Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R25-224
RESOLUTION NO. R25-224 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 2 BEACH, FLORIDA, APPROVING A PIGGYBACK AGREEMENT BETWEEN 3 THE CITY AND ADVANCED ROOFING INC., FOR ROOFING REPAIR AND 4 INSTALLATION SERVICES AT THE PUBLIC WORKS AUXILIARY 5 BUILDING AT 909 NE 3RD STREET IN THE AMOUNT OF $212,094.55, 6 PLUS A 10% CONTINGENCY OF $21,209.45, NOT TO EXCEED 7 $233,304.00; AND FOR ALL OTHER PURPOSES. R 9 10 WHEREAS, on March 29, 2024, Region 10 Education Service Center (Lead Agency) issued 11 a Request for Proposal ("REP"), acting by and through Equalis Group, to establish a cooperative 12 purchasing agreement for Job Order Contracting services; and 13 WHEREAS, Region 10 Education Service Center and Equalis Group found Advanced 14 Roofing Inc., ("Vendor") to be a responsive, responsible respondent, and awarded it a two (2) year Is contract commencing July 1, 2024, and terminating June 30, 2026, with an option to extend the 16 contract for three (3) additional one (1) year terms, Contract No. R10-1166A, RFP No. R10-1166 17 ("Master Agreement"); and I8 WHEREAS, the City of Boynton Beach is registered as a Participating Public Agency in 19 Equalis Group's cooperative purchasing program (Member ID: EG-0018493); and 20 WHEREAS, Equalis Group instituted a cooperative purchasing program under which 21 member Participating Public Agencies may reciprocally utilize competitively solicited Master 22 Agreements awarded by the Principal Procurement Agency; and 23 WHEREAS, the City's Purchasing Policy Section X — Alternatives to Formal Sealed Bids, 24 provides authority for the City to acquire or contract for services without utilizing a sealed 25 competitive method or the written quotations methods where the desired services are the subject 26 of an agreement that utilizes another government entity's contract, provided that the contract 27 was awarded based strictly on competitive bidding; and 2s WHEREAS, in order to repair the roofing at the Public Works Auxiliary Building at 909 NE 29 3rd Street, the City's Public Works Department is requesting the City enter into a Piggyback 30 Agreement with the Vendor to provide roofing repair and installation services ("Services"); and 31 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 32 best interests of the City's citizens and residents to approve a Piggyback Agreement between the RESOLUTION NO. R25-224 33 City and Advanced Roofing Inc., for roofing repair and installation services at the Public Works 34 Auxiliary Building at 909 NE 3rd Street in the amount of $212,094.55, plus a 10% contingency of 35 $21,209.45, not to exceed $233,304.00. 36 37 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 38 BEACH, FLORIDA, THAT: 39 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 40 being true and correct and are hereby made a specific part of this Resolution upon adoption. 41 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 42 approve a Piggyback Agreement between the City and Advanced Roofing Inc., for roofing repair 43 and installation services at the Public Works Auxiliary Building at 909 NE 3rd Street in the amount 44 of $212,094.55, plus a 10% contingency of $21,209.45, not to exceed $233,304.00 (the 45 "Agreement"), in form and substance similar to that attached as Exhibit A. 46 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 47 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 48 ancillary documents required under the Agreement or necessary to accomplish the purposes of 49 the Agreement, including any term extensions as provided in the Agreement, provided such 50 documents do not modify the financial terms or material terms. 51 SECTION 4. The City Clerk shall retain the fully executed Agreement as a public record 52 of the City. A copy of the fully executed Agreement shall be provided to Maria Rozwadowski to 53 forward to the Vendor. 54 SECTION 5. This Resolution shall take effect in accordance with the law. 55 56 57 [SIGNATURES ON THE FOLLOWING PAGE] 58 RESOLUTION NO. R25-224 59 PASSED AND ADOPTED this IR day of 0„c.3,.s-\-- 2025. 60 CITY OF BOYNTON BEACH, FLORIDA 61 YES NO 62 Mayor– Rebecca Shelton ✓ 63 64 Vice Mayor–Woodrow L. Hay 65 66 Commissioner–Angela Cruz c/ 67 68 Commissioner–Thomas Turkin 69 70 Commissioner–Aimee Kelley ✓ 71 72 VITE 5 -o 73 ATTEST: 74 / - 75 !iii/d// fir . .. . 76-Maylee De esus, M' • MC Rebecca Shelton 77 City Clerk Mayor 78 79r��yNTDN �`, APPROVED AS TO FORM: 80 (Corporate Seal'F ;•�pORgj'•� ��, 82 ; SEAL '=Z U„ J. 83 �� ;•INCORPORATED.; Shawna G. Lamb 84 SII ''•. 1920 '• City Attorney f PIGGYBACK AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND ADVANCED ROOFING, INC. This Piggyback Agreement is made as of this V'day of(;L ,Sk.. , 2025, by and between Advanced Roofing, Inc., a Florida corporation, with a principa dress of 1950 NW 22nd Street, Fort Lauderdale, FL 33311, hereinafter referred to as "Vendor," and the City of Boynton Beach, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Avenue,Boynton Beach,Florida 33435,hereinafter referred to as"City." RECITALS WHEREAS, on March 29, 2024, Region 10 Education Service Center (Lead Agency) issued a "Request for Proposal" (RFP), acting by and through Equalis Group to establish a cooperative purchasing agreement for Job Order Contracting services; and WHEREAS, Region 10 Education Service Center and Equalis Group found Advanced Roofing, Inc. ("Vendor") to be a responsive, responsible respondent, and awarded it a two (2)year contract commencing July 1, 2024, and terminating June 30, 2026, with an option to extend the contract for three (3) additional one (1) year terms, Contract No. R10-1166A, RFP No. R10-1166 ("Master Agreement"); and WHEREAS, the City of Boynton Beach is registered as a Participating Public Agency in Equalis Group's cooperative purchasing program (Member ID: EG-0018493); and WHEREAS, Equalis Group instituted a cooperative purchasing program under which member Participating Public Agencies may reciprocally utilize competitively solicited Master Agreements awarded by the Principal Procurement Agency, a copy of the Master Agreement is attached hereto as Exhibit "A"; and WHEREAS,the City's Purchasing Policy Section X—Alternatives to Formal Sealed Bids, provides authority for the City to acquire or contract for services without utilizing a sealed competitive method or the written quotations methods where the desired services are the subject of an agreement that utilizes another government entity's contract, provided that the contract was awarded based strictly on competitive bidding; and WHEREAS, in order to repair the roofing at the Child Care Center for the Public Works Department, the City's Public Works Department is requesting the City enter into a Piggyback Agreement with the Vendor to provide roofing repair and installation services ("Services"); and WHEREAS, the City and Vendor have agreed to allow the City to piggyback the Master Agreement, a copy of which is attached as Exhibit "A." Piggyback Contract—Advanced Roofing,Inc. I NOW, THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: AGREEMENT 1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement. 2. TERM: The term of this Agreement commences on full execution by the parties and will remain in effect until June 30,2026.The Agreement may be renewed for three(3)additional one-year terms. The Mayor is authorized to execute any renewal amendments. The initial term and any subsequent renewals of this Agreement are subject to the renewal or extension of the Master Agreement. If the Master Agreement expires or is terminated during the Term, this Agreement shall terminate no later than six months after such expiration or termination of the Master Agreement. 3. CONTRACT TERMS: The Vendor shall complete the Services on the same terms and in the same manner as set forth in the Master Agreement, except as otherwise provided herein. All recitals, representations, and warranties of Vendor made by Vendor in the Master Agreement are restated as if set forth fully herein, made for the benefit of the City, and incorporated herein, except that all references to the"Region 10 Education Service Center" are hereby replaced with the "City of Boynton Beach." The City shall compensate the Vendor pursuant to the rates set forth in the Master Agreement for the Services in an amount not to exceed Two Hundred Twelve Thousand Ninety-Four Dollars and Fifty-Five Cents ($212,094.55) plus a 10% contingency of$21,209.46 for a total amount not to exceed $233,304.00. A copy of the Vendor's estimates for the services is attached hereto as Exhibit "B" and incorporated herein by this reference. 4. NOTICES: All Notices to the City shall be in writing by certified mail return receipt requested, or customarily used overnight transmission with proof of delivery, sent to: City: Daniel Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010/Facsimile: (561) 742-6090 Copy: Shawna G. Lamb, City Attorney City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010/Facsimile: (561) 742-6090 5. INVOICES AND PAYMENT: Invoices must identify the PO number and should be mailed to: Boynton Beach Finance Department Attn: Accounts Payable P.O. Box 310 Piggyback Contract—Advanced Roofing,Inc. 2 Boynton Beach, FL 33425. Invoices shall show the nature of the service and dates(s) of service. Invoices based on hourly rates shall show the actual hours worked, person performing services, nature of the service, hourly rate, and dates(s) of service. Invoices may be submitted no more frequently than monthly. However, all services rendered prior to September 30th of any given year are required to be invoiced by September 30th of that year. Vendor shall provide W-9 with first invoice. The fee shall be paid based on receipt of a proper invoice in accordance with the invoice schedule indicated above. Payment will be made within 45 days of receipt of a proper invoice in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. No payment made under this Agreement shall be conclusive evidence of the performance of this Agreement by Vendor, either wholly or in part, and no payment shall be construed to be an acceptance of or to relieve Vendor of liability for the defective,faulty,or incomplete rendition of the Services. 6. TAX EXEMPT: Prices applicable to City do not include applicable state and local sales, use, and related taxes. The City is exempt from state and local sales and use taxes and shall not be invoiced for the same. Upon request, City will provide Vendor with proof of tax- exempt status. 7. SOVEREIGN IMMUNITY: Nothing contained in this Agreement nor contained herein shall be considered nor construed to waive City's rights and immunities under the common law or section 768.28, Florida Statutes, as may be amended. 8. ATTORNEY'S FEES: In the event that either Party brings suit for enforcement of the Agreement, each Party shall bear its own attorney's fees and court costs. 9. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty(30)days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is a public agency subject to Chapter 119, Florida Statutes. The Vendor shall comply with Florida's Public Records Law. Specifically, the Vendor shall: A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City's custodian of public records,provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract,Vendor Piggyback Contract—Advanced Roofing,Inc 3 shall destroy all copies of such confidential and exempt records remaining in its possession once the Vendor transfers the records in its possession to the City; and D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the City, all public records in Vendor's possession All records stored electronically by Vendor must be provided to the City,upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. E. IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CityClerk(a�bbfl.us 10. SCRUTINIZED COMPANIES-287.135 AND 215.473: By execution of this Agreement, Vendor certifies that Vendor is not participating in a boycott of Israel. The Vendor further certifies that Vendor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List,and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Vendor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Vendor of the City's determination concerning the false certification. The Vendor shall have five(5)days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Vendor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Vendor does not demonstrate that the City's determination of false certification was made in error, then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135,Florida Statutes,as amended from time to time. 11. E-VERIFY: VENDOR shall comply with Section 448.095, Fla. Stat., "Employment Eligibility," including the registration and use of the E-Verify system to verify the work authorization status of employees. Failure to comply with Section 448.095, Fla. Stat. shall result in termination of this Agreement. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this Agreement is terminated for a violation of the statute by Vendor, Vendor may not be awarded a public contract for a period of one (1)year after the date of termination. 12. DISPUTES: Any disputes that arise between the parties with respect to the performance of Piggyback Contract—Advanced Roofing,Inc. 4 this Agreement,which cannot be resolved through negotiations,shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 13. EXECUTION OF THE AGREEMENT: This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts, which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. Each person signing this Agreement on behalf of either Party individually warrants that he or she has full legal power to execute the Addendum on behalf of the Party for whom he or she is signing and to bind and obligate such Party with respect to all provisions contained in this Agreement 14. TERMINATION FOR CONVENIENCE: This Agreement may be terminated by the City for convenience upon fourteen(14)calendar days of written notice by the terminating party to the other party for such termination in which event the Vendor shall be paid its compensation for services performed to the termination date, including services reasonably related to termination. In the event that the Vendor abandons the Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. 15. TERMINATION FOR CAUSE: In addition to all other remedies available to City, this Agreement shall be subject to cancellation by City for cause, should Vendor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) calendar days' after receipt by Vendor of written notice of such neglect or failure. 16. INDEMNIFICATION: Vendor shall indemnify and hold harmless the City, its elected and appointed officers, agents, assigns and employees, consultants, separate Vendors, any of their subcontractors, or sub-subcontractors, from and against claims, demands, or causes of action whatsoever, and the resulting losses, damages, costs,and expenses, including but not limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders, judgments, or decrees, sustained by the City arising out of or resulting from (A) Vendor's performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or intentional wrongful conduct by Vendor's, its agents, employees, subcontractors, participants, and volunteers, and(C) Vendor's failure to take out and maintain insurance as required under this Agreement. Vendor's shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees which may issue thereon. The obligations of this section shall survive indefinitely regardless of termination of the Agreement. 17. INSURANCE: At the time of execution of this Agreement, Vendor shall provide the City with a copy of its Certificate of Insurance reflecting the insurance coverage required by the Master Agreement. The Certificate of Insurance shall name the City of Boynton Beach, and its officers, employees and agents as an additional insured. 18. LIMITATION OF LIABILITY: Notwithstanding any provision of the Agreement to which it is applicable, City shall not be liable or responsible to Vendor beyond the amount remaining due to Vendor under the Agreement,regardless of whether said liability be based in tort, contract, indemnity or otherwise; and in no event shall City be liable to Vendor for Piggyback Contract—Advanced Roofing,Inc. 5 punitive or exemplary damages or for lost profits or consequential damages. 19. NO SPECIAL DAMAGES. In no event shall either Party be liable to the other for any special damages, speculative damages, indirect, special, incidental, consequential, loss of profits, or other damages or losses of any kind whatsoever, no matter what the cause. 20. INDEPENDENT CONTRACTOR: The Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that Vendor is an independent contractor pursuant to the Agreement and shall not be considered the City's employee for any purpose. 21. COMPLIANCE WITH LAWS: Vendor hereby warrants and agrees that at all times material to the Agreement, Vendor shall perform its obligations in compliance with all applicable federal, state, and local laws, rules, and regulations, including section 501.171, Florida Statutes. Non-compliance may constitute a material breach of the Agreement. 22. ASSIGNMENT: In the event this Agreement and any interests granted herein shall be assigned, transferred, or otherwise encumbered, under any circumstances by Vendor, Vendor must gain prior written consent from City thirty (30) business days before such transfer. For purposes of this Agreement, any change of ownership of Company shall constitute an assignment that requires City's approval. Notwithstanding the foregoing, Vendor may, without City's consent, assign this Agreement in whole or in part as part of a corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement. Vendor shall provide City written notice of any such corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement within thirty (30) calendar days of such event. 23. AGREEMENT SUBJECT TO FUNDING: The Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement,and is subject to termination based on lack of funding. Early termination by City due to loss of funding shall not obligate Vendor to refund any prepaid fees. 24. ENTIRE AGREEMENT. The Agreement, including the Master Agreement, sets forth the entire Agreement between the City and the Vendor with respect to the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings, and agreements, written or oral, between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. 25. SEVERABILITY. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 26. ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion Piggyback Contract—Advanced Roofing,Inc. 6 for labor or services, in accordance with Section 787.06(13), Florida Statutes. Signature Page to follow Piggyback Contract—Advanced Roofing,Inc. 7 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF BOYNTON BEACH, FLORIDA ADVANCED ROOFING, INC. v l Rebecca Shelton, Mayor (Signature) Robert P.Kornahrens Print Name of Authorized Official President Title Approved as to Form:)4aida ri _QQ'' SEAL tIs %; ' Shawna G. Lamb, City Attorney sd 1983 f (Corporate Seal) •yam '.•koRip *`r oosommInto Attest/Au henticated: Attested/Authenticated: I IN- (Sign. .4, Witness ji�11 Faith Williams r -Maylee DeJ sus, City Cl k Print Name qq, i Off.. ?ORATF'•.'9 IIf C� sem: AL\°i: E TED; S �i�U '• INDDRPDRA :, 1g20 I `�. FLM-' Piggyback Contract—Advanced Roofing,Inc. 8 EXHIBIT "A" AGREEMENT BETWEEN REGION 10 EDUCATION SERVICE CENTER AND ADVANCED ROOFING, INC. Piggyback Contract—Advanced Roofing,Inc. 9 RegionlOESC Experience the Power of 1@ GROUP REQUEST FOR PROPOSAL #R10-1166 FOR: Job Order Contracting March 28, 2024 Section One: Part A - Introduction & Scope Part B - Instructions to Respondents Page 1 of 21 SECTION ONE: PART A- INTRODUCTION AND SCOPE 6 1. BACKGROUND ON REGION 10 EDUCATION SERVICE CENTER 6 2. ROLE OF THE EQUALIS GROUP 6 3. CUSTOMER SERVICE 6 4. PRODUCTS AND SERVICES COVERED (SCOPE) 6 5. PRICING 12 SECTION ONE: PART B- INSTRUCTION TO RESPONDENTS AND AWARD PROCESS 14 6. SUBMISSION FORMAT AND COMMUNICATION 14 7. ADDENDA 16 8. CALENDAR OF EVENTS 16 9. CONDITIONS OF SUBMITTING PROPOSALS 16 10. AWARD PROCESS 18 11. TAXES 20 12. PROTEST OF NON-AWARD 20 13. NON-COLLUSION, EMPLOYMENT AND SERVICES 21 14. LIMITATION OF LIABILITY 21 Page 2 of 21 REQUEST FOR PROPOSAL FOR Job Order Contracting EDUCATION SERVICE CENTER, REGION 10 ;, 400 E Spring Valley Rd i, Region 10 ESC Richardson,TX 75081 tt Experience the Power of 10 Telephone: (972) 348-1184 Publication date 03/28/2024 Product or service Job Order Contracting RFP # R10-1166 Proposal due date 04/26/2024 Proposal submittal location https://regionl0.bonfirehub.com/portal/?tab=login Principle contract officer Mr. Clint Pechacek Purchasing Consultant Public opening location Region 10 ESC 400 E. Spring Valley Rd. Richardson,TX 75081 Education Service Center, Region 10 ("Region 10 ESC") is seeking proposals on behalf of itself and the national Equalis membership for the procurement of Job Order Contracting. Responses will be accepted until April 26,2024 at 2:00 PM. All times are Central Standard Time. The public bid opening will be held via Teams meeting. Interested parties who wish to attend the bid opening should email Clint Pechacek at clint.pechacek@region10.org at least 24 hours before the deadline for submissions to receive an invitation.The bid opening will begin at 2:00 pm Central Time on April 26, 2024 after all submissions have been received. In general, cooperative members will reference this REP when purchasing or "piggybacking" on a contract awarded from this procurement process. Region 10 ESC will not charge a fee to public agencies for participation in the purchasing cooperative. Faxed, emailed, or mailed responses will not be considered. By submitting a response, responder certifies to the best of his/her knowledge that all information is true and correct. All proposals must be submitted electronically on the forms provided as directed in the Bonfire procurement application.Scanned submissions are acceptable where PDF files are requested. Only responses received by the date and time specified will be considered. PRICE, QUALITY, AND SUITABILITY: It is not the policy of Region 10 ESC to purchase services solely on the basis of low price alone; quality and suitability to purpose are taken into consideration. The Region 10 ESC Board of Directors may approve awarding this proposal to one or more vendors. Region 10 reserves the right to reject all proposals if it determines in its sole discretion that a reasonable basis exists for doing so. Consideration for an exclusive award to a single supplier will be given for vendors who respond with value that separates the vendor from other respondents within the competitive range. Vendors who do not submit a signed contract signature page will be eliminated from consideration. Page 3 of 21 This RFP consists of three sections and one Excel attachment: Section One: • Part A- Introduction and Scope • Part B - Instruction to Respondents and Award Process Section Two: • Proposal Submission and Required Forms Section Three: • Part A-Vendor Contract and General Terms and Conditions • Attachment A- Equalis Group Administrative Agreement • Attachment C -State Notices Attachment B • Pricing (The rest of this page is intentionally left blank) Page 4 of 21 Region 10 ESC G e u ali s Experience the Power of 10 GROUP MASTER AGREEMENT The purpose of Region 10 ESC soliciting this Request for Proposal is to create a Master Agreement for Job Order Contracting for use by public agencies supported under this contract ("Members"). Region 10 ESC, as the Lead Agency (as defined in Section Three; Attachment A, Equalis Group Administrative Agreement), has come together with Equalis Group to make the resultant contract (also known as the "Master Agreement") from this Request for Proposal available to other public agencies, including county, city, state, special district, local government, school district, private K-12 school, higher education institution, other government agency or non-profit organization ("Public Agencies"), for the public benefit through the Equalis Group's cooperative purchasing program. Region 10 ESC will serve as the contracting agency for any other Public Agency that elects to access the resulting Master Agreement. This process may be referred to as "piggybacking", "cooperative purchasing", "joint powers", or other terminology depending on the specific state or agency location. The use of the Master Agreement by any Public Agency is preceded by its registration with Equalis Group as a Participating Public Agency in Equalis Group's cooperative purchasing program, and by using the Master Agreement, any such Public Agency agrees that it is registered with Equalis Group, whether pursuant to the terms of a Master Intergovernmental Purchasing Cooperative Agreement, which can be accessed at https://equalisgroup.org/member-registration/, or as otherwise agreed to. . Attachment A contains additional information on Equalis Group and the cooperative purchasing program. Equalis Group provides marketing and administrative support for the awarded vendor ("Supplier") that promotes the successful vendors' products and services to the Participating Public Agencies nationwide. Participating Public Agencies benefit from pricing based on aggregate spending and the convenience of a contract that has already been advertised and competitively awarded. The Supplier benefits from a contract that allows Participating Public Agencies to directly purchase goods and services without the Supplier's need to respond to multiple competitive solicitations. (The rest of this page is intentionally left blank) Page 5 of 21 SECTION ONE: PART A - INTRODUCTION AND SCOPE 1. BACKGROUND ON REGION 10 EDUCATION SERVICE CENTER 1.1. Region 10 Education Service Center ("Region 10 ESC" herein "Lead Agency") on behalf of itself and, potentially,to all other public agencies, including county, city, state,special district, local government,school district, private K-12 school, higher education institution,other government agency or non-profit organization ("Public Agencies") solicits proposals from qualified Respondents to enter into a Vendor Contract ("Contract") for the goods or services solicited 't in this invitation. 1.2. Contracts are approved and awarded by a single governmental entity, Region 10 ESC,and are only available for use and benefit of all entities complying with their respective state procurement laws and regulations (public and private schools,colleges and universities,cities,counties, non-profits, and all governmental entities). 1.3. The mission of Region 10 is to be a trusted,student-focused partner that serves the learning community through responsive, innovative educational solutions. It is Region 10's intent to: • Provide governmental and public entities opportunities for greater efficiency and economy in procuring goods and services. • Take advantage of state-of-the-art purchasing procedures to ensure the most competitive contracts. • Provide competitive price and bulk purchasing for multiple government or public agencies that yields economic benefits unobtainable by the individual entity. • Provide quick and efficient delivery of goods and services. • Equalize purchasing power for smaller agencies that are unable to command the best contracts for themselves. • Help in assisting customers with use of best business practices. 2. ROLE OF THE EQUALIS GROUP 2.1. Equalis Group assists Region 10 ESC in helping other public agencies and non- profits reap the benefits of national leveraged pricing,with no cost to the Member. Equalis Group leverages one of the largest pools of purchasing potential. This is accomplished by competitively soliciting proposals and awarding contracts for commonly purchased products and services. 3. CUSTOMER SERVICE 3.1. Region 10 ESC is dedicated to making its contracts successful for both its members and its awarded vendors. 3.2. Region 10 ESC is committed to providing its members and awarded vendors with high quality service. 3.3. Region 10 ESC has dedicated staff available to answer questions, offer guidance and help in anyway possible. 4. PRODUCTS AND SERVICES COVERED (SCOPE) Page 6 of 21 4.1. It is the intention of Region 10 ESC to establish a contract with Respondent(s) for a complete and comprehensive offering of Job Order Contracting. Such offerings include but are not limited to the furnishing of all labor, materials, equipment,and supervision for maintenance, repair,alteration, renovation, remediation or minor construction of Region 10 ESC and Participating Public Agencies through the Job Order Contracting Services. Minor construction may include the demolition and/or construction within an existing facility and limited pre-construction design services (i.e. professional services). Project Delivery Order Procedures The participating public agency may make a request of the contractor under this contract when the agency has services that need to be undertaken. Notification may occur via phone,the web,e-mail,fax,or in person. Upon notification of a pending request,the contractor shall make contact with the agency as soon as possible.Contractor shall visit the agency site and conduct a walk-through/project scoping with the agency representative to define the scope.Contractor's representative shall perform due diligence to request and gather all available project relevant existing conditions and record documents from the agency to include, but not limited to, hazardous materials surveys and other relevant documents. The contractor and the participating public agency will agree on the time when the job order proposal will need to be reviewed for approval by the agency.The contractor will then prepare a job order proposal including a written scope of work using an automated software system that will provide a line item estimate of the individual tasks,the quantities,the city cost index,the bid coefficient,and any applicable cost additions agreed upon by the participating public agency. Contractors will be required to submit Job Order proposals and shall provide a line item estimate based upon their coefficient and the unit price book (UPB) for that scope of work which must be reviewed and agreed to by the participating public agency prior to their issuance of a PO and DO. Minimal design work should be covered in the contractor's applicable coefficient,and this design work shall use in house staff or a teamed sub- consultant. In all cases where significant design changes occur,the A/E selection shall conform and be based upon qualifications of the design personnel according to applicable state law for selection and negotiation of fees.The agency may select an architectural consultant or use their own design capabilities providing the plans to the contractor. The line items taken from the UPB and the estimated quantities totaled will be modified with the application of the city cost index and the contractor's coefficient.Any other cost adjustment factors,as allowed, must clearly identify those individual tasks (line items) to which they are applicable and include corresponding percentage. The participating public agency will then review the proposal and if the agency's representative is in agreement with the proposed pricing and schedule,then other terms and requirements of the job order will be issued that will contain the approved job order proposal (scope of work) and the Purchase Order (PO).The PO will include the lump sum price,start date, schedule and notice to proceed and will be signed by both parties as a lump sum fixed price contract. Page 7 of 21 In the event of an emergency such as hurricanes,tornados,flooding,or fire,the contractor will endeavor to meet with the agency within two hours (if possible),expediting these procedures with verbal job orders and a signed field book by the agency's designated agent.Work may commence immediately as required; however, documentation must be provided as soon as possible for this work or for any additional long-term job order requirements. Terms and Conditions for Job Order Contracting POC) Installation: Equipment and/or product installation shall be performed in a reasonable amount of time and be scheduled directly with the public agency. Installation shall be in accordance with the manufacturer's instructions and shall be accomplished by a skilled,certified and properly licensed individual. HUBs, MWBE's and SBEs: Region 10 ESC encourages the use of HUBs, MWBEs and SBEs both as prime and subcontractors. However,all subcontractors must meet the same minimum standards and requirements as the prime contractor. It will be the responsibility of the prime contractor to pre-qualify their subcontractors. Public agency may have goals for subcontracting requirements and will require Buyer Delays:The prime contractor will negotiate with the public agency for the recovery of damages related to expenses incurred by the contractor for a delay for which the public agency is responsible,which is unreasonable, and which was not within the contemplation of the parties to the contract between the two parties. Compensation for received goods,terms of progress payments,and a schedule of payments should be described in the contract. Construction Contract Requirement:Terms for acceptance by the public agency and title to work must be clearly agreed upon and described in the contract between the contractor and the public agency. If any part of the construction requires the owner to assume control before the completion,this needs to be defined. Both parties must agree on the definition of what constitutes final acceptance before payment of any retained compensation. Upon completion of the project,the worksite shall be left in good condition and equal to the condition of the site prior to commencing the project. If any work is to be performed by the public agency, it must be clearly defined and agreed to by the public agency and the prime contractor prior to the start of the project. Construction Schedule:The public agency retains the right to extend the schedule