofing & Sheet Metal, LLC 59-232 479 8 IS nif PRl l.tf A Ro;!,DA<OTIH O DISAD\AllT ~GW , vm:AAN y ® 15 'TliE Acm.1lY OF THIS CONTRACT MINcmsTYO~ WOWEN BUSI NESSC.'TfRPR•SE1 Olf ? V ! CONSTllV<:rlON 1 0 N (D!E/MMNl&Ei OR HA\E ~ S.'VIAUDISADV Al\iAGfD MB E? y comAn-ATot,? ~ BUSINESS SA CUllflCATIO,-. FRO!\' 'TliE SMALL &USlllEn ,, /1.DMltllSTAATION! A 5Uv1Cf DISAIU:DVfTV!.t!,' "''SE' y ® OTt'IU!? l ~ SOIi SA] y ® IS Ttt S SU DMISS-ON A llfVISION ? y ® F YfS, REVIS ION tllJMDfR B. IF PRJME HAS SUBCONTRACTOR OR SUPPUER WHO IS AOISAOVANTA6ED MINOIUTY, WOMEN-OWNED, SMALL BUSINESS CONCERN OR SERVICE DtSABlED VETERAN, PRIME IS TO COMPLETE THIS NEXT SEC TION Def M /WM SUatoffTRACTOR OR SUPPLIER TYPE OJ WO RK OA flttNICITY CODE sue/SUPPU£R Pf.RCENT OF CONTRACT VETERAN NAM E SPl:CIALTY ISH llelowJ DOUAR AMOUNT OOUAJIS TOTALS C. SECTION TO BE COMPLETED BY PR IME VENDOR/CONTRACTOR NAMf OF SUBMITTER DATE TrTU O F SU BM ITTER f MAILADDAESS OF PRIME (SUBMITTllll TE~PttONE t,VM &ER FAANVM&fR NOTE: Thi11nfomnt10n is used to track ;ind repo11 1nt11:1pated DIIE a M et 1)¥tici~ in fede,al r 'ul'lded CO!llTX'IS. ~ ant io plted Def 01 MIIE amount is volun ciry ilnd "'111 not become part oftl\econtrKtllill t Mms. This fo1m mun be sobmitted ft t.m"' of r t.5p00se to a s~ icitiltion f ;and v,htn a.nrded ii Count~ contrilCt, th~ prime ,\111 be uked t o u pdat e !he infonnation for t he ~ant complilnce !iJe s. n1NUl'Y CODI! Blildl II menon !IA Hls~nic /I meric,111 HA l'Ull'l'lt 111111rican HA subcont. A!r;in /I mencan SAA ASiJn-Paafic /I mencan APA Non-M ,ncm y w omen NMW Other. not of ilny ottler croup listed 0 D. SECTION TO BE COM P LETE D BY COLLIER COUNTY DEPARTh~EN T N Al.,E COWER OOHTI!.4CT • (TfB(Rl'P or PO •REOl GRANT PROG RAM/CONTRA CT ACCEPTED BY: DAT£ EXHIBIT I -12 11/24 Chris Rajala 02/24/2025 Director of Sales & Estimating Chris.Rajala@arsmusa.com (888) 386-4412 (239) 393-0037 Page 4199 of 6526 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and (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 I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Advanced Roofing and SheetMetal LLC 1439237 Page 4200 of 6526 Company ID Number: 4.The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5.The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a.The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7.The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8.The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti- discrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a.The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 1439237 Page 4201 of 6526 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10.The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11.The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12.The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 1439237 Page 4202 of 6526 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15.The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.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 17 E-Verify MOU for Employers | Revision Date 06/01/13 1439237 Page 4203 of 6526 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19.The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20.The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 1439237 Page 4204 of 6526 Company ID Number: b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 1439237 Page 4205 of 6526 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3.SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4.SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 1439237 Page 4206 of 6526 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4.DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6.DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8.DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9.DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 1439237 Page 4207 of 6526 Company ID Number: 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 | Revision Date 06/01/13 1439237 Page 4208 of 6526 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a.Scanning and uploading the document, or b.Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 1439237 Page 4209 of 6526 Company ID Number: B. TERMINATION 1.The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3.An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non- Federal contractor participants, and will be required to use the E-Verify p rocedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A.Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B.Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D.Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 1439237 Page 4210 of 6526 Company ID Number: 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, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 1439237 Page 4211 of 6526 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 USCIS Verification Division 08/11/2019 lynne grimaldi Electronically Signed Advanced Roofing and SheetMetal LLC 08/11/2019 Electronically Signed 1439237 Page 4212 of 6526 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Advanced Roofing and SheetMetal LLC LEE 236 100 to 499 1439237 2320 Bruner Lane Fort Myers, FL 33912 592324798 1 site(s) Page 4213 of 6526 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 FL 1 1439237 Page 4214 of 6526 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Email 2399394412 lynne grimaldi 1439237 Name 2399394297 Phone Number Fax lgrimaldi@arsmfl.com Page 4215 of 6526 Company ID Number: This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 1439237 Page 4216 of 6526 Page 4217 of 6526 Page 4218 of 6526 Page 4219 of 6526 Page 4220 of 6526 Page 4221 of 6526 Page 4222 of 6526 Page 4223 of 6526 Page 4224 of 6526 Page 4225 of 6526 Page 4226 of 6526 Page 4227 of 6526 Page 4228 of 6526 Page 4229 of 6526 Page 4230 of 6526 Page 4231 of 6526 Page 4232 of 6526 Page 4233 of 6526 Page 4234 of 6526 Page 4235 of 6526 Page 4236 of 6526 Page 4237 of 6526 Page 4238 of 6526 Page 4239 of 6526 Page 4240 of 6526 Page 4241 of 6526 Page 4242 of 6526 Page 4243 of 6526 Page 4244 of 6526 Page 4245 of 6526 Page 4246 of 6526 Page 4247 of 6526 Page 4248 of 6526 Page 4249 of 6526 Page 4250 of 6526 Page 4251 of 6526 Page 4252 of 6526 Page 4253 of 6526 Page 4254 of 6526 Page 4255 of 6526 Page 4256 of 6526 Page 4257 of 6526 Page 4258 of 6526 Page 4259 of 6526 Page 4260 of 6526 Page 4261 of 6526 Page 4262 of 6526 Page 4263 of 6526 Page 4264 of 6526 Page 4265 of 6526 Page 4266 of 6526 Page 4267 of 6526 Page 4268 of 6526 Page 4269 of 6526 Page 4270 of 6526 Page 4271 of 6526 Page 4272 of 6526 Page 4273 of 6526 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000____ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000___single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ 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. Page 4274 of 6526 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award 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. GG – 12/5/24 ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands 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. Page 4275 of 6526 07/29/2025 Moody Insurance Agency, Inc. 8055 East Tufts Avenue Suite 1000 Denver CO 80237 Moody Insurance Agency (303) 824-6600 (303) 370-0118 certrequest@moodyins.com Advanced Roofing & Sheetmetal, LLC 2320 Bruner Lane Fort Myers FL 33912 Upland Specialty Insurance Company 16988 American Cas Co of Reading PA 20427 Vantage Risk Specialty Insurance Co 16275 Continental Casualty Company 20443 Ironshore Specialty Ins. Co 24-25 ARSM Master A Y USPCL0207324 11/01/2024 11/01/2025 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 B Y 7036204159 11/01/2024 11/01/2025 1,000,000 C See Attached 11/01/2024 11/01/2025 8,000,000 8,000,000 D N WC736205196 11/01/2024 11/01/2025 1,000,000 1,000,000 1,000,000 E Contractors Pollution Liability ICELLUW00160925 11/01/2024 11/01/2025 General Aggregate $5,000,000 Each Claim $5,000,000 Deductible $100,000 RE: #24-8312 - Roof Replacement Contactors 30 Day Notice of Cancellation applies on the General Liability Collier County Board of County Commissioners 3295 Tamiami Trail E. 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. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 4276 of 6526 Advanced Roofing & Sheetmetal, LLCMoody Insurance Agency, Inc. 25 Certificate of Liability Insurance: Notes Additional Named Insureds: Johns Lyng USA, LLC Advanced Roofing & Sheet Metal, LLC Advanced Roofing & Sheet Metal Colorado, LLC Advanced Roofing & Sheet Metal SW FL, LLC Advanced Roofing & Sheet Metal Texas, LLC Excess Auto Liability – (1M) Carrier: Gemini Insurance Company – NAIC 10833 Policy #GVE100341701 Policy Term: 11/1/2024 to 11/1/2025 Each Occurrence Limit - $1,000,000 Aggregate Limit - $1,000,000 Excess Liability ($2MM) Vantage Risk Specialty Ins. Co. - NAIC 16275 Policy # P03XC0000027952 Policy Term: 11/1/2024 to 11/1/2025 Limit: $2,000,000 Excess Liability ($6Mx$2M) Crum and Forster - NAIC 44520/ Liberty Surplus Insurance Policy #SEO-133209 /Policy#1000369538-06 Policy Term: 11/1/2024 to 11/1/2025 Limit - $6,000,000 Professional Liability - Non Roofing Carrier: Ironshore Specialty Insurance Company; Policy# DCP7BABWAMI006 Policy Term: 11/1/2024 to 11/1/2025 Professional Liability Limit - $3,000,000 Excess Professional Liability - Non Roofing Carrier: Vantage Risk Specialty Insurance ; Policy# P03CP0000070550 Policy Term: 11/1/2024 to 11/1/2025 Professional Liability Limit - $2,000,000 Professional Liability - Roofing Carrier: Ironshore Specialty Insurance Company Policy# ICELLUW00160925 Policy Term: 11/1/2024 to 11/1/2025 Each Incident Limit - $5,000,000 Aggregate Limit - $5,000,000 Each Incident Deductible - $100,000 Leased and Rented Equipment: Travelers Property & Casualty Company of America; Policy# QT-630-A1292022-TIL-24 Policy Term: 11/1/2024 to 11/1/2025; Limit - $500,000 Installation Floater: Travelers Property & Casualty Company of America; Policy# QT-630-A1292022-TIL-24 Policy Term: 11/1/2024 to 11/1/2025 Limit - $1,500,000 General Liability: Blanket Additional Insured status applies only to the extent provided in form CG 20 10 12 19 when required by written contract. Completed Operations status applies only to the extent provided in form CG 20 37 12 19 when required by written contract. Blanket Waiver of Subrogation applies only to the extent provided in form CG 24 04 12 19 when required by written contract. Primary and Non-Contributory status only to the extent provided in form CL 00 16 07 21 when required by written contract. Designated Project General Aggregate applies only to the extent provided in form CL 00 07 07 21 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 4277 of 6526 Advanced Roofing & Sheetmetal, LLCMoody Insurance Agency, Inc. 25 Certificate of Liability Insurance: Notes Auto Liability: Blanket Additional Insured status applies only to the extent provided by form CNA63359XX(04-2012) when required by written contract. Primary and Non-Contributory status only to the extent provided by form CNA71527XX(10-2012) when required by written contract. Blanket Waiver of Subrogation applies only to the extent provided by form CNA63359XX(04-2012) when required by written contract. Excess Liability: Excess Liability policy is on a follow form basis for the following underlying insurance coverages: General Liability, Automobile Liability, and Employers Liability. Additional insured status will follow form when required by written contract. Primary Non-Contributory status applies when required by written contract. Waiver of Subrogation applies when required by written contract. Workers’ Compensation: WC 00 03 13 (04-1984) From Attached Includes Blanket Waiver of Subrogation. Status applies when required by written contract. IMPORTANT: The policy forms referenced will be sent via email only. To obtain copies, please send your request with the email address to certrequest@moodyins.com ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 4278 of 6526 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [ATLAS APEX ROOFING, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors RESPONSE DEADLINE: February 24, 2025 at 3:00 pm Report Generated: Tuesday, February 25, 2025 Atlas Apex Roofing, LLC Response CONTACT INFORMATION Company: Atlas Apex Roofing, LLC Email: estimating1@atlasapexusa.com Contact: Henry Gembala Address: 281 NE 32nd Street Oakland Park, FL 33334 Phone: (954) 565-1567 Website: www.atlasapexusa.com Submission Date: Feb 24, 2025 2:21 PM (Eastern Time) Page 4279 of 6526 [ATLAS APEX ROOFING, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [ATLAS APEX ROOFING, LLC] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Invitation for Qualification (IFQ) Instructions Form* Invitation for Qualification (IFQ) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions.* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed 5. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. Evaluation_Criteria_No._1.pdf Page 4280 of 6526 [ATLAS APEX ROOFING, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [ATLAS APEX ROOFING, LLC] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 3 Evaluation_Criteria_No._2.pdf Evaluation_Criteria_No._3.pdf Evaluation_Criteria_No._4.pdf Evaluation_Criteria_No._5.pdf 6. City Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* Form_1.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Form_3.pdf REFERENCE QUESTIONNAIRE (FORM 4)* 24-8312_-_Required_Forms_-_Ref_3_(ARC_Response_2-24-25).pdf 24-8312_-_Required_Forms_-__Ref.2_(OUC).pdf 24-8312_-_Required_Forms_-__Ref.02_(Jay_Ammon).pdf 24-8312_-_Required_Forms_-__Ref.1_(CORE).pdf 24-8312_-_Required_Forms_-__Ref.03(Lego).pdf GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* Grants_&_Assurances.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)** http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Atlas_-_State_Cert._25'.pdf Page 4281 of 6526 [ATLAS APEX ROOFING, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [ATLAS APEX ROOFING, LLC] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 4 E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Atlas_-_E-Verify.pdf W-9 FORM* Atlas_Apex_W-9_(Signed_2024).pdf SIGNED ADDENDUMS (IF APPLICABLE) No response submitted MISCELLANEOUS DOCUMENTS 12-13-24_Bond_Letter_-_Atlas_w_power.pdf License_&_Insurance.pdf Page 4282 of 6526 Page 4283 of 6526 Atlas Apex Roofing, LLC Orlando Location www.atlasapexusa.com 281 Northeast 32nd Street 11316 Boggy Creek Rd, #100 Fort Lauderdale, FL 33334 Orlando, FL 32824 estimating1@atlasapexusa.com Phone: (954) 565-1567 Toll Free: (877) 741-5580 Fax: (954) 563-8556 LICENSE # CCC014118 Business Plan Atlas Apex has over 350 employees located between our two offices (one in Oakland Park and the other in Orlando) and we own all our equipment including various high reach cranes, lulls, man-lifts as well as our own dump trucks, and trailers. Review Owner / Architect - Engineer provided Scope of W ork o Provi de Price and Schedule If Owner / Architect - Engineer Scope of W ork is not available o Atlas-Apex will evaluate existing roof conditions and provide Repairs and/or Services recommendati ons along with a budget. Upon awarded of Contract, o Prepare Submittals o Obtain Permit o Project Schedul e and Hours will be coordinated with Owner o Site specific Safety Plan o Provi de Project / 24-Hr Emergency Contact List Pre-Construction & Construction o Introduction of Project Team including Site Supervisor o Site Setup / Location o W eekly Meetings Scheduled as needed o Material Loading and Unloading Plans o W ork begins until completion and final inspection Project Close-out o Provi de W arranty Documents o Provi de As-Builts o Provi de Project Close-out Documents In the event of multiple project requests are received, Atlas Apex will handle all emergency work as a priority first and then schedule projects according to the order of their contract date. As most of our projects have been over $100,000 Atlas Apex Roofing starts every project utilizing Value Engineering to provide our clients a budget and finished product desired. Starting with a well thought-out plan also provides a structure for Cost Control methods to be outlined and followed from the inception producing a well-managed project. For example in Broward County we recently completed a multimillion dollar reroofing project on schedule and roughly 20% below budget using a systematic approach . Once our clients needs were identified we started with identification of the exisiting conditions in order to establish a scope of work that will best suit function while minimizing and control cost. Page 4284 of 6526 Atlas Apex Roofing, LLC Orlando Location www.atlasapexusa.com 281 Northeast 32nd Street 11316 Boggy Creek Rd, #100 Fort Lauderdale, FL 33334 Orlando, FL 32824 estimating1@atlasapexusa.com Phone: (954) 565-1567 Toll Free: (888) 240-7363 Fax: (954) 563-8556 LICENSE # CCC014118 Qualification Information Contractor legal name: Atlas Apex Roofing, LLC. Organization type: LLC. Date founded: 2012 State of formation: Florida Primary address: 281 NE 32nd Street City: Fort Lauderdale State: FL Zip code: 33334 Secondary address: 11316 Boggy Creek Rd. Unit #100 City: Orlando State: FL Zip code: 32824 Website: www.atlasapexusa.com Phone: 954-565-1567 / Fax: 954-563-8556 License Information Contractor license #: CCC014118 State: FL Classification: Roofing Exp. Date: 08/26 Contractor license #: CGC040162 State: FL Classification: General Contractor Exp. Date: 08/26 Dun & Bradstreet #: 039587651 CAGE Code: 6UH12 Tax ID: 45-5199346 PSC/FSC Code: Z2AB & Z2AZ SIC codes: 1761 Roofing NACIS codes: 236115 NEW SINGLE-FAMILY HOUSING CONSTRUCTION 236116 NEW MULTIFAMILY HOUSING CONSTRUCTION 236117 NEW HOUSING FOR-SALE BUILDERS 236118 RESIDENTIAL REMODELERS 236210 INDUSTRIAL BUILDING CONSTRUCTION 236220 COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION 238130 FRAMING CONTRACTORS 238140 MASONRY CONTRACTORS 238160 ROOFING CONTRACTORS 238170 SIDING CONTRACTORS 238310 DRYWALL AND INSULATION CONTRACTORS 238350 FINISH CARPENTRY CONTRACTORS 238390 OTHER BUILDING FINISHING CONTRACTORS 238990 ALL OTHER SPECIALTY TRADE CONTRACTORS Page 4285 of 6526 Atlas Apex Roofing, LLC Orlando Location www.atlasapexusa.com 281 Northeast 32nd Street 11316 Boggy Creek Rd, #100 Fort Lauderdale, FL 33334 Orlando, FL 32824 estimating1@atlasapexusa.com Phone: (954) 565-1567 Toll Free: (888) 240-7363 Fax: (954) 563-8556 LICENSE # CCC014118 Principal Officers President / Vice President: Henry Gembala – hgembala@atlasapexusa.com Office: 954-565-1567 x411 Mobile: 954-325-2684 Fax: 954-563-8556 Controller: Bill Hickman – bhickman@atlasapexusa.com Office: 954-565-1567 x441 Mobile: 954-678-8801 Fax: 954-563-8556 Contacts Estimating: Sr. Estimator – Scott Swink – sswink@atlasapexusa.com Office: 954-565-1567 x431 Mobile: 521-348-4148 Fax: 954-563-8556 Lead Estimator – Randy Walker – rwalker@atlasapexusa.com Office: 954-565-1567 x410 Mobile: 561-699-6429 Fax: 954-563-8556 Operations: Operations Manager (ORD) – Bill Cunningham – bcunningham@atlasapexusa.com Office: 954-565-1567 Mobile: 786-535-5310 Fax: 954-563-8556 Field Superintendent (FTL) – Charles Durden – cdurden@atlasapexusa.com Office: 954-565-1567 Mobile: 305-923-8846 Fax: 954-563-8556 Field Superintendent (FTL) – German Seranno – gseranno@atlasapexusa.com Office: 954-565-1567 Mobile: 301-500-9244 Fax: 954-563-8556 Project Manager (FTL) – Oscar Salazar – osalazar@atlasapexusa.com Office: 954-565-1567 Mobile: 954-504-5512 Fax: 954-563-8556 Safety Director – Jovany Jimenez – jjimenez@atlasapexusa.com Office: 954-565-1567 Mobile: 786-441-3589 Fax: 954-563-8556 Legal Have any lawsuits been filed by or against this company in the last three (3) years? NO Has this company ever operated under another name? NO Has this company ever filed bankruptcy or receivership proceedings? NO Has this company ever failed to complete a project? NO Page 4286 of 6526 Atlas Apex Roofing, LLC Orlando Location www.atlasapexusa.com 281 Northeast 32nd Street 11316 Boggy Creek Rd, #100 Fort Lauderdale, FL 33334 Orlando, FL 32824 estimating1@atlasapexusa.com Phone: (954) 565-1567 Toll Free: (888) 240-7363 Fax: (954) 563-8556 LICENSE # CCC014118 Does this company have any uncollected judgments against it? NO Safety Experience Modification Rate (EMR): 2024 .75 2023 .95 2022 1.00 OSHA Recordable Incident Rate: Current year: 0 Previous year: 0 Year: 2024 Total # of fatalities: (Column G of OSHA 300A) = 0 Total # of lost time cases: (Column H of OSHA 300A) = 0 Total # of OSHA recordable cases: (Column J of OSHA 300A) = 0 Total # of man hours: 714,008 Company OSHA citations, violations, or fines within the last two (2) years? 