of work or to suspend the work and direct the prime contractor to resume work when appropriate.The agreement must describe an equitable adjustment for added costs caused by any delay or suspension.Any increases will be invoiced as allowed in this agreement. The schedule for performance of work that can be met without planned overtime is the responsibility of the prime contractor. The cost for each project shall include all costs of all necessary trained personnel to complete the project on or before the completion date set forth in the contract.The public agency shall not incur additional expense for upsized crews or overtime costs,which might be necessary for the contractor to complete the project on schedule. Page 8 of 21 Coordination:The contractor and the public agency shall coordinate activities so as to avoid conflicts.The contractor will make every effort not to interrupt scheduled activities with work under this contract.The contractor will notify the public agency of any construction work that may negatively impact scheduled public agency activities. The contractor shall employ such methods or means as will not cause any interruption of, or interference with work of any other contractor on the project site. Condition and Delivery of Construction Material:The prime contractor will deliver materials to the worksite in new, dry, unopened,and well- marked containers showing product and prime contractor's name clearly marked. Delivery of damaged or unlabeled materials will not be accepted. The prime contractor will deliver materials in sufficient quantity to allow for continuity of work. Delivery will be coordinated with the public agency's designated contact person. The contractor shall take all necessary precautions to protect materials from damage,theft and misuse.The public agency shall have no responsibility for such precautions or lack of protection. Damaged or rejected materials shall be immediately removed from the project area. Insurance:The contractor at their expense and included as part of overhead will provide adequate insurance coverage meeting at a minimum the requirements of the State of Texas or another applicable jurisdiction.The contractor, if awarded a contract,will provide within 14 days but prior to the commencement of any construction, a certificate of insurance showing that Region 10 ESC, Equalis Group and its agents have been named as additional insured. If the public agency has higher insurance than those requirements may be added as an addendum to the purchase order. Certificates of Insurance:Certificates of Insurance, name and address of Vendor,the limits of liability,the effective dates of each policy and policy number shall be delivered to the participating agency prior to commencement of work.The insurance company shall be licensed in the state in which the work is being performed under this contract.The Vendor shall give the public agency a minimum of ten (10) days' notice prior to any modifications or cancellation of policies.The vendor will add the public agency as an additional insured if requested at the cost of the vendor. Contractor's Liability Insurance Minimum Coverage Employer's Worker's Compensation insurance:Statutory Employer's liability/Bodily injury by accident Each Occurrence: $100,000.00 Employer's liability/Bodily injury by disease Each Employee:$100,000.00 Policy Limit: $2,000,000.00 Commercial General Liability: Includes Independent Contractor's Liability; Contingent Liability;Contractual Liability;Completed Operations and Products Liability, all on the occurrence basis,with Personal Injury Coverage, Owner's Indemnity, and broad form Property Damage without the XCU exclusions. Page 9 of 21 Maintain Completed Operation Liability for at least two years after the date of final completion. Combined limits of bodily and personal injury and property damage: Minimum Coverage Single limit $500,000.00 Unimpaired aggregate$500,000.00 Comprehensive automobile liability: Minimum Coverage Include non-ownership and hired car coverage as well as owned vehicles. Bodily damage Each Person $250,000.00 Bodily damage Each Occurrence$500,000.00 Property damage Each Occurrence $250,000.00 Labor Practices:The prime contractor must agree to treat its labor in keeping with the labor contract agreement and to the best interest of the public agency.Any overtime practices or retroactive agreements with labor unions that would be to the detriment of the public agency must be limited to only those approved by the public agency. The method and manner of performance must be stated:employees of the prime contractor are not employees of the public agency.The level of competency of the personnel will be subject to approval by the public agency. The prime contractor must agree to comply with all local,state and federal laws. Prime contractor must make every effort to ensure that adjoining property owners are in no way disturbed by noise, pollutants, material hauling operations. Prime contractor must establish procedures to deal with fire,theft, and storm damage. Prime contractor must test and establish effective methods to guarantee safety on the job site relating to the health and welfare of the public agency's employees. Public agency shall have the right to require prime contractor to remove from the project,any employee or representative,subcontractor or supplier that may be deemed incompetent,careless or unacceptable To ensure quality of workmanship,all work performed under this contract shall be performed by experienced,trained,certified and/or licensed craftsmen and laborers,and shall be under the supervision of the foremen or supervisor. Prime contractor shall furnish the services of an experienced foreman or supervisor who will continually oversee work on the project.The foreman or supervisor shall provide continuous supervision,coordination and inspection of the work being performed under this contract. Project Completion: Upon completion of the work,the contractor shall present the public agency with all documents necessary to close out the project. Maintenance manuals,drawings,warranties on installed equipment, etc.shall be given to the public agency. If the public agency discovers an unfinished job that should have been completed, even if final payments are made,the contractor will complete the work in a timely fashion at no additional cost. Page 10 of 21 Public Works:The contractor shall be responsible for the preservation of all public and private property included on or adjacent to the worksite.The requirement shall apply to the surface and hidden features of the property. Construction work on public buildings shall be in compliance with all currently applicable state and local building, plumbing,electrical,fire,fire prevention and mechanical codes. Restoration:The contractor shall agree to repair, rebuild or otherwise restore any property on or adjacent to the worksite that was damaged during the course of work on the project. Such restoration shall be at the contractor's expense and is not subject to reimbursement by the public agency. Retention: Retention payments will be governed by any applicable state and local laws in the area where work is being performed,and by any supplemental agreement made between the public agency and the contractor. If the public agency and the prime contractor agree to a substitute security, the agreement must be in full compliance with any applicable state and local laws. If a substitute security is agreed to,the prime contractor must provide the public agency with a signed and acknowledged waiver of any right or power of the obligor to set off any claim against the public agency. Rules, Regulations&Codes:All work will be accomplished in conformance to OSHA safety requirements, and any additional federal,state, or local fire or safety requirements. When specifications or scope of work will result in a violation of a code or result in an unsafe condition, the contractor must inform the public agency of the situation.The contractor will not construct any device or produce any condition that intentionally violates a fire or safety code or standard. Contractor must advise the public agency whenever work is expected to be hazardous to public agency employees or their charges (i.e.school children, citizens,etc.). Worksite:The condition of the site before start-up will be agreed upon between the buyer and the prime contractor and will be written into the contract. Upon prior written agreement between the prime contractor and the public agency, payment may be made for materials not incorporated in the work but delivered and suitably stored at the worksite or some other location,for installation at a later date.An inventory of the stored materials must be provided to the public agency prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the contractor against loss and damage. Contractor agrees to provide proof of coverage and/or addition of the public agency as an additional insured upon the public agency's request.Additionally, if stored offsite,the materials must also be clearly identified as property of the public agency and be separated from other materials.The public agency must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite,as necessary. Until final acceptance by the public agency, it shall be the contractor's responsibility to protect all materials and equipment.The contractor warrants and guarantees that title for all work, materials and equipment shall pass to Page 11 of 21 the public agency upon final acceptance. Payment for stored materials shall not constitute final acceptance of such materials. Architect and Engineer Plan:The contractor should describe in its business plan how it will include and work with local subcontractors and how it will work with local architects and engineers,especially those A&E firms already working with the public agency.Architect and engineering services are not being requested in this RFP and will be rejected by Region 10 ESC if offered in the State of Texas. Design Requirements and Permits:The proposal coefficient should provide reasonable oversight for engineering and architectural (A&E) design to meet both local and state requirements.The contractor should expect as part of its coefficient those services that are required to obtain building permits and meet local and state standards for design and oversight. Services may be provided via its own staff,subcontractor,or working with the public agency's managers, architects and engineers wherever such professional architectural and engineering services are required.The contractor may pay for the engineer or architectural services with the public agency's concurrence. However,selection for engineering or architectural services shall be in accordance with state statutes. Micro Estimating: In estimating delivery orders the contractor shall endeavor not to micro estimate line items. Micro estimating is the intentional breaking down of projects into their smallest components when a single line item or two would suffice.An example would be the need to replace a door and it is obvious that a pre-hung door and frame would be the fastest and cheapest route to use. Instead of the single line item defining the pre-hung door the estimator breaks down this portion of the job into individual line items such as door frame, hinges and screws which will unnecessarily drive up the cost to the public agency.This should be avoided and will be looked for during price verification. UPB Division Exceptions: Region 10 ESC and public agencies retain the right to designate sections of the Unit Price Book as unacceptable for use. It shall be the public agency's responsibility to identify any such designations in writing to the contractor before any work commences. 4.2. National Scope:This REP will be used to establish cooperative contract(s)that will be made available to the national Equalis membership in all 50 states. Respondents are not required to provide national coverage in order to be considered for award: Region 10 ESC may award multiple local and/or regional vendors to cover as much of the national membership as possible. 5. PRICING 5.1. Attachment B:All pricing must be entered into the Attachment B template provided. Products/lines completed will be used to establish the extent of the Respondents product lines,services,warranties, etc.that are available.All services offered under this contract must be priced or listed as free and unlisted services will not be accepted. Respondents have the option to propose pricing in all or any of the following. Page 12 of 21 5.2. Auditable Pricing. It is the responsibility of the Respondent to provide a complete Cost Proposal that includes pricing based on a verifiable pricing methodology for all products and/or services to be considered for award. Region 10 ESC requires the use of a unit pricing model and the unit price book (UPB) Region 10 ESC prefers is the RS Means price book. Pricing must be submitted as a coefficient of the Unit Price Book's line item prices.The RS Means price book published quarterly updates will be allowed if available. In addition to the coefficient,the published City Cost Index from the RS Means price book will be utilized as a modifier for the specific city or region. Proposers are welcome to submit a proposal regionally or statewide providing a matrix that address the following: • Coefficients Regular Hours-the priced coefficients for each State, Region or City outlined below that you are willing to work in shall be listed for regular hours* (State your regular hours spanning from A.M.to P.M.) • Coefficient After Hours-the priced coefficient for weekends, holidays and hours outside of regular hours. o Recognized holidays include: New Year's Day, Martin Luther King,Jr. Day, Presidents Day, Memorial Day, Independence Day, labor Day, General Election Day,Veterans Day,Thanksgiving Day and Friday after, Christmas Eve and Christmas Day and New Year's Eve. • The coefficient must be rounded to the nearest second decimal place,e.g. .352 would be rounded to.35. Non-pre-priced Items: Items that are not found in the RS Means unit price book will be listed as"non-pre-priced."This does not include previously discussed minor design costs.The contractor will provide three firm price quotes to establish the average base cost for each item.The contractor's coefficient will then be applied to determine the price and the city cost index will not be applied.This line item will need to be approved by the public agency. Once approved,the item will be added to the price book for future projects and no longer is non-pre-priced. • Other Restrictions and Fees:All other fees or restrictions must be provided. Examples such as minimum order sizes, restocking fees,and/or any other relevant fee or restriction that may be associated with this contract. Fees or restrictions not listed will not be allowed under this contract. 5.3. Not to Exceed Pricing: Region 10 ESC requests pricing be submitted as not to exceed for any participating entity. Unlike fixed pricing,the awarded vendor can adjust submitted pricing lower if needed, but cannot exceed original pricing submitted for solicitation.Vendor must allow for lower pricing to be available for similar product and service purchases. 5.4. Administrative Fees. Pricing provided shall include the administrative fee paid to Equalis Group. 5.5. Cost Plus Pricing is not acceptable as the primary pricing methodology for the solutions provided in your Cost Proposal. Cost Plus can be defined as adding a markup to the cost of goods or services to arrive at a selling price. Using this pricing methodology is not accepted by Members using Federal Grant Funds to purchase the products or services offered. (The remainder of this page is intentionally left blank) Page 13 of 21 SECTION ONE: PART B - INSTRUCTION TO RESPONDENTS AND AWARD PROCESS 6. SUBMISSION FORMAT AND COMMUNICATION 6.1. It is the responsibility of the vendor to make certain that the company submitting a proposal, along with appropriate contact information, is on file with Region 10 ESC for the purpose of receiving addenda. 6.2. Response Submission:All responses must be submitted electronically as directed in the Bonfire procurement application. Scanned submissions are acceptable where PDF files are requested. Responses received outside the Bonfire procurement application will not be accepted. 6.2..1. Responses may be rejected for failure to comply with the requirements set forth in this invitation. Region 10 ESC reserves the right to cancel solicitation, reject any or all proposals,to accept any proposal deemed most advantageous to the Members and to waive any informality in the proposal process. Respondents are responsible for making certain proposals are submitted in the Bonfire portal completed by the deadline. Region 10 ESC is not responsible for technical difficulties encountered when uploading the response and will not accept proposals or additions to received proposals after the specified deadline.All information submitted must be readable in the Bonfire application or Microsoft Excel in order to be considered. 6.2..2. Deviations from any terms, conditions and/or specifications must be conspicuously noted in writing by the Respondent and shall be included with the response. (See Section Two, Proposal Form #19 ). 6.3. Proposal Format:The electronic narrative portion and the materials presented in response to this Request for Proposal should be submitted in the same order as requested. Responses should be consolidated into one PDF file for the RFP response and one Excel file for the Pricing Attachment response. No links, embedded files, or alternative formats (such as Adobe Portfolio attachments) are allowed except where specifically requested in the RFP.Any information that is not readable in the Bonfire PDF viewer or in the Excel pricing file will not be considered by the evaluation committee. 6.4. Time for receiving proposals: Proposals received prior to the submittal deadline will be kept secure and unopened. No proposals submitted after the submittal time and deadline will be considered. 6.5. Inquiries and/or discrepancies: Questions regarding this solicitation must be submitted in the Bonfire procurement application. All questions and answers will be posted to the Bonfire procurement application. Respondents are responsible for viewing the Bonfire procurement application to review all questions and answers prior to submitting proposals. Please note that oral communications concerning this REP shall not be binding and shall in no way excuse the responsive Respondent of the obligations set forth in this invitation. Page 14 of 21 6.6. Restricted and Prohibited Communications with Region 10 ESC and Equalis Group: During the period between the date Region 10 ESC issues this RFP and the selection of the vendor who is awarded a contract by Region 10 ESC, if any, Respondents shall restrict all contact with Region 10 ESC and Equalis Group, and direct all questions regarding this RFP, including questions regarding terms and conditions,only to the Bonfire procurement application in the specified manner. Do not contact members of the Board of Directors, other employees of Region 10 ESC,any of Region 10 ESC's agents or administrators or Equalis Group employees. Contact with any of these prohibited individuals after issuance of this RFP and before selection is made, may result in disqualification of the Respondent. 6.6..1. The communications prohibition shall terminate when the contract is recommended by the administration,considered by the Board of Directors at a noticed public meeting,and a contract has been awarded. In the event the Board of Directors refers the recommendation back to staff for reconsideration,the communications prohibition shall be re-imposed. Additionally, during the time period between the award by the Board of Directors and the execution of the contract, Respondents shall not engage in any prohibited communications as described in this section. 6.6..2. Prohibited communications include direct contact, discussion,or promotion of any Respondent's response with any member of Region 10 ESC's Board of Directors or employees except for communications with Region 10 ESC's designated representative as set forth in this RFP and only in the course of inquiries, briefings, interviews,or presentations. This prohibition is intended to create a level playing field for all potential Respondents,to assure that decisions are made in public, and to protect the integrity of the REP process. Except as provided in the above stated exceptions,the following communications regarding a particular invitation for bids, requests for proposal, requests for qualifications, or other solicitation are prohibited: • Communications between a potential vendor,service provider, Respondent, offeror, lobbyist or consultant and any member of Region 10 ESC's Board of Directors; • Communications between any director and any member of a selection or evaluation committee;and • Communications between any director and administrator or employee. 6.6..3. The communications prohibition shall not apply to the following: • Communications with Region 10 ESC's purchasing agent specifically named and authorized to conduct and receive such communications under this RFP or upon the request of Region 10 ESC,with Region 10 ESC's legal counsel; and • Presentations made to the Board of Directors during any duly noticed public meeting at which the solicitation is under consideration and the Vendor has been invited to present to the Board Page 15 of 21 6.6..4. Nothing contained herein shall prohibit any person or entity from publicly addressing Region 10 ESC's Board of Directors during any duly noticed public meeting, in accordance with applicable Board policies,on a matter other than this RFP,or in connection with a presentation requested by Region 10 ESC's representatives. Communication with any employee of Equalis Group 7. ADDENDA 7.1. If required,will be issued by Region 10 ESC to all those known to have received a complete set of Proposal documents. The vendor shall acknowledge on the Signature Form the number of addenda received. 8. CALENDAR OF EVENTS Event Date: Issue RFP 03/28/2024 Deadline for questions 04/18/2024 Issue Addendum/a (if required) 04/19/2024 Proposal Due Date 04/26/2024 Approval from Region 10 ESC 06/19/2024 Contract Effective Date 07/01/2024 9. CONDITIONS OF SUBMITTING PROPOSALS 9.1. Amendment of Proposal:A proposal may be amended up to the time of opening by amending the proposal submitted in the Bonfire procurement application. 9.2. Withdrawal of proposals:Withdrawal of proposals prior to the opening date will be permitted. Withdrawal of proposal will not be allowed for a period of 120 days following the opening. Pricing will remain firm for 120 days from submittal. However,consideration may be given in cases where Respondent advises that it made a clerical error that is substantially lower than it intended. In such case, Respondent must provide written notice of their desire to withdraw, along with supporting documents,within three (3) business days of receiving the acceptance letter. Any contracts entered into prior to Region 10 ESC receiving notice must be honored. • No Respondent should assume that their withdrawal request has been accepted unless,and until,they receive written acknowledgment and acceptance of their proposal withdrawal. 9.3. Clarifications: Region 10 ESC may, by written request,ask a Respondent for additional information or clarification after review of the proposals received for the sole purpose of eliminating minor irregularities, informalities,or apparent clerical mistakes in the proposal. Clarification does not give Respondent an opportunity to revise or modify its proposal,except to the extent that correction of apparent clerical mistakes results in a revision. Region 10 ESC will not assist Respondent in bringing its proposal up to the level of other proposals through discussions. Region 10 ESC will not indicate to Respondent a cost or price that it must meet to either obtain further Page 16 of 21 consideration nor will it provide any information about other Respondents' proposals or prices. 9.4. Best and Final Offer: Region 10 ESC, in its sole discretion, may request all Offerors in the competitive range to submit a Best and Final Offer. Offerors must submit their Best and Final Offers in writing. If an Offeror does not respond to the request for a Best and Final Offer,that Offeror's most recent prior offer will be considered to be its Best and Final Offer. 9.5. Specifications: When a solicitation contains a specification that states no substitutions, no deviation from this requirement will be permitted. Respondent must comply with the true intent of the specifications and drawings and not take advantage of any unintentional error or omission. In cases where no type and kind of product is specified, Region 10 ESC specifications have been developed to indicate minimal standards as to the usage, materials,and contents based on the needs of the members. • References to manufacturer's specifications (Design Guides),when used by Region 10 ESC, are to be considered informative to give the Respondent information as to the general style,type and kind requested. Responses proposing goods, materials or equipment regularly produced by a reputable manufacturer shall be evaluated by Region 10 ESC which will, in its sole discretion, determine whether such proposed goods, materials or equipment are substantially equivalent to the Design Guides, considering quality,workmanship, economy of operation,and suitability for the purpose intended. Respondents should include all documentation required to evaluate whether or not their proposed goods, materials or equipment are substantially equivalent to the Design Guides. 9.6. Quality of Materials or Services: Respondent shall state the brand name and number of the materials being provided. If none is indicated,then it is understood that the Respondent is quoting on the exact brand name and number specified or mentioned in the solicitation. • However, unless specifically stated otherwise and in accordance with purchasing laws and regulations,comparable substitutions will be permitted in cases where the material is equal to that specified, considering quality,workmanship, economy of operation and suitability for the purpose intended. 9.7. Deviations and Exceptions: Deviations or exceptions stipulated in response may result in disqualification. It is the intent of Region 10 ESC to award a manufacturer's complete line of products,when possible. 9.8. Formation of Contract: A response to this solicitation is an offer to contract with Region 10 ESC based upon the terms,conditions,scope of work,and specifications contained in this request. A solicitation does not become a contract until it is awarded by Region 10 ESC. A contract is formed when Region 10 ESC's board or designee signs the Vendor Contract Signature Form. The prospective vendor must submit a signed Vendor Signature Form with the response,thus eliminating the need for a formal signing process. 9.9. Estimated Quantities: Region 10 ESC anticipates that a substantial number of participating members will enter into contracts resulting from this solicitation; however, Region 10 ESC makes no guarantee or commitment of any kind concerning quantities or usage of contracts resulting from this Page 17 of 21 solicitation. The annual volume for this contract is estimated to be over$50 million annually by year three (3) of the contract.This information is provided solely as an aid to contract vendors in preparing proposals only,and performance will be determined by other factors such as awarded supplier's competitiveness,and overall performance and support of the contract.The successful Vendor(s) discount and pricing schedule shall apply regardless of the volume of business under the contract. The maximum aggregate contract price is$50,000,000.00 and will be the amount allocated to Region 10 ESC's Job Order Contracting Services;each Participating Public Agency shall have a separate maximum aggregate contract price of$50,000,000.00.There is no guarantee that this amount will be distributed on a proportionate basis between the selected Contractors; there is no guarantee of the number of orders or the dollar value of the orders. All orders that will be issued under this contract are unspecified at the time of bidding. orders issued under this contract may be in response to an emergency or disaster recovery situation and eligible for federal funding; orders issued in response to an emergency or disaster recovery situation are subject to and must comply with all federal requirements applicable to the funding including, but not limited to,the Special Conditions section of this solicitation. 9.10.Multiple Awards: Membership includes a large number of potential entities which may utilize this contract throughout the nation.To assure any ensuing contract(s) will allow Region 10 ESC to fulfill current and future needs, Region 10 ESC reserves the right to award contract(s) to multiple vendors.The decision to award multiple contracts,award only one contract,or to make no awards rests solely with Region 10 ESC.A multiple award shall be limited to the least number of vendors Region 10 ESC in its sole discretion determines to be necessary to meet the requirements of the Equalis membership. 9.11. Non-Exclusive: Any contract resulting from this solicitation shall be awarded with the understanding and agreement that it is for the sole convenience and benefit of participating Members. Region 10 ESC and participating Members reserve the right to obtain like goods and services from other sources. 10. AWARD PROCESS 10.1. Award or rejection of proposals: In accordance with applicable laws, rules, and regulations for public purchasing, award(s) will be made to the most responsive and responsible Respondent(s) whose proposal(s) is/are determined to be the best value and most advantageous to Member, price and other factors considered. Region 10 ESC reserves the right to use a "Market Basket Survey" method, based on statistically representative criteria to determine the most responsible response. To qualify for evaluation, response must have been submitted on time, and satisfy all mandatory requirements identified in this document. Proposals that are materially non- responsive will be rejected and Region 10 ESC will provide notice of rejection to the Respondent. 10.2.Evaluation Process: In evaluating the responses the following predetermined criteria is considered: • Products/Pricing (30 Points) o Coverage of products and services Page 18 of 21 o Ability of offered products and services to meet the needs requested in the scope o Competitive pricing for all available products and services, including warranties if applicable o Ability of Customers to verify that they received contract pricing o Payment methods o Other factors relevant to this section as submitted by the Respondent • Performance Capability (25 Points) o Job order contracting experience and capabilities o Implementation and support plan o Project management capabilities o Performance bonding o Customer service/problem resolution o Financial condition of vendor o History of meeting products and services deadlines o Other factors relevant to this section as submitted by the Respondent • Qualification and Experience (25 Points) o Respondent reputation in the marketplace o Past relationship with Region 10 ESC and/or Region 10 ESC members o Experience and qualification of key employees o Past experience working with the public sector o Past litigation, bankruptcy, reorganization, state investigations of entity or current officers and directors o Minimum of 5 public sector customer references relating to the products and services within this RFP o Company profile and capabilities o Exhibited understanding of cooperative purchasing o Certifications in the Industry o Other factors relevant to this section as submitted by the Respondent • MWBE Status and/or Program Capabilities (10 Points) o MWBE status,subcontractor plan,and/or joint venture program o Good faith efforts to involve MWBE subcontractors in response o Demonstrated ongoing MWBE program • Commitment to Service Equalis Group Members (10 Points) o Marketing plan and capability o Ability to manage a cooperative contract o Commitment to supporting agencies to utilize the contract o Other factors relevant to this section as submitted by the Respondent 10.3.Competitive Range • It may be necessary to establish a competitive range. Factors from the predetermined criteria will be used to make this determination. Page 19 of 21 Responses not in the competitive range are unacceptable and do not receive further award consideration. 10.4.Evaluation Committee • A committee will review and evaluate all responses and make a recommendation for award of contract(s). The recommendation for contract awards will be based on the predetermined criteria factors outlined in this solicitation,where each factor is assigned a point value based on its importance. Recommendation for award of a contract will be presented to the Region 10 ESC board of directors for final approval. 10.5.Past Performance • A vendor's performance and actions under previously awarded contracts to schools, local,state,or federal agencies are relevant in determining whether or not the vendor is likely to provide quality goods and services to our members; including the administrative aspects of performance; the vendor's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally,the Respondent's businesslike concern for the interests of the customer. Other evaluation criteria notwithstanding, Region 10 ESC reserves the right to disqualify respondents based on past experience alone. 11. TAXES 11.1. The Contractor will pay all sales, consumer, use and other similar taxes required by law for which an exemption does not exist. If the Contractor is required to pay sales tax on non-exempt material,equipment, services or other items purchased in connection with a Purchase Order,the Member will reimburse the Contractor for such tax,without mark-up, provided the Contractor submits the appropriate documentation. 12. PROTEST OF NON-AWARD 12.1. Protest Procedure:Any protest of an award or proposed award must be filed I in writing within ten (10) days from the date of the official award notification and must be received by 5:00 pm Central Time. No protest shall lie for a claim that the selected Vendor is not a responsible Respondent. Protests shall be filed with Mr. Clint Pechacek at Region 10 ESC,400 E Spring Valley Rd, Richardson,TX 75081. Protests shall follow Region 10 ESC complaint policy EF(LOCAL),a copy of which is available at https://pol.tasb.org/Policy/Code/374?filter=EF,and it must be on a form provided by Region 10 ESC,which will include the following: • Name,address and telephone number of protester • Original signature of protester or its representative • Identification of the solicitation by RFP number • Detailed statement of legal and factual grounds including copies of relevant documents;and the form of relief requested • Any protest review and action shall be considered final with no further formalities being considered. Page 20 of 21 13. NON-COLLUSION, EMPLOYMENT AND SERVICES 13.1. By signing the Offer and Acceptance form or other official contract form, the Respondent certifies that: • It did not engage in collusion or other anti-competitive practices in connection with the preparation or submission of its offer; and • It does not discriminate against any employee, applicant for employment, or person to whom it provides services because of race, color, religion, sex, national origin, or disability and that it complies with all applicable federal, state, and local laws and executive orders regarding employment. 14. LIMITATION OF LIABILITY 14.1. WAIVER: BY SUBMITTING A PROPOSAL, OFFER EXPRESSLY AGREES TO WAIVE ANY CLAIM IT HAS OR MAY HAVE AGAINST BOTH EQUALIS GROUP AND REGION 10 EDUCATION SERVICE CENTER, ITS DIRECTORS, OFFICERS, ADMINISTRATORS OR AGENTS AND THE MEMBERS ARISING OUT OF OR IN CONNECTION WITH (1) THE ADMINISTRATION, EVALUATION, RECOMMENDATION OF ANY PROPOSAL; (2) ANY REQUIREMENTS UNDER THE SOLICITATION, PROPOSAL PACKAGE, OR RELATED DOCUMENTS; (3) THE REJECTION OF ANY PROPOSAL OR ANY PART OF ANY PROPOSAL;AND/OR (4) THE AWARD OF A CONTRACT, IF ANY. 14.2.NEITHER REGION 10 ESC NOR EQUALIS GROUP SHALL BE RESPONSIBLE OR LIABLE FOR ANY COSTS INCURRED BY RESPONDENTS OR THE SELECTED VENDOR IN CONNECTION WITH RESPONDING TO THE RFP, PREPARING FOR ORAL PRESENTATIONS, PREPARING AND SUBMITTING A PROPOSAL, ENTERING OR NEGOTIATING THE TERMS OF A CONTRACT, OR ANY OTHER EXPENSES INCURRED BY A RESPONDENT. THE RESPONDENT OR SELECTED VENDOR IS WHOLLY RESPONSIBLE FOR ANY SUCH COSTS AND EXPENSES AND SHALL NOT BE REIMBURSED IN ANY MANNER BY REGION 10 ESC OR EQUALIS GROUP. Page 21 of 21 i Re ion10ESC © equalis Experience the Power of 10 GROUP REQUEST FOR PROPOSAL #R10-1166 FOR: Job Order Contracting March 28, 2024 Section Two: Proposal Submission, Questionnaire and Required Forms Page 1 of 46 Proposal Form Checklist 3 PROPOSAL FORM 1: ATTACHMENT B - PRICING 4 PROPOSAL FORM 2: QUESTIONNAIRE & EVALUATION CRITERIA 5 PROPOSAL FORM 3: CERTIFICATIONS AND LICENSES 11 PROPOSAL FORM 4: CLEAN AIR WATER ACT 12 PROPOSAL FORM 5: DEBARMENT NOTICE 13 PROPOSAL FORM 6: LOBBYING CERTIFICATION • 14 PROPOSAL FORM 7: CONTRACTOR CERTIFICATION REQUIREMENTS 15 PROPOSAL FORM 8: ANTITRUST CERTIFICATION STATEMENTS 16 PROPOSAL FORM 9: IMPLEMENTATION OF HOUSE BILL 1295 17 PROPOSAL FORM 10: BOYCOTT CERTIFICATION AND TERRORIST STATE CERTIFICATION 18 PROPOSAL FORM 11: RESIDENT CERTIFICATION 19 PROPOSAL FORM 12: FEDERAL FUNDS CERIFICATION FORM 20 PROPOSAL FORM 13:ADDITIONAL ARIZONA CONTRACTOR REQUIREMENTS 29 PROPOSAL FORM 14: OWNERSHIP DISCLOSURE FORM (N.J.S. 52:25-24.2) 31 PROPOSAL FORM 15: NON-COLLUSION AFFIDAVIT 32 PROPOSAL FORM 16:AFFIRMATIVE ACTION AFFIDAVIT (P.L.1975, C.127) 33 PROPOSAL FORM 17: C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM 36 PROPOSAL FORM 18: STOCKHOLDER DISCLOSURE CERTIFICATION 41 PROPOSAL FORM 19: GENERAL TERMS AND CONDITIONS ACCEPTANCE FORM 42 PROPOSAL FORM 20: EQUALIS GROUP ADMINISTRATION AGREEMENT 43 PROPOSAL FORM 21: OPEN RECORDS POLICY ACKNOWLEDGEMENT AND ACCEPTANCE 44 PROPOSAL FORM 22: VENDOR CONTRACT AND SIGNATURE FORM 45 Page 2 of 46 Proposal Form Checklist The following documents must be submitted with the Proposal The below documents can be found in Section 2; Proposal Submission and Required Bid Forms and must be submitted with the proposal. Please note Proposal Form 1 is a separate attachment(attachment B) PROPOSAL PRICING: Attachment B is provided separately in a Microsoft Excel file and is required to complete your price proposal. ❑ PROPOSAL FORM 1:ATTACHMENT B- PRICING QUESTIONNAIRE & EVALUATION CRITERIA: PROPOSAL FORM 2: QUESTIONNAIRE& EVALUATION CRITERIA OTHER REQUIRED PROPOSAL FORMS: n PROPOSAL FORM 3: CERTIFICATIONS AND LICENSES n PROPOSAL FORM 4: CLEAN AIR AND WATER ACT PROPOSAL FORM 5: DEBARMENT NOTICE PROPOSAL FORM 6: LOBBYING CERTIFICATION PROPOSAL FORM 7: CONTRACTOR CERTIFICATION REQUIREMENTS PROPOSAL FORM 8: ANTITRUST CERTIFICATION STATEMENTS PROPOSAL FROM 9: IMPLEMENTATION OF HOUSE BILL 1295 n PROPOSAL FROM 10: BOYCOTT CERTIFICATION AND TERRORIST STATE CERTIFICATION PROPOSAL FORM 11: RESIDENT CERTIFICATION PROPOSAL FORM 12: FEDERAL FUNDS CERIFICATION FORM n PROPOSAL FORM 13: ADDITIONAL ARIZONA CONTRACTOR REQUIREMENTS n PROPOSAL FORM 14: OWNERSHIP DISCLOSURE FORM (N.J.S.52:25-24.2) I I PROPOSAL FORM 15: NON-COLLUSION AFFIDAVIT n PROPOSAL FORM 16: AFFIRMATIVE ACTION AFFIDAVIT(P.L.1975,C.127) PROPOSAL FORM 17: C.271 POLITICAL CONTRIBUTION DISCLOSURE FORM n PROPOSAL FORM 18: STOCKHOLDER DISCLOSURE CERTIFICATION I PROPOSAL FORM 19: GENERAL TERMS AND CONDITIONS ACCEPTANCE FORM I j PROPOSAL FORM 20: EQUALIS GROUP ADMINISTRATION AGREEMENT I I PROPOSAL FORM 21: OPEN RECORDS POLICY ACKNOWLEDGEMENT AND ACCEPTANCE I I PROPOSAL FORM 22: VENDOR CONTRACT AND SIGNATURE FORM (The rest of this page is intentially left blank) Page 3 of 46 PROPOSAL FORM 1: ATTACHMENT B - PRICING Pricing should be entered in the attachment B Excel form provided in this REP packet. Please reference Section 1, Part B, Instructions to Proposers, for more information on how to complete pricing. (The rest of this page is intentionally left blank) Page 4 of 46 PROPOSAL FORM 2: QUESTIONNAIRE & EVALUATION CRITERIA Instructions: Respondents should incorporate their questionnaire responses directly into the green cells below. Failure to provide responses in this format may result in the proposal being deemed as non-responsive at the sole discretion of Region 10. Respondents may incorporate additional documents as part of their response which may be utilized by Region 10 as part of the evaluation.Additional documents must be consolidated as part of this Section 2 at the end of your response. Vendor responses are strictly limited to 100 total pages (not including Attachment B—Pricing Excel pricesheet).Vendors who submit more than 30 additional pages may result in the proposal being deemed non-responsive at the sole discretion of Region 10. Region 10 has associated the evaluation criteria with the question that most closely aligns with that respective evaluation criteria. Region 10 reserves the right at its sole discretion to base its evaluation and specific evaluation criteria on any part of the respondent's proposal. Evaluation Criteria Question Answer Basic Information Required information for notification of RFP What is your company's official registered Click or tap here to enter text. results name? What is the mailing address of your Click or tap here to enter text. company's headquarters? Who is the main contact for any questions Click or tap here to enter text. and notifications concerning this RFP response,including notification of award? Provide name, title, email address,and phone number. Products/Pricing(30 Points) Coverage of products and services No answer is required. Region 10 will utilize your overall response and the products/services provided in Attachment B to make this determination Ability of offered products and services to meet No answer is required.Region 10 will utilize your overall response and the products/services provided in Attachment B to make this the needs requested in the scope determination Pricing for all available products and services, Does pricing submitted include the required Click or tap here to enter text. including warranties if applicable administrative fee? Do you offer any incentives for customers? Click or tap here to enter text. If yes,please describe. Page 5 of 46 Ability of Customers to verify that they received Describe your process for verifying work Click or tap here to enter text. contract pricing orders and estimations with a customer, including any methodology used to minimize the use of micro estimating and change orders. Payment methods Define your invoicing process and methods Click or tap here to enter text. of payments you will accept. Please include the overall process for agencies to make payments Other factors relevant to this section as submitted No answer is required.Region 10 will utilize your overall response and the products/services provided in Attachment B to make this by the Respondent determination Performance Capability(25 Points) Job order contracting experience and capabilities Please provide a high-level overview of the Click or tap here to enter text. job order contracting services being offered and how they address the scope being requested herein. Describe your company's past experience Click or tap here to enter text. with Job Order Contracting estimating and include specific examples of other cooperatives and/or public agencies where you hove performed these services. Outline your process for qualifying, Click or tap here to enter text. selecting,and managing subcontractors. Specifically address how your firm ensures subcontractors comply with local,state, and federal requirements as well as industry standards. Outline applicable innovative solutions or Click or tap here to enter text. value-added services that differentiate your company from competitors. List the number and location of offices or Click or tap here to enter text. service centers for all states being proposed in solicitation.Additionally,if your company does not offer all products and services in all SO states,please describe any geographical limitations on any product or service offered. Outline any value-added capabilities not Click or tap here to enter text. already addressed. Implementation and support plan Describe your company's implementation Click or tap here to enter text. and training plan for new customers. Outline what ongoing communication and Click or tap here to enter text. support is available to customers and key stakeholders. Page 6 of 46 Outline your organization's commitment to Click or tap here to enter text. jobsite safety including any specific policies,practices,or initiatives. Project management capabilities Describe project management capabilities Click or tap here to enter text. including scheduling,coordination, progress monitoring,and reporting processes. Outline capabilities to provide Click or tap here to enter text. comprehensive project documentation including submittals,change orders,and close-out documentation. Describe your quality control processes Click or tap here to enter text. including inspections,testing,and quality assurance measures. Describe your organization's ability to Click or tap here to enter text. handle multiple concurrent projects and how you allocate resources to ensure timely completion. Performance bonding Provide your company's performance bond Click or tap here to enter text. plan as described in the scope herein. Customer service/problem resolution Describe your company's Customer Service Click or tap here to enter text. Department(hours of operation,how you resolve issues,number of service centers, etc.). Financial condition of vendor Demonstrate your financial strength and Click or tap here to enter text. stability with meaningful data. This could include,but is not limited to,such items as financial statements,SEC filings,credit& bond ratings,letters of credit,and detailed refence letters What was your annual sales volume over Click or tap here to enter text. last three(3)years? History of meeting products and services Outline the process timeline for product Click or tap here to enter text. deadlines pickup,delivery and any other applicable capabilities not already addressed. Other factors relevant to this section as submitted Describe the capacity of your company to Click or tap here to enter text. by the Respondent provide management reports,i.e. consolidated billing by location,time and attendance reports,etc.for each eligible agency Provide your safety record,safety rating, Click or tap here to enter text. EMR and worker's compensation rate where available. Qualification and Experience(25 Points) Page 7 of 46 Respondent reputation in the marketplace Provide a link to your company's website Click or tap here to enter text. Please provide a brief history of your Click or tap here to enter text. company,including the year it was established. Past relationship with Region 10 ESC and/or Have you worked with Region 10 in the Click or tap here to enter text. Region 10 ESC members past?if so,provide the timeframe and main contact for that work? Experience and qualification of key employees Please provide contact information and Click or tap here to enter text. resumes for the person(s)who will be responsible for the following areas. Region 10 requests contacts to cover the following: *Executive Support *Account Manager *Contract Manager *Marketing *Billing,reporting&Accounts Payable Past experience working with the public sector What are your overall public sector sales, Click or tap here to enter text. excluding Federal Government,for last three(3)years? What is your strategy to increase market Click or tap here to enter text. share in the public sector? Past litigation,bankruptcy,reorganization,state Provide information regarding whether Click or tap here to enter text. investigations of entity or current officers and your firm,either presently or in the past, directors has been involved in any litigation, bankruptcy,or reorganization. Minimum of 5 public sector customer references Provide a minimum of five(5)customer Click or tap here to enter text. relating to the products and services within this references for product and/or services of RFP similar scope dating within the past 3 years. Please try to provide references for K12,Higher Education,City/County and State entities. Provide the entity;contact name&title;city&state;phone number; years serviced;description of services;and annual volume Company profile and capabilities Do you plan to sell to customers directly, Click or tap here to enter text. use resellers or subcontractors,or a combination of both?If you intend to use resellers and/or subcontractors,describe your process for ensuring that resellers and subcontractors comply with the pricing and terms of the contract. Exhibited understanding of cooperative No answer is required.Region 10 will utilize your overall response to this questionnaire to make this determination.Previous experience purchasing with cooperatives is not necessary to score well for this criterion. Page 8 of 46 Other factors relevant to this section as submitted If your company is a privately held Click or tap here to enter text. by the Respondent organization,please indicate if the company is owned or operated by anyone who has been convicted of a felony.If yes, a detailed explanation of the names and conviction is required. Provide a copy of all current licenses,registrations and certifications issued by federal,state and local agencies,and any other licenses, registrations or certifications from any other governmental entity with jurisdiction,allowing Respondent to perform the covered services. These will be provided in the space provided in Form 3.No answer is required here. MWBE Status and/or Program Capabilities(10 Points) MWBE status,subcontractor plan,and/or joint Please indicate whether you hold any Click or tap here to enter text. venture program diversity certifications,including,but not limited to MWBE,SBE,DBE,DVBE,HUB,or HUBZone Do you currently have a diversity program Click or tap here to enter text. in place,such as a Mentor Protégé Program or subcontractor program?If you have a diversity program,please describe it and indicate whether you plan to offer your program or partnership through Equalis Group? Please attach any certifications you have as part of your response to Form 3. Good faith efforts to involve MWBE Did your company contact MWBEs or Click or tap here to enter text. subcontractors in response minority chambers of commerce by telephone, written correspondence,or trade associations at least one week before the due date of this RFP to provide information relevant to this opportunity and to determine whether any MWBEs were interested in subcontracting and/or joint ventures? Demonstrated ongoing MWBE program Outline your subcontractor strategy and Click or tap here to enter text. efforts your organization takes to include MWBE subcontractors in future work, including but not limited to efforts to reach out to individual MWBE businesses, minority chambers of commerce,and other minority business and trade associations. Commitment to Service Equalis Group Members(10 Points) Marketing plan,capability,and commitment Detail how your organization plans to Click or tap here to enter text. market and promote this contract upon award,including how this contract will fit into your organization's current go-to- market strategy in the public sector. Page 9 of 46 Detail how your organization will train your Click or tap here to enter text. sales force and customer service representatives on this contract to ensure that they can competently and consistently present the contract to public agency customers and answer any questions they might have concerning it. Acknowledge that your organization agrees Click or tap here to enter text. to provide its company logo(s)to Region 10 ESC and Equalis Group and agrees to provide permission for reproduction of such logo in marketing communications and promotions Ability to manage a cooperative contract Describe the capacity of your company to Click or tap here to enter text. report monthly sales through this agreement to Equalis Group. Identify any contracts with other Click or tap here to enter text. cooperative or government group purchasing organizations of which your company is currently a part of: Commitment to supporting agencies to utilize the If awarded a contract,how would you Click or tap here to enter text. contract approach agencies in regards to this contract?Please indicate how this would work for both new customers to your organization,as well as existing. Other factors relevant to this section as submitted Provide the number of sales Click or tap here to enter text. by the Respondent representatives which will work on this contract and where the sales representatives are located. Page 10 of 46 PROPOSAL FORM 3: CERTIFICATIONS AND LICENSES Provide a copy of all current licenses, registrations and certifications issued by federal, state and local agencies, and any other licenses, registrations or certifications from any other governmental entity with jurisdiction, allowing Respondent to perform the covered services including, but not limited to licenses, registrations or certifications. M/WBE, HUB, DVBE, small and disadvantaged business certifications and other diverse business certifications, as well as manufacturer certifications for sales and service must be included if applicable. PROPOSAL FORM 4: CLEAN AIR WATER ACT I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S. C. 1857 (h), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment 0, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. Potential Vendor: Title of Authorized Representative: Mailing Address: Signature: Page 12 of 46 PROPOSAL FORM 5: DEBARMENT NOTICE I, the Vendor, certify that my company has not been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension", as described in the Federal Register and Rules and Regulations. Potential Vendor: Title of Authorized Representative: Mailing Address: Signature: I Page 13 of 46 PROPOSAL FORM 6: LOBBYING CERTIFICATION Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by Section 1352,Title 31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies, to the best of his/her knowledge and belief,that: 1. No Federal appropriated funds have been paid or will be paid on behalf of the undersigned,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 the awarding of a Federal contract,the making of a Federal grant, the making of a Federal loan,the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been 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 or cooperative agreement,the undersigned shall complete and submit Standard Form LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding$100,000 in Federal funds at all appropriate tiers and that all sub-recipients shall certify and disclose accordingly. Signature of Respondent Date Page 14 of 46 PROPOSAL FORM 7: CONTRACTOR CERTIFICATION REQUIREMENTS Contractor's Employment Eligibility By entering the contract, Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA), and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statutes of the states it will operate this contract in. Participating Government Entities including School Districts may request verification of compliance from any Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws. Should the Participating Entities suspect or find that the Contractor or any of its subcontractors are not in compliance,they may pursue any and all remedies allowed by law, including, but not limited to: suspension of work,termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. The Respondent complies and maintains compliance with the appropriate statutes which requires compliance with federal immigration laws by State employers, State contractors and State subcontractors in accordance with the E-Verify Employee Eligibility Verification Program. Contractor shall comply with governing board policy of the Region 10 ESC Participating entities in which work is being performed. Fingerprint & Criminal Background Checks If required to provide services on school district property at least five (5) times during a month, contractor shall submit a full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately,the school district may fingerprint those persons or employees. An exception to this requirement may be made as authorized in Governing Board policy. The district shall conduct a fingerprint check in accordance with the appropriate state and federal laws of all contractors, subcontractors or vendors and their employees for which fingerprints are submitted to the district. Contractor, subcontractors,vendors and their employees shall not provide services on school district properties until authorized by the District. The Respondent shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted. Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed. Signature of Respondent Date Page 15 of 46 PROPOSAL FORM 8: ANTITRUST CERTIFICATION STATEMENTS (Tex. Government Code§2155.005) I affirm under penalty of perjury of the laws of the State of Texas that: (1) I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation,firm, partnership or individual (Company) listed below; (2) In connection with this proposal, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act,Tex. Bus. & Comm. Code Chapter 15; (3) In connection with this proposal, neither I nor any representative of the Company has violated any federal antitrust law; and (4) Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this proposal to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. VENDOR ADDRESS RESPONDANT Signature PHONE Printed Name FAX Position with Company AUTHORIZING OFFICIAL Signature Printed Name Position with Company Page 16 of 46 PROPOSAL FORM 9: IMPLEMENTATION OF HOUSE BILL 1295 Certificate of Interested Parties(Form 1295): In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either(1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or(2) has a value of at least$1 million.The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the commission's website.The commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015.The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law. The commission does not have any additional authority to enforce or interpret House Bill 1295. Filing Process: Staring on January 1, 2016,the commission will make available on its website a new filing application that must be used to file Form 1295. A business entity must use the application to enter the required information on Form 1295 and print a copy of the completed form,which will include a certification of filing that will contain a unique certification number. An authorized agent of the business entity must sign the printed copy of the form and have the form notarized.The completed Form 1295 with the certification of filing must be filed with the governmental body or state agency with which the business entity is entering into the contract. The governmental entity or state agency must notify the commission, using the commission's filing application, of the receipt of the filed Form 1295 with the certification of filing not later than the 30th day after the date the contract binds all parties to the contract.The commission will post the completed Form 1295 to its website within seven business days after receiving notice from the governmental entity or state agency. Information regarding how to use the filing application will be available on this site starting on January 1, 2016. https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Page 17 of 46 PROPOSAL FORM 10: BOYCOTT CERTIFICATION AND TERRORIST STATE CERTIFICATION BOYCOTT CERTIFICATION Respondent must certify that during the term of any Agreement, it does not boycott Israel and will not boycott Israel. "Boycott" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. Does vendor agree? (Initials of Authorized Representative) Respondent must certify that it does not have a practice, policy,guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Respondent must aslo certify that it does not boycott energy companies; and will not boycott energy companies during the term of the contract. Does vendor agree? (Initials of Authorized Representative) TERRORIST STATE CERTIFICATION In accordance with Texas Government Code, Chapter 2252, Subchapter F, REGION 10 ESC is prohibited from entering into a contract with a company that is identified on a list prepared and maintained by the Texas Comptroller or the State Pension Review Board under Texas Government Code Sections 806.051, 807.051, or 2252.153. By execution of any agreement,the respondent certifies to REGION 10 ESC that it is not a listed company under any of those Texas Government Code provisions. Responders must voluntarily and knowingly acknowledge and agree that any agreement shall be null and void should facts arise leading the REGION 10 ESC to believe that the respondent was a listed company at the time of this procurement. Does vendor agree? (Initials of Authorized Representative) Page 18 of 46 PROPOSAL FORM 11: RESIDENT CERTIFICATION This Certification Section must be completed and submitted before a proposal can be awarded to your company. This information may be placed in an envelope labeled "Proprietary" and is not subject to public view. In order for a proposal to be considered,the following information must be provided. Failure to complete may result in rejection of the proposal: As defined by Texas House Bill 602, a "nonresident Bidder" means a Bidder whose principal place of business is not in Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. Texas or Non-Texas Resident n I certify that my company is a "resident Bidder" ❑ I certify that my company qualifies as a "nonresident Bidder" If you qualify as a "nonresident Bidder," you must furnish the following information: What is your resident state? (The state your principal place of business is located.) Compan y Name Address City State Zip Page 19 of 46 PROPOSAL FORM 12: FEDERAL FUNDS CERTIFICATION FORM When a participating agency seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or"EDGAR" requirements). All Vendors submitting proposals must complete this Federal Funds Certification Form regarding Vendor's willingness and ability to comply with certain requirements which may be applicable to specific participating agency purchases using federal grant funds.This completed form will be made available to participating agencies for their use while considering their purchasing options when using federal grant funds. Participating agencies may also require Vendors to enter into ancillary agreements, in addition to the contract's general terms and conditions, to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Vendor should certify Vendor's agreement and ability to comply,where applicable, by having Vendor's authorized representative complete and initial the applicable lines after each section and sign the acknowledgment at the end of this form. If a vendor fails to complete any item in this form, Region 10 ESC will consider the Vendor's response to be that they are unable or unwilling to comply. A negative response to any of the items may, if applicable, impact the ability of a participating agency to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Any Contract award will be subject to Region 10 ESC General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order, participating agency ancillary contract, or Member Construction Contract agreed upon by Vendor and the participating agency which must be consistent with and protect the participating agency at least to the same extent as the Region 10 ESC Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these Vendor violation and breach of contract terms. Does vendor agree? (Initials of Authorized Representative) 2.Termination for Cause or Convenience: When a participating agency expends federal funds, the participating agency reserves the right to immediately terminate any agreement in excess of$10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror in the event Offeror fails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order; (2) make any payments owed; or (3) otherwise perform in accordance with the contract and/or the procurement solicitation. participating agency also reserves the right to terminate the contract immediately, with written notice to offeror, for convenience, if participating agency believes, in its sole discretion that it is in the best Page 20 of 46 interest of participating agency to do so. Offeror will be compensated for work performed and accepted and goods accepted by participating agency as of the termination date if the contract is terminated for convenience of participating agency.Any award under this procurement process is not exclusive and participating agency reserves the right to purchase goods and services from other offerors when it is in participating agency's best interest. Does vendor agree? (Initials of Authorized Representative) 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, all participating agency purchases or contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any participating agency purchase or contract that meets the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. Does vendor agree? (Initials of Authorized Representative) 4. Davis-Bacon Act: When required by Federal program legislation, Vendor agrees that,for all participating agency prime construction contracts/purchases in excess of$2,000,Vendor shall comply with the Davis-Bacon Act (40 USC 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition, Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at www.wdol.gov. Vendor agrees that, for any purchase to which this requirement applies,the award of the purchase to the Vendor is conditioned upon Vendor's acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland "Anti-Kickback"Act (40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work,to give up any part of the compensation to which he or she is otherwise entitled. Page 21 of 46 Does vendor agree? (Initials of Authorized Representative) 5. Contract Work Hours and Safety Standards Act: Where applicable, for all participating agency contracts or purchases in excess of$100,000 that involve the employment of mechanics or laborers,Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act,Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week.The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Does vendor agree? (Initials of Authorized Representative) 6. Right to Inventions Made Under a Contract or Agreement: If the participating agency's Federal award meets the definition of"funding agreement" under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that "funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. Does vendor agree? (Initials of Authorized Representative) 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended—Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). When required, Vendor agrees to comply with all applicable standards, orders,or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. Does vendor agree? Page 22 of 46 (Initials of Authorized Representative) 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management(SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3CFR Part 1989 Comp. p. 235), "Debarment and Suspension."SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government-wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all participating agencies with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Does vendor agree? (Initials of Authorized Representative) 9. Byrd Anti-Lobbying Amendment: Byrd Anti-Lobbying Amendment (31 USC 1352) --Vendors that apply or bid for an award exceeding$100,000 must 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 USC 1352. Each tier must 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 non-Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 USC 1352). Does vendor agree? (Initials of Authorized Representative) 10. Procurement of Recovered Materials: For participating agency purchases utilizing Federal funds,Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a participating agency may require to confirm estimates and otherwise comply.The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, Page 23 of 46 and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Does vendor agree? (Initials of Authorized Representative) 11. Profit as a Separate Element of Price: For purchases using federal funds in excess of$150,000, a participating agency may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.323(b). When required by a participating agency, Vendor agrees to provide information and negotiate with the participating agency regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the participating agency shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative Contract. Does vendor agree? (Initials of Authorized Representative) 12. Domestic Preference Vendor must be prepared to provide a comprehensive list of the number of goods, products, and/or materials (including but not limited to iron, aluminum, steel, cement, and other manufactured products) being used for specific purchase orders under the contract award which were produced in the United States upon request to Region 10 ESC or any Equalis member who intends to use this contract with federal funds. Does vendor agree? (Initials of Authorized Representative) 13. Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment Vendor agrees that recipients and subrecipients are prohibited from obligating or expending loan or grant funds to procure or obtain, extend or renew a contract to procure or obtain, or enter into a contract(or extend or renew a contract)to procure or obtain equipment, services, or systems 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 from companies described in Public Law 115-232, section 889.Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to,the government of a covered foreign country are also prohibited. Does vendor agree? (Initials of Authorized Representative) 14. General Compliance and Cooperation with Participating Agencies: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a participating agency, it shall make a good faith effort to work with participating agencies to provide such information and to satisfy such requirements as may apply to a particular participating agency purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. Page 24 of 46 Does vendor agree? (Initials of Authorized Representative) 15. Applicability to Subcontractors Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does vendor agree? (Initials of Authorized Representative) By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. Company Name Signature of Authorized Company Official Printed Name Title Date Page 25 of 46 PROPOSAL FORM 13: FEMA REQUIREMENTS When a participating agency seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law.This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or "EDGAR" requirements). Additionally, Appendix II to Part 200 authorizes FEMA to require or recommend additional provisions for contracts. All respondents submitting proposals must complete this FEMA Recommended Contract Provisions Form regarding respondent's willingness and ability to comply with certain requirements which may be applicable to specific participating agency purchases using FEMA funds.This completed form will be made available to Members for their use while considering their purchasing options when using FEMA grant funds. Members may also require Supplier Partners to enter into ancillary agreements, in addition to the contract's general terms and conditions,to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Respondent should certify Respondent's agreement and ability to comply,where applicable, by having respondents authorized representative complete and initial the applicable lines after each section and sign the acknowledgment at the end of this form. If a Respondent fails to complete any item in this form, Region 10 ESC will consider the respondent's response to be that they are unable or unwilling to comply. A negative response to any of the items may, if applicable, impact the ability of a participating agency to purchase from the Supplier Partner using federal funds. 1.Access to Records For All Procurements The Winning Supplier agrees to provide the participating agency,the pass-through entity (if applicable), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives 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. The Winning Supplier agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. The Winning Supplier 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. Does Respondent agree? (Initials of Authorized Representative) For Contracts Entered into After August 1, 2017 Under a Major Disaster or Emergency Declaration In compliance with section 1225 of the Disaster Recovery Reform Act of 2018,the participating agency, and the Winning Supplier 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." Does Respondent agree? (Initials of Authorized Representative) 2. Changes Page 26 of 46 FEMA recommends that all contracts include a changes clause that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract.The language of the clause may depend on the nature of the contract and the procured item(s) or service(s).The participating agency should also consult their servicing legal counsel to determine whether and how contract changes are permissible under applicable state, local, or tribal laws or regulations. Does Respondent agree? (Initials of Authorized Representative) 3. Use of DHS Seal, Logo, and Flags The Winning Supplier shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval.The contractor shall include this provision in any subcontracts. Does Respondent agree? (Initials of Authorized Representative) 4. Compliance with Federal Law, Regulations, And Executive Orders and Acknowledgement of Federal Funding This is an acknowledgement that when FEMA financial assistance is used to fund all or a portion of the participating agency's contract with the Winning Supplier,the Winning Supplier will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. Does Respondent agree? . (Initials (Initials of Authorized Representative) 5. No Obligation by Federal Government The federal government is not a party to this or any contract resulting from this or future procurements with the participating agencies 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. Does Respondent agree?_ (Initials of Authorized Representative) 6. Program Fraud and False or Fraudulent Statements or Related Acts The Winning Supplier 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. Does Respondent agree? (Initials of Authorized Representative) 7.Affirmative Socioeconomic Steps If subcontracts are to be let, the Winning Supplier is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that small and minority businesses, women's business enterprises, and labor surplus area firms are used when possible. Does Respondent agree? (Initials of Authorized Representative) 8. License and Delivery of Works Subject to Copyright and Data Rights Page 27 of 46 The Winning Supplier grants to the participating agency, 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 Winning Supplier will identify such data and grant to the participating agency 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 Winning Supplier will deliver to the participating agency data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the (insert name of the non-federal entity). Does Respondent agree? (Initials of Authorized Representative) Page 28 of 46 PROPOSAL FORM 14: ADDITIONAL ARIZONA CONTRACTOR REQUIREMENTS AZ Compliance with Federal and state requirements: Contractor agrees when working on any federally assisted projects with more than $2,000.00 in labor costs,to comply with all federal and state requirements, as well as Equal Opportunity Employment requirements and all other federal and state laws, statutes, etc. Contractor agrees to post wage rates at the work site and submit a copy of their payroll to the member for their files. Contractor must retain records for three years to allow the federal grantor agency access to these records, upon demand. Contractor also agrees to comply with the Arizona Executive Order 75-5, as amended by Executive Order 99-4. When working on contracts funded with Federal Grant monies, contractor additionally agrees to comply with the administrative requirements for grants, and cooperative agreements to state, local and federally recognized Indian Tribal Governments. AZ Compliance with workforce requirements: Pursuant to ARS 41-4401, Contractor and subcontractor(s) warrant their compliance with all federal and state immigration laws and regulations that relate to their employees, and compliance with ARS 23-214 subsection A,which states, ..."every employer, after hiring an employee, shall verify the employment eligibility of the employee through the E-Verify program" Region 10 ESC reserves the right to cancel or suspend the use of any contract for violations of immigration laws and regulations. Region 10 ESC and its members reserve the right to inspect the papers of any contractor or subcontract employee who works under this contract to ensure compliance with the warranty above. AZ Contractor Employee Work Eligibility: By entering into this contract, contractor agrees and warrants compliance with A.R.S. 41-4401, A.R.S. 23-214, the Federal Immigration and Nationality Act (FINA), and all other Federal immigration laws and regulations. Region 10 ESC and/or Region 10 ESC members may request verification of compliance from any contractor or sub contractor performing work under this contract. Region 10 ESC and Region 10 ESC members reserve the right to confirm compliance. In the event that Region 10 ESC or Region 10 ESC members suspect or find that any contractor or subcontractor is not in compliance, Region 10 ESC may pursue any and all remedies allowed by law, including but not limited to suspension of work, termination of contract, suspension and/or debarment of the contractor. All cost associated with any legal action will be the responsibility of the contractor. AZ Non-Compliance: All federally assisted contracts to members that exceed $10,000.00 may be terminated by the federal grantee for noncompliance by contractor. In projects that are not federally funded, Respondent must agree to meet any federal, state or local requirements as necessary. In addition, if compliance with the federal regulations increases the contract costs beyond the agreed on costs in this solicitation, the additional costs may only apply to the portion of the work paid by the federal grantee. Registered Sex Offender Restrictions(Arizona): For work to be performed at an Arizona school, contractor agrees that no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are present, or reasonably expected to be present. Contractor agrees that a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at the Region 10 ESC member's discretion. Contractor must identify any additional costs associated with compliance to this term. If no costs are specified, compliance with this term will be provided at no additional charge. Page 29 of 46 Offshore Performance of Work Prohibited: Due to security and identity protection concerns, direct services under this contract shall be performed within the borders of the United States. Terrorism Country Divestments: In accordance with A.R.S. 35-392, Region 10 ESC and Region 10 ESC members are prohibited from purchasing from a company that is in violation of the Export Administration Act. By entering into the contract, contractor warrants compliance with the Export Administration Act. The undersigned hereby accepts and agrees to comply with all statutory compliance and notice requirements listed in this document. Signature of Respondent Date Page 30 of 46 PROPOSAL FORM 15: OWNERSHIP DISCLOSURE FORM (N.J.S. 52:25-24.2) Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law), the Respondent shall complete the form attached to these specifications listing the persons owning 10 percent (10%) or more of the firm presenting the proposal. Company Name: Street: City, State,Zip Code: Complete as appropriate: 1 , certify that I am the sole owner of , that there are no partners and the business is not incorporated, and the provisions of N.I.S. 52:25-24.2 do not apply. OR: , a partner in , do hereby certify that the following is a list of all individual partners who own a 10%or greater interest therein. I further certify that if one(1)or more of the partners is itself a corporation or partnership, there is also set forth the names and addresses of the stockholders holding 10%or more of that corporation's stock or the individual partners owning 10%or greater interest in that partnership. OR: , an authorized representative of , a corporation, do hereby certify that the following is a list of the names and addresses of all stockholders in the corporation who own 10%or more of its stock of any class. I further certify that if one(1)or more of such stockholders is itself a corporation or partnership, that there is also set forth the names and addresses of the stockholders holding 10%or more of the corporation's stock or the individual partners owning a 10%or greater interest in that partnership. (Note: If there are no partners or stockholders owning 10%or more interest, indicate none.) Name Address Interest I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. Authorized Signature and Title Date Page 31 of 46 PROPOSAL FORM 16: NON-COLLUSION AFFIDAVIT Company Name: Street: City, State,Zip Code: State of New Jersey County of I, of the Name City in the County of , State of of full age, being duly sworn according to law on my oath depose and say that: l am the of the firm of Title Company Name the Respondent making the Proposal for the goods, services or public work specified under the Harrison Township Board of Education attached proposal, and that I executed the said proposal with full authority to do so; that said Respondent has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above proposal, and that all statements contained in said bid proposal and in this affidavit are true and correct, and made with full knowledge that the Harrison Township Board of Education relies upon the truth of the statements contained in said bid proposal and in the statements contained in this affidavit in awarding the contract for the said goods, services or public work. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by Company Name Authorized Signature& Title Subscribed and sworn before me this day of , 20 Notary Public of New Jersey My commission expires , 20 SEAL Page 32 of 46 PROPOSAL FORM 17: AFFIRMATIVE ACTION AFFIDAVIT (P.L.1975, C.127) Company Name: Street: City,State,Zip Code: Bid Proposal Certification: Indicate below your compliance with New Jersey Affirmative Action regulations. Your proposal will be accepted even if you are not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional& Service Contracts(Exhibit A) Vendors must submit with proposal: 1. A photo copy of their Federal Letter of Affirmative Action Plan Approval OR 2. A photo copy of their Certificate of Employee Information Report OR 3. A complete Affirmative Action Employee Information Report(AA302) Public Work—Over$50,000 Total Project Cost: A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201-A upon receipt from the Harrison Township Board of Education B. Approved Federal or New Jersey Plan—certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. Authorized Signature and Title Date P.L. 1995, c. 127(N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, Page 33 of 46 national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor,where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor or subcontractor,where applicable,will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus,colleges, universities, labor unions,that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. Page 34 of 46 The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27). Signature of Procurement Agent Page 35 of 46 PROPOSAL FORM 18: C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information is available in Local Finance Notice 2006-1 (https://www.nj.gov/dca/divisions/digs/resources/Ifns 2006.html). 1. The disclosure is required for all contracts in excess of$17,500 that are not awarded pursuant to a "fair and open" process (N.J.S.A. 19:44A-20.7). 2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents or in an appropriate computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public agencies, including all public agencies that have elected officials in the county of the public agency, state legislative positions, and various state entities. The Division of Local Government Services recommends that contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a) The Division has prepared model disclosure forms for each county. They can be downloaded from the "County PCD Forms" link on the Pay-to-Play web site at https://www.state.nj.us/dca/divisions/digs/programs/pay 2 piay.html They will be updated from time-to-time as necessary. b) A public agency using these forms should edit them to properly reflect the correct legislative district(s). As the forms are county-based,they list all legislative districts in each county. Districts that do not represent the public agency should be removed from the lists. c) Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county. These submissions are appropriate and should be accepted. d) The form may be used "as-is", subject to edits as described herein. e) The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the form; where that is not the case, the text should be edited accordingly. f) The form is a Word document and can be edited to meet local needs, and posted for download on web sites, used as an e-mail attachment, or provided as a printed document. 5. It is recommended that the contractor also complete a "Stockholder Disclosure Certification." This will assist the local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract. (See Local Finance Notice 2006-7 for additional information on this obligation) A sample Certification form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to Boards of Education. Page 36 of 46 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and open" process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A-20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: 1. any State, county, or municipal committee of a political party 2. any legislative leadership committee' 3. any continuing political committee (a.k.a., political action committee) 4. any candidate committee of a candidate for, or holder of, an elective office: 1. of the public entity awarding the contract 2. of that county in which that public entity is located 3. of another public entity within that county 4. or of a legislative district in which that public entity is located or, when the public entity is a county, of any legislative district which includes all or part of the county.The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: 5. individuals with an "interest" ownership or control of more than 10%of the profits or assets of a business entity or 10%of the stock in the case of a business entity that is a corporation for profit 6. all principals, partners, officers, or directors of the business entity or their spouses 7. any subsidiaries directly or indirectly controlled by the business entity 8. IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity and filing as continuing political committees, (PACs). When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall be deemed to be a contribution by the business entity." [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report.The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form, a content-consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the Open Public Records Act.The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts. N.J.S.A. 19:44A-3(s): "The term "legislative leadership committee" means a committee established, authorized to be established, or designated by the President of the Senate, the Minority Leader of the Senate,the Speaker Page 37 of 46 of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1)for the purpose of receiving contributions and making expenditures." C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant To N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I—Vendor Information Vendor Name: Address: City: State: Zip: The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. Signature Printed Name Title Part II—Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. ❑ Check here if disclosure is provided in electronic form. Contributor Name Recipient Name Date Dollar Amount n Check here if the information is continued on subsequent page(s) Page 38 of 46 Continuation Page C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant To N.J.S.A. 19:44A-20.26 Page_of Vendor Name: Contributor Name Recipient Name Date Dollar Amount I ❑ Check here if the information is continued on subsequent page(s) Page 39 of 46 List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District#5: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive) Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM WWW.NJ.GOV/DCA/LGS/P2P A COUNTY- BASED, CUSTOMIZABLE FORM. Page 40 of 46 PROPOSAL FORM 19: STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business: ❑ I certify that the list below contains the names and home addresses of all stockholders holding 10%or more of the issued and outstanding stock of the undersigned. OR n I certify that no one stockholder owns 10%or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: ❑ Partnership _ Sole Proprietorship n Limited Liability E Limited Partnership Partnership [ Corporation ❑ Limited Liability LJ Subchapter S Corporation Corporation Sign and notarize the form below, and, if necessary,complete the stockholder list below. Stockholders: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Subscribed and sworn before me this day of , 2_ (Affiant) (Notary Public) (Print name &title of affiant) My Commission expires: (Corporate Seal) Page 41 of 46 PROPOSAL FORM 20: GENERAL TERMS AND CONDITIONS ACCEPTANCE FORM Signature on the Vendor Contract Signature form certifies complete acceptance of the General Terms and Conditions in this solicitation, except as noted below(additional pages may be attached, if necessary). Check one of the following responses to the General Terms and Conditions: ❑ We take no exceptions/deviations to the general terms and conditions (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) ❑ We take the following exceptions/deviations to the general terms and conditions. All exceptions/deviations must be clearly explained. Reference the corresponding general terms and conditions that you are taking exceptions/deviations to. Clearly state if you are adding additions terms and conditions to the general terms and conditions. Provide details on your exceptions/deviations below: (Note: Unacceptable exceptions shall remove your proposal from consideration for award. Region 10 ESC shall be the sole judge on the acceptance of exceptions/deviations and the decision shall be final.) Page 42 of 46 PROPOSAL FORM 21: EQUALIS GROUP ADMINISTRATION AGREEMENT Requirements for Master Agreement To be administered by Equalis Group Attachment A, Equalis Group Administrative Agreement is used in administering Master Agreements with Region 10 and is preferred by Equalis Group. Redlined copies of this agreement should not be submitted with the response. Should a respondent be recommended for award, this agreement will be negotiated and executed between Equalis Group and the respondent. Respondents must select one of the following options for submitting their response. Q Respondent agrees to all terms and conditions outlined in each of the Administration Agreement. El Respondent wishes to negotiate directly with Equalis Group on terms and conditions outlined in the Administration Agreement. Negotiations will commence after sealed Proposals are opened and Region 10 has determined the respondent met all requirements in their response and may be eligible for award. Page 43 of 46 PROPOSAL FORM 22: OPEN RECORDS POLICY ACKNOWLEDGEMENT AND ACCEPTANCE OPEN RECORDS POLICY ACKNOWLEDGMENT AND ACCEPTANCE Be advised that all information and documents submitted will be subject to the Public Information Act requirements governed by Chapter 552 of the Texas Government Code. Because contracts are awarded by a Texas governmental entity, all responses submitted are subject to release as public information after contracts are executed. If a Respondent believes that its response,or parts of its response, may be exempted from disclosure to the public,the Respondent must specify page-by-page and line-by-line the parts of the response,which it believes, are exempted from disclosure. In addition,the Respondent must specify which exception(s)are applicable and provide detailed reasons to substantiate the exception(s). Respondent must provide this information on the "Acknowledgement and Acceptance to Region 10 ESC's Public Information Act Policy"form found on the next page of this solicitation. Any information that is unmarked will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 10 ESC must provide the OAG with the information requested in order for the OAG to render an opinion. In such circumstances, Respondent will be notified in writing that the material has been requested and delivered to the OAG. Respondent will have an opportunity to make arguments to the OAG in writing regarding the exception(s)to the TPIA that permit the information to be withheld from public disclosure. Respondents are advised that such arguments to the OAG must be specific and well-reasoned--vague and general claims to confidentiality by the Respondent are generally not acceptable to the OAG. Once the OAG opinion is received by Region 10 ESC, Region 10 ESC must comply with the opinions of the OAG. Region 10 ESC assumes no responsibility for asserting legal arguments on behalf of any Respondent. Respondents are advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. After completion of award,these documents will be available for public inspection. Signature below certifies complete acceptance of Region 10 ESC's Open Records Policy,except as noted below (additional pages may be attached,if necessary).Check one of the following responses to the Acknowledgment and Acceptance of Region 10 ESC's Open Records Policy below: n We acknowledge Region 10 ESC's Public Information Act policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act. (Note:All information believed to be a trade secret or proprietary must be listed below. It is further understood that failure to identify such information,in strict accordance with the instructions below,will result in that information being considered public information and released,if requested under the Public Information Act.) n We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act. (Note:Respondent must specify page-by-page and line-by-line the parts of the response,which it believes,are exempt. In addition, Respondent must specify which exception(s)are applicable and provide detailed reasons to substantiate the exception(s). Date Authorized Signature& Title Page 44 of 46 PROPOSAL FORM 23: VENDOR CONTRACT AND SIGNATURE FORM The undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. The undersigned further certifies that he/she is an officer of the company and has authority to negotiate and bind the company named below and has not prepared this proposal in collusion with any other Respondent and that the contents of this proposal as to prices, terms or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any person engaged in this type of business prior to the official opening of this proposal. VENDORS MUST SUBMIT THIS FORM COMPLETED AND SIGNED WITH THEIR RESPONSE TO BE CONSIDERED Company name Address City/State/Zip Telephone No. Fax No. Email address Printed name Position with company Authorized signature Term of contract July 1, 2024 to June 30, 2026 Unless otherwise stated, all contracts are for a period of two (2)years with an option to renew annually for an additional three (3)years if agreed to by Region 10 ESC. Vendor shall honor all administrative fees for any sales made based on the contract whether renewed or not. Region 10 ESC Authorized Agent Date Print Name Equalis Group Contract Number 01 El Page 45 of 46 S 11 0 III Did you sign the vendor contract and signature form? If not, your Proposal will be rejected. Region 10 will negotiate any exceptions and both parties will agree upon which exceptions will be accepted or altered before the Region 10 board votes to accept or reject the proposals. Page 46 of 46 © equalis 0, Re ion10ESC Experience the Power of i® GROUP REQUEST FOR PROPOSAL #R10-1166 FOR: Job Order Contracting March 28, 2024 Section Three: Part A — Vendor Contract and Signature Form Attachment A — Equalis Group Administrative Agreement ' Attachment C — State Notices I N Page 1of34 SECTION THREE: PART A—VENDOR CONTRACT AND GENERAL TERMS AND CONDITIONS 3 VENDOR CONTRACT AND SIGNATURE FORM 3 1. ARTICLE 1—GENERAL TERMS AND CONDITIONS 3 2. ARTICLE 2—ANTICIPATED TERM OF AGREEMENT 4 3. ARTICLE 3—REPRESENTATIONS AND COVENANTS 4 4. ARTICLE 4—FORMATION OF CONTRACT 4 5. ARTICLE 5—TERMINATION OF CONTRACT 5 6. ARTICLE 6 — LICENSES 6 7. ARTICLE 7—DELIVERY PROVISIONS 6 8. ARTICLE 8—BILLING AND REPORTING 7 9. ARTICLE 9—PRICING 8 10. ARTICLE 10—PRICING AUDIT 9 11. ARTICLE 11—PROPOSER PRODUCT LINE REQUIREMENTS 9 12. ARTICLE 12—SITE REQUIREMENTS 10 13. ARTICLE 13—MISCELLANEOUS 11 14. CONTRACT SIGNATURE FORM 14 ATTACHMENT A—EQUALIS GROUP ADMINISTRATIVE AGREEMENT 15 SECTION 1. RECITALS 15 SECTION 2. BUSINESS TERMS 16 SECTION 3. TERMS&CONDITIONS 16 APPENDIX A:WINNING SUPPLIER REPORTING REQUIREMENTS 22 APPENDIX C: FINANCIAL TERMS 25 ATTACHMENT C:STATE NOTICE 26 Page 2 of 34 SECTION THREE: PART A - VENDOR CONTRACT AND GENERAL TERMS AND CONDITIONS VENDOR CONTRACT AND SIGNATURE FORM This Vendor Contract and Signature Form ("Contract")is made as of July 1, 2024, by and between ("Vendor") and Region 10 Education Service Center("Region 10 ESC")for the purchase of Job Order Contracting ("the products and services"). RECITALS WHEREAS, both parties agree and understand that the following pages will constitute the contract between the successful vendor(s) and Region 10 ESC, having its principal place of business at Education Service Center, Region 10,400 E Spring Valley Rd, Richardson, TX 75081 WHEREAS, Vendor agrees to include, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that if agreed to by Region 10 ESC, said exceptions or deviations will be incorporated into the final contract "Vendor Contract." WHEREAS,this contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS,the Vendor Contract will provide that any state, county, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution (including community colleges, colleges and universities, both public and private), other government agencies or non-profit organization may purchase products and services at prices indicated in the Vendor Contract upon registering and becoming a Member with Region 10 ESC; and it being further understood that Region 10 ESC shall act as the Lead Public Agency with respect to all such purchase agreements. This process may be referred to as "piggybacking", "cooperative purchasing", "joint powers", or other terminology depending on the specific state or agency location. WHEREAS, Equalis Group has the administrative and legal capacity to administer purchases on behalf of Region 10 ESC under the Vendor Contract with participating public agencies and entities, as permitted by applicable law. 1. ARTICLE 1—GENERAL TERMS AND CONDITIONS 1.1 Equalis Group shall be afforded all of the rights, privileges and indemnifications afforded to Region 10 ESC under the Vendor Contract, and such rights, privileges and indemnifications shall accrue and apply with equal effect to Equalis Group, including, without limitation,Vendor's obligation to provide insurance and other indemnifications to Lead Public Agency. 1.2 Awarded vendor shall perform all duties, responsibilities and obligations, set forth in this agreement, and required under the Vendor Contract. 1.3 Equalis Group shall perform its duties, responsibilities and obligations as administrator of purchases, set forth in this agreement, and required under the Vendor Contract. Page 3 of 34 1.4 Customer Support: The vendor shall provide timely and accurate technical advice and sales support to Region 10 ESC staff, Equalis Group staff and participating agencies. The vendor shall respond to such requests within one (1) working day after receipt of the request. 2. ARTICLE 2 -ANTICIPATED TERM OF AGREEMENT 2.1 Term: The term of the Contract shall commence upon award and shall remain in effect for a period of two (2) years, unless terminated, canceled or extended as otherwise provided herein. The Contractor agrees that Region 10 ESC shall have the right, at its sole option, to renew the Contract for three (3) additional one-year periods or portions thereof. In the event that Region 10 ESC exercises such rights, all terms, conditions and provisions of the original Contract shall remain the same and apply during the renewal period with the possible exception of price and minor scope additions and/or deletions. 2.2 Automatic Renewal: Renewal will take place automatically for one (1) year unless Region 10 ESC gives written notice to the awarded supplier at least ninety(90) days prior to the expiration. 3. ARTICLE 3 - REPRESENTATIONS AND COVENANTS 3.1 Scope: This contract is based on the need to provide the economic benefits of volume purchasing and reduction in administrative costs through cooperative purchasing to schools and other Members. 