0 Written safety program: ☒ YES There is a “competent” Safety Person assigned to each project. Hours of safety training per year for workers: ☒ 10+ The minimum requirement is a 10hr OSHA Safety Training, CPR, Scaffold Certification, leading Toolbox Talks for at least 1 year and a good company safety record. Safety inspection frequency: ☒ Daily Job site safety meeting frequency: ☒ Weekly Insurance Our insurance limits for general liability, auto liability, umbrella liability and workers’ compensation insurance meet all requirements. Insurer(s) for Covaerage: Greenwich Insurance Company / Starr Indemity & Liability Company / Bridgefield Casualty Insurance Company/ Continental Casualty Company Agent: Acrisure Southeast Phone: 954-943-5050 Fax: 954-942-6310 Bonding Aggregate: $20MM Single project: $200MM Bond rate: % 1.5 Bonding Company: Atlantic Specialty Insurance Company – AM Best Rating of A+XV Agent: Acrisure Southeast Phone: 727-258-0802 Fax: 727-209-1335 Page 4287 of 6526 Atlas Apex Roofing, LLC Orlando Location www.atlasapexusa.com 281 Northeast 32nd Street 11316 Boggy Creek Rd, #100 Fort Lauderdale, FL 33334 Orlando, FL 32824 estimating1@atlasapexusa.com Phone: (954) 565-1567 Toll Free: (888) 240-7363 Fax: (954) 563-8556 LICENSE # CCC014118 Financial & Bank Information Our financial statements are prepared yearly by: CohanReznick LLP Bank Name: Truist – Ingrid Levy Office – 561-650-1541 Email – Ingrid.Levy@truis.com City National Bank – Felipe Rodriguez Office – 954-783-6129 Email – felipe.rodriguez@citynational.com Supplier References ABC Supply Co., Inc. – Michael Campbell – 561-585-4999 Soprema US - Raquel Eagle – 561-889-6156 Gulfeagle Supply – Chris Parker – 954-426-6698 Professional References Jay Ammon Architects, Inc. – Jay Ammon – jay@jayammon.com – 407-333-1977 A/R/C Associates, Inc. – Jim Ripley – jimr@arc-arc.com – 407-896-7875 CORE Construction – Chuck Coffman – chuckcoffman@COREconstruction.com – 407-955-1072 Lego Construction Co. – Jeriel Rodriguez – jrodriguez@legocc.com – 347-951-2648 Broward County School District – Steve Starke – sstarke-pmor@browardschools.com – 754-321-3344 School District of Palm Beach County – Ian Superville - ian.superville@palmbeachschools.org – 561-882-1911 Project Experience ☒ Retail ☒ Commercial ☒ Industrial ☒ Residential ☒ Education ☒ Government ☒ Healthcare ☒ Hospitality Average size job this company performs: $500,000 to $3,000,000 Average number of projects annually: 20-40 Average size of current projects in progress: $1,600,000 Current value of work on hand: $172,000,000 Company’s annual volume for the past three (3) years 2023 71,000,000 2022 $45,000,000 2023 $49,000,000 LEED Certified buildings that your company has worked on: 20+ LEED Accredited Professionals in your company: 2 Individuals who have been formally trained to work on “sustainable” projects: 3 Page 4288 of 6526 Page 4289 of 6526 GERMAN SERANNO – OPERATIONS MANAGER German’s role on site will be to manage all phases of the project-level execution including scheduling, coordinating all construction processes; managing subcontractors, hiring and overseeing construction workers; conducting project meetings; assisting in the development of project scopes and budgets; coordinating and obtaining approvals required for permits; updating project schedules as necessitated by project events; interfacing with client representativ es, subcontractors, and other construction workers assigned to the site. He will report to the Project Manager. Project Experience Project Name Owner: Contact Broward: 2018-Current SMART Program Renovations School Board of Broward County Bair Middle School Board of Broward County IT James S_ Hunt Elem School Board of Broward County Major Stoneman Douglas Elem James B_ Pirtle Construction Norcrest Elem School Board of Broward County Oakridge Elem School Board of Broward County Quiet Waters Elem James B_ Pirtle Construction Sunset Lakes Elem James B_ Pirtle Construction Special Program School Board of Broward County Tradewinds Elem - James B_ Pirtle Construction West Broward HS Auditorium James B_ Pirtle Construction Western High James B_ Pirtle Construction Elementary School Z Skanska M-DCPS: Frederick Douglass Elem M-DC Public Schools - Ivan Gonzalez GW Carver Middle - Gymnasium M-DC Public Schools - Ivan Gonzalez Miami Carol City Senior Coastal Construction North Miami Beach Sf. M-DC Public Schools - Ivan Gonzalez Ruben Dario Middle M-DC Public Schools - Ivan Gonzalez Sabal Palm Elem M-DC Public Schools - Ivan Gonzalez South Miami Middle M-DC Public Schools - Ivan Gonzalez W_R. Thomas Middle M-DC Public Schools - Ivan Gonzalez City of Miami College James B_ Pirtle Construction PBCPS: Palm Beach Gardens HS James Pirtle Construction - Dennis Beran Palm Beach Lakes HS The School District of PBC Wellington High School The School District of Palm Beach County State School BBB-1 Suffolk Construction - Tarek Fakhuri State School QQQ-1 Pavarini Construction Company State School YYY Betancourt Castellon Assoc. Construction Professional Experience 20yrs Atlas-Apex Roofing, LLC Operations Manager 2017 – Present Superintendent, January 2015 – 2017 National Roofing Superintendent, 2007-2013 Weiss & Woolrich Labor—Superintendent, 1997-2007 Education High School Diploma OSHA 10 Hour OSHA 30 Hour Rigging CERTA ATLAS APEX ROOFING, LLC. 281 NE 32nd ST OAKLAND PARK, FL 33334 O: 954-565-1567 I F: 954-563-8556 www.atlasapexusa.com 17 www.atlasapexusa.com - info@atlasapexusa.com - LICENSE # CCC1329972 Page 4290 of 6526 Page 4291 of 6526 Page 4292 of 6526 Page 4293 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County hasimplementeda process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Page 4294 of 6526 Page 4295 of 6526 Page 4296 of 6526 Page 4297 of 6526 Page 4298 of 6526 FiberTite Roofing Systems 1000 Venture Blvd. Wooster, OH 44691 800.927.8578 FiberTite.com SeamanCorp.com | FiberTite.com FiberTite® is a Registered Trademark of Seaman Corporation FIBERTITE® ROOFING SYSTEMS Contractor Certification Date of Issue: Contractor: June 6, 2024 Atlas Apex Roofing 11316 Boggy Creak Rd. Orlando, FL 32824 TO WHOM IT MAY CONCERN: Seaman Corporation is the only and original manufacturer of FiberTite Roofing System(s). The above referenced roofing contractor is authorized to bid and install our FiberTite Roofing Systems. Upon successful installation, following the designers and Seaman Corporation’s instructions and details, Seaman Corporation will issue a manufacturer’s warranty on the roofing system. Prior to the issuance of the warranty, our system requires completion of the following criteria. a.The completed system is inspected and approved by FiberTite Technical Services. b.Seaman Corporation receives full payment for materials provided. FiberTite Technical Services is available for project review and recommendations at (800) 927 - 8578 Respectfully, Dave Shultz Central FL Territory Manager dshultz@seamancorp.com Page 4299 of 6526 January 10, 2024 Atlas-Apex Roofing, LLC 281 NE. 32nd Street Oakland Park, FL 33334 Re: Authorized Contractor Notification To whom it may concern, Atlas-Apex Roofing, LLC is a SOPREMA Roofing & Waterproofing applicator, authorized to install SOPREMA Roofing & Waterproofing systems that can qualify for SOPREMA warranties. • SOPREMA SBS roofing and above-grade waterproofing • SOPREMA PVC roofing and above-grade waterproofing • SOPREMA ALSAN RS (PMMA/PMA) liquid-applied roofing/waterproofing • SOPREMA ALSAN TRAFIK polyurethane (PU) products • SOPREMA ALSAN roof-coating products Please contact Chris Torsey at 561.906.5717 or ctorsey@soprema.us should you have questions or require additional information. Sincerely, Shawn Collins Technical Support Coordinator Mobile: 330.696.5393 shcollins@soprema.us cc: Project File Sales and Technical Staff, SOPREMA Page 4300 of 6526 Page 4301 of 6526 Page 4302 of 6526 Atlas Apex Roofing LLC Oakland Park, FL (Certified for FL) Has achieved the status of Master Roofing Contractor for GAF, (Commercial Roofing Products Division), North America’s Largest Roofing Manufacturer. Master status is awarded to a contractor based on their 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. GAF ID: 1006344 Valid Through: 05/2026 Member Since: 01/2015 Asphaltic | Restoration | Single-ply Jim Schnepper President and CEO, GAF Bobby Fischer Vice President, Contractor Programs, GAF Page 4303 of 6526 525 Morley Drive, Saginaw, MI 48601 Phone: 800-248-0280 • Fax: 800-432-9331 • www.duro-last.com Other Locations: Grants Pass, OR • Jackson, MS • Sigourney, IA • Carrollton, TX April 11,2022 Re: Atlas Apex Roofing Inc 281 NE 32nd Street Fort Lauderdale, FL 33334 I am pleased to inform you that Atlas Apex Roofing is a Certified Contractor for Duro-Last Inc. They have fulfilled all of our requirements, and are in good standing, to install all Duro-Last materials. They may purchase Duro- Last materials and are entitled to the services and privileges which accompany such authorization. Upon payment of all related invoices and satisfactory inspection by a Duro- Last Technical Representative, the standard Duro-Last 15 year and/or a 20 NDL warranty will be issued. Please feel free to contact us, should you require further assistance. Sincerely, Travis Boldrick Southeast Regional Sales Manager Page 4304 of 6526 April 20, 2017 Atlas Apex Roofing, LLC 11316 Boggy Creek Road Orlando, FL 32824 RE: Contractor Approvals To Whom It May Concern: This is to advise that Atlas Apex Roofing, LLC is listed with Johns Manville as a No Dollar Limit Approved Built- Up, Modified Bitumen and Single Ply Roofing Systems Contractor. As such, Atlas Apex Roofing, LLC may purchase and install Johns Manville Built-Up, Modified Bitumen and Single Ply products, roof insulation and accessories, including expansion joints covers. When such installations are applied on projects in accordance with the appropriate Johns Manville specification, our requirements of the guarantee are met, and the installation has been inspected and approved by a Johns Manville Roofing Systems Representative, such installations will be eligible for issuance of our No Dollar Limit Peak Advantage Roofing System Guarantee. Thank you for your interest in our roofing products and services. Please contact Johns Manville if any information is incomplete or incorrect so that appropriate modifications can be made. If you have any questions, please do not hesitate to contact our technical department at 1-800-922-5922 Option 3 James Nunns Technical Services Rep Johns Manville Roofing Systems Johns Manville James Nunns Technical Services Rep Roofing Systems Group 10100 W Ute Ave Littleton, CO 80127 800-922-5922 Option 3 nunnsj@jm.com Page 4305 of 6526 January 22, 2025 ATLAS APEX ROOFING LLC 281 ND 32 ST OAKLAND PARK, FL 33334 US Project: To Whom It May Concern: This letter is to confirm that ATLAS APEX ROOFING LLC in OAKLAND PARK, FL is a Carlisle Authorized Applicator. If you should have any further questions, please feel free to contact me. Sincerely, Shannon Wyatt Southeast Regional Sales Manager /ems Page 4306 of 6526 Page 4307 of 6526 www.atlasapexusa.com - info@atlasapexusa.com - LICENSE # CCC1329972 HENRY GEMBALA, PRESIDENT / PROJECT EXECUTIVE With over 4 decades of success in the construction industry, Henry Gembala’s hands -on approach to field administration, project management and estimation ensures that every project is started at full momen- tum, given personal attention and completed on time and within budget. At the core of Henry’s admin- istration practices is “The project teams meeting the needs of the client” Team’s School Project Experience Project Name Owner: Contact Broward: School Board of Broward County Bair Middle IT James S_ Hunt Elem School Board of Broward County Major Stoneman Douglas Elem James B_ Pirtle Construction Norcrest Elem School Board of Broward County Oakridge Elem School Board of Broward County Quiet Waters Elem James B_ Pirtle Construction Sunset Lakes Elem James B_ Pirtle Construction Special Program School Board of Broward County Tradewinds Elem - James B_ Pirtle Construction West Broward HS Auditorium James B_ Pirtle Construction Western High James B_ Pirtle Construction Elementary School Z Skanska Reference: CSA Group, Architects Salvador Frias—305-218-2800 M-DCPS: Frederick Douglass Elem M-DC Public Schools - Ivan Gonzalez GW Carver Middle - Gymnasium M-DC Public Schools - Ivan Gonzalez Miami Carol City Senior Coastal Construction North Miami Beach Sf. M-DC Public Schools - Ivan Gonzalez Ruben Dario Middle M-DC Public Schools - Ivan Gonzalez Sabal Palm Elem M-DC Public Schools - Ivan Gonzalez South Miami Middle M-DC Public Schools - Ivan Gonzalez W_R. Thomas Middle M-DC Public Schools - Ivan Gonzalez City of Miami College James B_ Pirtle Construction Reference: M-DCPS Sr. Project Manager Mr., Ivan Gonzales - 786-587-4929 PBCPS: Palm Beach Gardens HS James Pirtle Construction - Dennis Beran Palm Beach Lakes HS The School District of PBC Wellington High School The School District of Palm Beach County State School BBB-1 Suffolk Construction - Tarek Fakhuri State School QQQ-1 Pavarini Construction Company State School YYY Betancourt Castellon Assoc. Construction Professional Experience 41 years Atlas-Apex Roofing, LLC Vice-President, May 2012 – present Concrecel USA & Concrecel Canada Manager 2007 – May 2012 Weiss & Woolrich President 1994 – 2007 Education Florida State Certified Roofing Contractor License, Florida State Certified General Contractor ATLAS APEX ROOFING, LLC. 281 NE 32nd ST OAKLAND PARK, FL 33334 O: 9545-565-1567 I F: 954-565-1568 www.atlasapexusa.com Page 4308 of 6526 www.atlasapexusa.com - info@atlasapexusa.com - LICENSE # CCC1329972 SCOTT SWINK, SR. ESTIMATOR With over 30 years in the construction industry, Scott Swink has had a shining career that has carried him through all aspects of construction. From hands-on field operations management to future business devel- opment. His understanding of the construction process is well seasoned and is demonstrated time after time with his projects all meeting their budget and schedule requirements. The safety track record for Scott has, sets him apart from others. His Safety effort is always focused on the needs of the client, the project and his personnel. Team’s School Project Experience Project Name Owner: Contact Broward: School Board of Broward County Bair Middle IT James S_ Hunt Elem School Board of Broward County Major Stoneman Douglas Elem James B_ Pirtle Construction Norcrest Elem School Board of Broward County Oakridge Elem School Board of Broward County Quiet Waters Elem James B_ Pirtle Construction Sunset Lakes Elem James B_ Pirtle Construction Special Program School Board of Broward County Tradewinds Elem - James B_ Pirtle Construction West Broward HS Auditorium James B_ Pirtle Construction Western High James B_ Pirtle Construction Elementary School Z Skanska Reference: CSA Group, Architects Salvador Frias—305-218-2800 M-DCPS: Frederick Douglass Elem M-DC Public Schools - Ivan Gonzalez GW Carver Middle - Gymnasium M-DC Public Schools - Ivan Gonzalez Miami Carol City Senior Coastal Construction North Miami Beach Sf. M-DC Public Schools - Ivan Gonzalez Ruben Dario Middle M-DC Public Schools - Ivan Gonzalez Sabal Palm Elem M-DC Public Schools - Ivan Gonzalez South Miami Middle M-DC Public Schools - Ivan Gonzalez W_R. Thomas Middle M-DC Public Schools - Ivan Gonzalez City of Miami College James B_ Pirtle Construction Reference: M-DCPS Sr. Project Manager Mr., Ivan Gonzales - 786-587-4929 PBCPS: Palm Beach Gardens HS James Pirtle Construction - Dennis Beran Palm Beach Lakes HS The School District of PBC Wellington High School The School District of Palm Beach County State School BBB-1 Suffolk Construction - Tarek Fakhuri State School QQQ-1 Pavarini Construction Company State School YYY Betancourt Castellon Assoc. Construction Professional Experience 35 years Atlas-Apex Roofing, LLC Sr. Estimator, June 2012 – present Sr. Estimator Tecta America West Coast Florida Enterprise, VP Education University of North Florida School of Construction AA Edison State Collage State of Florida GC License State of Florida Roofing License ATLAS APEX ROOFING, LLC. 281 NE 32nd ST OAKLAND PARK, FL 33334 O: 9545-565-1567 I F: 954-565-1568 www.atlasapexusa.com Page 4309 of 6526 www.atlasapexusa.com - info@atlasapexusa.com - LICENSE # CCC1329972 DIANA MAGLIARISI, PROJECT COORDINATOR Diana’s 18 years of experience in virtually all aspects of accounts payable and accounts receivables, make her a valuable member of our project coordination team. Her responsibilities include contract management, purchasing, job costing, permitting and inspections. With a large number of Govern- ment, School projects under her belt our processes are refined and efficient, thanks to her experi- ence. Team’s School Project Experience Project Name Owner: Contact Broward: School Board of Broward County Bair Middle IT James S_ Hunt Elem School Board of Broward County Major Stoneman Douglas Elem James B_ Pirtle Construction Norcrest Elem School Board of Broward County Oakridge Elem School Board of Broward County Quiet Waters Elem James B_ Pirtle Construction Sunset Lakes Elem James B_ Pirtle Construction Special Program School Board of Broward County Tradewinds Elem - James B_ Pirtle Construction West Broward HS Auditorium James B_ Pirtle Construction Western High James B_ Pirtle Construction Elementary School Z Skanska Reference: CSA Group, Architects Salvador Frias—305-218-2800 M-DCPS: Frederick Douglass Elem M-DC Public Schools - Ivan Gonzalez GW Carver Middle - Gymnasium M-DC Public Schools - Ivan Gonzalez Miami Carol City Senior Coastal Construction North Miami Beach Sf. M-DC Public Schools - Ivan Gonzalez Ruben Dario Middle M-DC Public Schools - Ivan Gonzalez Sabal Palm Elem M-DC Public Schools - Ivan Gonzalez South Miami Middle M-DC Public Schools - Ivan Gonzalez W_R. Thomas Middle M-DC Public Schools - Ivan Gonzalez City of Miami College James B_ Pirtle Construction Reference: M-DCPS Sr. Project Manager Mr., Ivan Gonzales - 786-587-4929 PBCPS: Palm Beach Gardens HS James Pirtle Construction - Dennis Beran Palm Beach Lakes HS The School District of PBC Wellington High School The School District of Palm Beach County State School BBB-1 Suffolk Construction - Tarek Fakhuri State School QQQ-1 Pavarini Construction Company State School YYY Betancourt Castellon Assoc. Construction Professional Experience 19 years Atlas-Apex Roofing, LLC Project Coordinator, May 2012 – present Concrecel USA & Concrecel Canada Project Coordinator 2007 – May 2012 Weiss & Woolrich Project Coordinator 1994 – 2007 Education Florida Building Code Compliance SFRA ATLAS APEX ROOFING, LLC. 281 NE 32nd ST OAKLAND PARK, FL 33334 O: 9545-565-1567 I F: 954-565-1568 www.atlasapexusa.com Page 4310 of 6526 WILLIAM F. CUNNINGHAM, JR., PROJECT MANAGER \ SUPERINTENDENT A successful business owner of a small commercial roofing/contracting company for over 15 years. An extensive knowledge of and the ability to perform the wide array of tasks that are associated with the construction industry along with a strong ability to communicate with customers and employees alike. Project Experience RECENT PROJECTS Boeing Dreamliner Plant, Charleston, SC (500,000 sq. ft.) Macy’s Distribution Center, Martinsburg, WV (1,000,000 sq. ft. warehouse) Nashville Music City Center, Nashville, TN (700,000 sq. ft.) Duke Realty, Dallas, TX (1,800,000 sq. ft. office and warehouse) Orange County Convention Center – West Building Hall E (125,000 sq. ft.) PAST PROJECTS Mass Pharmaceutical College, Boston, MA (2009) The Launch, Hingham, MA (2009) Hamel Mills, Haverhill, MA (2008) Bryant College, Providence, RI (2001) MIT Lincoln Labs, Cambridge, MA (1998) Hanscomb Air Force Base, Bedford, MA (1994-2000, 2007-2008) Fleet Center, Boston, MA (1994) Professional Experience 19 years Atlas-Apex Roofing, LLC Project Manager May 2013 – present Pantera Corporation, Somerville, MA 1994-2011 Marshall Roofing, Somerville, MA 1991-1994 Education University of Massachusetts at Boston, Boston, MA H.S. Diploma, Somerville High School, Somerville, MA ATLAS APEX ROOFING, LLC. 281 NE 32nd ST OAKLAND PARK, FL 33334 O: 9545-565-1567 I F: 954-565-1568 www.atlasapexusa.com www.atlasapexusa.com - info@atlasapexusa.com - LICENSE # CCC1329972 Page 4311 of 6526 SEBASTIAN BURBANO, OPERATIONS MANAGER Sebastian’s role on site will be to manage all phases of the project-level execution including scheduling, coordinating all construction processes; managing subcontractors, hiring and overseeing construction workers; conducting project meetings; assisting in the development of project scopes and budgets; coordinating and obtaining approvals required for permits; updating project schedules as necessitated by project events; interfacing with client representatives, subcontractors, and other construction workers assigned to the site. He will report to the Project Manager. Project Experience 2018 – Current Broward Schools SMART Program Renovations Orange Co. Convention Center- North & South Vaulted Roof Repairs Orange Co. Convention Center- West Campus Roof Replacement Martin Co. Correctional Center Roof Replacement OUC Stanton Energy Center Roof Replacement School Projects Carillon Elementary School A.W. Dreyfoos S.o.T.A Silver Palms Elementary J.P. Taravella High Professional Experience 15years Atlas-Apex Roofing, LLC Superintendent, 2015 – 2018 Operations Manager 2018 - Present Tecta-Wiess & Woolrich Labor—Foreman, 2010-2015 Education High School Diploma Certified Metal Fabricator OSHA 10 Hour OSHA 30 Hour Rigging CERTA ATLAS APEX ROOFING, LLC. 281 NE 32nd ST OAKLAND PARK, FL 33334 O: 9545-565-1567 I F: 954-563-8556 www.atlasapexusa.com www.atlasapexusa.com - info@atlasapexusa.com - LICENSE # CCC1329972 Page 4312 of 6526 ISMAEL BURBANO, SUPERINTENDENT Ismael’s role on site will be to manage all phases of the project-level execution including scheduling, coordinating all construction processes; managing subcontractors, hiring and overseeing construction workers; conducting project meetings; assisting in the development of project scopes and budgets; coordinating and obtaining approvals required for permits; updating project schedules as necessitated by project events; interfacing with client representatives, subcontractors, and other construction workers assigned to the site. He will report to the Project Manager. Project Experience 2018 – Current Broward Schools SMART Program Renovations Orange Co. Convention Center- North & South Vaulted Roof Repairs Orange Co. Convention Center- West Campus Roof Replacement Martin Co. Correctional Center Roof Replacement OUC Stanton Energy Center Roof Replacement School Projects Carillon Elementary School A.W. Dreyfoos S.o.T.A Silver Palms Elementary Pine Hills Elementary Professional Experience 15years Atlas-Apex Roofing, LLC Superintendent, March 2015 – present Tecta-Wiess & Woolrich Labor, Sheet Metal & Trim Installer Foreman, 2010-2015 Education High School Diploma Certified Metal Fabricator OSHA 10 Hour Asbestos Abatement Certified Rigging & Signal ATLAS APEX ROOFING, LLC. 281 NE 32nd ST OAKLAND PARK, FL 33334 O: 9545-565-1567 I F: 954-563-8556 www.atlasapexusa.com www.atlasapexusa.com - info@atlasapexusa.com - LICENSE # CCC1329972 Page 4313 of 6526 JOHN HARTMAN, SUPERINTENDENT John’s role on site will be to manage all phases of the project-level execution including scheduling, coordinating all construction processes; managing subcontractors, hiring and overseeing construction workers; conducting project meetings; assisting in the development of project scopes and budgets; coordinating and obtaining approvals required for permits; updating project schedules as necessitated by project events; interfacing with client representatives, subcontractors, and other construction workers assigned to the site. He will report to the Project Manager. Project Experience 2018 – Current Broward Schools – SMART Program Renovations Winter Garden, FL 2014 Lakeview Middle School 258 SQs Boca Raton, FL 2012 Boca Raton Marriott Resort 800 SQs West Palm Beach, FL 2012 West Palm Turnpike Service Plaza 650 SQs Orlando, FL 2013 Turkey Lake Service Plaza 750 SQs Miami, FL Miami General Mail Facility 4,620 SQs Plantation, FL Motorola 4,400 SQs School Projects North Miami Beach Sf. Ruben Dario Middle Sabal Palm Elem South Miami Middle West Broward HS Auditorium Western H igh Palm Beach Lakes HS Wellington High School Professional Experience 18years Atlas-Apex Roofing, LLC Superintendent, March 2013 – present RSI Roofing Superintendent, 2011-2013 Tecta-Wiess & Woolrich Labor—Superintendent, 1999-2011 Education High School Diploma Certified Metal Fabricator Certified Welder OSHA 10 Hour OSHA 30 Hour Asbestos Abatement Certified Rigging ATLAS APEX ROOFING, LLC. 281 NE 32nd ST OAKLAND PARK, FL 33334 O: 9545-565-1567 I F: 954-565-1568 www.atlasapexusa.com www.atlasapexusa.com - info@atlasapexusa.com - LICENSE # CCC1329972 Page 4314 of 6526 GERMAN SERANNO – OPERATIONS MANAGER German’s role on site will be to manage all phases of the project-level execution including scheduling, coordinating all construction processes; managing subcontractors, hiring and overseeing construction workers; conducting project meetings; assisting in the development of project scopes and budgets; coordinating and obtaining approvals required for permits; updating project schedules as necessitated by project events; interfacing with client representativ es, subcontractors, and other construction workers assigned to the site. He will report to the Project Manager. Project Experience Project Name Owner: Contact Broward: 2018-Current SMART Program Renovations School Board of Broward County Bair Middle School Board of Broward County IT James S_ Hunt Elem School Board of Broward County Major Stoneman Douglas Elem James B_ Pirtle Construction Norcrest Elem School Board of Broward County Oakridge Elem School Board of Broward County Quiet Waters Elem James B_ Pirtle Construction Sunset Lakes Elem James B_ Pirtle Construction Special Program School Board of Broward County Tradewinds Elem - James B_ Pirtle Construction West Broward HS Auditorium James B_ Pirtle Construction Western High James B_ Pirtle Construction Elementary School Z Skanska M-DCPS: Frederick Douglass Elem M-DC Public Schools - Ivan Gonzalez GW Carver Middle - Gymnasium M-DC Public Schools - Ivan Gonzalez Miami Carol City Senior Coastal Construction North Miami Beach Sf. M-DC Public Schools - Ivan Gonzalez Ruben Dario Middle M-DC Public Schools - Ivan Gonzalez Sabal Palm Elem M-DC Public Schools - Ivan Gonzalez South Miami Middle M-DC Public Schools - Ivan Gonzalez W_R. Thomas Middle M-DC Public Schools - Ivan Gonzalez City of Miami College James B_ Pirtle Construction PBCPS: Palm Beach Gardens HS James Pirtle Construction - Dennis Beran Palm Beach Lakes HS The School District of PBC Wellington High School The School District of Palm Beach County State School BBB-1 Suffolk Construction - Tarek Fakhuri State School QQQ-1 Pavarini Construction Company State School YYY Betancourt Castellon Assoc. Construction Professional Experience 20yrs Atlas-Apex Roofing, LLC Operations Manager 2017 – Present Superintendent, January 2015 – 2017 National Roofing Superintendent, 2007-2013 Weiss & Woolrich Labor—Superintendent, 1997-2007 Education High School Diploma OSHA 10 Hour OSHA 30 Hour Rigging CERTA ATLAS APEX ROOFING, LLC. 281 NE 32nd ST OAKLAND PARK, FL 33334 O: 954-565-1567 I F: 954-563-8556 www.atlasapexusa.com 17 www.atlasapexusa.com - info@atlasapexusa.com - LICENSE # CCC1329972 Page 4315 of 6526 Completed Projects Project Name & Location Project Name Name of Owner, GC or Architect Name of GC Contact Name and Phone Original Contract Price Final Contract Price Was a Bond provided? % Complete Date Completed ECF Office Building West Palm Beach, FL Roof Installation D. Stephenson Construction, Inc. Christian Solorazano csolorzano@dstephenson.com 954-449-4733 $292,166.00 $292,166.00 Y 100% 8/23 Gateway HS Renovation Kissimmee, FL Roof Install & Replacement Pirtle Construction Co. Tony Sicignano tonys@pirtleconstruction.com 954-797-0410 $3,878,000.00 $2,415,459.61 N 100% 12/23 MDC N. Campus Bldg. 3000 Miami, FL Roof Replacement Thornton Construction Company, Inc. Daniel Garcia dgarcia@thonton-inc.com 305-649-1295 $1,638,581.00 $1,809,271.32 Y 100% 12/23 West Regional Court House Plantation, FL Roof Replacement CPZ Architects, Inc. Jayson A. Hall jayson@cpzarchitects.com 954-792-8525 $1,463,000.00 $1,486,791.34 Y 100% 1/24 DeLand Info Tech Building DeLand, FL Roof Replacement A/R/C Associates, Inc. Jim Ripley jimr@arc-arc.com 407-896-7875 $549,700.00 $616,488.35 Y 100% 3/24 I-4 East & West Rest Areas Bartow, FL Roof Replacement All Phase Solutions, LLC Eric Newman eric.newman@alphase.org 561-272-0944 $1,650,000.00 $1,701,796.00 Y 100% 3/24 Jones HS Orlando, FL Roof Replacement McCree General Contractors, Inc. Jonathan Kephart Jon.kephart@mccree.com 407-898-4821 $3,825,523.00 $2,206,925.86 Y 100% 3/24 Disney Grand Floridian Lake Buena Vista, FL Roof Replacement Balfour Beatty Kristopher Bridges kbridges@balfourbeattyus.com 407-515-7099 $4,264,350.00 $4,597,777.00 N 100% 6/24 Pasadena Lakes ES Pembroke Pines, FL Roof Replacement West Construction Angel Olivera AOlivera@westconstruction.com 561-588-2027 $2,192,000.00 $1,989,967.20 Y 100% 6/24 Sanford City Hall Sanford, FL Roof Replacement City of Sanford Craig Radzak Craig.radzak@sanfordfl.gov 407-688-5028 $1,022,000.00 $1,022,000.00 Y 100% 7/24 Page 4316 of 6526 Current Projects Project Name & Location Name of GC/Owner Contact Name & Phone Original Contract Final Contract Price Was a Bond provided? % Complete Possible Date of Completion Indian Trace ES Weston, FL Roof Replacement H.A. Contracting Carl Leneis Carl@hacontracting.com 407-777-6620 $2,650,000.00 -- Y 80% 3/25 Sheridan Hill ES Hollywood, FL Roof Replacement West Construction, Inc. Angel Olivera AOlivera@westconstructioninc.net 561-588-2027 $1,832,000.00 -- Y 95% 2/25 Llyod Estates ES Fort Lauderdale, FL Roof Replacement Lego Construction Co. Mahesh Sankurusetty msankurusetty@legocc.com 305-381-8421 $1,446,000.00 -- Y 76% 5/25 James S. Rickards MS Fort Lauderdale, FL Roof Installation CORE Construction Shereece McLeish shereecemcleish@coreconstruction.com 561-512-7186 $1,542,000.00 -- N 20% 12/25 Roberto Clemente MS Orlando, FL Roof Replacement Votum Construction Anthony Stepnowski astepnowski@votumllc.com 352-636-0684 $2,469,500.00 -- Y 15% 1/26 GOAA Pedestrian Bridge & GTR Orlando, FL Roof Installation The Weitz Company Joel McWilliams Joel.McWilliams@weitz.com 402-810-4101 $1,488,000.00 -- N 59% 8/25 Page 4317 of 6526 Revised Cost in Billings inOriginal Revised Estimated Estimated Excess ExcessContract Change Orders Contract Estimated Indirect Gross Revenues Cost of Indirect Gross Billed to Cost to Unbilled Unearned Revenues Cost ofIndirect Gross PercentJob # Construction Project Amount DPO's Amount Cost Allocation Profit Earned Revenues Allocation Profit Date Complete Revenue Revenue Earned Revenues Allocation Profit CompleteActive Jobs1286 Eagle Point Elementary 1,094,000            (252,066)                 841,934 679,111 32,891 129,932 15.4% 470,955 379,876 17,929 73,150 245,539 314,197 225,415 446 360 13 74 55.9%1315‐6 Forest Hills ES Bldgs1,3&80 3,440,774            (1,103,022)              2,337,752 1,815,000 76,555 446,197 19.1% 2,071,233 1,608,078 66,209 396,946 2,185,708 217,268 114,475 5,513 4,280 - 1,233 88.6%1320 Wingate Oaks Center School 1,583,800            (484,129)                 1,099,671 979,400 41,178 79,093 7.2% 1,099,671 979,400 41,178 79,093 1,046,796 - 52,875 35,595 58,963 1,895 (25,263) 100.0%1334 Quiet Waters ES Bldg 2,4&5 869,800                ‐                            869,800 680,500 26,669 162,631 18.7% 485,327 379,702 11,629 93,996 715,095 315,838 229,768 74,546 58,322 1,553 14,671 55.8%1339 Broward GC E. Annex Reroof 619,848               (270,673)                 349,175 264,580 9,936 74,659 21.4% 218,063 165,233 4,968 47,862 342,399 104,315 124,336 174,936 132,554 4,433 37,949 62.5%1342‐15 Boyd Anderson HS Bldg 5 707,679                ‐                            707,679 566,143 25,054 116,481 16.5% 181,885 145,508 4,023 32,354 302,343 441,667 120,458 181,885 145,508 4,023 32,354 25.7%1351 Walter C Young Middle School 3,300,000            (963,893)                 2,336,107 1,933,382 93,502 309,223 13.2% 2,245,552 1,858,438 89,755 297,359 2,229,949 78,691 15,603 - - - - 96.1%1361 Jones High School ‐ DPO 3,509,843            (1,302,917)              2,206,926 2,097,382 66,559 42,985 1.9% 2,204,522 2,095,097 66,445 42,980 2,169,082 2,399 35,440 71,855 69,623 4,226 (1,995) 99.9%1363 Tedder Elementary School 1,400,000            (338,203)                 1,061,797 794,119 35,848 231,829 21.8% 936,351 700,299 31,157 204,896 982,194 98,512 45,843 5,723 4,280 463 980 88.2%1373 Oriole Elementary School 1,540,000            (476,668)                 1,063,332 828,096 35,483 199,753 18.8% 985,673 767,618 32,459 185,597 974,637 63,503 11,036 1,387 1,080 74 233 92.7%1379 Nova Blanche Forman ES 675,000               (235,903)                 439,097 329,616 14,815 94,665 21.6% 439,097 329,616 14,815 94,665 413,849 0 25,247 40,196 63,343 879 (24,027) 100.0%1388‐4 OUC SEC Percip Bldg 2 519,417               21,220                     540,637 405,704 13,564 121,369 22.4% 357,703 268,427 6,700 82,576 540,637 144,140 182,933 357,703 268,427 6,700 82,576 66.2%1388‐5 OUC SEC AQC 2 Reroof 1,562,000            161,655                   1,723,655 1,459,445 47,748 216,463 12.6% 1,655,035 1,401,343 44,842 208,849 1,723,655 61,007 68,621 1,655,035 1,401,343 44,842 208,849 96.0%1392 OCPS Orange Tech College ‐ DPO 992,000               (344,202)                 647,798 682,736 22,161 (57,099) -8.8% 647,798 682,736 22,161 (57,099) 643,436 - 4,362 14,240 15,008 114 (882) 100.0%1397 Miramar High School 2,440,415            (649,652)                 1,790,763 1,356,482 61,303 372,977 20.8% 1,788,378 1,354,676 61,213 372,489 1,617,521 1,897 170,857 47,890 36,276 3,093 8,521 99.9%1401 WHIDDON ROGERS ED CTR 3,486,000            (1,491,972)              1,994,028 1,769,691 92,695 131,642 6.6% 1,994,028 1,769,691 92,695 131,642 1,930,670 - 63,358 64,019 95,234 6,408 (37,623) 100.0%1402 Lloyd Estates ES 1,446,000            (576,043)                 869,957 661,168 37,992 170,798 19.6% 633,263 481,280 28,997 122,986 599,734 188,882 33,530 9,163 6,964 277 1,922 72.8%1403 Stuart Middle School 367,498               (128,404)                 239,094 188,888 6,361 43,845 18.3% 172,687 136,425 3,738 32,524 237,683 55,086 64,996 36,567 28,888 569 7,109 72.2%1404 Disneys Grand Floridian 4,264,350            375,627                   4,639,977 3,116,912 126,831 1,396,235 30.1% 4,462,125 2,997,440 120,857 1,343,829 4,597,777 125,446 135,652 897,115 366,311 26,752 504,052 96.2%1405 FCTC BLDG F ROOF REPLACE 185,000               (97,354)                    87,646 76,728 2,326 8,592 9.8% 87,646 76,728 2,326 8,592 80,646 (0) 7,000 - - - - 100.0%1412 Peters ES 2,332,000            (930,879)                 1,401,121 1,076,200 44,920 280,001 20.0% 1,292,844 993,033 40,762 259,049 1,241,137 87,326 51,707 245,130 188,284 7,415 49,430 92.3%1413 Coral Springs MS 3,552,000            561,908                   4,113,908 3,160,938 147,238 805,731 19.6% 1,697,255 1,304,093 54,396 338,766 2,059,079 1,949,687 361,824 615,384 412,506 14,806 188,072 41.3%1414 Sanders Park ES 1,755,000            (672,941)                 1,082,059 907,529 41,635 132,896 12.3% 800,143 671,085 29,812 99,246 721,299 248,267 78,844 155,588 130,492 10,362 14,733 73.9%1419 Charles Drew FRC 1,524,000            (636,053)                 887,947 731,450 33,804 122,692 13.8% 818,620 674,342 30,949 113,329 880,955 59,963 62,334 5,804 4,781 488 534 92.2%1421‐S Terracon ‐ Term Service 6,352                     ‐                            6,352 5,082 187 1,083 17.1% 4,314 3,451 106 757 5,080 1,712 766 4,314 3,451 106 757 67.9%1426 Sawgrass Springs MS 2,755,000            (930,913)                 1,824,087 1,497,731 61,217 265,138 14.5% 1,817,278 1,492,140 60,938 264,200 1,783,015 5,870 34,263 16,807 13,800 1,206 1,801 99.6%1430 Indian Trace ES 2,650,000            (829,481)                 1,820,519 956,415 34,462 829,642 45.6% 1,483,490 779,356 25,609 678,525 1,820,519 185,912 337,029 610,118 80,658 3,481 525,979 81.5%1433‐2 Apollo MS Bldg's 1‐3‐4‐6‐7 3,867,864            (1,582,573)              2,285,291 1,920,000 56,154 309,137 13.5% 2,125,271 1,785,558 49,432 290,280 2,260,492 141,164 135,222 15,888 13,349 1,421 1,119 93.0%1433‐3 Lyons Creek MS ‐ DPO 3,809,056            (1,102,169)              2,706,888 1,831,268 59,726 815,894 30.1% 2,560,462 1,732,208 54,773 773,482 2,496,027 104,013 64,435 130,661 5,155 268 125,238 94.6%1433‐4 Lauderhill 6‐12 STEM‐MED Magne 3,974,004            (1,264,428)              2,709,576 2,182,702 65,382 461,492 17.0% 2,647,507 2,132,702 62,882 451,923 2,621,532 52,500 25,975 375,973 315,475 24,467 36,031 97.7%1433‐5 Stranahan HS 1,381,939             ‐                            1,381,939 1,105,551 24,658 251,730 18.2% 1,350,796 1,080,637 23,412 246,747 1,265,674 26,160 85,122 1,294,562 1,035,650 21,781 237,131 97.7%1433‐6 Driftwood ES 2,986,851             ‐                            2,986,851 2,400,000 93,757 493,094 16.5% 1,060,829 852,399 16,377 192,053 1,783,419 1,624,981 722,590 1,016,372 816,677 14,845 184,850 35.5%1433‐7 Dillard 6‐12 Bldg 4,7,8,9,10 3,379,000             ‐                            3,379,000 2,785,000 87,394 506,606 15.0% 2,008,856 1,655,716 30,930 322,210 2,114,620 1,185,748 105,764 1,310,446 1,080,080 13,569 216,797 59.5%1433‐8 SILVER LAKES MS P.002144‐RC1 3,563,368             ‐                            3,563,368 2,850,694 116,060 596,613 16.7% 1,146,649 917,319 19,392 209,938 1,385,766 2,030,044 239,117 1,095,630 876,504 19,803 199,324 32.2%1433‐9 Lauderdale Manors ELRC 3,318,844             ‐                            3,318,844 2,709,082 84,717 525,045 15.8% 2,057,926 1,679,829 33,254 344,843 2,081,555 1,080,715 23,628 1,991,023 1,625,218 32,218 333,587 62.0%1433‐10 Eagle Point ES 1,678,211             ‐                            1,678,211 1,296,600 46,166 335,446 20.0% 698,336 539,540 8,313 150,483 1,194,099 794,913 495,763 669,624 517,357 7,622 144,645 41.6%1433‐11 Sheridan Tech College 3,997,432             ‐                            3,997,432 3,197,945 148,072 651,415 16.3% 718,582 574,866 16,918 126,799 844,734 2,754,234 126,152 647,075 517,660 16,918 112,497 18.0%1433‐12 South Broward HS Carve Out 2,815,256             ‐                            2,815,256 2,252,205 109,088 453,963 16.1% 366,898 293,519 11,154 62,226 - 2,056,621 366,898 366,898 293,519 11,154 62,226 13.0%1434 Universal Project 910 Resort 3,150,000             ‐                            3,150,000 2,520,000 84,693 545,307 17.3% 2,789,016 2,231,213 70,253 487,550 3,050,332 303,226 261,316 2,662,205 2,129,764 67,852 464,589 88.5%1437‐1 Windermere, Sadler, Windy Ridg 1,772,000            (620,967)                 1,151,033 869,314 27,098 254,621 22.1% 1,148,777 867,610 27,013 254,154 1,151,033 1,789 2,256 62,192 (1,658) (34) 63,884 99.8%1438 B3024 Picatinny Arsenal 846,976               (86,718)                    760,258 694,272 18,260 47,725 6.3% 759,108 693,222 18,208 47,678 760,258 1,103 1,150 21,901 20,000 3,305 (1,404) 99.8%1440 Margate ES 571,000               (129,593)                 441,407 355,722 12,597 73,088 16.6% 354,585 285,754 9,098 59,733 432,630 73,467 78,045 101,934 82,147 3,340 16,448 80.3%1443‐1 West Regional Courthouse 1,463,000            26,391                     1,489,391 1,073,950 24,010 391,431 26.3% 1,486,386 1,071,783 23,902 390,701 1,486,791 2,275 406 107,823 59,816 6,439 41,568 99.8%1447 Bair Middle School 4,500                     ‐                            4,500 2,300 115 2,085 46.3% - - - - 4,500 2,415 4,500 - - - - 0.0%1450‐1 Project 304: Orlando 603,674               5,379,604               5,983,278 4,574,347 175,422 1,233,509 20.6% 4,951,049 3,785,185 135,964 1,029,900 5,312,161 828,620 361,113 1,662,777 1,700,676 74,696 (112,595) 82.7%1455‐1B Jupiter Town Hall ‐ Gutter Rep 22,000                   ‐                            22,000 17,600 818 3,582 16.3% 10,200 8,160 346 1,694 22,000 9,912 11,800 10,200 8,160 346 1,694 46.4%1457 Supervisor of Elections, Brow 2,524,500 59,017                     2,583,517 1,945,810 76,234 561,472 21.7% 2,583,517 1,945,810 76,234 561,472 2,567,707 - 15,810 140,649 119,565 260 20,824 100.0%1458‐5 OTC‐ East Campus 68,612                   ‐                            68,612 54,890 2,569 11,154 16.3% 13,786 11,028 376 2,381 - 46,055 13,786 - - - - 20.1%1458‐8 Lakeview MS ‐ Base Flashing 258,334                ‐                            258,334 206,667 5,888 45,779 17.7% 154,074 123,260 1,718 29,097 240,814 87,578 86,739 148,619 118,895 1,718 28,006 59.6%1458‐9 Roberto Clemente MS‐Skylight 147,329                ‐                            147,329 129,721 1,164 16,445 11.2% 120,899 106,450 - 14,449 118,084 24,435 2,815 120,899 106,450 - 14,449 82.1%1458‐10 Lakeview MS ‐ Add'l Roofing 82,761                   ‐                            82,761 66,209 3,310 13,242 16.0% - - - - 82,761 69,519 82,761 - - - - 0.0%1458‐11 Lakeview MS ASI#3 Bldg 1 444,837                ‐                            444,837 355,870 6,287 82,680 18.6% 290,985 232,788 133 58,064 365,301 129,236 74,317 290,985 232,788 133 58,064 65.4%1458‐12 OTC East Campus 68,612                   ‐                            68,612 54,890 2,744 10,978 16.0% - - - - - 57,634 - - - - - - 0.0%1458‐13 Lakeview MS Rooftop Numbering 41,693                   ‐                            41,693 33,355 1,273 7,065 16.9% 9,863 7,890 - 1,973 - 26,737 9,863 9,863 7,890 - 1,973 23.7%1459 POMPANO BEACH HS 85,000                   ‐                            85,000 56,000 3,035 25,965 30.5% 9,751 6,424 557 2,770 12,500 52,055 2,749 8,233 5,424 513 2,296 11.5%1460‐1 NORLAND MS 2,132,718             ‐                            2,132,718 1,830,334 84,837 217,547 10.2% 246,739 211,756 3,908 31,075 490,118 1,699,507 243,379 141,015 124,989 2,581 13,445 11.6%1460‐2 LAKE STEVENS MS 2,075,763             ‐                            2,075,763 1,560,020 30,807 484,937 23.4% 1,911,361 1,436,465 24,629 450,267 2,075,463 129,732 164,102 314,201 236,135 5,841 72,225 92.1%1460‐3 CAMPBELL DRIVE MS 1,429,962             ‐                            1,429,962 1,088,900 41,363 299,698 21.0% 710,233 540,835 13,960 155,438 1,386,462 575,468 676,228 410,559 312,636 6,991 90,932 49.7%1460‐4 Oak Grove ES ‐ Term Bid 1,740,848             ‐                            1,740,848 1,392,678 44,261 303,909 17.5% 1,013,515 810,812 15,168 187,536 1,710,848 610,959 697,333 929,091 743,273 15,149 170,669 58.2%1460‐5 Miami Coral Park SHS 2,949,461             ‐                            2,949,461 2,359,569 117,920 471,972 16.0% 3,949 3,159 100 690 - 2,474,230 3,949 3,949 3,159 100 690 0.1%1460‐7 Howard D McMillan MS 140,000                ‐                            140,000 112,000 5,288 22,712 16.2% 31,147 24,918 934 5,295 71,036 91,436 39,888 31,147 24,918 934 5,295 22.2%1468 Seminole Middle School 50,000‐                            50,000 41,399 3,747 4,854 9.7% 50,000 41,399 3,747 4,854 - - 50,000 45,153 37,521 3,626 4,006 100.0%1469 Avalon MS 3,389,000 (926,228)                 2,462,772 1,970,218 61,459 431,096 17.5% 1,863,396 1,490,717 37,484 335,196 2,450,772 503,476 587,376 1,455,099 1,164,080 30,148 260,872 75.7%1469‐1 Meadowbrook MS 3,984,000 (1,747,622)              2,236,378 1,687,792 52,411 496,174 22.2% 1,857,301 1,401,703 38,107 417,491 2,236,378 300,393 379,077 1,826,167 1,376,796 37,463 411,907 83.0%1471 Stranahan HS New Cafeteria 584,000 (189,632)                 394,368 315,494 16,470 62,403 15.8% 219,738 175,791 9,485 34,463 367,697 146,689 147,958 (43,664) (34,931) 431 (9,164) 55.7%1473 Golden Grove ES 384,173‐                            384,173 307,338 15,367 61,468 16.0% - - - - - 322,705 - - - - - - 0.0%1475 Coconut Creek HS ‐ Drywall 24,000 57,129                     81,129 37,278 791 43,061 53.1% 68,199 31,336 494 36,369 81,129 6,238 12,930 45,268 16,014 209 29,045 84.1%1477 Deltona Fire Rescue Station 63 1,000 139,000                   140,000 76,055 1,510 62,435 44.6% 139,413 75,736 1,494 62,183 140,000 335 587 - - - - 99.6%1478 Bartram Trail HS 1,072,000‐                            1,072,000 806,235 23,341 242,424 22.6% 1,010,317 759,844 21,021 229,452 1,041,313 48,710 30,995 10,717 8,060 151 2,505 94.2%1479 Pedro Menendez HS 672,000‐                            672,000 502,690 14,907 154,403 23.0% 666,493 498,570 14,701 153,222 655,740 4,326 10,753 4,163 3,114 28 1,021 99.2%1482 Tomoka ES 1,377,355‐                            1,377,355 1,101,884 34,863 240,608 17.5% 853,949 683,159 13,927 156,863 1,021,054 439,661 167,105 414,418 331,534 11,091 71,792 62.0%1481 Howard Middle School‐OCPS 3,886,350‐                            3,886,350 3,109,080 104,683 672,587 17.3% 2,481,757 1,985,406 48,499 447,853 2,689,353 1,179,858 207,596 2,174,296 1,739,437 47,194 387,665 63.9%1483 250 NE 32nd Street Bldg 2,500‐                            2,500 1,500 18 982 39.3% 1,902 1,141 - 761 - 377 1,902 - - - - 76.1%1484 Bella Citta MS K‐8 Addition 1,004,766‐                            1,004,766 781,220 16,175 207,371 20.6% 870,666 676,955 10,962 182,749 713,296 109,478 157,370 604,171 469,752 10,644 123,776 86.7%1485 South East Volusia SVC Center 433,000‐                            433,000 324,486 9,751 98,763 22.8% 398,011 298,265 8,440 91,305 429,325 27,532 31,314 388,566 291,187 8,286 89,092 91.9%1486 Park Springs ES ‐ Drywall 42,441 21,679                     64,120 51,296 1,929 10,895 17.0% 28,152 22,521 490 5,140 60,168 30,213 32,016 28,152 22,521 490 5,140 43.9%1487 Marjory Stoneman Douglas HS 4,941,000‐                            4,941,000 4,042,690 151,001 747,309 15.1% 2,660,448 2,176,759 57,705 425,984 2,652,349 1,959,228 8,099 2,659,368 2,175,875 57,691 425,801 53.8%1488 Sunrise HS 330,000‐                            330,000 246,933 12,335 70,732 21.4% 414 310 4 100 - 258,954 414 265 199 5 62 0.1%1489 MDC HC BLDG D VAV & CONTROLS 27,629‐                            27,629 15,000 646 11,983 43.4% 13,783 7,483 270 6,030 27,629 7,893 13,846 12,741 6,649 234 5,858 49.9%1490 BOS Palmetto Bay OCED 845,000‐                            845,000 676,000 33,773 135,228 16.0% 688 550 - 138 - 709,223 688 688 550 - 138 0.1%1491 Site 47‐E‐W‐4 ES RELIEF 1,108,380 (381,555)                 726,825 619,668 8,809 98,348 13.5% 726,825 619,668 8,809 98,348 705,175 - 21,650 311,952 308,513 8,486 (5,047) 100.0%1492‐1 North Area Bus Garage Bldg 2 48,549‐                            48,549 38,839 1,653 8,056 16.6% 25,245 20,196 721 4,328 48,549 19,575 23,304 25,245 20,196 721 4,328 52.0%1493 Hialeah MS 76,440‐                            76,440 35,000 1,572 39,868 52.2% 11,971 5,481 97 6,393 68,796 30,995 56,825 6,603 1,187 52 5,364 15.7%1494 Camden Las Olas Apts 2,936,000‐                            2,936,000 2,471,600 76,285 388,115 13.2% 2,482,069 2,089,469 57,178 335,421 2,848,346 401,237 366,277 2,397,991 2,018,690 56,410 322,890 84.5%1495 WESTERN HS 151,000 7,677                       158,677 101,700 3,618 53,359 33.6% 130,423 83,591 2,713 44,119 151,668 19,014 21,245 130,423 83,591 2,713 44,119 82.2%1496‐2 SWCTS ‐ Delray West 131,612‐                            131,612 105,289 5,264 21,058 16.0% - - - - - 110,554 - - - - - - 0.0%1497 Orlando Airport Terminal C 1,500,000 (12,000)                    1,488,000 1,175,267 49,633 263,100 17.7% 814,018 642,935 23,017 148,066 789,836 558,948 24,182 813,643 642,635 23,010 147,997 54.7%1498 VCC ‐ Inmate Isolalation Dorm 150,552‐                            150,552 120,899 4,067 25,586 17.0% 141,189 113,380 3,691 24,118 150,552 7,895 9,363 141,189 113,380 3,691 24,118 93.8%1499 Atlantic Tech College 1,050,000‐                            1,050,000 840,000 40,732 169,268 16.1% 57,031 45,625 1,013 10,393 - 834,094 57,031 22,183 17,747 386 4,051 5.4%1500 Jupiter ‐ PB Gardens 240,148‐                            240,148 157,056 6,598 76,494 31.9% 127,347 83,285 2,910 41,153 43,584 77,460 83,763 81,033 52,995 1,966 26,071 53.0%1503 Horizons of Boca Lago 4,180,000 379,014                   4,559,014 3,820,886 110,282 627,846 13.8% 4,456,779 3,735,203 105,998 615,578 4,501,690 89,967 44,911 4,456,779 3,735,203 105,998 615,578 97.8%1504 McArthur HS P.001954 1,284,000‐                            1,284,000 1,027,200 51,315 205,485 16.0% 1,125 900 0 225 - 1,077,615 1,125 1,125 900 0 225 0.1%1504‐1 McArthur HS P.002892 385,000‐                            385,000 308,000 15,384 61,616 16.0% 393 315 - 79 - 323,070 393 393 315 - 79 0.1%1505 James S. Rickards MS 1,542,000‐                            1,542,000 1,233,600 59,596 248,804 16.1% 134,971 107,977 3,315 23,679 - 1,181,904 134,971 134,596 107,677 3,315 23,604 8.8%Atlas Apex Roofing LLCSchedule 3Contracts In Progress10/31/2024From Inception through October 31, 2024 10/31/2024 For the ten months ended October 31, 2024Page 4318 of 6526 Revised Cost in Billings inOriginal Revised Estimated Estimated Excess ExcessContract Change Orders Contract Estimated Indirect Gross Revenues Cost of Indirect Gross Billed to Cost to Unbilled Unearned Revenues Cost ofIndirect Gross PercentJob # Construction Project Amount DPO's Amount Cost Allocation Profit Earned Revenues Allocation Profit Date Complete Revenue Revenue Earned Revenues Allocation Profit CompleteAtlas Apex Roofing LLCSchedule 3Contracts In Progress10/31/2024From Inception through October 31, 2024 10/31/2024 For the ten months ended October 31, 20241506 MDC Freedom Tower Ph 4 276,986‐                            276,986 118,868 5,928 152,190 54.9% 4,421 1,897 79 2,444 - 122,820 4,421 4,421 1,897 79 2,444 1.6%1508 CITY HALL CITY OF SANFORD 1,022,000‐                            1,022,000 848,008 18,226 155,766 15.2% 1,010,166 838,188 17,735 154,242 1,011,396 10,311 1,230 1,010,166 838,188 17,735 154,242 98.8%1509 Roberto Clemente MS 2,469,500‐                            2,469,500 1,975,600 87,312 406,588 16.5% 533,189 426,551 9,860 96,778 427,163 1,626,501 106,026 533,189 426,551 9,860 96,778 21.6%1510 Oneco ES 3,071,000‐                            3,071,000 2,456,800 118,731 495,469 16.1% 350,235 280,188 9,901 60,146 640,287 2,285,443 290,053 350,235 280,188 9,901 60,146 11.4%1511 CHC Apopka Family Clinic 246,000‐                            246,000 196,800 7,379 41,821 17.0% 183,382 146,706 4,875 31,802 214,786 52,599 31,404 183,382 146,706 4,875 31,802 74.5%1514 Ocean Blue Condiminum 399,775‐                            399,775 276,549 8,160 115,065 28.8% 399,158 276,122 8,139 114,896 353,136 448 46,022 399,158 276,122 8,139 114,896 99.8%1514‐1 Ocean Blue Condo ‐ Planter Wat 72,433‐                            72,433 57,946 2,876 11,610 16.0% 3,136 2,509 105 523 72,433 58,209 69,297 3,136 2,509 105 523 4.3%1515 STOF New Hollywood Preschool 840,000‐                            840,000 672,000 15,848 152,152 18.1% 761,884 609,507 12,723 139,654 811,410 65,617 49,526 761,884 609,507 12,723 139,654 90.7%1517 Burleigh House Condo 1,310,800‐                            1,310,800 1,048,640 50,568 211,592 16.1% 72,261 57,809 1,026 13,426 - 1,040,373 72,261 72,261 57,809 1,026 13,426 5.5%1518 Elbert ES 1,851,000‐                            1,851,000 1,480,800 52,835 317,365 17.1% 542,587 434,070 498 108,019 - 1,099,067 542,587 542,587 434,070 498 108,019 29.3%1519 Plantation HS 3,850,000‐                            3,850,000 3,080,000 136,407 633,593 16.5% 882,493 705,994 17,707 158,792 1,089,856 2,492,706 207,363 882,493 705,994 17,707 158,792 22.9%1520 Windermere HS Stadium 66,990‐                            66,990 53,592 1,421 11,977 17.9% 58,963 47,171 1,100 10,693 56,073 6,743 2,890 58,963 47,171 1,100 10,693 88.0%1521 Willow Wood Condo 2,096,864‐                            2,096,864 1,601,210 63,844 431,810 20.6% 1,363,939 1,041,533 35,860 286,546 1,204,984 587,660 158,955 1,363,939 1,041,533 35,860 286,546 65.0%1522‐1 Sykes Creek WWTP Roof 361,962 7,326                       369,288 295,430 8,415 65,443 17.7% 345,451 276,361 7,461 61,629 369,288 20,023 23,837 345,451 276,361 7,461 61,629 93.5%1522‐S Brevard County ‐ Service 4,200‐                            4,200 3,360 168 672 16.0% - - - - 4,200 3,528 4,200 - - - - 0.0%1523 Camden Portofino 2,599,000‐                            2,599,000 2,007,054 52,456 539,490 20.8% 2,235,363 1,726,239 38,416 470,709 2,059,964 294,856 175,399 2,235,363 1,726,239 38,416 470,709 86.0%1525 Olympic Hts HS 4,882,000‐                            4,882,000 3,905,600 162,140 814,260 16.7% 1,752,124 1,401,699 36,945 313,480 2,162,266 2,629,096 410,142 1,752,124 1,401,699 36,945 313,480 35.9%1526 BPS Titusville HS Reroof 1,135,197 5,091                       1,140,288 912,230 33,334 194,724 17.1% 629,750 503,800 12,912 113,038 451,305 428,852 178,445 629,750 503,800 12,912 113,038 55.2%1527‐1 Sabal Palm Highridge School 99,000‐                            99,000 79,200 1,850 17,950 18.1% 84,742 67,793 1,280 15,669 94,050 11,977 9,308 84,742 67,793 1,280 15,669 85.6%1528 Four Sites MS Classroom Add 926,000‐                            926,000 740,800 37,040 148,160 16.0% - - - - - 777,840 - - - - - - 0.0%1529 Florida Polytechnic University 488,000‐                            488,000 390,400 17,116 80,484 16.5% 377,797 302,238 12,708 62,851 473,366 92,571 95,569 377,797 302,238 12,708 62,851 77.4%1530 Winter Park HS 6,126,000‐                            6,126,000 4,900,800 244,812 980,388 16.0% 14,831 11,865 365 2,601 - 5,133,382 14,831 14,831 11,865 365 2,601 0.2%1531 OC SOE‐PA Ext Door HW,RTU, 137,692‐                            137,692 110,153 3,354 24,185 17.6% 47,532 38,025 (253) 9,759 132,692 75,734 85,160 47,532 38,025 (253) 9,759 34.5%1533 Dania ES 75,000‐                            75,000 60,000 2,877 12,123 16.2% 3,082 2,466 - 616 16,170 60,411 13,088 3,082 2,466 - 616 4.1%1534 The Boca Raton ‐ Pickleball 205,500 2,750                       208,250 166,600 4,288 37,362 17.9% 161,536 129,229 2,420 29,888 171,425 39,239 9,889 161,536 129,229 2,420 29,888 77.6%1534‐1 TBR ‐ Pickleball ‐ Add'l Work 14,000 6,160                       20,160 11,200 536 8,424 41.8% 2,261 1,256 39 966 20,160 10,441 17,899 2,261 1,256 39 966 11.2%1537 The Boca Raton ‐ Valencia Roof 127,000‐                            127,000 101,600 2,533 22,867 18.0% 62,188 49,750 (59) 12,497 127,000 54,442 64,812 62,188 49,750 (59) 12,497 49.0%1538 1431 SW 30th Avenue 60,000‐                            60,000 48,000 2,306 9,694 16.2% 1,955 1,564 (16) 407 - 48,758 1,955 1,955 1,564 (16) 407 3.3%1539 Volusia County Courthouse 791,700‐                            791,700 633,360 30,717 127,623 16.1% 30,473 24,378 268 5,826 - 639,431 30,473 30,473 24,378 268 5,826 3.8%1540 Switzerland Point MS Metal Roo 1,135,100‐                            1,135,100 908,080 35,410 191,610 16.9% 521,296 417,037 10,858 93,401 833,681 515,595 312,385 521,296 417,037 10,858 93,401 45.9%1541 Corrine Dr 2906‐2020 470,000‐                            470,000 376,000 11,553 82,447 17.5% 450,880 360,704 10,788 79,388 467,850 16,061 16,970 450,880 360,704 10,788 79,388 95.9%1542 Plantation HS Drywall/Ceilings 541,000‐                            541,000 429,798 20,294 90,908 16.8% 111,464 88,553 3,232 19,680 202,117 358,307 90,653 111,464 88,553 3,232 19,680 20.6%1544 Badia Sr Ctr @ Flagami Park 681,000‐                            681,000 544,800 26,113 110,087 16.2% 74,572 59,658 1,856 13,058 51,760 509,400 22,812 74,572 59,658 1,856 13,058 11.0%1545 Terminal C Orlando Airport 108,000‐                            108,000 86,400 4,258 17,342 16.1% 1,558 1,247 - 312 - 89,411 1,558 1,558 1,247 - 312 1.4%1546 Orlando Health St. Cloud Hospi 337,000‐                            337,000 269,600 13,404 53,996 16.0% 6,741 5,393 193 1,155 - 277,417 6,741 6,741 5,393 193 1,155 2.0%1548 Lakeview MS OCPS 77,851‐                            77,851 62,280 2,187 13,384 17.2% 37,842 30,273 586 6,982 - 33,608 37,842 37,842 30,273 586 6,982 48.6%1549 Marina Downtown Sanford 326,000‐                            326,000 260,800 7,432 57,768 17.7% 254,826 203,861 4,585 46,380 278,400 59,786 23,574 254,826 203,861 4,585 46,380 78.2%1550 SMA Healthcare Outpatient Bldg 237,000‐                            237,000 189,600 9,480 37,920 16.0% - - - - - 199,080 - - - - - - 0.0%1551 PILOT HOUSE CONDO 1,097,000‐                            1,097,000 877,600 43,880 175,520 16.0% - - - - - 921,480 - - - - - - 0.0%1552 TMRW Sports Broadcast Studio 850,000‐                            850,000 680,000 26,216 143,784 16.9% 766,111 612,889 22,861 130,361 718,319 70,467 47,792 766,111 612,889 22,861 130,361 90.1%1553 Sanders Park ES ‐ ACT Demo 30,657‐                            30,657 24,526 1,075 5,056 16.5% 3,009 2,408 (31) 633 30,657 23,224 27,648 3,009 2,408 (31) 633 9.8%1555 404 Citation Point Reroof 909,440‐                            909,440 727,552 36,178 145,710 16.0% 16,907 13,526 477 2,904 - 749,727 16,907 16,907 13,526 477 2,904 1.9%1556 The Boca Resort ‐ Resort and 1,092,753‐                            1,092,753 874,202 40,265 178,285 16.3% 275,339 220,272 7,569 47,499 324,107 686,627 48,768 275,339 220,272 7,569 47,499 25.2%1558 STIRLING ES 1,044,100‐                            1,044,100 835,280 35,833 172,987 16.6% 486,052 388,842 13,512 83,699 1,044,100 468,760 558,048 486,052 388,842 13,512 83,699 46.6%1559 SBLC ‐ Rimes ELC 48,000‐                            48,000 38,400 1,379 8,221 17.1% 35,752 28,602 890 6,261 48,000 10,288 12,248 35,752 28,602 890 6,261 74.5%1560 OCPS FIVE SITES HVAC 28,200‐                            28,200 22,560 1,128 4,512 16.0% - - - - - 23,688 - - - - - - 0.0%1562 Pines of Delray Condo 3,978,000‐                            3,978,000 3,182,400 158,732 636,868 16.0% 46,206 36,965 1,460 7,781 - 3,302,707 46,206 46,206 36,965 1,460 7,781 1.2%1563 Cooper City HS 276,080‐                            276,080 220,864 11,007 44,209 16.0% 5,709 4,567 193 949 - 227,112 5,709 5,709 4,567 193 949 2.1%1564 Del Webb û Montecito Club 31,900‐                            31,900 25,520 1,262 5,118 16.0% 1,256 1,005 36 215 31,900 25,741 30,644 1,256 1,005 36 215 3.9%1565 455 N County Rd 756,000 17,175                     773,175 618,540 27,757 126,878 16.4% 258,141 206,513 7,156 44,473 773,175 432,628 515,034 258,141 206,513 7,156 44,473 33.4%1566 NSA Orlando Deflorez Bldg 2,742,000‐                            2,742,000 2,193,600 109,668 438,732 16.0% 750 600 18 132 - 2,302,650 750 750 600 18 132 0.0%1567 MDC Padron Campus 1,383,360‐                            1,383,360 1,106,688 55,207 221,465 16.0% 10,375 8,300 287 1,788 - 1,153,308 10,375 10,375 8,300 287 1,788 0.7%1568 Hiawassee ES 213,900‐                            213,900 171,120 8,385 34,395 16.1% 4,278 3,423 - 856 - 176,082 4,278 4,278 3,423 - 856 2.0%1568‐1 Dillard Street ES 213,900‐                            213,900 171,120 8,385 34,395 16.1% 4,278 3,423 - 856 - 176,082 4,278 4,278 3,423 - 856 2.0%1569 Belle Glade ES 92,199‐                            92,199 73,759 3,688 14,752 16.0% - - - - - 77,447 - - - - - - 0.0%1570 USCG Ponce DeLeon 15,000 500,000                   515,000 412,000 20,495 82,505 16.0% 6,834 5,467 168 1,199 - 426,859 6,834 6,834 5,467 168 1,199 1.3%1571 TIA Airside A Gutter Repair 79,610‐                            79,610 63,688 2,853 13,069 16.4% 49,180 39,344 1,636 8,200 79,610 25,561 30,430 49,180 39,344 1,636 8,200 61.8%1572 FlaglerPalm Coast HS Softball 64,960‐                            64,960 51,968 2,598 10,394 16.0% - - - - - 54,566 - - - - - - 0.0%1573 OCPS Site 97 1,091,450‐                            1,091,450 873,160 43,658 174,632 16.0% - - - - - 916,818 - - - - - - 0.0%1574 Palm Greens Condo II ‐ 2 Bldgs 55,508‐                            55,508 43,777 1,429 10,302 18.6% 50,121 39,528 1,217 9,376 19,428 4,461 30,693 50,121 39,528 1,217 9,376 90.3%1575 Volusia County SOE 482,000‐                            482,000 385,600 19,278 77,122 16.0% 61 49 - 12 - 404,829 61 61 49 - 12 0.0%1576 New Res Hall ‐ Stetson Univ. 1,700,000‐                            1,700,000 1,360,000 68,000 272,000 