3.2 Compliance: Cooperative Purchasing Agreements between Equalis Group and its Members have been established under state procurement law. 3.3 Vendor's promise: Vendor agrees all prices, terms,warranties, and benefits granted by Vendor to Members through this contract are comparable to or better than the equivalent terms offered by Vendor to any present customer meeting the same qualifications or requirements. 4. ARTICLE 4- FORMATION OF CONTRACT 4.1 Vendor contract documents: Region 10 ESC will review proposed Vendor contract documents. Vendor's contract document shall not become part of Region 10 ESC's contract with vendor unless and until an authorized representative of Region 10 ESC reviews and approves it. 4.2 Form of contract: The form of contract for this solicitation shall be the Request for Proposal,the awarded proposal(s) to the lowest responsible respondent(s), and properly issued and reviewed purchase orders referencing the requirements of the Request for Proposal. If a vendor submitting a proposal requires Region 10 ESC and/or Member to sign an additional agreement, a copy of the proposed agreement must be included with the proposal. 4.3 Entire Agreement(Parol evidence): The contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 4.4 Assignment of Contract: No assignment of contract may be made without the prior written approval of Region 10 ESC. Purchase orders and payment can only be made to awarded vendor unless otherwise approved by Region 10 ESC. Awarded vendor is required to notify Region 10 ESC when any material change in operations is made that may adversely affect Members (i.e. awarded vendor bankruptcy, change of ownership, merger, etc.). 4.5 Contract Alterations: No alterations to the terms of this contract shall be valid or binding unless authorized and signed with a "wet signature" by a Region 10 ESC staff member. 4.6 Order of precedence: In the event of a conflict in the provisions of the contract as accepted by Region 10 ESC, the following order of precedence shall prevail: Page 4 of 34 • General terms and conditions • Specifications and scope of work • Attachments and exhibits • Documents referenced or included in the solicitation 4.7 Supplemental Agreements: The entity participating in the Region 10 ESC contract and awarded vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc.Any supplemental agreement developed as a result of this contract is exclusively between the participating entity and awarded vendor. Neither Region 10 ESC, Equalis Group, its agents, Members and employees shall be made party to any claim for breach of such agreement. 5. ARTICLE 5 -TERMINATION OF CONTRACT 5.1 Cancellation for cause: If, for any reason,the Vendor fails to fulfill its obligation in a timely manner, or if the vendor violates any of the covenants, agreements, or stipulations of this contract, Region 10 ESC reserves the right to terminate the contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the vendor, specifying the effective date of termination. In such event, participating Member shall retain sole ownership of all data or intellectual property provided to vendor for the performance of services, as well as any material, reports, or data which the participating Member has already paid the vendor for. Vendor shall retain sole ownership of its own intellectual property and may reclaim or otherwise remove access to any material the participating Member has not paid for.. If such event does occur, then vendor will be entitled to receive just and equitable compensation for the satisfactory work completed. 5.2 Delivery/Service failures: Region 10 ESC may issue a written deficiency notice to contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the contract; ii. Providing work and/or material that was not awarded under the contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the contract and/or giving Region 10 ESC reason to believe that contractor will not or cannot perform the requirements of the contract; and/or vi. Performing work or providing services under the contract prior to receiving a purchase order for such work. Upon receipt of a written deficiency notice, contractor shall have ten (10) days to provide a satisfactory response to Region 10 ESC. Failure to adequately address all issues of concern may result in contract cancellation. Failure to deliver goods or services within the time specified or within a reasonable time period as interpreted by the purchasing agent, or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the contract to be terminated. In the event that the participating Member must purchase in an open market, contractor agrees to reimburse the participating Member, within a reasonable time period,for all expenses incurred. Page 5 of 34 5.3 Force Majeure: If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms;floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty,and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty 5.4 Cancellation for convenience: Either party may cancel this contract in whole or in part by providing written notice. The cancellation will take effect 90 business days after the other party receives the notice of cancellation. After the 90th business day all work will cease following completion of final purchase order. Region 10 ESC reserves the right to request additional items not already on contract at any time. 6. ARTICLE 6 — LICENSES 6.1 Duty to keep current license: Vendor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by vendor. Vendor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the contract. Region 10 ESC reserves the right to stop work and/or cancel the contract of any vendor whose license(s) expire, lapse, are suspended or terminated. 6.2 Suspension or Debarment: Vendor shall provide a letter in the proposal notifying Region 10 ESC of any debarment, suspension or other lawful action taken against them by any federal, state, or local government within the last five (5)years that precludes Vendor or its employees from participating in any public procurement activity. The letter shall state the duration of the suspension or action taken,the relevant circumstances and the name of the agency imposing the suspension. Failure to supply or disclose this information may be grounds for cancellation of contract. 6.3 Survival Clause: All applicable software license agreements, warranties or service agreements that were entered into between Vendor and Customer/participating Member under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Order Fulfiller shall survive expiration or termination of the Contract. 7. ARTICLE 7— DELIVERY PROVISIONS 7.1 Delivery: Vendor shall deliver physical materials purchased on this contract to the participating Member issuing a Purchase Order. Conforming product shall be shipped within the timeframe agreed upon by the participating Member. If delivery is not or cannot be made within the time Page 6 of 34 specified by the Purchase Order the vendor must receive authorization from the participating Member for the delayed delivery, at which time the participating Member may cancel the order if estimated shipping time is not acceptable. 7.2 Inspection &Acceptance: If defective or incorrect material is delivered, participating Member may make the determination to return the material to the vendor at no cost to the participating Member. The vendor agrees to pay all shipping costs for the return shipment. Vendor shall be responsible for arranging the return of the defective or incorrect material. 7.3 Responsibility for supplies tendered: Vendor shall be responsible for the materials or supplies covered by this contract until they are delivered to the designated delivery point. 7.4 Shipping Instructions: Each case, crate, barrel, package, etc, delivered under this contract must be plainly labeled, securely tagged, and delivered in the place and time designated by the participating Member in their Purchase Order or by other mutual agreement. 7.5 Additional charges: Unless bought on F.O.B. "shipping point" and Vendor prepays transportation, no delivery charges shall be added to invoices except when express delivery is authorized and substituted on orders for the method specified in the contract. In such cases,the difference between freight or mail and express charges may be added to the invoice. 7.6 Buyer's delays: Region 10 ESC will not be responsible for any late fees due the prime contractor by the participating Member. The prime contractor will negotiate with the participating Member for the recovery of damages related to expenses incurred by the vendor for a delay for which the Member is responsible,which is unreasonable, and which was not within the contemplation of the parties to the contract between the two parties. 8. ARTICLE 8- BILLING AND REPORTING 8.1 Payments: The participating entity using the contract will make payments directly to the awarded vendor. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 8.2 Tax Exempt Status: Since this is a national contract, knowing the tax laws in each state is the sole responsibility of the Vendor. 8.3 Progress payments: Progress payments may be made by the participating agency to the contractor on the basis of a duly certified and approved estimate of the work performed during the preceding month, if both parties agree to such payment schedule. All progress payments must be invoiced to the participating member. It is the responsibility of the member to review and approve any estimates of work completed. If the member issues a written statement to the Respondent that the estimate of work is not approved and certified,the member may withhold an amount from the progress payment that the member reasonably expects to incur in correcting the deficiency set forth in the written finding, as permitted by applicable State law. In such cases, the Respondent agrees to hold member harmless for any deficiency payment. The prime contractor must agree to pay any subcontractors or material vendors within seven (7) days of their receipt of the progress payment, unless otherwise agreed on in writing between the parties involved.The contractor shall pay Equalis Group progress payments in accordance with this paragraph. At the time all bonds are in place,the prime contractor and the participating member will agree upon a schedule of payments based on identifiable milestones. Acceptance of final payment tis a waiver of all claims except unsettled claims previously made in writing. Page 7 of 34 8.4 Performance and Payment Bonds (in applicable states): Upon execution of a contract between participating agency and prime contractor, performance and payment bonds shall be provided to the member as required by pertinent state law. The prime contractor agrees to notify the participating member in writing of this requirement before accepting any work orders. If the prime contractor fails to deliver any required performance or payment bonds, the contract with Regino 10 ESC may be terminated.The contractor may be asked to supply copies of performance and payment bonds to Region 10 ESC for administrative purposes. An irrevocable payment bond in an amount equal to 100% of the price specified in the contract between the prime contractor and the participating member shall be executed by a surety company authorized to do business in the state of the member or in the ruling jurisdiction of the member.This bond will protect all persons supplying labor and material to the prime contractor for the performance of the work provided in the contract. Such bonds are taxable at the contractor's tax rate. An irrevocable performance bond in an amount equal to 100%of the price specified in the contract between the participating member and the prime contractor shall be executed by a surety company authorized to do business in the state of the member or the ruling jurisdiction of the member. 8.5 Retention: When fifty (50) percent of the work is completed, one half of the amount retained shall be paid to the prime contractor if the prime contractor requests payment and if the participating member is satisfied with the progress of the work. After the work is fifty(50) percent completed, no more than five percent of the amount of any subsequent progress payments shall be retained, unless the governing board of the participating member determines satisfactory progress is not being made, at which point ten percent retention shall be reinstated. Ten (10) percent of all contract payments shall be retained by the participating member as insurance of proper performance of the prime contractor. Participating member shall deposit retained amounts into an interest-bearing account, if required by applicable law governing the participating member. Interest earned on the retained amounts shall be paid to the prime contractor upon completion of the project, or as otherwise required by applicable governing the participating member. Prime contractor agrees to identify the amount to be retained on invoices to participating member for each progress payment. If the participating member and the prime contractor agree to a substitute security, the prime contractor must provide participating member with a signed and acknowledged waiver of any right or power of the obligor to set off any claim against the member. 9. ARTICLE 9 - PRICING 9.1 Market competitive guarantee: Vendor agrees to provide market competitive pricing, based on the value offered upon award,to Region 10 ESC and its participating public agencies throughout the duration of the contract. 9.2 Price increase: Should it become necessary or proper during the term of this contract to make any change in design or any alterations that will increase expense, Region 10 ESC must be notified immediately. Price increases must be approved by Region 10 ESC and no payment for additional materials or services, beyond the amount stipulated in the contract, shall be paid without prior approval. All price increases must be supported by manufacture documentation, or a formal cost justification letter. Page 8 of 34 Vendor must honor previous prices for thirty (30) days after approval and written notification from Region 10 ESC if requested. It is Vendor's responsibility to keep all pricing up to date and on file with Region 10 ESC. All price changes must be provided to Region 10 ESC, using the same format as was accepted in the original contract. 9.3 Additional Charges: All deliveries shall be freight prepaid, F.O.B. destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 9.4 Price reduction and adjustment: Price reduction may be offered at any time during contract. Special,time-limited reductions are permissible under the following conditions: 1) reduction is available to all Members equally; 2) reduction is for a specific time period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time-limit. Vendor shall offer Region 10 ESC any published price reduction during the contract period. 9.5 Prevailing Wage: It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the purchaser(Region 10 ESC or its Participating Members). It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate Department of Labor for any increase in rates during the term of this contract and adjust wage rates accordingly. 9.6 Administrative Fees: The Vendor agrees to pay administrative fees to Equalis Group based on the terms set in the Equalis Group Administration Agreement. All pricing submitted to Region 10 shall include the administrative fee to be remitted to Equalis Group by the awarded vendor. 9.7 Price Calculation: Cost plus a percentage as a primary mechanism to calculate pricing is not allowed. Pricing may either be in the form of line item pricing, defined as a specific individual price on a product or service, or a percentage discount from a verifiable catalog or price list. Other discounts or incentives may be offered. 10. ARTICLE 10— PRICING AUDIT 10.1 Audit rights: Vendor shall, at Vendor's sole expense, maintain appropriate due diligence of all purchases made by Region 10 ESC and any participating entity that accesses this Agreement. Equalis Group and Region 10 ESC each reserve the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. In the State of New Jersey,this audit right shall survive termination of this Agreement for a period of five (5)years from the date of final payment. Such records shall be made available to the New Jersey Office of the State Comptroller upon request. Region 10 ESC shall have the authority to conduct random audits of Vendor's pricing that is offered to eligible entities at Region 10 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 10 ESC is made aware of any pricing being offered to eligible agencies that is materially inconsistent with the pricing under this agreement, Region 10 ESC shall have the ability to conduct an extensive audit of Vendor's pricing at Vendor's sole cost and expense. Region 10 ESC may conduct the audit internally or may engage a third-party auditing firm. In the event of an audit,the requested materials shall be provided in the format and at the location designated by Region 10 ESC or Equalis Group. 11. ARTICLE 11 — PROPOSER PRODUCT LINE REQUIREMENTS 11.1 Current products: Proposals shall be for products and services in current production and marketed to the general public and education/government agencies at the time the proposal is submitted. Page 9 of 34 11.2 Discontinued products: If a product or model is discontinued,Vendor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 11.3 New products/Services: New products and/or services that meet the scope of work may be added to the contract. Pricing shall be equivalent to the percentage discount for other products. Vendor may replace or add product lines to an existing contract if the line is replacing or supplementing products on contract, is equal or superior to the original products offered, is discounted in a similar or to a greater degree, and if the products meet the requirements of the solicitation. No products and/or services may be added to avoid competitive procurement requirements. Region 10 ESC may require additions to be submitted with documentation from Participating Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 10 ESC may reject any additions without cause. 11.4 Options: Optional equipment for products under contract may be added to the contract at the time they become available under the following conditions: 1)the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 11.5 Product line: Vendors with a published catalog may submit the entire catalog. Region 10 ESC reserves the right to select products within the catalog for award without having to award all contents. Region 10 ESC may reject any addition of equipment options without cause. 11.6 Warranty conditions: All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 11.7 Buy American requirement: Vendors may only use unmanufactured construction material mined or produced in the United States, as required by the Buy American Act. Where trade agreements apply, to the extent permitted by applicable law,then unmanufactured construction material mined or produced in a designated country may also be used. Vendors are required to check state specific requirements to ensure compliance with this requirement. 11.8 Domestic preference: Region 10 ESC prefers the purchase, acquisition, or use of goods, products, or materials produced in the United States. 12. ARTICLE 12 -SITE REQUIREMENTS 12.1 Cleanup: Vendor shall clean up and remove all debris and rubbish resulting from their work as required or directed by Member. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean and unobstructed condition conducive to the Member's business purpose. 12.2 Site Preparation: Vendor shall not begin a project for which Participating Member has not prepared the site, unless Vendor does the preparation work at no cost, or until Participating Member includes the cost of site preparation in a purchase order to the contractor. Site preparation includes, but is not limited to moving furniture, moving equipment or obstructions to the work area, installation of wiring for networks or any other necessary pre-installation requirements. 12.3 Registered sex offender restrictions: For work to be performed at schools, Vendor agrees that no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Vendor agrees that a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at the Participating Member's discretion. Vendor must identify any additional costs associated with compliance of this term. If no costs are specified, compliance with this term will be provided at no additional charge. Vendor is also responsible for ensuring that their employees or contractors who have direct contact with students are properly fingerprinted and background checked in accordance with local state law, if applicable. Page 10 of 34 12.4 Safety measures: Vendor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Vendor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 12.5 Smoking/Tobacco: Persons working under the contract shall adhere to local tobacco and smoking (including e-cigarettes/vaping) policies. Smoking will only be permitted in posted areas or off premises. 12.6 Stored materials: Upon prior written agreement between the vendor and Member, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Participating Member with the application for payment seeking compensation for stored materials. Such materials must be stored and protected in a secure location and be insured for their full value by the vendor against loss and damage. Vendor agrees to provide proof of coverage and/or addition of Participating Member as an additional insured upon Participating Member's request. Additionally, if stored offsite, the materials must also be clearly identified as property of buying Participating Member and be separated from other materials. Participating Member must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by the Participating Member, it shall be the Vendor's responsibility to protect all materials and equipment. Vendor warrants and guarantees that title for all work, materials and equipment shall pass to the Member upon final acceptance. 12.7 Maintenance Facilities and Support: It is preferred that each contractor should have maintenance facilities and a support system available for servicing and repair of product and/or equipment. If a third party is to be used to provide maintenance and support to the participating Member, Vendor must notify Region 10 ESC of that third party information. All technicians, applicators, installers shall be fully certified,trained and licensed to perform said duties. 13. ARTICLE 13 - MISCELLANEOUS 13.1 Funding Out Clause: Any/all contracts exceeding one (1)year shall include a standard "funding out" clause. A contract for the acquisition, including lease, of real or personal property is a commitment of the entity's current revenue only, provided the contract contains either or both of the following provisions: "Retains to the entity the continuing right to terminate the contract at the expiration of each budget period during the term of the contract and is conditioned on a best efforts attempt by the entity to obtain appropriate funds for payment of the contract in the subsequent fiscal year." 13.2 Disclosures: Vendor affirms that he/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity,future employment, gift, loan, gratuity, special discount, trip,favor or service to a public servant in connection with this contract. 13.2.1 Vendor has a continuing duty to disclose a complete description of any and all relationships that might be considered a conflict of interest in doing business with Members in Equalis Group. 13.2.2 Vendor affirms that,to the best of his/her knowledge, the offer was arrived at independently, and was submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give an unfair advantage over other vendors in the award of this contract. Page 11 of 34 13.3 Indemnity: Vendor shall protect, indemnify, and hold harmless both Region 10 ESC and Equalis Group and its Members, administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of Vendor, Vendor employees or Vendor subcontractors in the preparation of the solicitation and the later execution of the contract, including any supplemental agreements with Members. Any litigation involving either Region 10 ESC or Equalis Group, its administrators and employees and agents shall be in a court of competent jurisdiction in Dallas County,Texas. Texas law shall apply to any such suit, without giving effect to its choice of laws provisions. Any litigation involving Equalis Group participating Members shall be in the jurisdiction of the participating Member. 13.4 Franchise Tax: Vendor hereby certifies that he/she is not currently delinquent in the payment of any required franchise taxes, and shall remain current on any such franchise taxes throughout the term of this contract. 13.5 Marketing: Vendor agrees to allow Region 10 ESC and Equalis Group to use their name and logo within website, marketing materials and advertisement. Any use of the Region 10 ESC or Equalis Group name and logo or any form of publicity, inclusive of press releases, regarding this contract by Vendor must have prior approval from Region 10 ESC. 13.6 Insurance: Unless otherwise modified elsewhere in this document, prior to commencing services under this contract for a participating Member, contractor shall procure, provide and maintain during the life of this agreement comprehensive public liability insurance to include course of construction insurance and automobile liability, providing limits of not less than $1,000,000.00 per occurrence. The insurance form will be an "all risk"type of policy with standard exclusions. Coverage will include temporary structures, scaffolding, temporary office trailers, materials, and equipment. Contractor shall pay for the deductibles required by the insurance provided under this agreement. 13.6.1 Certificates of insurance shall be delivered to the Member prior to commencement of work. The insurance company shall be licensed to do business and write the appropriate lines of insurance in the applicable state in which work is being conducted. Vendor shall give the participating entity a minimum of ten (10) days' notice prior to any modifications or cancellation of policies. Vendor shall require all subcontractors performing any work to maintain coverage as specified. 13.6.2 Prior to commencing any work under this contract, any subcontractor shall also procure, provide, and maintain, at its own expense until final acceptance of the work performed, insurance coverage in a form acceptable to the prime contractor. All subcontractors shall provide worker's compensation insurance which waives all subrogation rights against the prime contractor and Member. 13.7 Subcontracts/Sub Contractors: If Vendor serves as prime contractor, it shall notify participating agency of any/all subcontract proposed to complete the work prior to commencing work on the project. The Vendor shall provide notification in a timely manner, allowing the participating agency sufficient time for requisite review. Participating agencies explicitly reserve the right to reject any proposed subcontractor. Pursuant to relevant legal provisions, participating public agencies retain the right to request verification of compliance and to confirm said compliance from any subcontractor engaged in activities under this Agreement. Any/all subcontracts selected by Vendor shall abide by the terms and conditions of this contract and the solicitation. 13.7.1 No subcontract relationships shall be entered into with a party not licensed to do business in the jurisdiction in which the work will be performed. Contractor must use subcontractors openly, include such arrangements in the proposal, and certify upon request that such use Page 12 of 34 complies with the rules associated with the procurement codes and statutes in the state in which the contractor is conducting business. 13.7.2 Contractor agrees to pay subcontractors in a timely manner. Failure to pay subcontractors for work faithfully performed and properly invoiced may result in suspension or termination of this contract. Prior to participating Member's release of final retained amounts, Contractor shall produce verified statements from all subcontractors and material suppliers that those entities have been paid in full amounts due and owing to them. 13.8 Legal Obligations: It is the Vendor's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services identified in this RFP and any awarded contract and shall comply with all while fulfilling the RFP. Applicable laws and regulations must be followed even if not specifically identified herein. [Signatures follow on Signature Form] Page 13 of 34 14. CONTRACT SIGNATURE FORM Please note: A copy of the Contract Signature Form has been provided in Section 2; Proposal Submission and Required Forms The undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. The undersigned further certifies that he/she is an officer of the company and has authority to negotiate and bind the company named below and has not prepared this proposal in collusion with any other Respondent and that the contents of this proposal as to prices,terms or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any person engaged in this type of business prior to the official opening of this proposal. VENDORS MUST SUBMIT THIS FORM AS PROVIDED IN SECTION 2 COMPLETED AND SIGNED WITH THEIR RESPONSE TO BE CONSIDERED Prices are guaranteed: 120 days Company name Address City/State/Zip Telephone No. Fax No. Email address Printed name Position with company Authorized signature Term of contract July 1,2024 to June 30, 2026 Unless otherwise stated, all contracts are for a period of two (2)years with an option to renew annually for an additional three (3) years if agreed to by Region 10 ESC. Vendor shall honor all administrative fees for any sales made based on the contract whether renewed or not. Region 10 ESC Authorized Agent Date Print Name Equalis Group Contract Number Page 14 of 34 ATTACHMENT A - EQUALIS GROUP ADMINISTRATIVE AGREEMENT NOTE:This agreement is provided as a model agreement which winning supplier will enter into upon award with Equalis Group. Respondents are asked not to respond with redlines for this model contract. Respondent should complete the Equalis Group Administration Agreement Declaration form found in section two of the Proposal Submission and Required Forms document. In this form,the respondent will need to indicate acceptance of these terms, or if they wish to negotiate. THIS ADMINISTRATION AGREEMENT (this "Agreement"), effective as of July 1, 2024 (the "Effective Date"), is entered into by and between Winning Supplier, ("Winning Supplier") and Equalis Group LLC, a Delaware limited liability company with its principal place of business at 5540 Granite Parkway,Suite 200,Plano, Texas 75024 ("Equalis"). Throughout this Agreement, Winning Supplier and Equalis are referred to interchangeably as in the singular"Party" or in the plural "Parties." SECTION 1. RECITALS A. Education Service Center, Region 10 ("Region 10") serves as a lead public agency (a "Lead Public Agency") for Equalis Group ("Equalis Group"), a national cooperative purchasing organization, by publicly procuring master group purchasing agreements for products and services to be made available to Equalis Group members ("Equalis Group Member" or"Member"). B. Region 10 issued request for proposal ("RFP") #R10-1166 on behalf of Region 10 and Equalis Group Members for Job Order Contracting ("Products&Services") and awarded a contract to Winning Supplier. C. Region 10 and Winning Supplier entered into that certain master group purchasing agreement (the "Master Agreement") #contract number effective as of July 1, 2024 to provide Products & Services to Equalis Group Members. D. The Master Agreement and this Agreement, together with all attachments, appendices, and exhibits hereto, constitutes the entire agreement between the Parties. E. Equalis Group serves as the contract administrator of the Master Agreement on behalf of Region 10. F. Equalis actively promotes Master Agreements to current and prospective Equalis Group Members (collectively "Prospective Participants") through a range of marketing, prospecting, and sales strategies, including, but not limited to, marketing and sales collateral development, direct mail,web marketing, electronic communications, attendance at events, Winning Supplier sales representative training, and Winning Supplier field sales support (collectively, "Equalis Services") as more fully defined in Appendix B. G. Any Prospective Participant who purchases Products & Services from Winning Supplier subject to the Master Agreement shall be considered a "Program Participant". H. Winning Supplier desires to promote and expand its operations and increase the sales of its Products & Services to public sector, private sector, and non-profit organizations through Equalis Group. Page 15 of 34 I 0 NOW,THEREFORE, in consideration of the mutual promises contained herein,the Parties agree to the following terms and conditions: SECTION 2. BUSINESS TERMS Defined Terms. Any capitalized terms contained herein not defined in this Agreement shall have the same meaning as defined in the Master Agreement. Appendices.The appendices attached hereto are made a part of this Agreement (if one, an "Appendix" or more, "Appendices"). Appendix A defines Winning Supplier's reporting requirements. Appendix B sets forth the roles and responsibilities of the Parties. Appendix C defines the financial terms between the Parties. Terms in Appendices. In all cases where the terms of this Agreement and any Appendices disagree,the terms in the Appendix shall control. Publicity&Joint Marketing. Publicity. A Party may only issue press releases or other public announcements with respect to this Agreement with the prior, written consent of the other Party. Joint Marketing/Logo& Name Use. Winning Supplier authorizes Equalis to use Winning Supplier's trademarks, names, and logos as provided by Winning Supplier to Equalis. Equalis authorizes Winning Supplier to use Equalis' trademarks, names, and logos as provided by Equalis to Winning Supplier. Each Party's use of the other Party's trademarks, names, and logos will be limited to standard communication, including correspondence, newsletters, and website material, and joint marketing efforts, including, but not limited to, utilizing the same on correspondence, collateral, agreements, websites, newsletters, or other marketing materials promoting the Products& Services pursuant to the Master Agreement and this Agreement. Notwithstanding the foregoing, the Parties understand and agree that except as provided herein, neither Party shall have any right,title, or interest in the other Party's trademarks, names, and logos. Upon termination of this Agreement, each Party shall immediately cease use of the other Party's trademarks, names, and logos. SECTION 3. TERMS & CONDITIONS Contract Administration. Equalis Group shall perform all of its duties, responsibilities and obligations as contract administrator of the Master Agreement on behalf of Region 10, and Supplier hereby acknowledges Page 16 of 34 and agrees that all duties, responsibilities and obligations will be undertaken by Equalis Group solely in its capacity as the contract administrator under the Master Agreement. Express Limitation of Equalis Liability. With respect to any purchases of Products & Services by Region 10 or any Program Participant pursuant to the Master Agreement, Equalis shall not be: (i) construed as a, re- marketer, representative, partner, or agent of any type of the Winning Supplier, Region 10, or any Program Participant; (ii) obligated by, liable for, or in any way responsible for any order of Products&Services made by Region 10 or any Program Participant or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for Products& Services; and (iii) obligated by, liable for, or in any way responsible for any failure by Region 10 or any Program Participant to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authorization and approval necessary to purchase Products &Services under the Master Agreement. Equalis makes no representation or guaranty with respect to any minimum purchases by Region 10 or any Program Participant, whether individually or collectively, or any employee thereof under this Agreement or the Master Agreement. The terms of this section shall survive the termination of this Agreement. Indemnification. Equalis Group shall be afforded all of the rights, privileges and indemnifications afforded to Lead Agency by or from Supplier under the Lead Agency Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to Equalis Group, its agents, employees, directors, and representatives under this Agreement including, but not limited to, the Supplier's obligation to provide appropriate insurance. Term &Termination. The Term of this Agreement is the same as the Term of the Region 10 Master Agreement. This Agreement shall be terminated, if and when the Master Agreement is terminated. Upon termination of the Master Agreement for any reason, Winning Supplier shall continue making Administrative Fee and other payments, as set forth in Appendix C, to Equalis that are generated by individual Program Participant's purchase of Products & Services for a period of either i) one (1)year from the date of termination, or ii)through the then current expiration date of the Master Agreement, whichever is shorter,to the extent that Winning Supplier continues to generate revenue from each Program Participant's purchase of Products & Services following the termination of the Master Agreement. Audit of Winning Supplier. Equalis, whether directly or through an independent auditor or accounting firm, shall have the right to perform audits, including inspection of books, records, and computer data relevant to Winning Supplier's provision of Products &Services to Program Participants and payment of Administrative Fees to Equalis, pursuant to the Master Agreement and this Administration Agreement, to ensure that pricing, inventory, quality, process, and business controls are maintained; provided, however, that such inspections and audits will be conducted upon reasonable notice to Winning Supplier and so as not to unreasonably interfere with Winning Supplier's business or operations. Page 17 of 34 Notices. All notices, claims, certificates, requests, demands, and other communications required or permitted hereunder("Notice") must be in writing and will be deemed given to the addresses set forth herein (a) when delivered personally to the recipient, (b) upon delivery by reputable overnight courier service (charges prepaid), or(c) upon delivery or refusal of delivery by certified or registered mail, return receipt requested, and addressed to the intended recipient.The Parties agree that day-to-day business communications, including notification of a change of address or revisions to any Appendix, may be made via electronic communication, including email. Addresses for Notices. This section may be modified at any time by either Party providing the other Party with written Notice, including via email, of a change of address or addition or deletion to the individuals who will be copied on all Notices. If to Winning Supplier: Name/Title: Street Address: City/St/Zip: If to Equalis: Equalis Group LLC Attn: Eric Merkle, SVP 5540 Granite Parkway, Suite 200 Plano,Texas 75024 Waiver and Modification.This Agreement may not be amended, changed, modified, or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or waived, Page 18 of 34 except by a writing signed by the parties. A waiver of any particular provision will not be deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply to any other occasion. Governing Law; Invalidity.This Agreement shall be construed and enforced in accordance with, and governed by, the laws of the State of Texas without regard to rules of conflict of laws. If any provision of this Agreement is declared unlawful or unenforceable by judicial determination or performance,then the remainder of this Agreement shall continue in force as if the invalidated provision did not exist. Any suits filed by either Party pursuant to this Agreement shall be brought in a court of competent jurisdiction located in Richardson, Dallas County,Texas. In the event either Party initiates a suit and that suit is adjudicated by a court of competent jurisdiction,the prevailing Party shall be entitled to reasonable attorney's fees and costs from the non- prevailing Party in addition to any other relief to which the court determines the prevailing Party is entitled or awarded. Assignment. This Agreement and the rights and obligations hereunder may not be assignable by either Party hereto without the prior written consent of the other Party, which consent shall not be unreasonably withheld, conditioned, or delayed, provided, however,that either Party may assign its respective rights and obligations under this Agreement without the consent of the other Party in the event either Party shall hereafter effect a corporate reorganization, consolidation, merger, merge into, sale to, or a transfer of all or substantially all of its properties or assets to another entity. Subject to the preceding sentence,this Agreement will be binding upon, inure to the benefit of, and be enforceable by the Parties and their respective successors and assigns. Any instrument purporting to make an assignment in violation of this section shall be null and void. This Agreement may be extended to additional entities affiliated with either Party upon the agreement of the other Party. No such extension will relieve the extending Party of its rights and obligations under this Agreement. No Third-Party Beneficiaries;Survival of Representations.This Agreement is made solely for the benefit of the Parties to it, and no other persons will acquire or have any right under or by virtue of this Agreement. Except as otherwise provided herein, all representations, warranties, covenants, and agreements of the Parties shall remain in full force and effect regardless of any termination of this Agreement, in whole or in part. Entire Agreement. The Region 10 Master Agreement and this Agreement,together with all attachments, appendices, and exhibits hereto, constitutes the entire agreement between the Parties with respect to the subject matter hereof and supersedes all prior oral or written representations and agreements with regard to the same subject matter.The Parties acknowledge that this Agreement has been negotiated and incorporates their collective agreement as to the provisions to be contained herein.Therefore, no presumption will arise giving benefit of interpretation by virtue of authorship of any provision of this Agreement, and any ambiguity may not be construed for or against any Party. Execution in Counterparts.This Agreement may be executed in one or more counterparts, each of which will be deemed an original. For purposes of this Agreement, a facsimile, scanned, or electronic signature will be deemed an original signature. Page 19 of 34 Titles, Headings&Recitals.The Preamble to this Agreement is hereby incorporated herein and made part of this Agreement.The Recitals stated within this Agreement are deemed to be a part of this Agreement. The titles and headings of the sections and paragraphs of this Agreement are inserted for convenience only and shall not constitute a part hereof or affect in any way the meaning or interpretation of this Agreement. (Signature page to follow) Page 20 of 34 IN WITNESS WHEREOF,the Parties hereto have caused this Agreement to be executed by their duly authorized representatives as of the Effective Date. WINNING SUPPLIER EQUALIS GROUP, LLC By: By: Name: Name: Title: Title: Date: Date: Page 21 of 34 APPENDIX A: WINNING SUPPLIER REPORTING REQUIREMENTS This Appendix may be modified at any time with the mutual written consent of the Parties, including via email. Winning Supplier shall electronically provide Equalis with a detailed line-item monthly report showing the dollar volume of all member Products & Services sales under the contract for the previous month. Reports shall be sent via e-mail to Equalis offices at Reporting@EqualisGroup.org. Reports are due on the fifteenth (15th) day after the end of the previous month. It is the responsibility of Winning Supplier to collect and compile all sales under the Master Agreement from Program Participants and submit one (1) monthly report. Fields below marked as *required indicate a required field. All other fields are preferred, but not required: Equalis Member ID M Vendor Customer Number*required(or Equalis Member ID) Ca Customer Name*required tCustomer Street Address*required E Customer City*required CU 2 Customer Zip Code*required Customer State*required • Distributor Name CU Distributor ID `O Distributor Street Address _a• Distributor City H• Distributor Zip Code c Distributor State Product Category level 1 Product Category level 2(Where available or applicable) n3 Product Category level 3(Where available or applicable) m • Distributor Product Number • Manufacturer Product Number O d Product Description Product Brand Name Product packaging Unit of Measure,multiple levels if necessary Purchase Unit of Measure Purchase Quantity rC tII• Distributor Landed Cost Total$(without deviations) G 'O Distributor Landed Cost Total$(with mfr deviations) C d Customer Purchase Total$*required Admin Fee%*required Admin Fee$*required Page 122 APPENDIX B: ROLES & RESPONSIBILITIES This Appendix defines the roles and responsibilities of Equalis and Winning Supplier under this Agreement. This Appendix may be modified at any time with the mutual written consent of the Parties, including via email. 1. Equalis Services. 1.1.Winning Supplier Sales Representative Training. Equalis will develop, as appropriate and subject to Winning Supplier approval, various sales training materials, sales tools, and marketing collateral to promote the Master Agreement and Winning Supplier's Products &Services. Equalis, as appropriate, will i) conduct periodic sales trainings with Winning Supplier sales representatives assigned to sell Products & Services, ii) provide sales representatives with marketing collateral and sales tools to utilize with sales prospects, with particular focus on the procurement process that led to the establishment of the Master Agreement, the legal ability for sales prospects in any state to purchase Products & Services through the Master Agreement without having to conduct their own bid or RFP process,and the key differentiators in the design of this program with Winning Supplier,and iii)attend at least one Winning Supplier company-wide sales and/or leadership meeting per year. 1.2.Sales Support. Equalis will engage in Winning Supplier sales efforts as agreed by the Parties through participating in i) individual sales calls, ii) joint sales calls, iii) communications and customer service, iv) discussions and communication with sales prospects during the sales process to address questions relating to the procurement process, legal authority to purchase through the Master Agreement,and program design, v) trainings for Equalis Members' teams, vi) regular business reviews to monitor Program success, and vii) general contract administration. 1.3.Marketing. Equalis will incorporate information about the Products & Services into Equalis Group's website and general collateral materials. Equalis and Winning Supplier will jointly develop and approve marketing materials to promote Products&Services, such as website content,brochures and collateral, talking points, press releases, and correspondence. Equalis will market the Products & Services to Prospective Participants as part of Equalis' ongoing marketing activities through Equalis Group; these marketing efforts may consist of a combination of i) general marketing of all of Equalis Group's master group purchasing agreements, including the Master Agreement and Winning Supplier's Products & Services, ii) marketing of Winning Supplier's Products & Services specifically and/or as part of a package of selected master group purchasing agreements to targeted Prospective Participants, and iii) attending trade shows, conferences, and meetings. 2. Winning Supplier Roles&Responsibilities. As a condition to Winning Supplier entering into the Master Agreement,which is available to all Public Sector Entities, Winning Supplier must make certain representations, warranties, and covenants to Equalis designed to ensure the success of the Master Agreement for all Prospective Participants, sales prospects, and Winning Supplier. 2.1. Equalis Group Membership Agreement. Winning Supplier will make available the Equalis Group Master Intergovernmental Cooperative Purchasing Agreement (whether in hard copy, electronically, or via www.EqualisGroup.org) and request any Prospective Participants subject to the Master Agreement who have not already joined Equalis Group to join Equalis Group in conjunction with executing Winning Supplier's Customer Agreements and/or beginning to purchase Products & Services from Winning Supplier to ensure that Winning Supplier and each Program Participant are in full compliance with applicable state procurement statutes. Page 123 2.2.Corporate Commitment. Winning Supplier commits that i) the Master Agreement has received all necessary corporate authorizations and support of Winning Supplier's executive management, ii)the Master Agreement will be promoted to Public Sector Entities, and iii) Winning Supplier will identify an executive corporate sponsor and a separate national account manager that will be responsible for the overall management of the Master Agreement and this Agreement. 2.3.5ales Commitment. Winning Supplier commits to market the Master Agreement as a market strategy in the public sector and that its sales force will be trained, engaged, and committed to offering the Master Agreement to Public Sector Entities through Equalis Group in the geographies defined in the Master Agreement. Winning Supplier commits that all sales under the Master Agreement will be accurately and timely reported to Equalis. Winning Supplier also commits that its sales force will be compensated, including sales incentives, for sales to Program Participants under the Master Agreement in a consistent or better manner compared to sales to Public Sector Entities if Winning Supplier were not awarded the Master Agreement. Supplier will make available to interested Prospective Participants such price lists or quotes as may be necessary for such Prospective Participants to evaluate potential purchases of Products &Services under the Master Agreement. 2.4.Marketing Commitment. Winning Supplier commits to work with Equalis to develop a sales and marketing plan ("Plan") within the first ninety(90) days of the Master Agreement Effective Date.The Plan may include, but is not limited to, the following: 2.4.1. Issuing co-branded press release 2.4.2. Publishing Master Agreement details and contact information on both Equalis Group and Winning Supplier's websites 2.4.3. Scheduling and holding training on the Master Agreement for the sales teams of both Equalis Group and Winning Supplier 2.4.4. Jointly participating in national and regional conferences 2.4.5. Jointly attending national and regional Equalis Group Member networking events 2.4.6. Designing, publishing, and distributing co-branded marketing materials 2.4.7. Engaging in ongoing marketing and promotion of the Master Agreement for the entire Term of the Master Agreement (e.g., developing and presenting case studies, collateral pieces, and presentations) Page 124 APPENDIX C: FINANCIAL TERMS This Appendix may be modified at any time with the mutual written consent of the Parties. 1. Administrative Fee. On or before the fifteenth (15') of each month, Winning Supplier shall remit to Equalis an administrative fee payment(the "Administrative Fee") (percentage to be negotiated) of the total Winning Supplier revenue (the "Equalis Group Spend" or "Spend") invoiced to Program Participants during the prior calendar month. "Spend" shall mean the cumulative purchases of Products & Services by Program Participants under the Master Agreement net of taxes, shipping costs, returns, and credits. All Administrative Fees not paid when due shall bear interest at a rate equal to the lesser of one- and one-half percent (1.5%) per month or the maximum rate permitted by law until paid in full. 2. Case-by-Case Administrative Fee Adjustments. The Parties understand and acknowledge that Wining Supplier may have to provide aggressive deviated pricing on a case-by-case basis to win certain opportunities with Prospective Participants when those opportunities represent a sufficiently large Spend and/or are highly competitive. In such situations, Winning Supplier may request Equalis accept a reduced Administrative Fee. The Parties agree to evaluate each such situation as it arises and utilize best efforts to establish an adjusted Administrative Fee rate upon mutual written agreement (including via email) of the Parties. 3. Rebates or Other Payments. Insert rebate or other payment language as agreed. Page 125 ATTACHMENT C: STATE NOTICE Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 279A.220,the following public agencies and political subdivisions of the referenced public agencies are eligible to register with Equalis Group and access the Vendor Contract award made pursuant to this solicitation, and hereby given notice of the foregoing Request for Proposal for purposes of complying with the procedural requirements of said statutes: Nationwide: State of Alabama State of Hawaii State of Massachusetts State of New State of South Mexico Dakota State of Alaska State of Idaho State of Michigan State of New State of York Tennessee State of Arizona State of Illinois State of Minnesota State of North State of Texas Carolina State of Arkansas State of Indiana State of Mississippi State of North State of Utah Dakota State of California State of Iowa State of Missouri State of Ohio State of Vermont State of Colorado State of Kansas State of Montana State of State of Virginia Oklahoma State of State of State of Nebraska State of Oregon State of Connecticut Kentucky Washington State of Delaware State of State of Nevada State of State of West Louisiana Pennsylvania Virginia State of Florida State of Maine State of New State of Rhode State of Wisconsin Hampshire Island State of Georgia State of State of New Jersey State of South State of Wyoming Maryland Carolina District of Columbia Lists of political subdivisions and local governments in the above referenced states/districts may be found at http://www.usa.gov/Agencies/State and Territories.shtml and https://www.usa.gov/local-governments. Certain Public Agencies and Political Subdivisions: CITIES,TOWNS,VILLAGES AND BOROUGHS INCLUDING BUT NOT LIMITED TO: BAKER CITY GOLF COURSE,OR CITY OF BURNS,OR CITY OF ADAIR VILLAGE,OR CITY OF CANBY, OR CITY OF ASHLAND,OR CITY OF CANYONVILLE,OR CITY OF AUMSVILLE,OR CITY OF CLATSKANIE, OR CITY OF AURORA, OR CITY OF COBURG, OR CITY OF BAKER,OR CITY OF CONDON, OR CITY OF BATON ROUGE, LA CITY OF COQUILLE, OR CITY OF BEAVERTON,OR CITY OF CORVALLI, OR CITY OF BEND,OR CITY OF CORVALLIS PARKS AND RECREATION CITY OF BOARDMAN,OR DEPARTMENT, OR CITY OF BONANAZA,OR CITY OF COTTAGE GROVE, OR CITY OF BOSSIER CITY, LA CITY OF DONALD,OR CITY OF BROOKINGS, OR CITY OF EUGENE, OR Page 126 CITY OF FOREST GROVE,OR ALTA, UT CITY OF GOLD HILL,OR ALTAMONT, UT CITY OF GRANTS PASS, OR ALTON, UT CITY OF GRESHAM, OR AMALGA, UT CITY OF HILLSBORO,OR AMERICAN FORK CITY, UT CITY OF INDEPENDENCE, OR ANNABELLA, UT CITY AND COUNTY OF HONOLULU, HI ANTIMONY, UT CITY OF KENNER, LA APPLE VALLEY, UT CITY OF LA GRANDE,OR AURORA, UT CITY OF LAFAYETTE, LA BALLARD, UT CITY OF LAKE CHARLES,OR BEAR RIVER CITY, UT CITY OF LEBANON,OR BEAVER, UT CITY OF MCMINNVILLE,OR BICKNELL, UT CITY OF MEDFORD, OR BIG WATER, UT CITY OF METAIRIE, LA BLANDING, UT CITY OF MILL CITY, OR BLUFFDALE, UT CITY OF MILWAUKIE,OR BOULDER, UT CITY OF MONROE, LA CITY OF BOUNTIFUL, UT CITY OF MOSIER,OR BRIAN HEAD, UT CITY OF NEW ORLEANS, LA BRIGHAM CITY CORPORATION, UT CITY OF NORTH PLAINS, OR BRYCE CANYON CITY, UT CITY OF OREGON CITY, OR CANNONVILLE, UT CITY OF PILOT ROCK,OR CASTLE DALE, UT CITY OF PORTLAND,OR CASTLE VALLEY, UT CITY OF POWERS, OR CITY OF PRINEVILLE,OR CITY OF REDMOND, OR CITY OF CEDAR CITY, UT CEDAR FORT, UT CITY OF CEDAR HILLS, UT CITY OF REEDSPORT,OR CENTERFIELD, UT CITY OF RIDDLE, OR CENTERVILLE CITY CORPORATION, UT CITY OF ROGUE RIVER, OR CENTRAL VALLEY, UT CITY OF ROSEBURG,OR CHARLESTON, UT CITY OF SALEM, OR CIRCLEVILLE, UT CITY OF SANDY, OR CLARKSTON, UT CITY OF SCAPPOOSE,OR CLAWSON, UT CITY OF SHADY COVE,OR CLEARFIELD, UT CITY OF SHERWOOD, OR CLEVELAND, UT CITY OF SHREVEPORT, LA CLINTON CITY CORPORATION, UT CITY OF SILVERTON,OR COALVILLE, UT CITY OF SPRINGFIELD, OR CORINNE, UT CITY OF ST. HELENS,OR CORNISH, UT CITY OF ST. PAUL, OR COTTONWOOD HEIGHTS, UT CITY OF SULPHUR, LA DANIEL, UT CITY OF TIGARD, OR DELTA, UT CITY OF TROUTDALE, OR DEWEYVILLE, UT CITY OF TUALATIN, OR DRAPER CITY, UT CITY OF WALKER, LA DUCHESNE, UT CITY OF WARRENTON, OR EAGLE MOUNTAIN, UT CITY OF WEST LINN,OR EAST CARBON, UT CITY OF WILSONVILLE,OR ELK RIDGE, UT CITY OF WINSTON,OR ELMO, UT CITY OF WOODBURN,OR ELSINORE, UT LEAGUE OF OREGON CITES ELWOOD, UT THE CITY OF HAPPY VALLEY OREGON EMERY, UT ALPINE, UT ENOCH, UT Page 127 ENTERPRISE, UT KAYSVILLE, UT EPHRAIM, UT KINGSTON, UT ESCALANTE, UT KOOSHAREM, UT EUREKA, UT LAKETOWN, UT FAIRFIELD, UT LA VERKIN, UT FAIRVIEW, UT LAYTON, UT FARMINGTON, UT LEAMINGTON, UT FARR WEST, UT LEEDS, UT FAYETTE, UT LEHI CITY CORPORATION, UT FERRON, UT LEVAN, UT FIELDING, UT LEWISTON, UT FILLMORE, UT LINDON, UT FOUNTAIN GREEN, UT LOA, UT FRANCIS, UT LOGAN CITY, UT FRUIT HEIGHTS, UT LYMAN, UT GARDEN CITY, UT LYNNDYL, UT GARLAND, UT MANILA, UT GENOLA, UT MANTI, UT GLENDALE, UT MANTUA, UT GLENWOOD, UT MAPLETON, UT GOSHEN, UT MARRIOTT-SLATERVILLE, UT GRANTSVILLE, UT MARYSVALE, UT GREEN RIVER, UT MAYFIELD, UT GUNNISON, UT MEADOW, UT HANKSVILLE, UT MENDON, UT HARRISVILLE, UT MIDVALE CITY INC., UT HATCH, UT MIDWAY, UT HEBER CITY CORPORATION, UT MILFORD, UT HELPER, UT MILLVILLE, UT HENEFER, UT MINERSVILLE, UT HENRIEVILLE, UT MOAB, UT HERRIMAN, UT MONA, UT HIDEOUT, UT MONROE, UT HIGHLAND, UT CITY OF MONTICELLO, UT HILDALE, UT MORGAN,UT HINCKLEY, UT MORONI, UT HOLDEN, UT MOUNT PLEASANT, UT HOLLADAY, UT MURRAY CITY CORPORATION, UT HONEYVILLE, UT MYTON, UT HOOPER, UT NAPLES, UT HOWELL, UT NEPHI, UT HUNTINGTON, UT NEW HARMONY, UT HUNTSVILLE, UT NEWTON, UT CITY OF HURRICANE, UT NIBLEY, UT HYDE PARK, UT NORTH LOGAN, UT HYRUM, UT NORTH OGDEN, UT INDEPENDENCE, UT NORTH SALT LAKE CITY, UT IVINS, UT OAK CITY, UT JOSEPH, UT OAKLEY, UT JUNCTION, UT OGDEN CITY CORPORATION, UT KAMAS, UT OPHIR, UT KANAB, UT ORANGEVILLE, UT KANARRAVILLE, UT ORDERVILLE, UT KANOSH, UT OREM, UT Page 128 PANGUITCH, UT SOUTH OGDEN, UT PARADISE, UT CITY OF SOUTH SALT LAKE, UT PARAGONAH, UT SOUTH WEBER, UT PARK CITY, UT SPANISH FORK, UT PAROWAN, UT SPRING CITY, UT PAYSON, UT SPRINGDALE, UT PERRY, UT SPRINGVILLE, UT PLAIN CITY, UT STERLING, UT PLEASANT GROVE CITY, UT STOCKTON, UT PLEASANT VIEW, UT SUNNYSIDE, UT PLYMOUTH, UT SUNSET CITY CORP, UT PORTAGE, UT SYRACUSE, UT PRICE, UT TABIONA, UT PROVIDENCE, UT CITY OF TAYLORSVILLE, UT PROVO, UT TOOELE CITY CORPORATION, UT RANDOLPH, UT TOQUERVILLE, UT REDMOND, UT TORREY, UT RICHFIELD, UT TREMONTON CITY, UT RICHMOND, UT TRENTON, UT RIVERDALE, UT TROPIC,UT RIVER HEIGHTS, UT UINTAH, UT RIVERTON CITY, UT VERNAL CITY, UT ROCKVILLE, UT VERNON, UT ROCKY RIDGE, UT VINEYARD, UT ROOSEVELT CITY CORPORATION, UT VIRGIN, UT ROY, UT WALES, UT RUSH VALLEY, UT WALLSBURG, UT CITY OF ST.GEORGE, UT WASHINGTON CITY, UT SALEM, UT WASHINGTON TERRACE, UT SALINA, UT WELLINGTON, UT SALT LAKE CITY CORPORATION, UT WELLSVILLE, UT SANDY, UT WENDOVER, UT SANTA CLARA, UT WEST BOUNTIFUL, UT SANTAQUIN, UT WEST HAVEN, UT SARATOGA SPRINGS, UT WEST JORDAN, UT SCIPIO, UT WEST POINT, UT SCOFIELD, UT WEST VALLEY CITY, UT SIGURD, UT WILLARD, UT SMITHFIELD, UT WOODLAND HILLS, UT SNOWVILLE, UT WOODRUFF, UT CITY OF SOUTH JORDAN, UT WOODS CROSS, UT COUNTIES AND PARISHES INCLUDING BUT NOT LIMITED TO: ASCENSION PARISH, LA COOS COUNTY HIGHWAY DEPARTMENT,OR ASCENSION PARISH, LA,CLEAR OF COURT COUNTY OF HAWAII, OR CADDO PARISH, LA CROOK COUNTY, OR CALCASIEU PARISH, LA CROOK COUNTY ROAD DEPARTMENT, OR CALCASIEU PARISH SHERIFF'S OFFICE,LA CURRY COUNTY,OR CITY AND COUNTY OF HONOLULU, HI DESCHUTES COUNTY, OR CLACKAMAS COUNTY, OR DOUGLAS COUNTY, OR CLACKAMAS COUNTY DEPT OF TRANSPORTATION, OR EAST BATON ROUGE PARISH, LA CLATSOP COUNTY,OR GILLIAM COUNTY, OR COLUMBIA COUNTY, OR GRANT COUNTY,OR COOS COUNTY, OR HARNEY COUNTY, OR Page I 29 HARNEY COUNTY SHERIFFS OFFICE,OR TILLAMOOK COUNTY SHERIFF'S OFFICE, OR HAWAII COUNTY, HI TILLAMOOK COUNTY GENERAL HOSPITAL,OR HOOD RIVER COUNTY,OR UMATILLA COUNTY, OR JACKSON COUNTY,OR UNION COUNTY,OR JEFFERSON COUNTY,OR WALLOWA COUNTY, OR JEFFERSON PARISH, LA WASCO COUNTY, OR JOSEPHINE COUNTY GOVERNMENT,OR WASHINGTON COUNTY, OR LAFAYETTE CONSOLIDATED GOVERNMENT, LA WEST BATON ROUGE PARISH, LA LAFAYETTE PARISH, LA WHEELER COUNTY,OR LAFAYETTE PARISH CONVENTION &VISITORS YAMHILL COUNTY, OR COMMISSION COUNTY OF BOX ELDER, UT LAFOURCHE PARISH, LA COUNTY OF CACHE, UT KAUAI COUNTY, HI COUNTY OF RICH, UT KLAMATH COUNTY, OR COUNTY OF WEBER, UT LAKE COUNTY, OR COUNTY OF MORGAN, UT LANE COUNTY, OR COUNTY OF DAVIS, UT LINCOLN COUNTY, OR COUNTY OF SUMMIT, UT LINN COUNTY, OR COUNTY OF DAGGETT, UT LIVINGSTON PARISH, LA COUNTY OF SALT LAKE, UT MALHEUR COUNTY,OR COUNTY OF TOOELE, UT MAUI COUNTY, HI COUNTY OF UTAH, UT MARION COUNTY,SALEM,OR COUNTY OF WASATCH, UT MORROW COUNTY,OR COUNTY OF DUCHESNE, UT MULTNOMAH COUNTY, OR COUNTY OF UINTAH, UT MULTNOMAH COUNTY BUSINESS AND COMMUNITY COUNTY OF CARBON, UT SERVICES, OR COUNTY OF SAN PETE, UT MULTNOMAH COUNTY SHERIFFS OFFICE,OR COUNTY OF JUAB, UT MULTNOMAH LAW LIBRARY,OR COUNTY OF MILLARD, UT ORLEANS PARISH, LA COUNTY OF SEVIER, UT PLAQUEMINES PARISH, LA COUNTY OF EMERY, UT POLK COUNTY, OR COUNTY OF GRAND, UT RAPIDES PARISH, LA COUNTY OF BEVER, UT SAINT CHARLES PARISH, LA COUNTY OF PIUTE, UT SAINT CHARLES PARISH PUBLIC SCHOOLS, LA COUNTY OF WAYNE, UT SAINT LANDRY PARISH, LA COUNTY OF SAN JUAN, UT SAINT TAMMANY PARISH, LA COUNTY OF GARFIELD, UT SHERMAN COUNTY,OR COUNTY OF KANE, UT TERREBONNE PARISH, LA COUNTY OF IRON, UT TILLAMOOK COUNTY,OR COUNTY OF WASHINGTON, UT OTHER AGENCIES INCLUDING ASSOCIATIONS,BOARDS,DISTRICTS,COMMISSIONS,COUNCILS, PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT AUTHORITIES,RESERVATIONS AND UTILITIES INCLUDING BUT NOT LIMITED TO: BANKS FIRE DISTRICT, OR CONFEDERATED TRIBES OF THE UMATILLA INDIAN BATON ROUGE WATER COMPANY RESERVATION BEND METRO PARK AND RECREATION DISTRICT COOS FOREST PROTECTIVE ASSOCIATION BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, LA CHEHALEM PARK AND RECREATION DISTRICT BOARDMAN PARK AND RECREATION DISTRICT DAVID CROCKETT STEAM FIRE COMPANY#1, LA CENTRAL CITY ECONOMIC OPPORTUNITY CORP, LA EUGENE WATER AND ELECTRIC BOARD CENTRAL OREGON INTERGOVERNMENTAL COUNCIL HONOLULU INTERNATIONAL AIRPORT CITY OF BOGALUSA SCHOOL BOARD, LA HOODLAND FIRE DISTRICT#74 CLACKAMAS RIVER WATER HOUSING AUTHORITY OF PORTLAND CLATSKANIE PEOPLE'S UTILITY DISTRICT ILLINOIS VALLEY FIRE DISTRICT CLEAN WATER SERVICES LAFAYETTE AIRPORT COMMISSION, LA Page 130 LAFOURCHE PARISH HEALTH UNIT—DHH-OPH REGION OREGON COAST COMMUNITY ACTION 3 OREGON HOUSING AND COMMUNITY SERVICES LOUISIANA PUBLIC SERVICE COMMISSION, LA OREGON LEGISLATIVE ADMINISTRATION LOUISIANA WATER WORKS ROGUE VALLEY SEWER, OR MEDFORD WATER COMMISSION SAINT LANDRY PARISH TOURIST COMMISSION MELHEUR COUNTY JAIL,OR SAINT MARY PARISH REC DISTRICT 2 METRO REGIONAL GOVERNMENT SAINT MARY PARISH REC DISTRICT 3 METRO REGIONAL PARKS SAINT TAMMANY FIRE DISTRICT 4, LA METROPOLITAN EXPOSITION RECREATION SALEM MASS TRANSIT DISTRICT COMMISSION SEWERAGE AND WATER BOARD OF NEW ORLEANS, LA METROPOLITAN SERVICE DISTRICT(METRO) SOUTH LAFOURCHE LEVEE DISTRICT, LA MULTNOMAH EDUCATION SERVICE DISTRICT TRI-COUNTY METROPOLITAN TRANSPORTATION NEW ORLEANS REDEVELOPMENT AUTHORITY, LA DISTRICT OF OREGON NORTHEAST OREGON HOUSING AUTHORITY,OR TUALATIN HILLS PARK&RECREATION DISTRICT PORT OF BRANDON,OR TUALATIN VALLEY FIRE& RESCUE PORT OF MORGAN CITY, LA TUALATIN VALLEY WATER DISTRICT PORTLAND DEVELOPMENT COMMISSION,OR WILLAMALANE PARK AND RECREATION DISTRICT PORTLAND FIRE AND RESCUE WILLAMETTE HUMANE SOCIETY PORTLAND HOUSING CENTER, OR K-12 INCLUDING BUT NOT LIMITED TO: ACADIA PARISH SCHOOL BOARD GRANTS PASS SCHOOL DISTRICT 7 BEAVERTON SCHOOL DISTRICT GREATER ALBANY PUBLIC SCHOOL DISTRICT BEND-LA PINE SCHOOL DISTRICT GRESHAM BARLOW JOINT SCHOOL DISTRICT BOGALUSA HIGH SCHOOL, LA HEAD START OF LANE COUNTY BOSSIER PARISH SCHOOL BOARD HIGH DESERT EDUCATION SERVICE DISTRICT BROOKING HARBOR SCHOOL DISTRICT HILLSBORO SCHOOL DISTRICT CADDO PARISH SCHOOL DISTRICT HOOD RIVER COUNTY SCHOOL DISTRICT CALCASIEU PARISH SCHOOL DISTRICT JACKSON CO SCHOOL DIST NO.9 CANBY SCHOOL DISTRICT JEFFERSON COUNTY SCHOOL DISTRICT 509-J CANYONVILLE CHRISTIAN ACADEMY JEFFERSON PARISH SCHOOL DISTRICT CASCADE SCHOOL DISTRICT JEFFERSON SCHOOL DISTRICT CASCADES ACADEMY OF CENTRAL OREGON JUNCTION CITY SCHOOLS, OR CENTENNIAL SCHOOL DISTRICT KLAMATH COUNTY SCHOOL DISTRICT CENTRAL CATHOLIC HIGH SCHOOL KLAMATH FALLS CITY SCHOOLS CENTRAL POINT SCHOOL DISTRICT NO.6 LAFAYETTE PARISH SCHOOL DISTRICT CENTRAL SCHOOL DISTRICT 131 LAKE OSWEGO SCHOOL DISTRICT 7J COOS BAY SCHOOL DISTRICT NO.9 LANE COUNTY SCHOOL DISTRICT 4J CORVALLIS SCHOOL DISTRICT 509J LINCOLN COUNTY SCHOOL DISTRICT COUNTY OF YAMHILL SCHOOL DISTRICT 29 LINN CO. SCHOOL DIST. 95C CULVER SCHOOL DISTRICT LIVINGSTON PARISH SCHOOL DISTRICT DALLAS SCHOOL DISTRICT NO.2 LOST RIVER JR/SR HIGH SCHOOL DAVID DOUGLAS SCHOOL DISTRICT LOWELL SCHOOL DISTRICT NO.71 DAYTON SCHOOL DISTRICT NO.8 MARION COUNTY SCHOOL DISTRICT DE LA SALLE N CATHOLIC HS MARION COUNTY SCHOOL DISTRICT 103 DESCHUTES COUNTY SCHOOL DISTRICT NO.6 MARIST HIGH SCHOOL,OR DOUGLAS EDUCATIONAL DISTRICT SERVICE MCMINNVILLE SCHOOL DISTRICT NOAO DUFUR SCHOOL DISTRICT NO.29 MEDFORD SCHOOL DISTRICT 549C EAST BATON ROUGE PARISH SCHOOL DISTRICT MITCH CHARTER SCHOOL ESTACADA SCHOOL DISTRICT NO.10B MONROE SCHOOL DISTRICT NO.11 FOREST GROVE SCHOOL DISTRICT MORROW COUNTY SCHOOL DIST, OR GEORGE MIDDLE SCHOOL MULTNOMAH EDUCATION SERVICE DISTRICT GLADSTONE SCHOOL DISTRICT MULTISENSORY LEARNING ACADEMY Page 131 MYRTLE PINT SCHOOL DISTRICT 41 CACHE SCHOOL DISTRICT, UT NEAH-KAH-NIE DISTRICT NO.56 CANYON RIM ACADEMY, UT NEWBERG PUBLIC SCHOOLS CANYONS DISTRICT, UT NESTUCCA VALLEY SCHOOL DISTRICT NO.101 CARBON SCHOOL DISTRICT, UT NOBEL LEARNING COMMUNITIES CHANNING HALL, UT NORTH BEND SCHOOL DISTRICT 13 CHARTER SCHOOL LEWIS ACADEMY, UT NORTH CLACKAMAS SCHOOL DISTRICT CITY ACADEMY, UT NORTH DOUGLAS SCHOOL DISTRICT DAGGETT SCHOOL DISTRICT, UT NORTH WASCO CITY SCHOOL DISTRICT 21 DAVINCI ACADEMY, UT NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT DAVIS DISTRICT, UT ONTARIO MIDDLE SCHOOL DUAL IMMERSION ACADEMY, UT OREGON TRAIL SCHOOL DISTRICT NOA6 DUCHESNE SCHOOL DISTRICT, UT ORLEANS PARISH SCHOOL DISTRICT EARLY LIGHT ACADEMY AT DAYBREAK, UT PHOENIX-TALENT SCHOOL DISTRICT NOA EAST HOLLYWOOD HIGH, UT PLEASANT HILL SCHOOL DISTRICT EDITH BOWEN LABORATORY SCHOOL, UT PORTLAND JEWISH ACADEMY EMERSON ALCOTT ACADEMY, UT PORTLAND PUBLIC SCHOOLS EMERY SCHOOL DISTRICT, UT RAPIDES PARISH SCHOOL DISTRICT ENTHEOS ACADEMY, UT REDMOND SCHOOL DISTRICT EXCELSIOR ACADEMY, UT REYNOLDS SCHOOL DISTRICT FAST FORWARD HIGH, UT ROGUE RIVER SCHOOL DISTRICT FREEDOM ACADEMY, UT ROSEBURG PUBLIC SCHOOLS GARFIELD SCHOOL DISTRICT, UT SCAPPOOSE SCHOOL DISTRICT 1.1 GATEWAY PREPARATORY ACADEMY, UT SAINT TAMMANY PARISH SCHOOL BOARD, LA GEORGE WASHINGTON ACADEMY, UT SEASIDE SCHOOL DISTRICT 10 GOOD FOUNDATION ACADEMY, UT SHERWOOD SCHOOL DISTRICT 88J GRAND SCHOOL DISTRICT, UT SILVER FALLS SCHOOL DISTRICT 4J GRANITE DISTRICT, UT SOUTH LANE SCHOOL DISTRICT 45J3 GUADALUPE SCHOOL, UT SOUTHERN OREGON EDUCATION SERVICE DISTRICT