16.0% - - - - - 1,428,000 - - - - - - 0.0%1578‐1 Stanton Energy Center 85,421‐                            85,421 68,337 3,417 13,667 16.0% - - - - - 71,753 - - - - - - 0.0%1579 MHS Pembroke Pines FSED 737,620‐                            737,620 590,096 29,505 118,019 16.0% - - - - - 619,601 - - - - - - 0.0%1580 The Victoria Condo 2,135,800‐                            2,135,800 1,708,640 85,432 341,728 16.0% - - - - - 1,794,072 - - - - - - 0.0%1581 Bellalago Academy Reroof 258,475‐                            258,475 206,780 10,339 41,356 16.0% - - - - - 217,119 - - - - - - 0.0%1582 McDanielÆs Ranch Roof Repair 132,000‐                            132,000 105,600 5,280 21,120 16.0% - - - - - 110,880 - - - - - - 0.0%1583 OC School for the Arts Compreh 3,340,000‐                            3,340,000 2,672,000 133,600 534,400 16.0% - - - - - 2,805,600 - - - - - - 0.0%1584 Manatee ES ‐ SDPBC 46,500‐                            46,500 37,200 1,860 7,440 16.0% - - - - - 39,060 - - - - - - 0.0%1585 Municipal Stadium Camera 348,000‐                            348,000 278,400 13,920 55,680 16.0% - - - - - 292,320 - - - - - - 0.0%1586 Independence MS 2,472,000‐                            2,472,000 1,977,600 98,880 395,520 16.0% - - - - - 2,076,480 - - - - - - 0.0%1587 HCA‐Woodmont Cath Lab Addition 147,300‐                            147,300 117,840 5,892 23,568 16.0% - - - - - 123,732 - - - - - - 0.0%1588 SBOC Three Points ES 748,500‐                            748,500 598,800 29,940 119,760 16.0% - - - - - 628,740 - - - - - - 0.0%Active Jobs 212,053,258 (13,030,430) 199,022,828 157,810,664 6,334,121 34,878,044 17.5% 104,080,443 82,206,953 2,553,935 19,319,555 112,220,064 79,383,896 3,527,635 11,667,257 54,962,518 43,621,154 1,234,487 10,106,877 52.1%Closed Jobs1342‐6 Deerfield Bch MS Bldg 8 & 85 906,067               687                           906,754 353,583 14,353 538,818 59.4% 906,754 353,583 14,353 538,818 906,754 (0) - - 456,102 21,569 2,197 432,336 100.0%1292‐4 McNicol MS Gym Roof 1,716,847            (500,969)                 1,215,878 645,311 23,642 546,926 45.0% 1,215,878 645,311 23,642 546,926 1,215,878 - - - 517,492 86,602 7,585 423,306 100.0%1342‐14 Atlantic Technical CollegeB24 660,495               (80,767)                    579,728 221,557 7,292 350,879 60.5% 579,728 221,557 7,292 350,879 579,728 0 - - 358,442 51,329 4,520 302,593 100.0%1343 Parkside Elementary School 1,478,000            (374,437)                 1,103,563 898,558 40,903 164,102 14.9% 1,103,563 898,558 40,903 164,102 1,103,563 - - - 120,361 - - 120,361 100.0%1354 Grind Hard 119,838               54                             119,892 71,406 3,038 45,448 37.9% 119,892 71,406 3,038 45,448 118,092 (0) 1,800 - - - - 100.0%1355 Sheridan Hills ES 1,832,000            (599,565)                 1,232,435 1,465,132 73,376 (306,073) -24.8% 1,232,435 1,465,132 73,376 (306,073) 1,227,435 - 5,000 97,541 128,561 13,038 (44,058) 100.0%1359 Tropical ES 120,000                ‐                            120,000 66,365 3,144 50,491 42.1% 120,000 66,365 3,144 50,491 120,000 - - - 30,318 - - 30,318 100.0%1362 FIU BBC Academic ll 192,683                ‐                            192,683 160,628 10,485 21,571 11.2% 192,683 160,628 10,485 21,571 192,683 - - - 5,200 - - 5,200 100.0%1367 Seminole County Justice Center 653,956               28,600                     682,556 415,617 20,703 246,236 36.1% 682,556 415,617 20,703 246,236 682,556 - - - 11,056 1,371 45 9,640 100.0%1376 St Cloud City Hall Lobby Addit 76,115                  6,823                       82,938 44,785 1,812 36,341 43.8% 82,938 44,785 1,812 36,341 82,938 (0) - - 17,642 1,500 40 16,102 100.0%1377 Water Springs MS Relief‐Site65 1,577,000            (604,587)                 972,413 772,798 43,123 156,492 16.1% 972,413 772,798 43,123 156,492 972,413 - - - - 750 (10) (740) 100.0%1384 Orchard View ES 2,092,000            (6,126)                      2,085,874 1,484,015 73,016 528,843 25.4% 2,085,874 1,484,015 73,016 528,843 2,085,874 - - - 5,857 5,750 483 (376) 100.0%1389 RCES Chiller Roof Replacement 284,320               73,141                     357,461 406,387 15,975 (64,901) -18.2% 357,461 406,387 15,975 (64,901) 345,379 - 12,082 15,156 17,230 3,416 (5,490) 100.0%1390 South Fork HS Athletic Facilit 1,013,887            (302,356)                 711,531 507,968 21,385 182,178 25.6% 711,531 507,968 21,385 182,178 711,531 0 0 475,602 308,928 15,809 150,864 100.0%1396 Garner ES Campus Remodel 1,189,894            (388,276)                 801,618 596,031 25,944 179,643 22.4% 801,618 596,031 25,944 179,643 801,618 0 0 3,805 4,711 388 (1,293) 100.0%1410 Park Springs ES 2,350,000            (1,027,097)              1,322,903 848,640 46,302 427,961 32.4% 1,322,903 848,640 46,302 427,961 1,322,903 - - - 266,055 11,568 426 254,061 100.0%Page 4319 of 6526 Revised Cost in Billings inOriginal Revised Estimated Estimated Excess ExcessContract Change Orders Contract Estimated Indirect Gross Revenues Cost of Indirect Gross Billed to Cost to Unbilled Unearned Revenues Cost ofIndirect Gross PercentJob # Construction Project Amount DPO's Amount Cost Allocation Profit Earned Revenues Allocation Profit Date Complete Revenue Revenue Earned Revenues Allocation Profit CompleteAtlas Apex Roofing LLCSchedule 3Contracts In Progress10/31/2024From Inception through October 31, 2024 10/31/2024 For the ten months ended October 31, 20241411 Tequesta Trace MS 3,464,000            (946,956)                 2,517,044 1,581,653 84,279 851,112 33.8% 2,517,044 1,581,653 84,279 851,112 2,503,044 - 14,000 16,504 14,446 1,125 933 100.0%1416 ECF Office Bldg Project 292,166                ‐                            292,166 178,153 5,941 108,072 37.0% 292,166 178,153 5,941 108,072 292,166 - - - 41,896 - - 41,896 100.0%1420 Water & Wastewater Facilities 371,570                ‐                            371,570 189,477 11,405 170,687 45.9% 371,570 189,477 11,405 170,687 371,570 (0) 0 153,713 19,549 858 133,306 100.0%1423 Winter Haven ES 21‐C ‐ DPO 1,763,000            (526,338)                 1,236,662 679,414 25,875 531,373 43.0% 1,236,662 679,414 25,875 531,373 1,236,662 - 0 186,346 15,786 727 169,832 100.0%1424 Gateway High School 3,878,000            (1,462,540)              2,415,460 1,871,987 72,276 471,197 19.5% 2,396,105 1,856,987 71,526 467,592 2,415,460 15,750 19,355 81,329 5,166 509 75,654 99.2%1425 Sawgrass ES 1,775,000            (623,277)                 1,151,723 676,157 26,205 449,361 39.0% 1,151,723 676,157 26,205 449,361 1,151,723 (0) - - 97,239 (67,543) (7,300) 172,082 100.0%1429 I‐4 Roof Replacement 1,679,700            22,096                     1,701,796 1,170,203 23,169 508,423 29.9% 1,701,796 1,170,203 23,169 508,423 1,701,796 - - - 498,675 207,714 313 290,648 100.0%1435 South Plantation HS 869,000               (216,680)                 652,320 478,729 14,010 159,580 24.5% 652,320 478,729 14,010 159,580 652,320 0 - - 53,731 32,942 1,544 19,246 100.0%1448 Nova Dwight D Eisenhower ES 238,525                ‐                            238,525 75,127 3,535 159,864 67.0% 238,525 75,127 3,535 159,864 238,525 0 - - 137,938 4,280 463 133,195 100.0%1452 DeLand Info Tech Roof Replace 549,700               66,788                     616,488 563,610 27,462 25,417 4.1% 616,488 563,610 27,462 25,417 616,488 - - - 44,958 55,113 10,518 (20,672) 100.0%1454 SDPBC Poinciana ES 156,675               1,667                       158,342 100,644 1,537 56,161 35.5% 158,342 100,644 1,537 56,161 158,342 - - - 40,561 6,419 171 33,970 100.0%1455‐1 Jupiter Town Hall 1,400,216            (397,460)                 1,002,756 529,509 15,119 458,128 45.7% 1,002,756 529,509 15,119 458,128 1,002,756 0 - - 772 - (33) 804 100.0%1458‐2 West Oaks ES 78,051                   ‐                            78,051 62,441 569 15,042 19.3% 78,051 62,441 569 15,042 78,051 0 - - 11,218 8,975 274 1,970 100.0%1458 Lakeview MS 4,947                    15,735                     20,682 1,951 67 18,665 90.2% 20,682 1,951 67 18,665 20,682 0 - - 18,742 398 0 18,343 100.0%1458‐3 Camelot ES 130,780                ‐                            130,780 53,897 2,085 74,799 57.2% 130,780 53,897 2,085 74,799 130,780 0 - - 59,424 426 10 58,988 100.0%1458‐7 OCPS 3 Schools Rooftop No's 122,500                ‐                            122,500 50,276 434 71,790 58.6% 122,500 50,276 434 71,790 122,500 0 - - 85,355 20,560 434 64,361 100.0%1460‐6 Miami Coral Park SHS 43,450                   ‐                            43,450 39,500 1,416 2,534 5.8% 43,450 39,500 1,416 2,534 43,450 (0) - - 43,450 39,500 1,416 2,534 100.0%1462 MDC N Campus Bldg 3000 1,638,581            170,690                   1,809,271 1,191,427 32,413 585,432 32.4% 1,809,271 1,191,427 32,413 585,432 1,809,271 (0) - - 289,164 2,690 250 286,223 100.0%1464 Westside Relief K‐8 BB 1,824,970            (547,639)                 1,277,331 687,949 1,115 588,267 46.1% 1,277,331 687,949 1,115 588,267 1,277,331 0 0 442,180 84,304 1,689 356,187 100.0%1466 Orange COunty Public Works 952,000 10,931                     962,931 746,043 26,228 190,661 19.8% 962,931 746,043 26,228 190,661 962,931 (0) 0 394,091 290,970 18,244 84,877 100.0%1465 Crystal Lake ES 285,640               32,727                     318,367 147,755 2,144 168,468 52.9% 318,367 147,755 2,144 168,468 318,367 (0) - - 71,562 18,149 455 52,958 100.0%1467 Foxman Justice Center Reroof 887,968 9,339                       897,307 888,837 26,637 (18,168) -2.0% 897,307 888,837 26,637 (18,168) 897,307 (0) 0 28,261 36,157 575 (8,471) 100.0%1470 BCS ‐ IMP EST ROOF 2,804,590 (627,984)                 2,176,606 1,308,499 34,472 833,635 38.3% 2,176,606 1,308,499 34,472 833,635 2,176,606 (0) - - 584,027 20,239 197 563,591 100.0%1472 North Andrews Garden ES 2,859,000 (664,632)                 2,194,368 1,168,588 30,430 995,350 45.4% 2,194,368 1,168,588 30,430 995,350 2,194,368 (0) - - 288,782 217,629 5,663 65,490 100.0%1474 Turie T Small ES 1,334,500 (411,222)                 923,278 672,066 9,887 241,326 26.1% 923,278 672,066 9,887 241,326 923,278 0 - - 371,501 283,274 4,240 83,986 100.0%1480 Apollo ES 2,676,555 (846,132)                 1,830,423 1,430,788 36,525 363,109 19.8% 1,830,423 1,430,788 36,525 363,109 1,830,423 (0) - - 117,355 95,113 698 21,543 100.0%1496 Solid Waste Authority of PB 50,000 59,039                     109,039 51,935 1,060 56,044 51.4% 109,039 51,935 1,060 56,044 109,039 - - - 91,683 38,050 776 52,856 100.0%1507 Swire Temp Business Center 138,000‐                            138,000 112,812 3,860 21,328 15.5% 138,000 112,812 3,860 21,328 138,000 - - - 138,000 112,812 3,860 21,328 100.0%1524 The Boca Raton ‐ Sadelle's 39,750‐                            39,750 47,751 1,750 (9,751) -24.5% 39,750 47,751 1,750 (9,751) 39,750 - - - 39,750 47,751 1,750 (9,751) 100.0%1527‐S Palm Bch County ‐ Term Service 10,496 23,062                     33,558 18,957 624 13,977 41.7% 37,192 21,010 726 15,456 33,558 (2,156) 3,635 37,192 21,010 726 15,456 110.8%1535 The Boca Raton ‐ Breezeway Doo 57,450‐                            57,450 49,695 1,442 6,314 11.0% 57,450 49,695 1,442 6,314 57,450 - - - 57,450 49,695 1,442 6,314 100.0%1536 The Boca Raton ‐ Valencia Ceil 89,075 110,775                   199,850 177,712 6,474 15,663 7.8% 199,850 177,712 6,474 15,663 199,850 0 - - 199,850 177,712 6,474 15,663 100.0%Closed Jobs48,728,958 (10,522,886) 38,206,073 25,962,319 954,938 11,288,815 29.5% 38,190,353 25,949,372 954,291 11,286,689 38,173,191 13,594 36,517 19,355 7,103,328 2,499,156 106,007 4,498,164 100.0%Service Jobs1207SBBC 19‐042C Roofing Svcs 259,700               (3,416)                      256,284 200,345 10,480 45,459 17.7% 256,284 200,345 10,480 45,459 255,480 - 803 - - - - 100.0%1275 OCPS Roof Svcs ITB1904095 3,096,953             ‐                            3,096,953 2,590,052 125,480 381,421 12.3% 3,071,666 2,569,786 124,466 377,414 3,017,669 21,279 53,998 (23,763) 16,684 (843) (39,605) 99.2%1292 SBBC FY2‐130 Const Serv Minor Proj 5,660,514            (940,821)                 4,719,693 2,620,917 111,906 1,986,870 42.1% 4,719,693 2,620,917 111,906 1,986,870 4,719,387 (0) 305 142,282 35,152 907 106,223 100.0%1388 OUC Term Contract 319,800               207,253                   527,053 339,339 13,097 174,617 33.1% 475,585 309,543 11,608 154,435 527,053 31,286 51,468 - - - - 91.2%1453‐4 Red Bug Lake park 1,528                     ‐                            1,528 1,222 61 244 16.0% - - - - 1,528 1,283 1,528 - - - - 0.0%1453‐5 Health Dept Sandford Site 1,528                     ‐                            1,528 1,222 61 244 16.0% - - - - 1,528 1,283 1,528 - - - - 0.0%1501 1098 SW 13 PLACE0 20,000 681 (20,681) 0 9,042 133 (9,175) 0 11,506 0 0 3,923 133 (4,056) 45.2%CON2023 Concrecel USA Site Maint 6,723                    578,538                   585,262 532,185 17,309 35,767 6.1% 585,262 532,185 17,309 35,767 585,262 - - - 61,411 3,411 5,312 52,688 100.0%CON2024 Concrecel USA Site Maint945,315 1,010,607 - (65,293) -6.9% 945,315 1,010,607 - (65,293) 945,315 - - - 945,315 1,010,607 - (65,293) 100.0%SV2024 SV2024 FL Service T&M E Coast288,346 887,793 12,264 (611,711) -212.1% 288,346 887,793 12,264 (611,711) 288,346 - - - 288,346 887,793 12,264 (611,711) 100.0%SV24‐1000 Camden Living ‐ Maint. & Serv. 33,833                  233,527 233,956 - (429) -0.2% 233,527 233,956 - (429) 233,527 - - - 233,527 233,956 - (429) 100.0%SV24‐1001 Williamson Design Associates 14,206                  14,206 15,257 - (1,051) -7.4% 14,206 15,257 - (1,051) 14,206 - - - 14,206 15,257 - (1,051) 100.0%SV24‐1002 JLL/Assurant Service Contract 12,146                  12,146 9,717 412 2,018 16.6% 1,858 1,486 - 372 12,146 8,642 10,288 1,858 1,486 - 372 15.3%SV24‐1003 Palm Greens Condo Repairs 16,025                  16,025 9,717 - 6,308 39.4% - - - - 2,850 9,717 2,850 - - - - 0.0%SV2023 2023 FL Service T&M E. Coast 11,639                  197,182                   208,820 225,219 8,609 (25,008) -12.0% 208,820 225,219 8,609 (25,008) 208,820 - - - 4,113 (74,108) 4,263 73,959 100.0%9,434,595 38,736 10,906,685 8,697,548 2,210,236 24,486,407 224.5% 10,800,561 8,616,136 296,775 1,887,651 10,813,117 112,185 128,140 106,371 1,667,294 2,134,161 22,036 (488,903) 99.1%2023 Prior Year closed jobs 188,473 233,943 (45,470) 188,473 233,943 - (45,470) 188,473 - - - 188,473 233,943 - (45,470) 100.0%- - 188,473 233,943 (45,470) 188,473 233,943 - (45,470) 188,473 - - - 188,473 233,943 - (45,470) 100.0%270,216,812 (23,514,580) 248,324,058 192,704,474 9,499,295 70,607,796 28.4% 153,259,830 117,006,404 3,805,001 32,448,424 161,394,844 79,509,675 3,692,293 11,792,983 63,921,612 48,488,415 1,362,530 14,070,667 22.0%Page 4320 of 6526 Page 4321 of 6526 Page 4322 of 6526 Page 4323 of 6526 Page 4324 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County hasimplementeda process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Page 4325 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 10 10 10 10 10 10 10 10 10 10 100 Page 4326 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 10 10 10 10 10 10 10 10 10 10 Page 4327 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24-8312 - Roof Replacement Contractors Atlas Apex Roofing, LLC Henry Gembala Chuck Coffman CORE Construction OCCC - West Campus Reroof $11,900,000 09/2019 chuckcoffman@coreconstruction.com 407-955-1072 10 10 10 10 10 9 9 10 10 10 Page 4328 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 24-8312 - Roof Replacement Contractors Atlas Apex Roofing, LLC Henry Gembala Jeriel Rodriguez Lego Construction Co. Pinewood ES - Roof Replacement 03/2020 $2,150,000.00 jrodiguez@legocc.com 347-951-2648 10 10 10 10 10 10 10 10 10 10 Page 4329 of 6526 Page 4330 of 6526 Page 4331 of 6526 Page 4332 of 6526 Page 4333 of 6526 State of Florida Department of State I certify from the records of this office that ATLAS APEX ROOFING,LLC is a limited liability company organized under the laws of the State of Florida,filed on May 3,2012,effective May 3,2012. The document number of this limited liability company is L12000059805. I further certify that said limited liability company has paid all fees due this office through December 31,2025,that its most recent annual report was filed on January 14,2025,and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fourteenth day of January, 2025 Tracking Number:9523064721CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 4334 of 6526 Page 4335 of 6526 Page 4336 of 6526 December 13, 2024 RE: Atlas Apex Roofing, LLC FOR: Surety Bonding Letter To Whom it May Concern, This is to advise you that our office provides Bid, Performance, and Payment Bonds for Atlas Apex Roofing, LLC. Their surety is Atlantic Specialty Insurance Company, which carries an AM Best Rating of A+ XV and is listed in the Department of the Treasury’s Federal Register with an underwriting limitation of $78,969,000.00. The home office address is One State Street Plaza Floor 31, New York, New York 10004. Based upon normal and standard underwriting criteria at the time of the request, we should be in a position to provide a Performance and Payment Bonds in the amount of $25,000.000.00 for a single project and at the bonding capacity in excess of $75,000,000.00 . We obviously reserve the right to review final contractual documents, bond forms and obtain satisfactory evidence of funding prior to final commitment to issue bonds, and we cannot assume liability to any third party, including you, if we do not execute said bonds Atlas Apex Roofing, LLC is an excellent contractor and we hold them in highest regard. We are extremely confident in our contractor and encourage you to offer them an opportunity to execute any upcoming projects. This letter is not an assumption of liability, nor is it a bid or performance and payment bond. It is issued only as a bonding reference requested by our respected client. If you should have any questions, please do not hesitate to give me a call. Sincerely, Brett Rosenhaus Surety Bonding Agent Acrisure.com / Southeast Region 1000 Central Avenue #200 St. Petersburg, FL 33705 Page 4337 of 6526 3rd December 2024Page 4338 of 6526 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 9/18/2024 Acrisure Southeast Partners Insurance Services,LLC Acrisure Southeast Trust P.O.Box 738516 Dallas TX 75373-8516 Jalen Belle-Walker 800-845-8437 License#:BR-1796553 Greenwich Insurance Company 22322 ATLAAPE-03 Starr Indemnity &Liability Company 38318AtlasApexRoofingLlc 281 NE 32 St Ft Lauderdale FL 33334 Bridgefield Casualty Insurance Company 10335 XL Insurance America,Inc.24554 Continental Casualty Company 20443 181158620 A X 2,000,000 X 300,000 10,000 2,000,000 4,000,000 X CGS7429197-01 10/1/2024 10/1/2025 4,000,000 A 2,000,000 X X X CAS7429198-01 10/1/2024 10/1/2025 PIP 10,000 B X X 5,000,000100058863424110/1/2024 10/1/2025 5,000,000 X 0 PCO Aggregate 5,000,000 C X196-58902 10/1/2024 10/1/2025 1,000,000 1,000,000 1,000,000 D E $5M X $5M Excess Liability Installation Floater US00131980LI24A 5099685837 10/1/2024 10/1/2024 10/1/2025 10/1/2025 Per Occ/Aggregate Per Job/Aggregate $5000000/$5000000 $1000000/$20000000 "For Bidding Purposes Only" USA Page 4339 of 6526 Page 4340 of 6526 Page 4341 of 6526 Page 4342 of 6526 Page 4343 of 6526 Page 4344 of 6526 Page 4345 of 6526 Page 4346 of 6526 Page 4347 of 6526 Page 4348 of 6526 Page 4349 of 6526 Page 4350 of 6526 Page 4351 of 6526 Page 4352 of 6526 Page 4353 of 6526 Page 4354 of 6526 Page 4355 of 6526 Page 4356 of 6526 Page 4357 of 6526 Page 4358 of 6526 Page 4359 of 6526 Page 4360 of 6526 Page 4361 of 6526 Page 4362 of 6526 Page 4363 of 6526 Page 4364 of 6526 Page 4365 of 6526 Page 4366 of 6526 Page 4367 of 6526 Page 4368 of 6526 Page 4369 of 6526 Page 4370 of 6526 Page 4371 of 6526 Page 4372 of 6526 Page 4373 of 6526 Page 4374 of 6526 Page 4375 of 6526 Page 4376 of 6526 Page 4377 of 6526 Page 4378 of 6526 Page 4379 of 6526 Page 4380 of 6526 Page 4381 of 6526 Page 4382 of 6526 Page 4383 of 6526 Page 4384 of 6526 Page 4385 of 6526 Page 4386 of 6526 Page 4387 of 6526 Page 4388 of 6526 Page 4389 of 6526 Page 4390 of 6526 Page 4391 of 6526 Page 4392 of 6526 Page 4393 of 6526 Page 4394 of 6526 Page 4395 of 6526 Page 4396 of 6526 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 9/25/2025 Acrisure Southeast Partners Insurance Services LLC 1317 Citizens Blvd Leesburg FL 34748 Victorria Gentry 800-845-8437 vigentry@Acrisure.com License#:BR-1796553 Greenwich Insurance Company 22322 ATLAAPE-03 Starr Indemnity &Liability Company 38318ApexRoofingUSALLC Atlas Apex Roofing LLC 281 NE 32 St Ft Lauderdale FL 33334 Bridgefield Casualty Insurance Company 10335 XL Insurance America,Inc.24554 The Continental Insurance Company 35289 596380686 A X 2,000,000 X 300,000 10,000 2,000,000 4000000/2000000 X Y CGS7429197-02 10/1/2025 10/1/2026 4,000,000 A 2,000,000 X X X CAS7429198-02 10/1/2025 10/1/2026 PIP 10,000 B X X 5,000,000100058863425110/1/2025 10/1/2026 5,000,000 X 0 C X196-58902 10/1/2025 10/1/2026 1,000,000 1,000,000 1,000,000 D E $5M X $5M Excess Liability Installation Floater US00131980LI25A 5099685837 10/1/2025 10/1/2025 10/1/2026 10/1/2026 Per Occ/Aggregate Per Job/Aggregate $5000000/$5000000 $1000000/$20000000 Collier County Board of County Commissioners is included as additional insured for General Liability as required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 Page 4397 of 6526 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [CLAYTON CONTRACTING OF SWFL, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors RESPONSE DEADLINE: February 24, 2025 at 3:00 pm Report Generated: Tuesday, February 25, 2025 Clayton Contracting of SWFL, LLC Response CONTACT INFORMATION Company: Clayton Contracting of SWFL, LLC Email: vito@claytoncontractingswfl.com Contact: Vito Spinella Address: 3315 NW 1st Street Cape Coral, FL 33993 Phone: (239) 258-1759 Website: www.claytoncontractingswfl.com Submission Date: Feb 24, 2025 2:55 PM (Eastern Time) Page 4398 of 6526 [CLAYTON CONTRACTING OF SWFL, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [CLAYTON CONTRACTING OF SWFL, LLC] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Invitation for Qualification (IFQ) Instructions Form* Invitation for Qualification (IFQ) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions.* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed 5. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. Collier_BOCC_IFQ_24-8312.pdf Page 4399 of 6526 [CLAYTON CONTRACTING OF SWFL, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [CLAYTON CONTRACTING OF SWFL, LLC] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 3 6. City Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_-_Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2_-_Conflict_of_Interest.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_-_Immigration_Affidavit.pdf REFERENCE QUESTIONNAIRE (FORM 4)* Form_4_-_References.pdf GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* 24-8312_FPP_FEMA_10.1.24.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)** http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Screenshot_2025-02-24_at_12.03.53_PM.png Letter_of_Good_Standing.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. MOUforEVerifyEmployer.pdf W-9 FORM* CCSWFL_W9_-_2025_(2).pdf Page 4400 of 6526 [CLAYTON CONTRACTING OF SWFL, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [CLAYTON CONTRACTING OF SWFL, LLC] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 4 SIGNED ADDENDUMS (IF APPLICABLE) No response submitted MISCELLANEOUS DOCUMENTS Roofing_-_2024.pdf GC_-_2024.pdf SBLC-SBEP-Verification_Letter_Clayton_Contracting_of_SWFL_LLC.pdf Page 4401 of 6526 INVITATION FOR QUALIFICATIONS (IFQ) FOR ROOF REPLACEMENT CONTRACTORS SOLICITATION NO. 24-8312 Page 4402 of 6526 1: COVER LETTER / MANAGEMENT SUMMARY February 24, 2025 Collier County Board of County Commissioners Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112-4901 RE: Invitation For Qualifications (IFQ) For Roof Replacement Contractors, Solicitation No. 24-8312 Dear Members of the Selection Committee, We are honored to submit our firm’s qualifications for the solicitation for Roof Replacement Contractors. Clayton Contracting of SWFL, LLC is a local, qualified, and highly capable construction firm specializing in all facets of commercial roofing and exterior construction. Our extensive experience, coupled with our proven track record, uniquely positions us to contribute to the success of Collier County’s future projects. At Clayton Contracting, we understand the unique challenges and requirements associated with municipal facilities construction and management, and our team is well-equipped to navigate the intricacies of managing complex projects within the sector. Understanding the importance of effective communication and collaboration, we prioritize a client-centric approach. Our team works closely with stakeholders to ensure that project goals align with the client’s vision and objectives. We greatly appreciate your time in considering our qualifications. Sincerely, Vito Spinella, President Cellular: (239) 2587-1759 Email: Vito@ClaytonContractingSWFL.com Vito Spinella will be the authorized contact person regarding this proposal. Clayton Contracting of SWFL, LLC - IFQ No. 24-8312 Page 4403 of 6526 2: BUSINESS PLAN I. Acknowledge a scope of work and how the proposer will complete that scope of work, using a sample project. A. Sample project: North Fort Myers Recreation Center - Metal Roof Replacement B. Our team specializes in occupied environments and complex facility projects. A great example of this was a recently completed reroofing project at the North Fort Myers Recreation Center, located in Lee County. Our team started with a kickoff meeting, with the client facilities manager, client site supervisor, and Clayton project staff. During the kickoff meeting, all parties discussed important project specific topics such as: schedule, working hours, material lay-down areas, deliveries, and non-working or “blackout times” that the roofing personnel would not be working to allow the facility to operate as it normally would. C. The next step in a successful project is coordinating with our internal project staff. After the kickoff meeting with the client, our project staff holds an internal meeting to include the project executive, project manager, estimator, and field supervision staff to go over the facilities specific needs during the project. During this meeting, equipment and material needs are discussed and plans put in place to begin the work. D. During completion of the roofing project, Clayton’s project manager keeps the client stakeholders informed at all times. Weekly progress reports are shared including schedule updates, safety planning, and milestones that are being met. On this specific project, a log of individuals onsite and visitor is kept and shared with the client staff to ensure full transparency and security of the facility. E. Lastly, a thorough walk through with the client team upon completion of the project is held. During this walk through, the client has the opportunity to visually inspect and note any requests for punch list items. Permit inspection reports and manufacturer inspection reports (if applicable) are also reviewed with the client team to ensure all warranty and closeout needs are met. F. As a result of the processes in place as listed above, the end product is a successfully completed project, with an extremely satisfied client, leading to another improved facility for years to come. II. List all proposed subcontractors who may participate in the project. A. Clayton Contracting of SWFL, LLC is a full service roofing firm and will not be utilizing subcontractors for our projects. In the event a subcontractor is required for Mechanical, Electrical, Plumbing, Fire or other, Clayton Contracting will work with the Client to select a suitable subcontractor. Clayton Contracting of SWFL, LLC - IFQ No. 24-8312 Page 4404 of 6526 III. Please describe how your company typically prioritizes projects when multiple requests are coming in simultaneously. A. At Clayton Contracting, our municipal clients take priority over all other sectors, due to the importance of critical infrastructure projects, including but not limited to: fire stations, penitentiaries, community development facilities, public works, water treatment plants, parks and recreation, and more. During a high-request period, a dedicated project team is assigned to our public facility clients to ensure all needs are being met for Collier County BOCC, Regardless of the demand. IV. Describe how your company typically manages project workloads when demand exceeds current staffing levels. A. Due to our flexible company size and dynamic relationships, Clayton Contracting has the ability to provide the project staff to support any project size. Whether a small warranty repair, or multi-million dollar capital project, the team at Clayton Contracting will ensure the project is done to exceed Client’s expectations. V. Provide your approach in coordinating a project that exceeds one hundred thousand dollars ($100,000). A. Coordinating a project that exceeds $100,000 would typically involve reroofing of a building, or multiple buildings. This involves thorough communication between Clayton’s project team and the client project management staff, to ensure the needs of the project are met. Typically, weekly Owner, Architect/Engineer, Contractor meetings are held to review progress and milestones achieved. Manufacturer progress inspections are also held to make sure the material manufacturer is kept informed and involved in the project throughout completion. Lastly, project reports are updated on a weekly basis to keep the client informed of schedule status, RFI’s / ASI’s, safety reports, AHJ inspections, and warranty updates. VI. Provide a sample schedule, with milestones for a project that exceeds one hundred thousand dollars ($100,000). A. Week 1: Estimating and In-Person Scope Review B. Week 2-3: Schedule Development, Permitting, & Material Ordering C. Week 4: Project Kickoff Meeting D. Week 5: Begin Work E. Weeks 6-10: Work-In-Progress F. Week 11-12: Project Completion Walk, Final Inspections, & Close-out. G. Week 13: Deliver Closeout Package, Warranties, and Final Pay Application. Clayton Contracting of SWFL, LLC - IFQ No. 24-8312 Page 4405 of 6526 3: EXPERIENCE AND CAPACITY OF THE FIRM I. Provide information outlining the qualifications and process of the roofing contractor's subcontractors to deliver the required services, including their abilities, capacity, skills, financial strength, and years of experience. A. Clayton Contracting of SWFL, LLC is a full service commercial roofing firm, specializing in public sector contracts and serving municipal and government clients such as Collier County BOCC. Our highly experienced team of roofing professionals is trained to execute each project with a high level of detail and professionalism, maximizing efficiency and meeting our clients goals for the project. II. Describe the various team members of the Contractor who consistently deliver successful projects on time and within budget. Provide at least one (1) example. A. Zachary Bailey - Lee County Terry Park Soffit / Fascia Repairs - Worked with Facility Staff to ensure work did not interfere with baseball games, crews worked off hours to complete the scope of work. B. Abraham Gonzalez - Lee Health Physical Therapy Building - used scaffolding and pedestrian barricades to ensure safety of the public and facility staff was kept throughout all times of the project. III. Please provide proof that your company is licensed and insured in the State of Florida. A. Certified Roofing Contractor - CCC1334336 B. Certified General Contractor - CGC1531977 C. Insurance - Clayton Contracting Meets Collier County BOCC’s insurance requirements and upon award of any contract will provide certificates of insurance within (5) working days. D. Bonding - Clayton Contracting of SWFL can attain single project bonding upwards of $7MM. E. See attachments for License Certificates IV. Identify the number of industry awards and recognitions received by the company from peer groups such as the National Roofing Contractors Association or similar organizations. A. Member - Lee Building Industry Association B. Member - Cape Coral Building Industry Association C. Member - National Roofing Contractors Association Clayton Contracting of SWFL, LLC - IFQ No. 24-8312 Page 4406 of 6526 V. The County requests that the vendor submits no fewer than five (5) and no more than ten (10) completed reference forms from clients during the past 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. References may be a combination of municipal, commercial, and/or residential, with no more than two (2) references being residential. References need to demonstrate that work has been performed on both single and multi story structures. A. Egret Condominium Parapet Repairs 1. Commercial - 8 Story B. Pearle Vision Roof Repairs 1. Commercial - 1 Story C. Crossfit Salvation New Building 1. Commercial - 1 Story D. North Fort Myers Recreation Center Metal Roof 1. Commercial - 1 Story Multi-Building E. Ding Darling Visitor Center Standing Seam Metal Roof 1. Commercial - 2 Story VI. Provide a list of owned and/or leased equipment and machinery to demonstrate the Contractor ’s ability to perform the work. VII. A. 2022 Chevrolet Silverado 1500 B. 2021 Chevrolet Silverado 2500 C. 2023 Chevrolet Silverado 3500 D. 2024 Chevrolet Silverado 3500 E. 2024 Ford F-350 F. Hyundai Forklift G. 2023 BigTex Dump Trailer H. 2023 Enclosed Trailer I. 2023 Load Trail Dump Trailer J. 2024 BigFoot Trailer K. 2024 John Deere 325G L. Tie Down Engineering Platform Hoist M. NTM Gutter Machine N. NTM Portable Roll Former (Standing Seam Panels) O. 6,000SF Enclosed Warehouse & 10 Acre Storage Clayton Contracting of SWFL, LLC - IFQ No. 24-8312 Page 4407 of 6526 VIII. Please list the manufacturers to whom your firm is authorized and approved for warranty repair and installation. A. GAF B. Carlisle C. Petersen PAC Clad D. Dur-O-Last E. Drexel Metals F. Sentrigard G. Johns Manville (Pending Applicator Certification) H. Fibertite (Pending Applicator Certification) Clayton Contracting of SWFL, LLC - IFQ No. 24-8312 Page 4408 of 6526 4: SPECIALIZED EXPERTISE OF TEAM I. Description of the proposed contract team and the specific roles of each member. A. Vito Spinella - Project Executive / Principal In-Charge B. Zachary Bailey - Project Manager C. Nathan Rentas - Estimator D. Guillermo Jiatz - General Superintendent E. Abraham Gonzalez - General Superintendent F. Parker Safford - Safety G. Andrew Walker - Schedule Coordinator H. Christina Spinella - Executive Accountant II. Attach brief resumes of all proposed project team members who will be involved in managing the overall services and as well as the delivery of specific services. A. Vito Spinella - Project Executive 1. As the Owner & License holder of Clayton Contracting, Vito is responsible for the daily oversight and coordination of all operations. Prior to incorporating Clayton Contracting in 2022, Vito worked as a project manager for several commercial roofing & construction management firms in Fort Myers for over 10 years. This helped him develop his leadership and hone his skill set in the roofing industry and drive the ultimate success of Clayton Contracting. 2. Vito is available for all clients to contact, any time 24/7 to support our clients needs. 3. Project Experience: Lee Health Rehabilitation ReRoofing, North Fort Myers High School ReRoof, Cypress Lake High School & Performing Arts ReRoof, Edgewood Elementary Standing Seam Metal Roof, University Academy Roof Replacement. Clayton Contracting of SWFL, LLC - IFQ No. 24-8312 Page 4409 of 6526 B. Zachary Bailey - Project Manager 1. Zachary started in the construction industry as a surveyor, working for several years and then became a surveyor for a local commercial roofing firm. During his tenure, Zachary learned the facets of all roofing systems, the importance of every detail of each individual system, and the complex needs of servicing public sector facilities such as Collier County BOCC. Zachary’s best skill set in his position is ensuring complete transparency and thorough communication with the client team, and ensuring the staff onsite meet the needs of our Client. 2. Project Experience: North Fort Myers Recreation Center, Island Coast High School Roof Repairs, Edgewood Elementary Standing Seam Metal Roof, Ding Darling Visitor Center. C. Guillermo Jiatz - General Superintendent 1. Boasting almost 25 years of commercial roofing experience, Guillermo has a thorough working knowledge of each roofing system, including Tile, Metal, TPO, and Modified Bitumen. Guillermo started as a helper and worked his way up to lead foreman working for several local roofing firms. Guillermo works closely with Clayton’s project management staff and field employees to ensure the specific needs of each project are met. 2. Project Experience: Mirage on the Gulf Marco Island, Bay Colony Golf & Beach Club, Collier County Building G, and Bonita Springs Recreation Center, Fountain Condominiums. III. Attach resumes for any sub-vendors and include letters of intent from these sub-vendors with the proposal submission. A. Clayton Contracting of SWFL, LLC is a full service roofing firm and will not be utilizing subcontractors for our projects. In the event a subcontractor is required for Mechanical, Electrical, Plumbing, Fire or other, Clayton Contracting will work with the Client to select a suitable subcontractor. Clayton Contracting of SWFL, LLC - IFQ No. 24-8312 Page 4410 of 6526 5: WORKLOAD Project Client % Complete Est. Completion Date Contract Amount Tropicana Mall ReRoof LandQwest CRE 25% 4/1/25 $370,000 Oak Hammock MS Gutters Lee County Schools 50% 3/1/25 $28,000 Edgewood ES HVAC Buildings Target Builders CM 0% 8/1/25 $180,000 Cape Coral South RO Plant Johnson-Laux / City of Cape Coral 0% 8/1/25 $130,000 Cape Coral Everest RO Plant Johnson-Laux / City of Cape Coral 0% 9/1/25 $165,000 Cape Coral Pump Station #5 Roof Replacement Johnson-Laux / City of Cape Coral 0% 9/1/25 $65,000 East Lee High School Roof Replacement Lee County Schools 0% TBD TBD Lee Civic Center Pavilion ReRoof Lee County BOCC 0% TBD TBD Clayton Contracting of SWFL, LLC - IFQ No. 24-8312 Page 4411 of 6526 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 and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 24th day of February, 2025 in the County of LEE, in the State of Florida. Firm’s Legal Name: Clayton Contracting of SWFL, LLC Address: 3315 NW 1st ST City, State, Zip Code: Cape Coral, FL 33993 Florida Certificate of Authority Document Number FEIN 88-2678322 Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ CAGE Code 02Q75 Telephone: (239) 312-5713 Email: info@claytoncontractingswfl.com Signature by: (Typed and written) Vito Spinella Title: President Page 4412 of 6526 Additional Contact Information Send payments to: (required if different from above) SAME Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) SAME Contact name: Title: Address: City, State, ZIP Telephone: Email: Page 4413 of 6526 Page 4414 of 6526 Page 4415 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 24-8312 Reference Questionnaire for: Clayton Contracting of SWFL, LLC (Name of Company Requesting Reference Information) Vito Spinella (Name of Individuals Requesting Reference Information) Name: Jackson Elliott (Evaluator completing reference questionnaire) Company: Greystone LLC (Evaluator’s Company completing reference) Email: Jackson@greystoneswfl.com FAX: Telephone: 239-470-4788 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Egret Condominiums Parapet Repair Completion Date: 3/18/2024 Project Budget: $395,000.00 Project Number of Days: 120 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 Page 4416 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 24-8312 Reference Questionnaire for: Clayton Contracting of SWFL, LLC (Name of Company Requesting Reference Information) Vito Spinella (Name of Individuals Requesting Reference Information) Name: Susan Erker (Evaluator completing reference questionnaire) Company: Pearle Vision (Evaluator’s Company completing reference) Email: erkerseyes@gmail.com FAX: Telephone: 314-973-3213 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Pearle Vision Roof Repairs Completion Date: 1/20/2023 Project Budget: $28,000.00 Project Number of Days: 6 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 Page 4417 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 24-8312 Reference Questionnaire for: Clayton Contracting of SWFL, LLC (Name of Company Requesting Reference Information) Vito Spinella (Name of Individuals Requesting Reference Information) Name: Stephen Strickland (Evaluator completing reference questionnaire) Company: Strickland Amusements (Evaluator’s Company completing reference) Email: stricklandatm@yahoo.com FAX: Telephone: 239-848-6383 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Crossfit Salvation New Building Completion Date: 12/20/2024 Project Budget: $1,200,000.00 Project Number of Days: 400 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 Page 4418 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 24-8312 Reference Questionnaire for: Clayton Contracting of SWFL, LLC (Name of Company Requesting Reference Information) Vito Spinella (Name of Individuals Requesting Reference Information) Name: Justin Simonetti (Evaluator completing reference questionnaire) Company: Target Builders Construction Management, Inc. (Evaluator’s Company completing reference) Email: justin@targetbuilders.com FAX: Telephone: 239-244-7962 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: North Fort Myers Recreation Center New Metal Roof Completion Date: 8/18/2024 Project Budget: $87,000 Project Number of Days: 60 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 Page 4419 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 24-8312 Reference Questionnaire for: Clayton Contracting of SWFL, LLC (Name of Company Requesting Reference Information) Vito Spinella (Name of Individuals Requesting Reference Information) Name: Blaise Giron (Evaluator completing reference questionnaire) Company: MCA LLC (Evaluator’s Company completing reference) Email: bgiron@mca-llc.com FAX: Telephone: (985) 517-5480 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Ding Darling Visitor Center Standing Seam Metal Roof Completion Date: 12/10/2024 Project Budget: $380,000 Project Number of Days: 90 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 Page 4420 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1 11/24 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 County 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 Page 4421 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2 11/24 Access to Records: 1) The contractor agrees to provide the County, the Florida Department of Emergency Management, 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 section 1225 of 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. Buy Clean: The County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, the County encourages that the performance of this agreement includes considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The County must obtain written permission from Department of Homeland Security prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. 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. Domestic Preference for Procurements: The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. For purposes of this section: ‘‘Produced in the United States’’ means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA): FEMA Public Assistance Funding is not subject to Buy America preference pursuant the following guidance: Programs and Definitions: Build America, Buy America Act | FEMA.gov License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the County data first produced in the performance of this contract and data Page 4422 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3 11/24 required by the contract but not first produced in the performance of this contract in formats acceptable by the County. 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. Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause – (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing — (i). A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (3) Reporting requirement. Page 4423 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4 11/24 (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Providing Good, Safe Job to Workers: Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Socioeconomic Contracting: The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure small businesses, minority businesses, women’s business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible. Such consideration means: (1) These business types are included on solicitation lists; (2) These business types are solicited whenever they are deemed eligible as potential sources; (3) Dividing procurement transactions into separate procurements to permit maximum participation by these business types; (4) Establishing delivery schedules (for example, the percentage of an order to be delivered by a given date of each month) that encourage participation by these business types; (5) Utilizing organizations such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring a contractor under a Federal award to apply this section to subcontracts. 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 Page 4424 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5 11/24 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. Contractors must sign and submit a debarment certification to the County with each bid or offer. See Certifications and Assurances and the end of this document. Procurement of Recovered Materials (§200.323) (Over $10,000): 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. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines webpage: Comprehensive Procurement Guideline (CPG) Program | US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Termination for Cause and Convenience (over $10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the County who in turn will forward the certification(s) to the federal agency. Contractors must sign and submit a lobbying certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (CWHSSA) (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). Compliance with the Contract Work Hours and Safety Standards Act. (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 (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the Page 4425 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 6 11/24 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 watchpersons and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $32 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 (b)(1). (3) Withholding for unpaid wages and liquidated damages— (i) Withholding Process. The County may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b) on this contract, 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 that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or (b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs (b)(1) through (5) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: Page 4426 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 7 11/24 (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part.” Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker’s correct classification(s) of work performed; hourly rates of wages paid; daily and weekly number of hours actually worked; deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job.” 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. 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. Page 4427 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 8 11/24 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, Page 4428 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 9 11/24 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 Page 4429 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 10 11/24 Compliance with Federal Law, Regulations, And Executive Orders and Acknowledgement of Federal Funding 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 _____________________________________ Date __________________ Authorized Signature ___________________________________________________________ Page 4430 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 11 11/24 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 ___________________________________________________________________ By: ________________________________________________________________ Signature ___________________________________________________________________ Name and Title ___________________________________________________________________ Street Address ___________________________________________________________________ City, State, Zip ___________________________________________________________________ UEI Unique Entity Identifier (for SAM.gov verification) ___________________________________________________________________ Date Sub-Recipient Name: Collier County Board of County Commissioners DEM Contract Number: TBD FEMA Project Number: TBD Page 4431 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 12 11/24 Page 4432 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 13 11/24 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. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. ____________________________________________________ Contractor (Firm Name) ____________________________________________________ Signature of Contractor’s Authorized Official ____________________________________________________ Name and Title of Contractor’s Authorized Official ____________________________________________________ Date Page 4433 of 6526 Page 4434 of 6526 State of Florida Department of State I certify from the records of this office that CLAYTON CONTRACTING OF SWFL,LLC is a limited liability company organized under the laws of the State of Florida,filed on May 27,2022,effective June 1,2022. The document number of this limited liability company is L22000247134. I further certify that said limited liability company has paid all fees due this office through December 31,2024,that its most recent annual report was filed on February 7,2024,and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Thirteenth day of September, 2024 Tracking Number:5890402632CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 4435 of 6526 Page 1 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: __________________ THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the _____________________(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 I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E- Verify access. Employers must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. Page 4436 of 6526 Page 2 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti- discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in Page 4437 of 6526 Page 3 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (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 Page 4438 of 6526 Page 4 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888- 464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other Page 4439 of 6526 Page 5 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E- Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to Page 4440 of 6526 Page 6 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or Page 4441 of 6526 Page 7 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E- Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination Page 4442 of 6526 Page 8 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 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 Page 4443 of 6526 Page 9 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 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 employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS Page 4444 of 6526 Page 10 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each Page 4445 of 6526 Page 11 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 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, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888- 464-4218. Approved by: E-Verify Employer Name (Please Type or Print) Title Signature Date Page 4446 of 6526 Page 12 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Information Required for E-Verify Information relating to your Company: Company Name: Company Facility Address: Company Alternate Address: County or Parish: Employer Identification Number: North American Industry Classification Systems Code: Parent Company: Number of Employees: Number of Sites Verified for: Page 4447 of 6526 Page 13 of 13 E-Verify MOU for Employers | Revision Date 06/01/13 Are you verifying for more than one site? If yes, please provide the number of sites verified for in each State: State Number of sites Site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Telephone Number: Fax Number: E-mail Address: Name: Telephone Number: Fax Number: E-mail Address: Page 4448 of 6526 Form W-9 (Rev. March 2024) Request for Taxpayer Identification Number and Certification Department of the Treasury Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.Print or type. See Specific Instructions on page 3.1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner’s name on line 1, and enter the business/disregarded entity’s name on line 2.) 2 Business name/disregarded entity name, if different from above. 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor C corporation S corporation Partnership Trust/estate LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) .... Note: Check the “LLC” box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. Other (see instructions) 3b If on line 3a you checked “Partnership” or “Trust/estate,” or checked “LLC” and entered “P” as its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if you have any foreign partners, owners, or beneficiaries. See instructions ......... 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) (Applies to accounts maintained outside the United States.) 5 Address (number, street, and apt. or suite no.). See instructions. 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number –– or Employer identification number – Part II Certification 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. 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. I 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 Here Signature of 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. What’s New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the “LLC” box and enter its appropriate tax classification. New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) Page 4449 of 6526 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE ROOFING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESSPINELLA, VITO ALECDo not alter this document in any form.CLAYTON CONTRACTING OF SWFL, LLCLICENSE NUMBER: CCC1334336EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.3315 NW 1ST STCAPE CORAL FL 33993Always verify licenses online at MyFloridaLicense.comISSUED: 08/12/2024Page 4450 of 6526 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESSPINELLA, VITO ALECDo not alter this document in any form.CLAYTON CONTRACTING OF SWFL, LLCLICENSE NUMBER: CGC1531977EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.3315 NW 1ST STCAPE CORAL FL 33993Always verify licenses online at MyFloridaLicense.comISSUED: 08/15/2024Page 4451 of 6526 Helping Businesses Grow & Succeed FSBDC at Florida Gulf Coast University Lutgert College of Business 10501 FGCU Boulevard, S. Fort Myers, FL 33965 P 239.745.3700 F 239.745.3710 www.sbdc.fgcu.edu State Designated as Florida ’s Principal Provider of Business Assistance [§ 288.001, Fla. Stat.] TO: FROM: SUBJECT: DATE: Clayton Contracting of SWFL, LLC Debbie Lanford, Consultant, Florida SBDC at FGCU School Board of Lee County Small Business Program Verification Status 05/27/2024 Congratulations! Per the School Board of Lee County Small Business Program requirements, we have confirmed that your organization meets the program eligibility. Please retain this letter for your records. You will be required to submit this letter with your bid application for any bids associated with the Small Business Program. The Florida SBDC at FGCU attests that the following business meets the requirements for the School Board of Lee County Small Business Program: Business Name Clayton Contracting of SWFL LLC Expiration Date 07/27/2027 Please note that meeting this certification status does not guarantee a contract with the School Board of Lee County. Next Steps: You are strongly encouraged to review the School District of Lee County’s current bid openings page regularly: https://www.leeschools.net/our_district/departments/business_services/procurement_services/active_solicitations https://www.leeschools.net/cms/One.aspx?portalId=676305&pageId=1390497 Page 4452 of 6526 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 and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 24th day of February, 2025 in the County of LEE, in the State of Florida. Firm’s Legal Name: Clayton Contracting of SWFL, LLC Address: 3315 NW 1st ST City, State, Zip Code: Cape Coral, FL 33993 Florida Certificate of Authority Document Number FEIN 88-2678322 Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ CAGE Code 02Q75 Telephone: (239) 312-5713 Email: info@claytoncontractingswfl.com Signature by: (Typed and written) Vito Spinella Title: President Page 4453 of 6526 Additional Contact Information Send payments to: (required if different from above) SAME Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) SAME Contact name: Title: Address: City, State, ZIP Telephone: Email: Page 4454 of 6526 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and (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 I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Clayton Contracting of SWFL, LLC 2634510 Page 4455 of 6526 Company ID Number: 4.The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5.The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a.The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7.The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8.The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti- discrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a.The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2634510 Page 4456 of 6526 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10.The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11.The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12.The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2634510 Page 4457 of 6526 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15.The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.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 17 E-Verify MOU for Employers | Revision Date 06/01/13 2634510 Page 4458 of 6526 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19.The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20.The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2634510 Page 4459 of 6526 Company ID Number: b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2634510 Page 4460 of 6526 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3.SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4.SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2634510 Page 4461 of 6526 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4.DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6.DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8.DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9.DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2634510 Page 4462 of 6526 Company ID Number: 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 | Revision Date 06/01/13 2634510 Page 4463 of 6526 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a.Scanning and uploading the document, or b.Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2634510 Page 4464 of 6526 Company ID Number: B. TERMINATION 1.The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3.An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non- Federal contractor participants, and will be required to use the E-Verify p rocedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A.Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B.Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D.Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2634510 Page 4465 of 6526 Company ID Number: 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, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2634510 Page 4466 of 6526 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 USCIS Verification Division 02/24/2025 Vito Spinella Electronically Signed Clayton Contracting of SWFL, LLC 02/24/2025 Electronically Signed 2634510 Page 4467 of 6526 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Clayton Contracting of SWFL, LLC LEE 236 5 to 9 2634510 3315 NW 1st Street Cape Coral, FL 33993 882678233 1 site(s) Page 4468 of 6526 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 FL 1 2634510 Page 4469 of 6526 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Email 2392581759 Vito Spinella 2634510 Name Phone Number Fax vito@claytoncontractingswfl.com Page 4470 of 6526 Company ID Number: This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2634510 Page 4471 of 6526 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 12 11/24 Clayton Contracting of SWFL, LLC 88-2678233 TBD 2/24/2025Vito Spinella President vito@claytoncontractingswfl.com (239) 258-1759 NOT APPLICABLE Page 4472 of 6526 Page 4473 of 6526 Page 4474 of 6526 Page 4475 of 6526 Page 4476 of 6526 Page 4477 of 6526 Page 4478 of 6526 Page 4479 of 6526 Page 4480 of 6526 Page 4481 of 6526 Page 4482 of 6526 Page 4483 of 6526 Page 4484 of 6526 Page 4485 of 6526 Page 4486 of 6526 Page 4487 of 6526 Page 4488 of 6526 Page 4489 of 6526 Page 4490 of 6526 Page 4491 of 6526 Page 4492 of 6526 Page 4493 of 6526 Page 4494 of 6526 Page 4495 of 6526 Page 4496 of 6526 Page 4497 of 6526 Page 4498 of 6526 Page 4499 of 6526 Page 4500 of 6526 Page 4501 of 6526 Page 4502 of 6526 Page 4503 of 6526 Page 4504 of 6526 Page 4505 of 6526 Page 4506 of 6526 Page 4507 of 6526 Page 4508 of 6526 Page 4509 of 6526 Page 4510 of 6526 Page 4511 of 6526 Page 4512 of 6526 Page 4513 of 6526 Page 4514 of 6526 Page 4515 of 6526 Page 4516 of 6526 Page 4517 of 6526 Page 4518 of 6526 Page 4519 of 6526 Page 4520 of 6526 Page 4521 of 6526 Page 4522 of 6526 Page 4523 of 6526 Page 4524 of 6526 Page 4525 of 6526 Page 4526 of 6526 Page 4527 of 6526 Page 4528 of 6526 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Roof Replacement Contractors Clatyton Contracting of SWFL, LLC 24-8312 The COI is in compliance. 4 4 GonzalezGre ily Digitally signed by GonzalezGreily Date: 2025.08.11 11:12:48 -04'00' Page 4529 of 6526 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000____ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000___single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ 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. Page 4530 of 6526 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award 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. GG – 12/5/24 ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands 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. Page 4531 of 6526 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 7/31/2025 Five County Insurance Agency,Inc. 14120 Metropolis Ave Ft.Myers FL 33912 239-939-1400 239-939-3813 certs@fivecountyinsurance.com Obsidian Specialty Insurance Company 16871 CLAYT-4 Nautilus Insurance Company 17370ClaytonContractingofSWFLLLC 12721 Orange River Blvd Fort Myers FL 33905 650726663 A X 1,000,000 X 100,000 5,000 1,000,000 2,000,000 X Y Y PTCGL00000433601 6/23/2025 6/23/2026 2,000,000 B X 3,000,000 X AN1352464 6/23/2025 6/23/2026 Collier County Board of County Commissioners,OR Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County are named as an additional insured when required per written contractual agreement on a primary &non-contributory basis with respects to General Liability. Collier County Board Of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 Page 4532 of 6526 Page 4533 of 6526 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 07/31/2025 Bouchard Insurance for WBS - TG PO Box 6090 Clearwater, FL 33758-6090 (866) 293-3600 ext. 623 Todd George certrequest@gowbs.com Zurich-American Insurance Company 16535 Workforce Business Services, Inc. Alt. Emp: Clayton Contracting of SWFL LLC 1401 Manatee Ave. West Ste 600 Bradenton, FL 34205-6708 Coverage is provided for only those co-employees of, but not subcontractors to: WC 90-00-818-14 12/31/2024 12/31/2024 12/31/2025 12/31/2025 1,000,000 1,000,000 1,000,000 24FL0791134841 055200 For Any and All Work Performed on behalf of Collier County N Clayton Contracting of SWFL LLC 12721 Orange River Blvd Fort Myers, FL 33905 Collier County Board of County Commisssioners 3295 Tamiami Trail East Naples, FL 34112 Client# A Location Coverage Period: X Page 4534 of 6526 Page 4535 of 6526 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [CROWTHER ROOFING AND SHEET METAL OF FLORIDA, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors RESPONSE DEADLINE: February 24, 2025 at 3:00 pm Report Generated: Tuesday, February 25, 2025 Crowther Roofing and Sheet Metal of Florida, Inc. Response CONTACT INFORMATION Company: Crowther Roofing and Sheet Metal of Florida, Inc. Email: rhondas@crowther.net Contact: Rhonda Sauer Address: 2543 Rockfill Road Fort Myers, FL 33916 Phone: N/A Website: www.crowther.net Submission Date: Feb 24, 2025 2:26 PM (Eastern Time) Page 4536 of 6526 [CROWTHER ROOFING AND SHEET METAL OF FLORIDA, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [CROWTHER ROOFING AND SHEET METAL OF FLORIDA, INC.] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Invitation for Qualification (IFQ) Instructions Form* Invitation for Qualification (IFQ) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions.* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed 5. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. IFQ_24-8312_-_Crowther_Roofing_2.24.25.pdf Page 4537 of 6526 [CROWTHER ROOFING AND SHEET METAL OF FLORIDA, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [CROWTHER ROOFING AND SHEET METAL OF FLORIDA, INC.] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 3 6. City Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_-_Vendor_Declaration.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2_-_Conflict_of_Interest.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_-_Immigration_Affidavit.pdf REFERENCE QUESTIONNAIRE (FORM 4)* Reference_Form_-_Claridge.pdf Reference_Form_-_FGCU.pdf Reference_Form_-_Florencia.pdf Reference_Form_-_Pelican_Point_East.pdf Reference_Form_-_Wilderness.pdf GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* Form_5_-_Crowther.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)** http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Crowther_Sunbiz.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. CrowtherRoofing_&SheetMetalofFLorida-EVerifyMOU_(2150737)_05.16.2023.pdf Page 4538 of 6526 [CROWTHER ROOFING AND SHEET METAL OF FLORIDA, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8312 Roof Replacement Contractors [CROWTHER ROOFING AND SHEET METAL OF FLORIDA, INC.] RESPONSE DOCUMENT REPORT undefined - Roof Replacement Contractors Page 4 W-9 FORM* W-9_CROWTHER_01.15.25.pdf SIGNED ADDENDUMS (IF APPLICABLE) No response submitted MISCELLANEOUS DOCUMENTS No response submitted Page 4539 of 6526 Page 4540 of 6526 Page 4541 of 6526 Page 4542 of 6526 Page 4543 of 6526 Page 4544 of 6526 Page 4545 of 6526 Page 4546 of 6526 Page 4547 of 6526 Page 4548 of 6526 Page 4549 of 6526 Page 4550 of 6526 Page 4551 of 6526 Page 4552 of 6526 Page 4553 of 6526 Page 4554 of 6526 Page 4555 of 6526 Page 4556 of 6526 Page 4557 of 6526 Page 4558 of 6526 Page 4559 of 6526 Page 4560 of 6526 Page 4561 of 6526 Page 4562 of 6526 Page 4563 of 6526 Page 4564 of 6526 Page 4565 of 6526 Page 4566 of 6526 Page 4567 of 6526 Page 4568 of 6526 Page 4569 of 6526 Page 4570 of 6526 Page 4571 of 6526 Page 4572 of 6526 Page 4573 of 6526 Page 4574 of 6526 Page 4575 of 6526 Page 4576 of 6526 Page 4577 of 6526 Page 4578 of 6526 Page 4579 of 6526 Page 4580 of 6526 Page 4581 of 6526 Page 4582 of 6526 Page 4583 of 6526 Page 4584 of 6526 Page 4585 of 6526 Page 4586 of 6526 Page 4587 of 6526 Page 4588 of 6526 Page 4589 of 6526 Page 4590 of 6526 Page 4591 of 6526 Page 4592 of 6526 Page 4593 of 6526 Page 4594 of 6526 Page 4595 of 6526 Page 4596 of 6526 Page 4597 of 6526 Page 4598 of 6526 Page 4599 of 6526 Page 4600 of 6526 Page 4601 of 6526 Page 4602 of 6526 Page 4603 of 6526 Page 4604 of 6526 Page 4605 of 6526 Page 4606 of 6526 Page 4607 of 6526 Page 4608 of 6526 Page 4609 of 6526 Page 4610 of 6526 Page 4611 of 6526 Page 4612 of 6526 Page 4613 of 6526 Page 4614 of 6526 Page 4615 of 6526 Page 4616 of 6526 Page 4617 of 6526 Page 4618 of 6526 Page 4619 of 6526 Page 4620 of 6526 Page 4621 of 6526 Page 4622 of 6526 Page 4623 of 6526 Page 4624 of 6526 Page 4625 of 6526 Page 4626 of 6526 Page 4627 of 6526 Page 4628 of 6526 Page 4629 of 6526 Page 4630 of 6526 Page 4631 of 6526 Page 4632 of 6526 Page 4633 of 6526 Page 4634 of 6526 Page 4635 of 6526 Page 4636 of 6526 Page 4637 of 6526 Page 4638 of 6526 Page 4639 of 6526 Page 4640 of 6526 Page 4641 of 6526 Page 4642 of 6526 Page 4643 of 6526 Page 4644 of 6526 Page 4645 of 6526 Page 4646 of 6526 Page 4647 of 6526 Page 4648 of 6526 Page 4649 of 6526 Page 4650 of 6526 Page 4651 of 6526 Page 4652 of 6526 Page 4653 of 6526 Page 4654 of 6526 Page 4655 of 6526 Page 4656 of 6526 Page 4657 of 6526 Page 4658 of 6526 Page 4659 of 6526 Page 4660 of 6526 Page 4661 of 6526 Page 4662 of 6526 Page 4663 of 6526 Page 4664 of 6526 Page 4665 of 6526 Page 4666 of 6526 Page 4667 of 6526 Page 4668 of 6526 Page 4669 of 6526 Page 4670 of 6526 Page 4671 of 6526 Page 4672 of 6526 Page 4673 of 6526 Page 4674 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Invitation for Qualification (IFQ) Number: 24-8312, Roof Replacement Contractors Crowther Roofing and Sheet Metal of Florida, Inc. Mike Joyce, Sean Wallace Jeremiah Liberty The Claridge at Pelican Bay jeremiah.liberty@guestservices.com 239-594-5030 Condo Building Roof Replacement 4/12/2023 $729,191.00 140 9 9 9 9 9 9 9 9 9 9 90 Page 4675 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Invitation for Qualification (IFQ) Number: 24-8312, Roof Replacement Contractors Crowther Roofing and Sheet Metal of Florida, Inc. Mike Joyce, Sean Wallace Chad Caldwell Florida Gulf Coast University caldwelc918@gmail.com 386-882-0527 Roof Replacement of Dorms A-F 4/4/2024 $799,750 70 10 9 10 10 10 10 10 10 10 10 99 Page 4676 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Lynn Haars (Evaluator completing reference questionnaire) Company: Florencia at The Colony (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Invitation for Qualification (IFQ) Number: 24-8312, Roof Replacement Contractors Crowther Roofing and Sheet Metal of Florida, Inc. Mike Joyce, Sean Wallace lahaars@gmail.com 708-821-8220 Coating of 14,800 SF 1.8.21 $74,500.00 30 10 10 10 10 10 10 10 10 10 10 100 Page 4677 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Invitation for Qualification (IFQ) Number: 24-8312, Roof Replacement Contractors Crowther Roofing and Sheet Metal of Florida, Inc. Mike Joyce, Sean Wallace Rod Wilson Pelican Point East, Inc. manager@pelicanpoint300.com 239-262-3332 TPO Overlay, 8/28/2024 $199,800 40 12,300 SF 10 10 10 10 10 10 10 10 10 10 100 Page 4678 of 6526 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Invitation for Qualification (IFQ) Number: 24-8312, Roof Replacement Contractors Crowther Roofing and Sheet Metal of Florida, Inc. Mike Joyce, Sean Wallace Tim Mace Wilderness Country Club tmace@wildernesscc.com 239-261-4713 13,500 SF Mod Bit over LWC 11/12/24 $315,880 120 10 10 10 10 10 10 10 10 10 10 100 Page 4679 of 6526 Page 4680 of 6526 Page 4681 of 6526 Page 4682 of 6526 Page 4683 of 6526 Page 4684 of 6526 Page 4685 of 6526 Page 4686 of 6526 Page 4687 of 6526 Page 4688 of 6526 Page 4689 of 6526 Page 4690 of 6526 Page 4691 of 6526 Page 4692 of 6526 Page 4693 of 6526 Page 4694 of 6526 Page 4695 of 6526 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and (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 I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 CROWTHER ROOFING AND 2150737 Page 4696 of 6526 Company ID Number: 4.The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5.The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a.The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7.The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8.The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti- discrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a.The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2150737 Page 4697 of 6526 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10.The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11.The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12.The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2150737 Page 4698 of 6526 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15.The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.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 17 E-Verify MOU for Employers | Revision Date 06/01/13 2150737 Page 4699 of 6526 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19.The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20.The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2150737 Page 4700 of 6526 Company ID Number: b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2150737 Page 4701 of 6526 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3.SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4.SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2150737 Page 4702 of 6526 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4.DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6.DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8.DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9.DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2150737 Page 4703 of 6526 Company ID Number: 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 | Revision Date 06/01/13 2150737 Page 4704 of 6526 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a.Scanning and uploading the document, or b.Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2150737 Page 4705 of 6526 Company ID Number: B. TERMINATION 1.The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3.An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non- Federal contractor participants, and will be required to use the E-Verify p rocedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A.Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B.Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D.Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2150737 Page 4706 of 6526 Company ID Number: 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, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2150737 Page 4707 of 6526 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 USCIS Verification Division 05/16/2023 Susan R Sablan Electronically Signed CROWTHER ROOFING AND SHEET METAL OF FLORIDA, INC. 05/16/2023 Electronically Signed 2150737 Page 4708 of 6526 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 CROWTHER ROOFING AND SHEET METAL OF FLORIDA, INC. LEE 238 500 to 999 2150737 2543 ROCKFILL ROAD Building 8 PERSONNEL MGMT Fort Myers, FL 33916 650653836 3 site(s) Page 4709 of 6526 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 FL 3 2150737 Page 4710 of 6526 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Email Email 2397913708 2396661031 Eva Telemaco Susan R Sablan 2150737 Name Name Phone Number Phone Number Fax Fax evat@crowther.net susans@crowther.net Page 4711 of 6526 Company ID Number: This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 2150737 Page 4712 of 6526 Form W-9 (Rev. March 2024) Request for Taxpayer Identification Number and Certification Department of the Treasury Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.Print or type. See Specific Instructions on page 3.1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner’s name on line 1, and enter the business/disregarded entity’s name on line 2.) 2 Business name/disregarded entity name, if different from above. 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor C corporation S corporation Partnership Trust/estate LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . Note: Check the “LLC” box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. Other (see instructions) 3b If on line 3a you checked “Partnership” or “Trust/estate,” or checked “LLC” and entered “P” as its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if you have any foreign partners, owners, or beneficiaries. See instructions . . . . . . . . . 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) (Applies to accounts maintained outside the United States.) 5 Address (number, street, and apt. or suite no.). See instructions. 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number –– or Employer identification number – Part II Certification 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. 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. I 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 Here Signature of 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. What’s New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the “LLC” box and enter its appropriate tax classification. New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) CROWTHER ROOFING AND SHEET METAL OF FLORIDA, INC. 4 2543 ROCKFILL ROAD FORT MYERS, FL 33916 6 5 0 6 5 3 8 3 6 01/15/2025 Page 4713 of 6526 Page 4714 of 6526 Page 4715 of 6526 Page 4716 of 6526 Page 4717 of 6526 Page 4718 of 6526 Page 4719 of 6526 Page 4720 of 6526 Page 4721 of 6526 Page 4722 of 6526 Page 4723 of 6526 Page 4724 of 6526 Page 4725 of 6526 Page 4726 of 6526 Page 4727 of 6526 Page 4728 of 6526 Page 4729 of 6526 Page 4730 of 6526 Page 4731 of 6526 Page 4732 of 6526 Page 4733 of 6526 Page 4734 of 6526 Page 4735 of 6526 Page 4736 of 6526 Page 4737 of 6526 Page 4738 of 6526 Page 4739 of 6526 Page 4740 of 6526 Page 4741 of 6526 Page 4742 of 6526 Page 4743 of 6526 Page 4744 of 6526 Page 4745 of 6526 Page 4746 of 6526 Page 4747 of 6526 Page 4748 of 6526 Page 4749 of 6526 Page 4750 of 6526 Page 4751 of 6526 Page 4752 of 6526 Page 4753 of 6526 Page 4754 of 6526 Page 4755 of 6526 Page 4756 of 6526 Page 4757 of 6526 Page 4758 of 6526 Page 4759 of 6526 Page 4760 of 6526 Page 4761 of 6526 Page 4762 of 6526 Page 4763 of 6526 Page 4764 of 6526 Page 4765 of 6526 Page 4766 of 6526 Page 4767 of 6526 Page 4768 of 6526 Page 4769 of 6526 Page 4770 of 6526 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000____ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000___single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ 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. Page 4771 of 6526 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award 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. GG – 12/5/24 ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands 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. Page 4772 of 6526 Willis Towers Watson Midwest, Inc. c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA Crowther Roofing and Sheet Metal of Florida Inc. 2543 Rockfill Rd. Ft. Myers, FL 33916 Job Description: For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County are included as Additional Insureds as respects to General, Auto Liability. General and Auto Liability policies shall be Primary and Non-Contributory with any other insurance in force for or Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 06/27/2025 1-877-945-7378 1-888-467-2378 certificates@wtwco.com National Union Fire Insurance Company of P 19445 Texas Insurance Company 16543 W39536290 A 5,000,000 1,000,000 10,000 5,000,000 5,000,000 5,000,000 Y Y GL 4611649 07/01/2025 07/01/2026 A 5,000,000 07/01/202607/01/2025YYCA 7742283 B 5,000,000 Y Y JTI25XCAN-01810-04 07/01/2025 07/01/2026 5,000,000 WC 014590638AY 1,000,000No07/01/2025 07/01/2026 1,000,000 1,000,000 402256227996467SR ID:BATCH: WTW Certificate Center Page 1 of 2 Page 4773 of 6526 Crowther Roofing and Sheet Metal of Florida Inc. 2543 Rockfill Rd. Ft. Myers, FL 33916 which may be purchased by Additional Insureds. 2 2 Willis Towers Watson Midwest, Inc. See Page 1 See Page 1 See Page 1 See Page 1 25 Certificate of Liability Insurance W39536290CERT:4022562BATCH:27996467SR ID:Page 4774 of 6526 Page 4775 of 6526