HAWTHORN ACADEMY, UT SPRINGFIELD PUBLIC SCHOOLS INTECH COLLEGIATE HIGH SCHOOL, UT SUTHERLIN SCHOOL DISTRICT IRON SCHOOL DISTRICT, UT SWEET HOME SCHOOL DISTRICT NO.55 ITINERIS EARLY COLLEGE HIGH, UT TERREBONNE PARISH SCHOOL DISTRICT JOHN HANCOCK CHARTER SCHOOL, UT THE CATLIN GABEL SCHOOL JORDAN DISTRICT, UT TIGARD-TUALATIN SCHOOL DISTRICT JUAB SCHOOL DISTRICT, UT UMATILLA MORROW ESD KANE SCHOOL DISTRICT, UT WEST LINN WILSONVILLE SCHOOL DISTRICT KARL G MAESER PREPARATORY ACADEMY, UT WILLAMETTE EDUCATION SERVICE DISTRICT LAKEVIEW ACADEMY, UT WOODBURN SCHOOL DISTRICT LEGACY PREPARATORY ACADEMY, UT YONCALLA SCHOOL DISTRICT LIBERTY ACADEMY, UT ACADEMY FOR MATH ENGINEERING&SCIENCE LINCOLN ACADEMY, UT (AMES), UT LOGAN SCHOOL DISTRICT, UT ALIANZA ACADEMY, UT MARIA MONTESSORI ACADEMY, UT ALPINE DISTRICT, UT MERIT COLLEGE PREPARATORY ACADEMY, UT AMERICAN LEADERSHIP ACADEMY, UT MILLARD SCHOOL DISTRICT, UT AMERICAN PREPARATORY ACADEMY, UT MOAB CHARTER SCHOOL, UT BAER CANYON HIGH SCHOOL FOR SPORTS& MEDICAL MONTICELLO ACADEMY, UT SCIENCES, UT MORGAN SCHOOL DISTRICT, UT BEAR RIVER CHARTER SCHOOL, UT MOUNTAINVILLE ACADEMY, UT BEAVER SCHOOL DISTRICT, UT MURRAY SCHOOL DISTRICT, UT BEEHIVE SCIENCE&TECHNOLOGY ACADEMY(BSTA), NAVIGATOR POINTE ACADEMY, UT UT NEBO SCHOOL DISTRICT, UT BOX ELDER SCHOOL DISTRICT, UT NO UT ACAD FOR MATH ENGINEERING&SCIENCE CBA CENTER, UT (NUAMES), UT Page 132 NOAH WEBSTER ACADEMY, UT SOUTH SUMMIT SCHOOL DISTRICT, UT NORTH DAVIS PREPARATORY ACADEMY, UT SPECTRUM ACADEMY, UT NORTH SAN PETE SCHOOL DISTRICT, UT SUCCESS ACADEMY, UT NORTH STAR ACADEMY, UT SUCCESS SCHOOL, UT NORTH SUMMIT SCHOOL DISTRICT, UT SUMMIT ACADEMY, UT ODYSSEY CHARTER SCHOOL, UT SUMMIT ACADEMY HIGH SCHOOL, UT OGDEN PREPARATORY ACADEMY, UT SYRACUSE ARTS ACADEMY, UT OGDEN SCHOOL DISTRICT,UT THOMAS EDISON - NORTH, UT OPEN CLASSROOM, UT TIMPANOGOS ACADEMY, UT OPEN HIGH SCHOOL OF UTAH, UT TINTIC SCHOOL DISTRICT, UT OQUIRRH MOUNTAIN CHARTER SCHOOL, UT TOOELE SCHOOL DISTRICT, UT PARADIGM HIGH SCHOOL, UT TUACAHN HIGH SCHOOL FOR THE PERFORMING ARTS, PARK CITY SCHOOL DISTRICT, UT UT PINNACLE CANYON ACADEMY, UT UINTAH RIVER HIGH, UT PIUTE SCHOOL DISTRICT, UT UINTAH SCHOOL DISTRICT, UT PROVIDENCE HALL, UT UTAH CONNECTIONS ACADEMY, UT PROVO SCHOOL DISTRICT, UT UTAH COUNTY ACADEMY OF SCIENCE, UT QUAIL RUN PRIMARY SCHOOL, UT UTAH ELECTRONIC HIGH SCHOOL, UT QUEST ACADEMY, UT UTAH SCHOOLS FOR DEAF& BLIND, UT RANCHES ACADEMY, UT UTAH STATE OFFICE OF EDUCATION, UT REAGAN ACADEMY, UT UTAH VIRTUAL ACADEMY, UT RENAISSANCE ACADEMY,UT VENTURE ACADEMY, UT RICH SCHOOL DISTRICT, UT VISTA AT ENTRADA SCHOOL OF PERFORMING ARTS ROCKWELL CHARTER HIGH SCHOOL, UT AND TECHNOLOGY, UT SALT LAKE ARTS ACADEMY, UT WALDEN SCHOOL OF LIBERAL ARTS, UT SALT LAKE CENTER FOR SCIENCE EDUCATION, UT WASATCH PEAK ACADEMY, UT SALT LAKE SCHOOL DISTRICT, UT WASATCH SCHOOL DISTRICT, UT SALT LAKE SCHOOL FOR THE PERFORMING ARTS, UT WASHINGTON SCHOOL DISTRICT, UT SAN JUAN SCHOOL DISTRICT, UT WAYNE SCHOOL DISTRICT, UT SEVIER SCHOOL DISTRICT, UT WEBER SCHOOL DISTRICT, UT SOLDIER HOLLOW CHARTER SCHOOL, UT WEILENMANN SCHOOL OF DISCOVERY, UT SOUTH SANPETE SCHOOL DISTRICT, UT HIGHER EDUCATION ARGOSY UNIVERSITY LOUISIANA STATE UNIVERSITY BATON ROUGE COMMUNITY COLLEGE, LA LOUISIANA STATE UNIVERSITY HEALTH SERVICES BIRTHING WAY COLLEGE OF MIDWIFERY MARYLHURST UNIVERSITY BLUE MOUNTAIN COMMUNITY COLLEGE MT. HOOD COMMUNITY COLLEGE BRIGHAM YOUNG UNIVERSITY- HAWAII MULTNOMAH BIBLE COLLEGE CENTRAL OREGON COMMUNITY COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE CENTENARY COLLEGE OF LOUISIANA NORTHWEST CHRISTIAN COLLEGE CHEMEKETA COMMUNITY COLLEGE OREGON HEALTH AND SCIENCE UNIVERSITY CLACKAMAS COMMUNITY COLLEGE OREGON INSTITUTE OF TECHNOLOGY COLLEGE OF THE MARSHALL ISLANDS OREGON STATE UNIVERSITY COLUMBIA GORGE COMMUNITY COLLEGE OREGON UNIVERSITY SYSTEM CONCORDIA UNIVERSITY PACIFIC UNIVERSITY GEORGE FOX UNIVERSITY PIONEER PACIFIC COLLEGE KLAMATH COMMUNITY COLLEGE DISTRICT PORTLAND COMMUNITY COLLEGE LANE COMMUNITY COLLEGE PORTLAND STATE UNIVERSITY LEWIS AND CLARK COLLEGE REED COLLEGE LINFIELD COLLEGE RESEARCH CORPORATION OF THE UNIVERSITY OF LINN-BENTON COMMUNITY COLLEGE HAWAII LOUISIANA COLLEGE, LA ROGUE COMMUNITY COLLEGE Page 133 SOUTHEASTERN LOUISIANA UNIVERSITY WESTERN STATES CHIROPRACTIC COLLEGE SOUTHERN OREGON UNIVERSITY(OREGON WILLAMETTE UNIVERSITY UNIVERSITY SYSTEM) XAVIER UNIVERSITY SOUTHWESTERN OREGON COMMUNITY COLLEGE UTAH SYSTEM OF HIGHER EDUCATION, UT TULANE UNIVERSITY UNIVERSITY OF UTAH, UT TILLAMOOK BAY COMMUNITY COLLEGE UTAH STATE UNIVERSITY, UT UMPQUA COMMUNITY COLLEGE WEBER STATE UNIVERSITY, UT UNIVERSITY OF HAWAII BOARD OF REGENTS SOUTHERN UTAH UNIVERSITY, UT UNIVERSITY OF HAWAII-HONOLULU COMMUNITY SNOW COLLEGE, UT COLLEGE DIXIE STATE COLLEGE, UT UNIVERSITY OF OREGON-GRADUATE SCHOOL COLLEGE OF EASTERN UTAH, UT UNIVERSITY OF PORTLAND UTAH VALLEY UNIVERSITY, UT UNIVERSITY OF NEW ORLEANS SALT LAKE COMMUNITY COLLEGE, UT WESTERN OREGON UNIVERSITY UTAH COLLEGE OF APPLIED TECHNOLOGY, UT STATE AGENCIES ADMIN.SERVICES OFFICE BOARD OF MEDICAL EXAMINERS HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII DEPARTMENT OF TRANSPORTATION HAWAII HEALTH SYSTEMS CORPORATION OFFICE OF MEDICAL ASSISTANCE PROGRAMS OFFICE OF THE STATE TREASURER OREGON BOARD OF ARCHITECTS OREGON CHILD DEVELOPMENT COALITION OREGON DEPARTMENT OF EDUCATION OREGON DEPARTMENT OF FORESTRY OREGON DEPT OF TRANSPORTATION OREGON DEPT. OF EDUCATION OREGON LOTTERY OREGON OFFICE OF ENERGY OREGON STATE BOARD OF NURSING OREGON STATE DEPT OF CORRECTIONS OREGON STATE POLICE OREGON TOURISM COMMISSION OREGON TRAVEL INFORMATION COUNCIL SANTIAM CANYON COMMUNICATION CENTER SEIU LOCAL 503, OPEU SOH-JUDICIARY CONTRACTS AND PURCH STATE DEPARTMENT OF DEFENSE,STATE OF HAWAII STATE OF HAWAII STATE OF HAWAII, DEPT. OF EDUCATION STATE OF LOUISIANA STATE OF LOUISIANA DEPT. OF EDUCATION STATE OF LOUISIANA, 26TH JUDICIAL DISTRICT ATTORNEY STATE OF UTAH Page 134 ��, Region 10 ESC (yw 1M..._el W RFP R10-1166 Questions and Answers Below are all questions and answers for this RFP. The deadline for questions has passed. Deadline for submitting proposals is April 26, 2024 at 2 pm CDT. Vendor Contract and Signature Form Question It appears the Vendor Contract and Signature Form on Page 14 of Section 3 and Page 45 of Section 2 are slightly different. ie. Section 3 form says "Prices are guaranteed: 120 days,"while Section 2 form does not. Is there a preference for which proposal form is to be submitted? Would you like us to sign and submit both? Answer Proposal forms in Section 2 govern. There is no need to also submit the signature page from Section 3. Should I Apply - Due to Recent Award Question Hello, I was recently awarded 24-280 (Commodity Discount Providers) on March 8, 2024 - Although we will follow the terms of 23-263 (General Maintenance - Equipment, Parts, Supplies and Services)to provide exterior painting, interior painting, and drywall repairs. Please let me know if we need to submit a bid for this solicitation. Thank you Answer I do not recognize the RFP numbers you are referring to. This is RFP R10-1166, put out by Region 10 ESC for the Equalis Group purchasing cooperative, not for a specific entity or job. Region 10 cannot advise vendors on whether or not to respond. RE: Form AA302 Question Region 10 ESC [mo,..[.M.Fawn.,Ii Reading the directions for the Employee Information Report, It say's " Do not complete this form for construction contract awards. If we are a General Contractor, do we need to fill this out and pay the fee? Answer While Job Order Contracting is not eligible for new construction in Texas, this category may still qualify as a "construction contract award" by New Jersey standards. Therefore, Region 10 advises vendors not to use report AA302 to fulfill this requirement for doing business in New Jersey. Vendors are also reminded that New Jersey specific forms (Forms 14-18) are only required for vendors intending to do business in New Jersey under this contract. - -J Current contract vs. JOC question Question Can you tell me the difference between the current contracts we have in place through Equalis, and this JOC? Currently we have R10-1101A, COG-2133B, and R10-1103A. Thank you. Answer This is a re-solicitation of our original RFP for non-state-specific, non-industry specific JOC services. R10-1101 was a roofing RFP with JOC methodology included. R10-1103 was a paving RFP with JOC methodology included. Region 10 ESC cannot comment on other public agencies' solicitations. Question clarification: Implementation and support plan Question Please clarify the question: Describe your company's implementation and training plan for new customers. Is this intended for clients once a JOC project kicks off, or is it focused on training new customers about how to leverage the JOC agreement. Answer Region10ESC (ammeke 1M Io-M s/ This question is intended to give vendors the opportunity to share any implementation and/or training they offer to districts related to the scope of the services in this RFP. It is focused on services offered to onboard and maintain good relations with customers. Proposal Form 16: Non-Collusion Affidavit Question It appears that the Form is centered around the State of New Jersey and Harrison Township Board of Education. Will this form be updated for Texas? Answer This is a New Jersey specific form not relevant in the state of Texas. Vendors wishing to use the contract to do business in New Jersey must complete the New Jersey specific forms. Proposal page count question Question For the proposal Form 2 instructions, it's noted that we are limited to 100 pages, but it also mentions that if we submit more than 30 additional pages, it could result in us being non- responsive. Is the page limit 100 pages or 30 pages? Answer The page limit is 100 total pages. The reference to 30 additional pages is a clerical error. CAPITAL CITY PRESS Publisher of THE ADVOCATE PROOF OF PUBLICATION The hereto attached notice was published in THE ADVOCATE, a daily newspaper of general circulation published in Baton Rouge, Louisiana, and the Official Journal of the State of Louisiana,City of Baton Rouge, and Parish of East Baton Rouge or published daily in THE TIMES-PICAYUNE/THE NEW ORLEANS ADVOCATE, in New Orleans Louisiana or published daily in THE ACADIANA ADVOCATE in the following issues: 3/29/2024 Joy Newman, ublic Notices Representative Sworn and subscribed before me,by the person whose signature appears above 3 Apr 2024 N.<-\ C_Q_S\ M.Monic McChristian, Notary Public ID#88293 State of Louisiana ��� Mce 0\11 k�, My Commission Expires: Indefinite �\ 3, • • r" �� '�.• :;'I /' O;. LCA3• k i \�. /0111110 Ad No:79528 DOUG KNOWLES JR RUSSELL JOHNS 17110 GUNN HWY ODESSA,FL 33556 a P()8(.IC NOTICE The Cooperative Council of Governments(CLOG), On behalf of Emiajis Group member,Ms is- sued a Request'for Pro- posals(REP)n ofor rthe pi- trca.Equipmetnts'Tools Supplies and Related Services;Mo le Parking Manage- ment Payment Solutions; CMMS and Facility M e nt Software;and ales re anduTransprtort qon u- wissh'to°`parttapate in to RIP process must rep5- ter with Bonnre strategic sourcing platform thr• •h this l! ttbIa stg let •"}a s •eted pr•pose s are due 4 /2024.r proposalaal O 44pen/2 024 at take Eastern via Teams. RegCner(ESC) nbentESC),oSer- vicecenter of Equal's Group equn re�sponnses fobers. Is r Grounds g and Services;Maintenance Equpment Integrated ProtectionFire s rityProdoobbts and � sg1 �er Uade- ti suppppls anR aed Management Ser• s ones are due 04/26/2024 before 200 PM central Time. To be considered respondents rust submit a response to Reabn with ESC li lta- (lenda_nce docernRrpil�atbn available at ftp www -•1• 10.or • w take place 2:00•.M.Central,Time via zoom as slated in tile REP. SeLa'�r11e�t rvices(PPS), behalf or mem- bers, iisEqually Grrequesting g re. sp0nses for Non•C n- SUmable Foodservice SSRuepsppplines & Equipment. 04/262024 before two PM Mountain lime.Tobe considered �reasp�osnpdentss mo Reticles 1procpuremeaccordant e with solicitation docu• mentation available at r •s: w.r• klespm kliaullatiaMASgall Mt. ilitiReFpy re place at :00 PM.Moun- tain Time as stated in the RFD. 79528-MAR 2417 tJ BILLINGS GAZETTE AFFIDAVIT OF PUBLICATION PUBLIC NOTICE The Cooperative Council of Governments (CCOG), on behalf Billings Gazette of Equalis Group members, has Issued a Request for Proposals 401 N Broadyway (RFP) for the following categories. Billings, Montana 59101 Electrical Equipment. Tools. Supplies and Related Services: (406)657-1200 Mobile Parking Payment and Management Solutions; CMMS and Facility Management Software; State of Texas, County of Bexar, ss. and Rideshare and Transportation Solutions.Organizations who wish to participate in the RFP process Yuade Moore, being first duly sworn, deposes and says: That(s)he must register with Bonfire strategic sourcing platform through this link is a duly authorized signatory of Column Software, PBC, duly httpsAinyurl.wmyakg6237 to authorized agent of Billings Gazette, a newspaper of general paaCo Completecoined the RFP package. Cd proposals circulation published that is a"legal newspaper"as that is published are due before 3:00pin ET on dailyin the Cityof Billings, in the Countyof Yellowstone, State of will take place The proposal26.2at opening g will take on 476:2024 313:00 Montana, and has charge of the Advertisements thereof. PM Eastern Time via Teams. Region 10 Education Service Center (ESC).on behalf of Equal's Group If this certification is for the State of Montana, I hereby certify that I members. Is requesting responses for Grounds Maintenance have read sec. 18-7-204 and 18-7-205 , MCA, and subsequent Equmentand Services;integrated revisions, and declare that the price or rate charged the State of Fire Protection and Security Products and Services;Job Order Montana for the publication for which claim is made in printed copy Contracting: Educational School Supplies and Related Services; in the amount of $399.12 is not in excess of the minimum rate and Facility Management Services. charged any other advertiser for publication of advertisement, set in Responses are due 04/26/2024 before 2:00 PM Central Time. To the same size type and published for the same number of be considered respondents must insertions, further certify that this claim is correct and just in all submit a response to Region 10 ESC In accordance with solicitation respects, and that payment or credit has not been received. documentation available at httpsJ/ www.reg ion 10.org/about-u sirequ est-for-proposals-bids/. The bid opening will take place at 2:00 P.M. Central Time via Zoom as stated in PUBLICATION DATES: March. 29 2024 Re RFP Rockies Procurement Services (RPS), on behalf of Equalis NOTICE ID: h6FU6SmS9Zuxyls4Au8f Group members, Is requesting responses for Non-Consumable Foodservice Supplies&Equipment. PUBLISHER ID: COL-MT-100047 Responses are due 04.'2612024 NOTICE NAME: Quote Public Notice before 1:00 PM Mountain Time. To be considered respondents must submit a response to Rockies Procurement Services accordance with solicitation documentation available at httpsl 9 www.rockiesprocurementservices. (Slgned12V bonfire.comropenOpportunities. The bid opening will take place at 1:00 P.M.Mountain Time as stated `��`ti aroloo in the RFP. Robert Mollie Ill March 29. VERIFICATION = `\% MNAXLP 2024 COL-MT-100047 0 NUMBER State of Texas �{���+.". 33584+� J COMMISSION EXPIRES County of Bexar n'4 n:°mnhmr \ February 10.2026 Subscribed in my presence and sworn to before me on this 03/29/2024 `7 40 Notary Public Electronically signed and notarized online using the Proof platform. Quote Public Notice - Page 1 of 1 The Cooperative Council of 1116 -Quote 2X- The Cooperative Council Governments(CCOG),on be- of Govt requested RFP - Electrical half of Equalis Group mem- bers,has issued a Request for equip, tools, supplies, mobile parkingDCR Proposals (RFP) for the fol payment system and etc., Region 10 lowing categories: Electrical (ESC) responses for Groudns Equipment, Tools, Supplies hAaintananra Fnl1in S Anise anri and Related Services; Mobile 1)111 t(111I\Inu LN.um, Parking Payment and Man- agement Solutions; CMMS and Facility Management Soft- ware; and Rideshare and AFFIDAVIT OF PUBLICATION Transportation Solutions. Or- THE STATE OF TEXAS § ganizations who wish to partic- ipatethe RFP process must COUNTY OF DALLAS § register with Bonfire strategic mentation available at sourcing platform through this https://www.rockiesprocure- mentse rvices.bonfi re.com/ope I, E. Nuel Cates, being duly sworn upon oath, deposes I i n k nOpportunities.The bid open https://tinyurl.com/yakg6237 ing will take place at 1:00 P.M. and states that I am the Publisher of The Daily to download and complete the Mountain Time as stated in the Commercial Record, a daily newspaper that qualifies as RFP package.Completed pro- RFP a newspaper of general circulation set out in Section posals are due before 3:00pm ET on 4/26/2024. The pro- 3/28,4/4 2051.044, Texas Government Code. posal opening will take place 1) devotes not less than 25%of its total column lineage on 4/26/2024 at 3:00 PM East- to general interest items; em Time via Teams. 2 ispublished at least once a week; Region E1Education Service ) Center (ESC), on behalf of 3) is entered as second-class (periodical) postal matter Equalis Group members,is re- in Dallas County, Texas; questing responses for 4) has been published regularly and continuously for at Grounds Maintenance Equip- least 12 months prior to publishing Fiirree and Services; Integrated FProtection and Security Products and Services; Job The attached notice was published in the Daily Order Contracting: Educa- tionalCommercial Record on the following date(s) and is a RlatSchool Supplies and Related Services;and Facility true and correct copy of said published notice. Management Services. Re- sponses are due 04/26/2024 s before 2:00 PM Central Time. Publication date(s) To be considered respondents 3/28/2024, 4/4/2024 must submit a response to Re- gion 10 ESC in accordance with solicitation documentation available at https://www.re- gion10.org/about-us/request- for-proposals gion10.org/about-us/request- for-proposals bids/. The bid opening will take place at 2:00 E. Nuel Cates, Publisher P.M.Central Time via Zoom as stated in the RFP. RoSigned & sworn to me on this 4th day of April, 2024. iceess (RPS), Procurement Se of on behalf of y Equalis Group members,is re- questing responses for Non- l;t>�,„ BARBRA ANNE DECAPUA ,, Consumable Foodservice _f i ,` :Notary Public,State of Texas 4 4a 71, De� Comm.Expires 0526-2028 Supplies & Equipment. Re - --,,;;:.....„4:...„7 Notary ID 11200032 sponses are due 04/26/2024 before 1:00 PM Mountain Notary Public, Dallas County, Texas Time. To be considered re- spondents must submit a re- sponse to Rockies Procurement Services accor- The Daily Commercial Record dance with solicitation docu- y 706 Main Street, Dallas, Texas. 75202 (214) 741-6366 712272 * LocaliQ New York/New Jersey GANNETT Agency: Client; Doug Knowles JR Doug Knowles JR MCA Russell Johns MCA Russell Johns 17110 Gunn HWY 17110 Gunn HWY Odessa FL 33556-1909 Odessa FL 33556-1909 Acct:786783 Acct:786783 • This is not an invoice Order# Advertisement/Description Columns x Lines x Insertions 9984334 The Cooperative Council of Governments(CCOG), on 2 x 34.00 x 1 behalf of Equalis Group member Costs above include daily ad cost and any associated affidavit charges, #of Copies: PO#: where applicable 1 Check#: Date: CERTIFICATION BY RECEIVING AGENCY CERTIFICATION BY APPROVAL OFFICIAL I, HAVING KNOWLEDGE OF THE FACTS, CERTIFYAND I CERTIFY AND DECLARE THAT THIS ORDER CONFIRMATION IS DECLARE THAT THE GOODS HAVE BEEN RECEVIED OR THE CORRECT,AND THAT SUFFICIENT FUNDS ARE AVELABLE TO SERVICES RENDERED AND ARE IN COMPLIANCE WITH THE SATISFY THIS CLAIM.THE PAYMENT SHALL BE CHARGEABLE SPECIFICATIONS OR OTHER REQUIREMENTS,AND SAID TO CERTIFICATION IS BASED ON SIGNED DELIVERY SLIPS OR OTHER REASONABLE PROCEDURES OR VERIFIABLE APPROPRIATION ACCOUNT(S)AND AMOUNTS CHARGED: P.O.# INFORMATION. SIGNATURE: SIGNATURE: TITLE: DATE: TITLE: DATE: CLAIMANTS CERTIFICATION AND DECLARATION: I DO SOLEMNLY DECLARE AND CERTIFY UNDER THE PENALTIES OF THE LAW THAT THIS ORDER CONFIRMATION IS CORRECT IN ALL ITS PARTICULARS;THAT THE GOODS HAVE BEEN FURNISHED OR SERVICES HAVE BEEN RENDERED AS STATED HEREIN;THAT NO BONUS HAS BEEN GIVEN OR RECEIVED BY ANY PERSON OR PERSONS WITHIN THE KNOWLEDGE OF THIS CLAIMANT IN CONNECTION WITH THE ABOVE CLAIM;THAT THE AMOUNT HEREIN STATED IS JUSTLY DUE AND OWING;AND THAT THE AMOUNT CHARGED ISA REASONABLE ONE. Date:03/29/2024 j Federal ID#:061032273 Signature: t� Official Position: Clerk Kindly return a copy of this order confirmation with your payment so that we can assure you proper credit. Home News Tribune Gannett New York-New Jersey LocaliQ PO Box 631202, Cincinnati, OH 45263-1202 1/3 AFFIDAVIT OF PUBLICATION Order Number: 9984334 STATE OF WISCONSIN Brown County Of the Home News Tribune, a newspaper printed In Freehold,New Jersey and published in East Brunswick,in State of New Jersey and Middlesex County, and of general circulation in Middlesex County,who being duly sworn, deposeth and saith that the advertisement of which the annexed is a true copy, has been published in said newspaper in the issue: 03/29/2024 Legal Clerk c' Notary Publi State of Wsconsln County of Brown My commission expires rr..� DENISE ROBERTS Notary Public State of Wisconsin CI 2/3 The Cooperative Council of Governments (CCOG), on behalf of Equais Group members,has issued a Request for Proposals(RFP)for the following categories:Electrical Equipment,Tools,Supplies and Related Services; Mobile Parking Payment and Management Solutions; CMMS and Facility Management Software;and RIdeshare and Transportation Solution OrganiDa- tians who wish to participate in the RFP process must register with Bonfire strategic sourcing platform through this link tairatirmdzinteak9122 to donvnfood and complete the RFP poldkage.Completed proposals are due before 3:copm Ei on 4262024. The proposal opening will take place on 4262024 at 3:00 PM Eastern lime via Teams Region 10 Education Service Center(ESC),on behalf of Eguolis Group members,is requesting responses for Grounds Maintenance Equipment oral Services; Integrated Fire Protection and Security Products and Services;Job Order Contracting; Eduxzr tlaal Sdwd Supplies ad Related Services; and Facility Management Services. Responses ore due 04262024 before 2:00 PM Central Time.To be considered respondents must submit a response to Region 10 ESC In accordance with solicitation documentation available at h111&4282wv nsa The bid even- ing will take place at 2:00 PM.Central Time via Zoom as stated in the RFP_ Rockies Procurement Services(RPS),on behalf of Equalis Group members,is request- ing responses for NanCansumable Foodservice Supplies&Equipment.Responses are due 04262024 before 1:00 PM Mountain Time. To be considered respondents must subnitt a response to Rockies Procurement Services accordance with solicitation docu- mentation available at .. .The bid open- Ing will take place at 1:00 PM Mountain Time as stated In the RFP. vnvw.equal isg roug.o rg (16152) I ' W —jouRNALLas Vegas Review-Journal 1111 W.Bonanza Road LAS VEGASA446- UN Las Vegas,NV 89106 AFFIDAVIT OF PUBLICATION STATE OF NEVADA) COUNTY OF CLARK)SS: MCARJ Account# 105557 17110 GUNN HIGHWAY Order ID 311069 ODESSA FL 33556 Leslie McCormick, being 1st duty sworn,deposes and says:That she is the Legal Clerk for the Las Vegas Review-Journal/Las Vegas Sun,daily newspaper regularly issued, published and circulated In the Clark County, Las Vegas, Nevada and that the advertisement, a true copy attached for,was continuously published in said Las Vegas Review-Joumal/Las Vegas Sun, in 1 edition(s)of said newspaper issued from 03/29/2024 to 03/29/2024, on the following day(s): 03/29/2024 LEGAL ADVERTISEMENT REPRESENTATIVE Subscribed and sworn to before me on this March 29, 2024 r If Notary A A I.�I�. • Al •, •. LINDA ESPINOZA , ' 1 ;, r ., ,Notary Public,State of Nevada 06-1 4 • r s►' MAppointment pt,Expl Expires 17' I2024 Page 1 of 2 REQUEST FOR PROPOSALS The Cooperative Council of Governments (CCOG), on behalf of Equalis Group members, has issued a Request for Proposals (RFP) for the following categories: Electrical Equipment, Tools, Supplies and Related Services; Mobile Parking Payment and Management Solutions; CMMS and Facility Management Software; and Rideshare and Transportation Solutions. Organizations who wish to participate in the RFP process must register with Bonfire strategic sourcing platform through this link https://tinyurl.com/yakg6237 to download and complete the RFP package. Completed proposals are due before 3:00pm ET on 4/26/2024. The proposal opening will take place on 4/26/2024 at 3:00 PM Eastern Time via Teams. Region 10 Education Service Center (ESC), on behalf of Equalis Group members, is requesting responses for Grounds Maintenance Equipment and Services; Integrated Fire Protection and Security Products and Services; Job Order Contracting; Educational School Supplies and Related Services; and Facility Management Services. Responses are due 04/26/2024 before 2:00 PM Central Time. To be considered respondents must submit a response to Region 10 ESC in accordance with solicitation documentation available at https://www.region10.org/ab out-us/request-for- proposalsbids/. The bid opening will take place at 2:00 P.M.Central Time via Zoom as stated in the RFP. Rockies Procurement Services (RPS), on behalf of Equalis Group members, Is requesting responses for Non-Consumable Foodservice Supplies & Equipment. Responses are due 04/26/2024 before 1:00 PM Mountain Time. To be considered respondents must submit a response to Rockies Procurement Services accordance with solicitation documentation available at https://www.rockiesprocure mentservIces.bonfire.com/op enOpportunities. The bid opening will take place at 1:00 P.M. Mountain Time as stated In the RFP. PUB: March 29,2024 LV Review-Journal 6Local iQ Ohio PO Box 630599 Cincinnati, OH 45263-0599 GANNETT The Cooperative Council of AFFIDAVIT OF PUBLICATION Governments (CCOG). on behalf of Equolis Group members, has Issued o Request for Proposals Kim Ridgeway gorles):for tEl etricaal Equip- MCA Russell Johns meet, Tools, Supplies and Related Services; Mobile 17110 Gunn HVVY Parking Payment and Management Solutions; Odessa FL 33556-1909 CMMS and Facility Manage- ment Software; and Rldeshore and Transporta- tion Solutions. Organizations who wish to participate in the RFP process must regis- STATE OF WISCONSIN, COUNTY OF BROWN ter with Bonfire strategic sourcing platform through this link au The Newark Advocate, printed and published in Ohio and personal to download a°d complete knowledge of the facts herein state and that the notice hereto the RFP package. Completed proposals are due annexed was Published in said newspapers in the issues dated before 3:00pm ET on 4/16/2024. The proposal open- on: Ins will take place on 4/26/2024 of 3:00 PM Eastern Time vlt Teams. Region 10 Education Service 03/29/2024, 04/05/2024 Center (ESC), on behalf of Equolis Group members, Is requesting responses for Grouand that the fees charged are legal. went a Maintenance E inte- ent and Services; nte- Sworn to and subscribed before on 04/05/2024 grated Fire Protection and Security Products and Services; Job Order Contracting; Educa- tional School Supplies and Related Services; and Focil- Itv Management Services, Responses are due 0426/2024 before 2:00 PM Central Time. To be considered respondents must submit a response to Region 10 ESC I/ in accordance with solicita- tion documentation available at litto8'1/www rea1on10-orualkp pt-us/request-for o,c000Sals- bids[. The bid opening will take place at 2:00 P.M. Central Time via Zoom os stated In the RFP. / Or' Rockies Procurement .•i.i - - Services(RPS),on behalf of Legal Clerk4 T Equolis Group members. Is requesting responses for Non-Consumoble Foodser- vice�Wv Supplies & Equipment. sP_' Responses are due 0426/2024 Notary,State of WI, *sty of Brown before 1:00 PM Mountain Time. To be consid- n -1 U.lQ ered respondents must a o submit a response to Rockies Procurement Services accor- dance with solicitation docu- My commission expires mentation available at ti1101.1 www rockiesgrocure Publication Cost: ,n ntservlces.banfiresgmrnp •ngortunitiei. The bid Order No: 9984707opening0 P. . Mwilltoke ountain Time as Of COple$: stated In the RFP. Customer No: 1030337 1 (NADV,March29,April6,'241t9 9847071 PO#: THIS IS NOT AN INVOICE! Please do not use this form for payment remittance. I KEEGAN MORAN Notary PublicI State of Wisconsin Page 1 of 1 ! In-Pa w�=$,°=`<o�tg°``= �kg-aYo°R8-gElL+«5 5ES8; 4iwgW° oFEi$[k6b g.g�p•s-_fs m�£°SEY`•ofi1` `c"gbgLY°gs»oFFyJ> -1=`•Fs�;_sw°uaoO a s:°ar $ g - gyEEEE fogg Y ;So a ° a B_.> .LL _ a >J"o1x pJ 11 f_$o-ctti 1< Ffw1Y1£S wJ-B so b 1g I3t ,5>b Ex3°� c«k> YLag of g�[ a,ofy.g $pFCS 38BS1to31. n-P z agoE.g. Qfrag$•aBgo;IiMillrg Oi ila t2*Iga 01 Lb&1_F4g 8°z1mi ' § gi i401!^SS-FLa-g>is�E$_ .g 'b�TS,Cgglalft�wo`.i m>ii 2 £ =Foo r -om18 !.1,.b. i� a6 u gg c F . -- o$ S .8-S B t wmp- amzLLo gisa f 8z r g Eg ate'^ F -`.t� g E°c- g- 'E� =S°8 gLL"Ym.".� .'nwonig8 8 E� �'71PP z°°: �_ s = � gv �'>fr y o S � °u .x g 0 I fib < .. '•d .°° L 24.S'ao 1 a-3 °8=- �" art 7-7-e-ati`F�`� •L g •s� s, .=- .h_sC soowms wo z 8_1=_S F E Y. ° tE 6 �[ yy wxJc q >a °3-orc c u Y E rcia ou m L= 5 'S __ E o �_.. z 8_,,, E b'« Lc �g 3 obg 6 ! a> y8'141 **' t'y° 1'1 =tvgg_Y sLLow i.t F�u ub£-So g° E z fiE SSS 6S" k -__ogg aia P:e of £ v F K,- E - F1 ;- .3 «o{ $'`< L• "_ E _ y FE;i 8 g _ �c' �FJ= aS- _ °$t 85 m- E=.5°--`LL-Jri i °< �-F gtg �^°°, � __ < L t- E "o B LLS gg aa wa_w fr 88g !,8 E L 6g� F �°bb _ _ _t B OOW<• s€_b' $ - 3 L EE y k r• S Sg E ca W 8 S-1oLs-_.Y _g`. v gYba S .k.3LB30 z3 aWJVZ 5, _ zW� tY, 4204.6;011112'&42;01 Lr t °,> ° Y .o. v R °1E 3L u < °ui Su 88oboC « goa LaepaEl SQEm>1oR5 § 56g- 5 • Bio b1 0 85 g gF1` Fk °LLgkt ag- 4z a- ig$pp 7E E £ �. -- �' 8 1 „gu$ eFe .�` =£5>Lo�31=8 - $o Ec�:F"- L��<o„g LL'"�o Cs„=L -E�=°'^ `5 S� gS- b g'gzt YBFt F�SLL�- $E2 PE ¢s-g �<o-R �„mo 5fi=" r zuv bbu-v-^Y Gam E Y=grq f s Eg �� � � _, m 'B_- a �_ ss a $@" ;� � $ k .zo is L_aE�=°�3 EEgg a - 5 0!-'--•s¢=o - - > 1i=9 1-0512 " c LLJ >; az ooE a SS "14'Lg.puu$gcf -14- 5es•E_ER. 8L-` v°.8e Sc{owu�7 s'z $ `B$b 5`5 S $.,t i g a € 8g`3 85`F fr $ ' a Ye �; �iLLaWo •�� �g• �Fr.; ��'stt;± =;;,`ax _ EE {{� '66 m°e opg `6B'8 h`-C yJ`�$- F y" 8 '�`-` �y oog x $Ss u.iE oaf :rczE oz s uaeao°_edacdmN`ae�.a>�i�iS = - V is uoJe 18>< lEosz"83Es18n8L{`o �E.:4zkY.m ''''o>a`ocP`°a2aoa alli Pd up"o°_.' 111?-<_M al $$Y5'oi.i.°o 2. '.1 ES H�`.....2 L._. >_.. �� 5_2 IV Z! E p SE i 5eogx 5kE°gss„-x g •-zg� =P�WWW rYb a P k R >:�°"oE -dPse`6 P + PvawwLL cg W "g S1`E _6go- ; > .Rv °g.Y'- _=` 9 ;.9 `�'u$ '� ? 'F F �' � bSPc -$"t>1•e_fq 55.:. ESS P °`-_- [ s•E _$ ba -� > : O~1.5 a a a' sS` 6 S 8Y a$" tAWn - of ¢ S�rs_ rib w't=$ 8o fes° r f-Yv R8.1 g-` g83=8x R 6 £Z� kof,�€ [W` C€IIII i =t °1. t I ar wy g=' gS i•> -£8 1�m o 8a1pE z„ z<FSeoiv .'n-q '6 ' s.gF-° S>•3_ e=` a oP awpaP oW><z_ _� _ a�B 4 LLQ„ -a.� � y b _ _ f$ kap �+spa! < E _ ; Y :¢ ° niIJii aza a,.a a«1>„ _ R- i l t.-oo.-E' E-_ .E, P ° <a^ ;„w_ oE- _ gg ;f- _� �� _ E E53 >1LL �V o pnzg _° g E F.. u E 8 i : 3y63 � ._222E,1127121�E {! Y5$_t2 _rf •� rm_ 1Sgg�gfiaic$Y ou° / wz�_ x °8 zY _ gg W •y g a> 8 g o baa _ °l. S£S =t E=g .ig t aJ- o� - gg R' " LL < u>SWV-.2t0_z 1 Q -eoF 3 �-$° ` � c°Wtw�u! g1. " bE € g _ � .a <p2 _v°.0 °` - ` v„o g _ LLF BJ< oawJ_ug r p p§F.b='o§ 8 F. W _ _ rzo - i a >z� z-- x o�- �R�. 8 0' i-$w'� a ! P .pJ - LS s aP Bo frLLi- Lo .L %1,1 oo„mF Y5°gS.12if "• it°" a $ 55 r.-_$Y _ Lg- _ g' a = ,`F., q»uua£= g. -=•2-ERe _ `€cb {g `{owu- an ao _ _ 3�i SES»€» � �$o3L�C _ 6> c E_"c a`.L izOR oLL„�> �SegL _E1�5"g"kim g aficEgg 1 . " r€ b t 8 y c�-.o i-` > < : §"F8 Y1t gE o8g bs slhig$ '$=-Er e. {owt=�ppp a ,z ib d SS S wvg !of°._o_. $ € 1' € Jaw o Jg °o..g LaiS a °>? k .-'.-`o => a - ^ F` 8 g za of $$uwo$ RSf wvew veo§boP.$ .eLh, g `ItV 18E't Ps_ac_$o3 L `o° og S>A IO 1161iLY S LL-oa m Eaigoz ucw°ozrw,J Fs g`OcfiB 8C h . . o F�_a ,vB, F •bf• Peeo9om mm €` $ ' � $E c sb Y 5 of SEE°u°=< za Lo���€_�� xi` '!-1,Siigg�8Ssz8aP_r8n85:`°ug�8:��1iYY.mxo°>`o>oSc�`oa_'oa� m B_�-�=.,,Poo 5 $ c Ili S s Q� 2 xgE o xwY€tg E�Eog Sa§ =�=� wE�s`g r�$ %oa go �- 8 o2 legi '3«E3a€ >elggta siF,F,°s°i Yb"5_W11241.141» nil R eFlijiii!atq` l a�€g-€-p=a�sxs'•,,oE-121,,i 0 • Sl: ss a5FE5 oP o f EEi"P�fa,ngi2P=f SLCa:tgi€ :¢5 ` 11-5 I„�_g ,5 .: FJJF7�F!t z fg=°^'F 2`_'°g?E3.11LZ '<< j°i;.l!i=!3` li zu z<_ J$p2 F "_=g 88 k.. l' E€, u$$IB F£g£ digit S 6 Y " I1 efiP^<°-"�' -`E :g� cS YEg Et-Eg°bb 53_sog.J F EE L'i $gb�a a.+ osyel8[ iq $x°8. ° S�'° ix$YrEgb-" SFEcPEsO o +� +aoz oLS gbb_�E58S '=$c`oa= 'r ' f- Laui.�'o-- P S8&° °.� � 1,3 LgE=E- �� Y _. 1_�°..tb gg R- r <�o� uwo � 2Ea !S g a°E t8 >� aFrP_ fi `v _ 5-0 °Y Ali �wWOWz Ea ,� �.. 5 YL ���g i 0121;21;11 °:� � 3 �-FF� "L --Ek EY 8E` :tr'f EIo°V--�E .4a� < '�'Gef�$c�e4� EL ug �� So=�lSF°x f` �,° s�$ Wou>arc��-$` ° FF. �>,.f $ g_ a>� g�8€��-•' � �� 7 pp y 5 g o gs_b b3S'BBae E 'rb-__5i$e°E B $ga_5g J>5 .4 s§-"8av;efr-° -,.,ps .-k`3 3 6° m x Y�J.>„ r o�m� z�E Ff 1i c8 < °�gt`o-c£tL-i3i=6YBrt f£o-_ 5 tS, �Sk �E Sz no a p a � g z B �� �Ez_ � au w _ �m y� y yy i� �' p r � � < � _ [ _ L - E 5 «�� 8 gig r wz f,.�SRmJj fr .22«E O � 8_ g_2 � + dna-U 8 O�- 5 p b FS St7.:�.:'E�� z y� b�'§ I' ="og bg s�€` s EEg SE a E a° :SL'b i-E23 F Sw a;` x,oa g. a cF §- ° awJ-z- _>SP_1 gyF i3� > f>� 58$-EE € € S°� F_ =BELbg4=a-g 8_FL.rs_g€ n°g$ °Fz �sz° u � �g �3 fi J�E,.z �`°y� °s `A-oE=B'" � po„o. EagS»Sa1`bXY' Y _ €ag 5 �� z1 1E [.a«-'�_YCffttb s8=g�Sxggs t'gSfi-fi'gis-F=br.32,. b8 $ _z zoo' .ES4gg8o-' --g '<t mxggf' `�YggB_5 ' -o$€g-rf Si ry°yE q=Sh t�{ in ez Jsgo�8 12 yyrCCkSE'�t.'xrAisN4 €AA yyaQQ mtA Sg188>E68.. II '_ -° o.gao'Sow"PVE.YBY_oEo-.>go.._18t1aY.h ur__8=og g S. .R_uaa _uu <u-, u3za gm o < of ausSl,_ »,iS ou�1$ogaPLa° Bi$ u$1gEf ioS o YSE�oc°�=:,°.abgO' x-58$ §3E§ 2Ela°BO 3 S Eg$$ uow°oF.0°ui crx w'uiJf 3uF �f«°„o: I. fa LL8L=;; =Eg L 3fyy % E�'•» t;EWog 8aa82Ys`F= ° oo,:S�{ Y fs�-$ $=°oPos�F. geE'" -2t s _ €t frg iii�2od' a'tEgtLsg _=a+2'S- z5> is 5=a5o:Pa`.;S_8> so ^x 11 $ =°;i-± a r9` _f. F �'"mkrEs° ffi fi =E-E F a. w-o. 88 i E E p. o< J< '.111211.A- g 1s«W_ 8_P i $ k z 8 ! og"- : « _ =$ =s_ °�€ i SL € r Y E, ostaf oa°o$} L �`r`- � ,'1',z" € 6J _ g 8 •e t =a §= 81 1!k gx�; 8 >Eo �iF 1 85 E ql ui°„o .a_L. LX, L:= o =N -g4°q i!it- c_ _g g _ B8!pppF W u g W xa. J 2>aJ [ c F f°°' i3 = Ygf g41"Fa ct �- ga_4i o� £Lfz3g•t 8 a �J_ batib° . EEt,'^ e:6 g oag 2Ww°0f ' °;1111- $:£ag I, s$`8..i`L.$££g$ SS= _314sIgIVI`L°t .,4 1 €-b f .f8 E : o��u � a aEgg _ Fb _ -� 1 _��� e � � Iso 3. � s 8 10.7.1'2 f_ �r.. 3 8�=r �r .S u r -+F- $Y_f. a 8 LT,_ E C ;.vk € ut o < i E gg"6- 6>Ar1 ii g: .2� -•3 S"`- �! _ _S� -c:�?-.12.? 6< � 8°", -g n'€ Eb E °= 9�$ „� ___o� _ f•.g _ zu a$�- _ � 8 _ �Si E z�Y F=- °k- a ssgg $ $° �$'_� ° =$£a_ fo . � w zJ 8^.�° 6°--� �• �`° =tg°: ! Yenc "t [vino. it E_ tgl. Y` E dtt; a 1.10 R Y =wxg O 8-$=o°e3 Y_ E % 3r 828^.aEI _ 1La _ P y $$ g _ 1"30 0 .; 3� _ _ °g^'_v. 0°L Y - ..2 a 4 .°o- . o WI : °�LL o5&°€gt��� __.Rz �__-_ S�'_��v8°Scz y •o g. oEmw _ -g§ i0 3g_ag-g 1-2.1" �S e' E ° g" �uag u iw 2� z �C t°, >k_S�__ u 8"° S f-- �- $ ,a FJ 8 `d' r w w„ utf o> L F �cc :�a k' LL, _B `�� 2 8o C m8=J=3F u.SgS�=S S E, wEy=w$ __c,g>o: 4S Eo Y° E 5 • ui-i zo7z Sfi>_ 7 $c -_pgfO � ^�-°"`-°_ -41,..; `t ° a •- -=� > � _� ° - £ `€gfrE€�� E • 5� €.. > xww� v °�g4= i�- . g°��'a °£`-.F•agbes�» E«� s�$ Lail o _3 figs_2.17. y8 a :f€F pp€ y} N k °€P'°°°a =E peg# €*°e' a $`qqa :� & xW=<;<w �w �>Y[cE�t =s pj{gppdksXgp€Ygw :rya°_° 4Eryt■yy y y yByy F Fc 1y ° �bY <au6a55k•°b 14 a1P; snas11:911;q 1./ WUW Fle t Fn'« 11 H 3i-«« mW fn 4U$_gfi ,- ZJ �nfibu«O gahilkfi=LL VaUSJW_bOQ__ (altsts121LJ2.ELtio i. gg�°cc U oo oS -- - -- 6 est `s- ofi'$E •begaag $ o= a °u; II-_ °° sy•- Baa et b• ok o 8 Z= '- y { =was 't.g�' pS§`B FFF EJ�}t8 S =`oo $-.5`o t°togs a_ bLBB F as yw:. atc tav {$ o w s $«Pg g 8 • = w'c 6 LL £B €_[ ebi aE/11° I : S° !W xE € f$B_E i:11-4 g - L px„ ai irlsilsr€ !Ii- IS go. eg _9 _1f 5-85�f :n! 8w "�° g• fi W9 yt,1 1=ib = s E • a.5 FoF = w8" 0« x $:`Sy8 i g` �'Y tx ° i 2 224'42 S=9_ g&c= 8 =-';- 5r: YE Wqgof $ �ep� $ 1-„, ; f u.F � yt $ g < gx p£ • � ,E n� L » ° � �.? a_-. j §. o.$ 8E O rE a ° .=5 $ hitt! " ggii Wg t8E= -o $ 0' E8> �£ g8 3} .,5 BEB; E .8 w Y=..L S 60» i $° o Rr E .��8 .t-i Wia- Fa_f - , �b. Y" a 8 -L t u�"'1a S° gd° ,,,:, ..1-110:.St- a oQ .g. - g S W° •' y :1 I a m'FS b F. S`= 1agE o8 g. if i St, ESS E _ R zE ;_ =o E5 E fi 2 i#LL` Foul °SY az„>g2 �F `E °£ gill W ! s. i.tX_LL PYm L� gg _x & Ea x« 5 g [=`LLQ °°Y="^ ,° od E 8 b a o o g.° ttk� $ o -i x 5 6 $ o2Y, r vg! 18A "g.gyos. iz3 We Jz3•-w`.aafi _ _ .r€- Yu '7_ , ..n ti n -=g2" 51-4157 [°Ya •8� M «b 1Y$ S a >•_ o� - y �` 8° 2 <-a WS u L' 8� 8E- S E 3 2�y 5 >>o 'u 11 8 t-� • a�1 rb8af Y Wu gLLYB ^��Pgrs °83 0 £5 pa $3„ �o- Es�W°= $u >:° °E{ 85x8 '°` H"<FF3J- $ Fz f°L' yy �'22".::14r-6"°-' _ES- B _ 1 el `;`- _==`a_ 2_fi._$ Ba 'aS> =fi a ;= 1.*14_ �Lbg�d[ g'sS �-3 ! ° _ _a�� z a6owoz<_u-g `o $E,_ io g-•-.b .� aS„« 5 '� ofi`� LLia_m t 4 �_ p o c.S .- E" a$O k 6 t 444'W E gE ° • 3225"o p•aa.cAYo- '�.-.o8'.ES' �. g g $ g 2 g t - Y` IP.Ti' $8fi a-€ Y = mg a sk g�RYsg° - "uVmm.z nu` �, �5$g Rta�vb �o _,g_� J EY+ $ g gqy'y �y g gp y uy 5 p p g C g•8� lj + uSga�8Ea a° ErcSEg£ SgFrcwCu E�.dlASsrcraEF55x$ �a.Ru6ii$ EY. $€ �$..>! E �i�L3i�<FzBbfi •m5 `71n>S gS�LL 8w>o::8 E. `o$uQzmnzcuzS <u z7.4°.- R - 83EaSJ -a th 1 oploo h/ g # A «':LIE8=-4 -r : vrEl.�1 .- +8 : °S = bg:.S. 3-vs-g o o _l.;',... o i - i a` 3 It -1 8lL11_S7oog- u1E3u§ 1-0g!: 2°. `a= ex Ga i S i F u y G> Hill rig. �� !s -c- $ sZt � : pN - ._ Eb«ggs..0 �$ ��$ �a a € E aa'8�a€ ° $LE _ c S n 1111 $ kF ag p § b..E°kb.-__Y°c`R _ 1° < a.v t� eF { a,. D � • ii$,8"s5We6 g19E=sEfi =S F Y!8 >�EE§S7 -1S� • 7, a ! zo d Oz �rc-fi fi m "k° _ •s t W g gM 8_3 i '' ill - i+�-$ Fi � '.'Ya a> i1= g_ o tt ,. `o $ g ,� `u Y p g S c l ii! 32 Q =ss t iw„ g' VII I 1 '8 'E1 s i€a ' ++ 11,-1,F _ ,,t- ES s'v-8.83p s •!S + 3 aia �< �1111111111/ � a°( f{ fi o°� �8 • •r� �'i.W- LL , gsa m lSao 7 z3 _=FP $1 $ ;PE zdgl_SE° } + ^1!!/111111€ ° •3 '• 1 V M » `muC_ * LocaliQ Florida PO Box 631244 Cincinnati,OH 45263-1244 GANNETT AFFIDAVIT OF PUBLICATION The Cooperative Council of Govern- AFFIDAVITments (CCOG), on behalf of Equalis Group members, has issued a Request for Proposals (RFP) for the Russell Johns following categories: Electrical Russell Johns Equipment, Tools, Supplies and Related Services; Mobile Park- 17110 Gunn HWY ing Payment and Management Solu- Odessa FL 33556-1909 tions; CMMS and Facility Manage- ment Software; and Rideshare and Transportation Solutions. Organiza- tions who wish to participate in the STATE OF WISCONSIN, COUNTY OF BROWN RFP process must register with Bonfire strategic sourcing platform through this link https://tirlyurl.com/ySIkgb237 to Before the undersigned authority personally appeared, who download and complete the RFP package. Completed proposals are on oath says that he or she is the Legal Advertising due before 3:00pm ET on 4/26/2024. Representative of the Pensacola News Journal, a newspaper The proposal opening will take place pon 4/26/2024 at 3:00 PMMEastern published in Escambia County, Florida; that the attached TTime vian 0 Education Service Center copy of advertisement, being a Legal Ad in the matter of (ESC), on behalf of Equalis Group members, is requesting responses Bids& Proposals, was published on the publicly accessible for Grounds Maintenance Equip- ment and Services; Integrated Fire website of Escambia County, Florida, or in a newspaper by Protection and Security Products in the issues of, on: and Services; Job Order Contract- printing; Educational School Supplies and Related Services; and Facility Management Services. Responses 03/29/2024 are due 04/26/2024 before 2:00 PM Central Time. To be considered respondents must submit a response 1 to Region 10 ESC in accordance with Affiant further says that the website or newspaper complies solicitation documentation available at Mips://www.regjonl0.org/about- with all legal requirements for publication in chapter 50, us/request-for-r .Qposaisbids/. The Florida Statutes. bid opening will take place at 2:00 P.M. Central Time via Zoom as Subscribed and sworn to before me, by the legal clerk, who stated in the RFP. Rockies Procurement Services is personally known to me, on 03/29/2024 (RPS), on behalf of Equalis Group members, is requesting responses for Non-Consumable Foodservice ./ Supplies & Equipment. Responses //y fr /� are due 04/26/2024 before 1:00 PM �(/y— Mountain Time. To be consid- Le al Clerk ered respondents must submit a g /OW 0e �i� response to Rockies Procurement fir 2c(fvc______ ,, Services accordance with solicita- tion documentation available at Notary,State of W ,County of Brown tilos://www.rockiesprocurementser / vices.bonfire.com/openORportunitie5 t�- , —0The bid opening will take place at 1:00 P.M. Mountain Time as stated My commission expires in the RFP. 3/29/24 9983951 Publication Cost: $159.77 Order No: 9983951 #of Copies: Customer No: 823104 1 PO#: THIS IS NOT AN INVOICE! Please do not use this form for payment remittance. KATHLEEN ALLEN Notary Public nsin Staw�t� Weis -----.... Page 1 of 1 6B I FRIDAY,MARCH 29,2024 I PENSACOLA NEWS JOURNAL Classifieds TO ADVERTIS Visit Our Website: To Advertise,visit our website:classifieds.pnj.com N VISA ,,, 1 Public Notices/Legals email:pnjlegals@gannett.com • lJ classifieds.pnj.com I Business&Services email:servicedirectory@pnj.com I To post job openings,visit:pnj.com/jobs All classified ads are subject to the applicable rate card,copies of which are available from our Advertising Dept.All ads are subject to approval before publication.Pensacola News J. the right to edit,refuse,reject,classify or cancel any ad at any time.Errors must be reported In the first day of publication.Pensacola News Journal shall not he liable for any loss o results from an error in or omission of an advertisement.No refunds for early cancellation of order. Adopt Me i Wanted to Buy Professional Landscaping ,it Auto Auction i Public Pets , WANTED Service All Hllbarn PUBLIC AUTO SALE SOLD AS IS PUBLI< Highwaymen Art YARD CARE 6174 MULDOON RD ANNOL PENSACOL A FL 32526 Design Review! all your favorites.. Backus,Newton,Buckner, an your needs... Mowing-Bush Hogging 18 ROBB-KAUFMAN INC In the Office of Hair,McLendon, Edging-Weed Eating SSHFW5031J0000115 30 E. Texor 08 PONT 1G2MB35B28Y111058 Pensacola, FL Domestic Pets Butler Welker,Moran Hedges-Tree Work 03 SATRN 1GBAG52F032131597 trig protect: Brick-Concrete O5 HONO 1HGCM66585A034634 s- A/ ••din• -B owin• -Hail Off school II - Ei 850-232-5613 97 CHEV IG1YY22G8V5108015 School Ackl Pug Pups, AKC, Rip out driveways, April 222020gam Monday.:n0 local 1 fawn M, 1 fawn F, 1 black sidewalks,patios,replace& .__ (8501.982.1178 1200 Architectural, install bldg.foundation. Islresponseroadsideggmall cam F,shots&wormed,ready to March 29 2024 Electrlcol/Tele go,$700.228-236-8040 stamped concrete work. TRAFFORD'S LSAROO79200 M. Keith Wood Some brick work depending LANDSCAPING ties Planning. 72-La lar- -•-•- on assignment. Some day Gross cutting,Sodding, March 29,20249 Female Pomsky 2 years consultation. Lic& Ins Edging,Weeding, Flower i Bids&Proposals old Markings of a Siberian ACL Concrete 850-483-7883 Beds,Pressure Husky,size of a porn.Make CALL or TEXT WALTER Washing/Gutter Offer.Call 850 469-8868 leave 863-517-1986 Clean Up and Cleaning,Privacy Fencing The Cooperative Council of Govern. message -- 850-529-8602/850-341-7603 merits(CCOGI,on behalf of Equal's WANTED TO BUY: Removal , Group members, has Issued a WINCHESTER RIFLE Request for Proposals(RFP)for the following categories Electrical 30-30 lever action. EquiwdenS Tools,tes; Supplies and �r ',��- '` - gate lutter.com lea Payment Services; Mobile Pork. F'N' 111.11 850-463.5617 We Haul EVERYTHING •i Professional Service Ing Payment end Management Satu- Careers Small& Large! lions; CMMS and Facility Monage- Yofkies(Tiny),Florida 850-565-0070 mem Software; and Rideshore and Health Cert.,shots, Transportation Solutions. Organl7o- BARNES FENCE&GATES lions who wish to participate in the dewormed,$900 Please text Jobs Home Improvement Quality Crattmanship RFP process must register with cars Bonfire strategic sourcing platform 850-612.0737. Hauling,Solar Free Lighting through mit fink I. yard sal( new begiFree Estimates nnings... bI1R9./Bin urLcam/vyggd232 e, Coll(850)285-0020 download and complete the RFP idlarssorted r '��y..,.% .l , package. Completed proposals are tickets i Professional L N due before 3:0Opm Er on 4/16/7024 ` q The proposal Opening Will take place TRAFFORD'S HANDYMAN on 4/16/2014 of 3 00 PM Eoslern antiques SERVICES ` Time via Teams. Water Wastewater Treat- •PRIVACY FENCE'PAINT ` Region 10 Education Service Center all kinds of things... ment Positions Town of INT/EXT•SHEETRK REPAIR'. (ESC), an behalf of Equalis Group motorcy INSTALL&REPAIR•POPCORN members, is requesting responses Century is hiring for the REMV•KITCH CAB'INT DOOR RILEY'S for Grounds Maintenance Equip- fol quip- COm LI- following pOsition5: 850.529-8602/850-341-7603 merit and Services, Integrated Fire Water Treatment& HOUSEVIL,SHING Protection and Security Products ( iCemetery Lots Professional Cleaning- and Services; Job Order Contract- boats Wastewater Treatment Without the High Pressure ing; Educotlonol School Supplies Plant Superintendent res/com&tic/Ins. and Related Services; and Facility $66,560-$85,000 Monogemenl Services. Responses 2 Cemetery 2 Burial Plots • Treatment Plant BBB Mem Sr citizen disc.. are due 04/26/2024 before 2:00 PM sports e w/ In Christ us Gar- WaterLead Operator$62,560- 26 yrs exp. Central Time To be considered dens vaultsat Pensacola Memorial SHANE'S DRYWALL 850-626-3649 respondents must submit a response pets Gardens.They con be used $66,560 and PAINTING to Region 10 ESC in accordance with • Wastewater Treatment solicitation documentation available os burial or cremation plots. or Mips:/Hnvw.regiontQ.org&5eu), instrum€ $4500 for both 606-391-3341 Plant Operator$28/hr- SAME DAY ESTIMATE... Your Source s'rendest-lor-9C005soisbids/. The $32/hr NO MONEY DOWN... bid opening will toke place of 2:00 jewelry IhowingtonfDeenturyflorida NO UP-FRONT MATER IAL P.M. Central Time via Zoom os us www.townofcenturyflori- COST Public Notices staled in the RFP 7 General MerchandiseRockies Procurement Services furniture da.com 8502563208 Any and all drywall repair (RPS),on behalf of Equals Group and painting members, Is requesting responses Popcorn remove) for the latest... for Non-Consumable Foodservice Slightly used handicapped Water damage Supplies & Equipment. Responses auctions items' Hammesore due 04 Time. before 1•00 PM erectMouresnpondents ndent To be cansld- rollin shower chair,shower Licenced& Insurederect respondents must submit a collectib chair,standup walker,etc THANK YOU AND GOD i�QUtO Auction response to Rockies Procurement _ Services accordance with solicits. 850-478-6728 iack Shaw BLESS app lane 1531 W.9 1/2 Mile Rd :, PLEASE CALL 850-960-0867 than documentation available of -I"� � hi+ps.//WWyl,rackie@prOc uremen+ser Cantonment,FL 32533 I Public Auto Sole SOLD AS IS vices bonbre.comiipSIlQRpsriuniliei cameras MEIZEZIMI�-- 7111 W COLA FLEW AVE The bid opening will Joke place at PENSACOLA 32505 1.00 P.M Mountain Time os stated i Wanted to Buyi kJ 12 NISSAN JNSAFSMR8CT114101 in the RFP. coins 04 HONDA IHFSC430X4A401581 3/29/24 9983951 i \, HANDYMAN 02 SEADOO-ZZN ZZN36157A201 Plac Essential Hauling,Mowing APRIL IS 20209A - - -- --- BUYING sports cords,auto- - Yards&Lots,Cut Bushes& ISTRESPONSEROAD5IDEe 3obcose eV. graphs,memorabilia,records, t _ s'.-- Limbs,Storages.Fence (85501 98L 110178 HIRE EVEN,, 1-4‘.... elassifiei coins&old toys.850-696-8637 . 4'- . i ,". Installolion& Repair. Morch 29 2024 FASTER! ,: emailmover@ete.net •i _ Pensacola 850-723-7049 LSAR0076204 "fayoo,., ••••••. „_ _ COVIEW. • •• , , ... -• riAir• j (-.., E. A. • 0 .l. • DOORS • SIDI �! �1 1 Y:z. is IIIr * LocaliQ California PO Box 631437 Cincinnati, OH 45263-1437 GANNETT The Cooperative Council of PROOF OF PUBLICATION bbeehalf"men'SEa aliss GG members, has Issued a Request for Proposals Kim Ridgeway gorl sRFP):Electthe /of I"Equip. Doug Knowles Jr ment, d Related T�Services; Mobils, Supplies le Mca-Russell Johns Parking Poyment and Management Solutions; 17110 Gunn HWY CMMS and Facility Manage- ment Softwore, and Odessa FL 33556-1909 Rideshore and Transporta- tion Solutions. Organizations who wish to participate In the RFP process must regis- ter with Bonfire strategic sourcing platform through STATE OF WISCONSIN, COUNTY OF BROWN this link b])ps://tinyuri, oo ly_pkg 2ZZ to download and complete the RFP pack- The Record Searchlight,a newspaper published in the city of age.aue o Complete�doow pT als Redding, Shasta County,State of California,and personal in 6/2024g The proke osal' ee ve- knowledge of the facts herein state and that the notice hereto 4//612024 al 3:00 PM Eostern Time via Teams. annexed was Published in said newspapers in the issue: Region 10 Education Service Center (ESC), on behalf of 03/29/2024 Equal's Group members, is requesting responses for Grounds Maintenance Equip- ment and Services; Inte- and that the fees charged are legal. gatedFirertionadgrProducts n Sworn to and subscribed before on 03/29/2024 Services;Job Order Contract- ing; Educational School Supplies and Related Services: and Facility Management Services. Responses ore due 0426/2024 before 2:00 PM Central Time. To be considered respondents must submit a response to Region 10 ESC in accordance with solicita- tion documentation available at gtps:#www.reaionl0. ar/ag b daLia/reouest-for-iKOR p5pI5-tr�E! The bid opening will take place of 2:00 P.M. Central Time via Zoom as stated in the RFP Rockies Procurement Services(RPS),on behalf of Equalls Group members, Is „ , /t requesting responses for Legal le ' Non-Consumable OOtls Equipment. Responses ore due 04/26r2034 / 1• before 1:00 PM Mountain Time. To be consid- ered respondents must Notary,State of WI,CO ty of Brown submit a response to Rockies Procurement Services accor- dance with solicitation docu- mentation available at My commission expires menteem ww risonitre.com ott InQgcortunities. The bid Publication Cost: opening will take peace at 1:00 P.M.Mountain Time as Order No: 9984146 #of Copies: stated in the RFP. 29•2024 9996146 Customer No: 824685 1 PO#: THIS IS NOT AN INVOICE! Please do not use this form for payment remittance KATHLEEN ALLEN Nota fy Public State of Wisconsin [_ Page 1 of 1 I REDOING COM I FRIDAY,MARCH 79.2074 I EB Classifieds TO ADVERTISE Visit Our Website: To Advertise,Nut our website d,ssIHedv oddlllg.cem IC VISA all classifteds.redding.com I Public NOlICes/Le011s.mad:.,Ileal+@reddlny.[om 1 Business L Services em.R.Ler0l<edlrlctwyelreddlne.com I To post Job openings,Ylin•teddMB.[om/Jobe M!e.VnOA 04.0 se...erre,he 4NOM,TM tont r1WH NNW"Mt S10WS Toon:w L•vnl'.M nerd AF,41w•ewer,.•I.•'Nesse/neer.sow,MIa PemosoBONd/NINLFS•l mold.W..<M V.•Se.1..019,HON.emery or Noma FW M!1 n MVH I ,..,,b.,4.,L'b Ike mm,!Ay Y pMNNwn P.14y Poem,elwel'FM NAPA N LeM.he Iny 16,g. • rw,kesw I,.Man mwwrlimemoew.O ed t 0Awke7M Well,!o A-•1.k,weed.n.•l..An Ado• Mt Fa-Landscaping �� Will0S1 I 1:11. Cf IIIDIIOII Bowels MI=1111 Petsr Wo x b R,Yron IC ESC Rro44on1Atldrr,llef) A NEW FICTITIOUS BUST FICTITIOUS BUSINESS DEFENSIBLE SPACE N n<cv.tlwn<wltn wLellP� 1100\Neel llrec1 0044303 NESE NAME STAIEMENT NAME STATEMk NI r1,1.rt 4l(r I A BRUSH REMOVAL Ilan ew ,,. ••rwllenlA, Sl1?CAo f THEE%P ILEO BEFORE „E TMS Number.Flll min/ �k4 In In MawLL=51.YPee 4 y��gs!�y�Ao Beton Tromodin, Bust- FILI110 OF THIS STATE. Ike 041.1004: 1, rem.it.,r:it ��Zr WklY•.4LAr �no<L:dee<m'W a TRENT DOLS NOT OF Shale Courtly Clerk's OMee ^'� I Idr Woke el S'o PBL it= Et5I ITSELF AUTHORIZE INE BY Shot.CNN.*CMA Blur TN n,e P0.,.eaonit h%H TCP4rr0 i:0R W Could Tinr oro Zmn e, Slalrm,,Eaoire.On. USE IN THIS STATE OF Business Haired td vn bve001.?, Spwrstnnfbsen.A tnledm Pie RFP FeNuorY I.NM A FICTITIOUS BUSINESS Ad10H(e1) goof nark 1100101 SSB BwsMI N Condwlyd By. NAME IN VIOLATION OF Catch Cookbook UI-Ion O1 Hen... Rwkie• Prn<ue.ne^I Iled Llebl111T 00AIIr THE R IGHTS OEANO1 PIER 131 Bedrock Le H en.pl Servl«,(RIM),en l,rneltIi NOTICE III ACCORDANCE ORUNDERCO MON LAW STATE, RtWIM.CA Address..„,,,,,,,NN t,A Coolly Grw' nnmber,.Is WITH TTRDIVISIOM OR COMMON CT (SEE Reoblrol Addres„<+1 tnxgnn Re"ng oont oo III OF SECTION IMO. SECTION H11 ET SEG,. Kr0lrn0 Rev,. ill Ni,,,,, NNFCmsomduk Fmdxr. A FICTITIOUS NAME BUSINESS AND PROOFS HO Bedrock Ln Cabin.(•xA✓inn rete Sweke,L FFuweN^I EXPIRES STATEMENT GENERALLYOF SIOMS COGEN Redding.01.' CA 11000 Roe.. 1a w<el ONN071 EXPIRES AT THE END OF Rotting Oek LLC An IA 16073 l / $)0.2�•Y] before I W PM Meum0M FIVE YEARS FROM THE TO CM1 Cerolb.Netdenll Oroon Tr...Nino Ouse_ y,Asrw.o4�µB%aJ• TMH. T. Br c E- DATE ON WHICH IT WAS PrIM Nome Cede Cleono ss. e d NseeMems 1 FILED IN THE OFFICE Morch I3.H.N,Awll S 313. Morel,4,NH WMT,Tonto,.H Ru0Rk. OP THE COUNTY CLERK, LYITKg3110. S1o10me.[sans On Rophnn.5.11n� Wow0011,0N<•dIo 4004' EXCEPT, AS PROVIDED Meech 1,N» deal 1.n.s0hdlaLn !ODD IN SUBDIVISION (0)01 Rosiness 5 N faWaled By IWon IIe01e 1 SECTION ITN.WHERE IT " -_'_----'-' MUM Joyner,Orwh ,HMI Ausereellwl l5bro100• SAM ESOUIBEL 1111.RS:1[d 1RSRLS EXPIRES TO DAYS AFTER NOTICE IM ACCORDANCE Ne l rnml Pun len.reedy IN ROOFING I.IS,L ANY CNANOE IN THE FICTITIOUS BUSINESS WITH TION 3100. 1.O new kerne,ON Pwekg Tya•1,.•1R H.„b. w'+^j FACTS SET FORTH IN THE NAME TATCMBM U1 OF FICTITIOUS NNAE. CtrNMH..wv.R R,wn. Move M STATEMENT PURSUANT ESN Nombor:IMAMS le/..4111 O1 Inu4an heirend ulll.el 1441.9714 24.3013 1:00 P M P.O.TOM es TO SECTION 1Ml OTHER This 51001: was Med M STATEMENT GENERALLY wed M.Il RFP THAN A CHANGE IN THE RH*INT ITT: EXPIRES AT THE Toll 01 4e.IMr ie well Swbmfd. - Newt N.SON sleeted t[mltlraTng NMISR EO s011YIFC ,,NN RESIDENCE ADDRESS 01 1130 fwrka TNT R0001n0 FIVE ONYEARSWS FROM THE end Poly lydnl..Nana qtr 041 sw'.. A REGISTERED OWNER c PINI DATE ON WHICH IT WAS Old on 010 mine AWkoNon ERCT q.n01�.,.F•' �I,t A NCW FICTITIOUS BUST. ..AMO FILED IN THE OFFICE Iobeetio0pe NN,.on 4 Vii. Thence+SOsi•e.+ HESS NAME BEFORE El' Mllht Themes Eu' OF THE COUNTY CLERK. n 110 b"Mused 050 M< we n-..L5.1.1.1. MUST BE FILED BEFORE FNH Rice EXCEPT, AS PROVIDED Au,lledeedle,Mtakdeedit, FICTITIOUS BUSINESS THE EXPIRATION THE Business Nameisl 040 111 17 SIGN 101 Of ore 1,111110•9<1,wr Nno,I NAME STATEMENT FILING OF TNT STATE. AWn I(1I SECTION ITN,WHERE IT am rmdl.ome.wlenel se ‘Nr Ir IC S1IY1tt FON Number:FS11NIq MINT DOES NOT OF RIC.B,50IN Jlt.0 Acodrmr EXPIRES II DAYS AFTER me+w<Mw0heW49 and TMs Oaten.,ma,Med In ITSELF AUTHORIZE THE 00111,0 Adler"(est ANY CHANGE W THE vowllrronk.Ihrr w< 511 RIM,„ USE IN THIS STAT[ OF Ntl11,900 m INTm.,00d FACTS SET FORTH IN THE enlNlNtl td hove i Shade CNnlr Clerk',ON. A FICTITIOUS BUSINESS STATEMENT PURSUANT Incl1044Dew 0•meaMr •,i. NAME IN VIOLATION OF B S,an IWl,0,11 TO SECTION ITT OTHER IMr OS 5.00 rrbred.rrral. IM'•/sd 7 0Y 14nw Retl 1,111 THE RICANS OF ANOTHER Bn•n Temisocum 8v1i- THAN A CHANGE IN TIE IIp000.WI.11 lw.led In R^'w1/b�y�! liminess NomeIsl Md UNDER PEOERAL,STATE. RESIDENCE ADDRESS OF SNOW.,cut Loc e,0N- _ Add....Ht OR COMMON LAW(SEE SM in.,T.KIT A REGISTERED OWNER Ino to ONhmr uPhlSO mike ~'��".."'y,�•• Swerl ort."No,AL.11.y SECTION ST SIO.. SblemNesl Expires On AMEW FICTITIOUS BUST. or Medford prion Tnun. ^'•- ^r'^w� ISI Sown C,nk RO Swle BUSINESS AND PROFIT FtMver0 S.)OT NESS IF FI STATEMENT Tor LaY,ng HLHOL111 E03 , STOWS[ODE) Emboss is Conducted Or MVST BE FILED BEFORE BRIAN'S TREE R1dNnt.CA 1141 Mobile Jensennhr.rice THE EXPIRATION. THE A -- - SERVICE Rediabonl VAW4sele,1 Prot NomnJensen NOTICE•IN ACCORDANCE FILING OF THIS STATE. WHEW.Terrier 00101 1151ndwg Wel M [n I.151.31 31,»W 7424 WITH SUISCHVISKSN MINT DOES NOT OF RDI ESIBIt Rwidlm.CA Ndd3 CERRO/70Hr lel OP SCC•TION IMO. ITSELF AUTHORIZE TINE b_b..TO slim.kW. 30.0:Dr A FICTITIOUS NAME USE .N TNI,STATE DF Ne,TIN e.d M.Con • CR14*CA NMJ FICTITIOUS BVSINELS STATEMENT GENERALLY A FICTITIOUS BUSINESS 14.75214.309 • Slah:CeM/orNg NAME STATEMENT EXPIRES Al THE END OF NAME IN VIOLATION OF B.gt TroSOCNM Mu.I. PEN NWMN.o PN141, FIVE YEARS FROM THE THE RIOHTSOF ANOTHER mAnnirs Ilona e..: This Melemeed Wog Need In DATE ON WHICH IT WAS UNDER F EOERAL.STATE, ...I...it W.,:. innue,1 L TOM the,Mme M• FILED IN THE OFFICE OR COMMON LAW 1%E rF p/y •E 'I .e.a.<n.^.,.... Sew, Febovrnl II On. Mos.CeonIE. N 1.4134 Of THE COUNTY CLERK SECTION HNI ET SECT. P e1al u 44N 04....04.goMM4w Kebreen M.N» By W1Ko,l Erin Ra,. EXCEPT. AS PROVIDED BUSINESS AND PROPEL ,..wkww.w ,kiwi*,.10. Business 4[onducled NO BuslMu Nem•Isl orq IN WBDIVTION lb) OF SIGNS CODE). AKC Welsh POma oke nmdte N lOIl0 fxM w r co-earow.Ie. Adtresfleal SECTION MN,WHERE IT 0,111 KNlnn UP. Coml.. ..Moble TSO- ,•w.,S'•w,.PN.a'grid NOTICE.IN ACCORDANCE the WNHMae Bw EXPIRES eO GAYS AFTER Print Nome KrhhM Y w.A..rr,rd,o•ewe,Yn WITH SUBDIVISION Sw.A510CAOMON•1 ANY CHANGE IN THE KNmo 31X0.Cbl MI4I1141 nb.wes .wow nem. Lel OF SECTION MN. HD MoKN Street PACTS SET FORTH IN THF. Mo[h 11.N.H.Moll S 1074 r RIOOmFCA.MOH MINT PURSUANT A MEET GEN NAME 13.44oMAoNea.lr,1 TO SECTION 17911 OTHER LICTITI US I,.NN+,•,sr STATEMENT GENERALLY IML Pwkve.w 101.. THAN A CHANGE IN OF FICTITIOUS BUSINESS EXPIRES M THE END OF Assorted �'.1*,I.!. >�1. FIVE YEARS FROM THE UI.',CALIFO NIA A RESIDENCE D OWNER FINE STATEMENT lNl AT[R S 1.1Ww,•rw0 DATE ON 1W ITCH F WAS W �'�� FlLED IPI TME OFFICE Bret lrttollno BwF A NEW FICTITIOUS OUST- WORK PARK 11111, OF 1HE COUNTY CLERK, nrls NESS NAME STATEMENT This Nelemenl w0f bled In (, !%CEPi. AS PROVIDED Amf.t 1,»>, MOLT OE FILED BEFORE he office ere X'lY!'.'J l'1r•{i IN SUBDIVISION 101 OF lalk.: THEE%PIRATION. THE REDOIHO.Co IqT 30 rr dd 000.00110111 SECTION 11010.WHERE IT A-4.,,...',,...."..1.7-00, FILING OF roes siwll Rr Rrercco Coo I hm1•,Nth,wogs. E%FIRES N GAYS AsTER II �nj He,MollIoBv ITSELF AMEET AUTHORIZE TNOT ME F *440,1,17,1 Nometsl and 4�Anti 1155 C01:1'61111 0 Con A0Tard.1500,0 ANY CHANGE IN THE NOTICE•IN ACCORDANCE USE IM THIS STATE OF Wol,,Wwk.P•rk R come 551.011 teWPr ;aCT33&yment el .774INTIIE WITH SVBOIV1510. A FICTITIOUS BUSINESS R income DO ontt0 N1a• TO SECTON Ih OMEN 101 OF 3TITIOUS 1»N, NAME IN VIOLATION OF 1So1gN 50401,0.Rede.n,. tet Con..Mos.CB THAN A CHANGE IN TEE w FICTITIMENT OUS NAME TNLY DERFED FEDERAL. Cote•C WANTED SMS1AISlS RESIDENCE ADDRESS of E%VIRES AT T„E ENDLOF ORDCO EON RLAW TISEE OHtC T,,,n,l1M Ovto E 003 r A RFGISTPREO OWNER PINE YEARS FROM THE SECTION 1401 El SEG. • YBAIdos A NEW FICTITIOUS BUSH SATE ON WHICH IT WAS OUSINESS AND PROFES. low•rr 1.X04 ENE LL . NESS NAME STATEMENT FILED IN THE OFFICE 010415 CODEI. HN Onm r (0111.1 O.. COM PCM *1 Relwdt.IF, MUST RE PILED BEFORE Us.Ts,COs. L'(rL:ltlll Jl THE EXPIRATION. THE OF THE COUNTY CLERK. moliken rice Mord,IL X» CpxNes,Nd.Gomes FILING OF THIS STATE EXCEPT. AS PROVIDED Nine Norm.ennIther eke Soonest Is Conducted By: I L fhrro E,4,000. TCNT 00[5 NOT OF IN SUBDIVISION DO OF Meech IS.D.H.ANTIS 3034 Rebecca OMNI Redone Re E anion Mw1C WS Pdpcltly(1I ITSELF AUTHORIZE THE SECTION INTL WHERE IT LYRK1103304 NOTICE•III ACCORDANCE 11/0.41,Motel Sl "`2 USE 1N TNT STATE OF EXPIRES q DAYS AFTER WITH SUBDIVISION Reck..1bN1.wL � A FICTITIOUS BUSINESS ANY CHANGC IN TI[ lo)OF SECT ION IT». IPM SPM DAILY NAME 141 VIOLATION OF PACTS SET FORTH IN THE A FICTITIOUS NAME TOTE RIGHTS OF ANOTHER STATEMENT PURSUANT STATEMENT GENERALLY S UNDER FEDERAL,STATES TO SECTION I»!J OTHER NAME STAT BUSINESS EXPIRES AT TN!END OE Gar S THAN A CHANGE IN THE RAMS STATEMENT FIVE YEARS FROM THE SE COMMON UW(SEE RE EGISTE E DOWN pP FON Nrlem 040110111 mo DATE ON WHICH 1T WAS BECTON TUI ET SEG. A REGISTERED OWNER TAI 0,50' was Mad in OF TH IC TH! OFFICE ledrrolnomrw 40041 BUSINESS AND PROFES MIEN AKIN STATE oust. NN HDA N04.loll00011*1TAMMY bene Ro`"rigue. EBS NAME STATEMENT CATHY DARLING ALLENST IN .0 ASN PROVIDED cosh coil Nor Ie 731 OM NNI Nwn0,J1000 RWri- MUST BE FILEDNEFORE CA..Iv Clerk 04 SHASTA IN SUBDIVISION MI OF re Otody dealt TIT 71103% .wr THE EXPIRATION THE COsmh'Jf. uwS bY R. H SECTION ITN.WHERE IT WANTED.Mol J, ,oo. Mach IS,N.T,A0,1152014 PILING OF THIS STATE III A.Joyner,Dowdy Clerk I%FIRES N GAYS AFTERHE VAT DOES NOT OF E..0.1 NemO(M end ANY CHANGE IN THE L Newt.f1l.Wool L Trawl LYRKro7yN/ ITSELF wVTNO1 T!TH! NONN•r1 PACTS SET WORTH IN THE Trdk3s,ten L In'I"I Tk30 FICT1TWf MUERTE STATEMENT PURSUANT `� M BULLI intern„. TSE IN THIS SPATE M 1741-T-fl - n,,1104..II,. NAME STATEMENT N FICTITIOUS BVSINCSS TO SECTION IN THE TOP 34CAIN t 100 tool I FBS FINKNES NAME 411 VIOLATION OF Ander..CA 1/007 THAN A CHANGEADD IN THE I ane Nyw.119.7*1N7 THE RIGHTS OF ANOTHER CNN.Y Clel foto RESIDENCE ADDRESS OF SffnJf /n1/ 1m,NoNme,woe riled CO UNDER FEDERAL,STATE. .M01rwn Addressees) A RIOISTERED OWNER ILT"'�GII� YAW SOIREE Ike F10 Twit.,CATHY OR COMMON LAW(SEE SKOI HSINN... A/NW FICTITIOUS SUSI. DARLING ALLEN, CPM» SECTION ET sea. ITN Scked ft AU040 C NESS NAME STATEMENT • I• Clerk M Shosb CNnh,t BUSINESS AND PROPEL ArMwst CA 4100) MUST bE OILED TILE S.I 1,0lbmawn St 3.31 PL.,,,I(,.)I:CLS Rondo 141„,fM•sman loom-tom Cakclnks. MIRTH SIM.NAM MCI Mwro War THE EXPIRATION T THIS Tn! N4Nnw.Nlnoor slehwr. Br:M Indus.Densely AIM.NAM Mdrrlt.CA 41/301 FILING OP STATE hrnuure.l.wm ill th,bH3L- P00.101 Soonest MatCPrin.Know Allen%AMI Stele:CA MQNT ODES NOT OF Now.. Mwch IS.n,H.April 54134 ITSELF AUTHORIZE THE �.� '�N; No;u111+ MAC Ltdwodn.L Pawn, LYRK0071e41 Bre.^ 'I....". BUN- USE IN THIS STATE OF 1377 CN Ort Dr, FICTITIOUS BUSINESS February H.Mr NAME FICTITIOUS RUMNESS hblossleml Nodding,CA TINT HAMS STATEMENT 51olemon Erni.,On. NAME IN VIOLATION OF ri.Cows C I[0VI Rrolsho+IHl FON Number 003108 iebryory 73.N» THE RIGHTS OF ANOTHER 1 Governments ICCWI• Bebe.Revd,I IC. }Ma aHlemenl wsHMM Bw4Hft4 Conducted Bv. UNDER FEDERAL.STATE. BehW M Covent Grew. 33n fa ae Or. 104 oHKe 1f CPoorInH1 OR COMMON LAW 116E PH..."' IP.Uro. 819ed • ReW%M.CA NHL CA fb,T AWMI CWS NOTICE•INACCOROANCE BUSINESS CTION NAND IRO11 ET iEf� )(!!IYG{g(MtRequest PraOwoN Wunew 4lend.Ksed Or,sL Da , f. WTTN .C.CAR If10N (REPT for Ike 1uRewkq ca<• Lrmllr0 l b0101Y ComoonrSIGNS CODE 1 owlet' elNlr5M Emb. Beet Nom...0 N OMts' '47,70:::,7:::;`" A GF Seolio«TITIOUS 1»5, 0,010 o Drmell I, Tad.• Woolks send ionIN0!7 y A FICTITIOUS NAME Pr1E None: MNK.. Clr..n Up,end ,101ekd f4Mcrsl Mmik ...V SNOT Podorll,MtnMo Bw1Mu NemNI and STATCM,V.DENTRALLY 000041 50.17041 Ark1H Psrmrnt wtl M4,01Mr Addreee4t E%FIRES AT TH[FND Of A1aIN t1.40... .AWN5..... ,IS 3034 Mont./nem Sekomts. Bated body.LIE OelnrM IAeMk INom,Pork FIVE YEARS FROM THE IVRNM73N1 CAWS and Fuallily AWrov^ NOTI[Cihl, .. IMS 1 Ne RNG.Redding, DATE ON WHICH IT WAS inen1 Sonyarr: and Nome Slonm,,,r Sr..rolle Colo. FILED IN THE OFFICE FICTITIOUS BUSINESS BERNIE'S HAULING II RWrshwr oW Tron.Oarlo de.Orr.N.e r,a,iron nee Rro4Nro0 AdMe U(e01 OF THE COUNTY CLERX. NAME STATEMENT l RNIE'>A -r.N It SdIA 10 Or.onitallene doll0 vas hl•d.n led dn<r Rd11M Ow.LLC EXCEPT. AS PROVIDED FON Number EXITOM Ih/nr wed .N h xrkit.,I, M , ,, Ckrk, Tlx PO Mee N.Pobf Vredes IN TIBOIVISION lb) OF Ibis ,1013nl Does Med M M•LIN9em• t10 NT..Nee.,mu'I r'.4 (414 dem,,,,,,,,,,,p d0„ Emloles.CA 102/4 SECTION ITN.WHERE IT Me•Mee a .,,.f,13[�ual,kk3.W[[ORL N AI BOmw• f re ev: not M Ilse„m.o....MC u,< SIPI•.C•Nlbrnlo EXPIRES N DAYS AFTER Shote County CkrH1 Mee 365.21.F7 Ohl. NAY .n�TL pmlfwvlt,t Har�r MFrsrablkuws Be.. TrOnawlM9 6usl. ANY CET FO ININ THE By. O.UAS A ba4 STATEMENTSPURSUANT NT Sw.1,.? Name Is)pe andd r comoie?, I.„0., 1.of onom"e+de, 5101.7.510 3 Address Name Is) wed c CR0II eke RFP Nem I1de101. Slelwnorch S. oswres On TO SECTION S.IN OTHER muni Address.. 411. CMINe 3 o o4 b'. Tire „.wn iNr ,. Menem S» RTESIDENCE ENCE ADE IN THE P5blic IL 4M o Na lwV ESAIBi;IFii41iS1rYE/' w Our MIN Tl:nn ET 0, H0, ode) td Freres Rosiness L 01114 Con a RESIDENCE ADORE„OF Public L Lon Nelwv 411✓K17e Thr a iid lea n. code) L1mNM L IIACC 00ANC A NEW FICTITIOUSFC TOWNER 11rlicel NIF "'n W 0ba• w N.1'13.TSTLSI,YSM1 NOTICE III ACCORDANCE NS NAME ENT Iddln CA HIERood �-IDHEH RILEY 1 NMSHP11:00 PM..... CNS•IMNN. WITH SVBOIVISION NESS IC STATEMENT Redding CA 14001 SONS ISUCTgN Tbm vE T•uM0 REfONO 0EARCNLIOHI lel OP SECTION 1»M. MUST BE FILED BEFORE 3o1Nrt1 Addn105 L MASES OF FIbMT 0.IS.R Te 105 A FICTITIOUS NAME TINE EXPIRATION TINE 1341 1,.Quer.CA NIA ROW !U'L UI01•RR 1NLIIHB Rn..I0 Eda<dlu.0010447 WHAM NT GENERALLY FILING OF THIS STATE• Redding.CAN eel •ADO0000•NEW Cent.IC SCI,t benolf a EXPIRES AT THE[HOOP MEET DOES NOT OF PO BOK HINT HOMES [molt,Grove.04105 . a FICTITIOUS BUSINESS FIVE YEARS FROM THE ITSELF AUTHORIZE TOE Redding.CA NON •K17.14.•a"THS• w M r,eons, Iw NAME STATEMENT DATE ON VOUCH IT WAS USE IN THIS STATE OF Mole'CA-ne IKMFerono^ L MS Sb3.34N1 NTNH 0,0.4,4 Stevie.. Esum PEN Num0A:F10101150 FMO IN 1NE OFFICE A FICTITIOUS BUSINESS Uwe Immo... Bush m• end Stevie.. Intl. This OMrmen1 we Med M OF THE COUNTY CLERK, NAME IN VIOLATION OF m1N Fn. 1,10,1, ed Me knife N. EXCEPT, AS PROVIDED 141E RIGHTS OF ANOTHER %Mock lf.LOU ss 511.11 Prodlcls send ISO Cowl Mewl SMI.IN IN SUBDIVISION 101 OF UNOBR FEDERAL.STATE, fblemenl[noires Ode '�Hom<Mdint<ndn[I' Se.n4.17.4 Pmer(•505.01 R,ddIM C.1.301 SECTION MTS.WHERE 11 OR COTMIOM LAW TEE Agri.14.Me IN. , Old el iltSI •n.Nation EXERT,I N DAYS AFTER SECTION ET SER.. euvmm Is CH.4ulled AT SMn1,s „M Rekord By.Halt Jensen ANY CHANGE IN THE BUSINESS AND FREERS Redden Reeved SRDAIICl Mows, end FMILey business Hornets) and FACTS SET FORTH IN THE MONS COOEI. NOTICE'IN ACCORDAIION HOME REPAIRSt .liA:="7 o l N.w(et. 013)00 011 STATEMENT 913 OTHNT Sh,b131MNmt WITH TIODIVIS110 4.5101.0 YANM•Nme Edo."7 Oe•Fu3 LPSN001 Md1.e N1LC 04u .wlallo TH THAN A CH 1»T 10 TOE 1000 Nome.iMbr SIweA (01 OF fA Plc FITIOUS IME Jq o NIKM«r3m,,. 1,0, TOO be rnAL.10.4 INN Wet Slrerl Ldle III RESIDENCEµADDRESS OF M.N.IL 1/,».ANN11 MIL STATEMENT GENERALLY ...l'<100114 71, 4.,.mn4enis mv,1,W.n.10 Redding Co NON A REGISTERED OWNER LYRKIURTS EXPIRES AT 1 HE ENO OF Arizona PO BOX 194 J3ij Ei V S SPhoenix, Arizona 85001-0194 (602) 444-7315 FAX (602) 444-5901 The business resource Gazette This is not an invoice PNI-Arizona Business Gazette AFFIDAVIT OF PUBLICATION RUSSELL JOHNS 17110 GUNN HWY The Cooperative Council of Govern- ments (CCOG), on behalf of Equolis ODESSA, FL 33556-1909 forGrquest oup membersProp sale (RFP) for Issued logo categories: E lectr Ica! Equipment, Tools, Supplies ond Related Services; Mobile Parking Payment and Manage- ment Solutions; CMMS and Facility Management Software; and Rideshare and Transportation Solutions Organiza- tions who wish to participate in the RFP process must register with Bonfire strategic sourcing platform through this link https-/itinvurt.com/vak96237 to download and complete the RFP pack- age. Completed proposals are due be• is not an invoice +are 3:t open ET on Y2 take . The pro- This Dosol opening will Joke place on 426/2024 of 3:00 PM Eastern Time via Teams. Order#0005884338 #of Affidavitsi (ESC), behalf o Service Center (ESC), on behalf of Equalis Groan members, is requesting responses for P.O# Grounds Maintenance Equipment and Services; Integrated Fire Protection and Security Products and Services: Job Order Contracting; Educational Issues Dated: School Supplies and Related Services: and Facility Management Services. Re- sponses ore due 04/26/2024 before 2:00 03/21/24, 03/28/24 PM Central Time.To be considered re- spondents must submit a response to Region 10 ESC in accordance with solid Ration documentation available at https ://www.region t 0.org/about-u s/request-to r-proposoIsbids/. The bid opening will take place at 2:00 � P.M. Central Time via Zoom as stated STATE OF WISCONSIN in the RFP. SSRockies Procurement Services (RPS), COUNTY OF BROWN . on behalf of Euuolis Group members,is requesting responses for Non-- Consumable Foodservice Supplies & Equipment. Responses ore due Oa/262024 before 1:00 PM Mountoin I, being first duly sworn, upon oath Time. To be considered respondents must submit a response to Rockies Pro- deposes says:and That I am the legal curement Services accordance with so- Y 9 licllation documentation available at htt clerk of the Arizona Republic, a newspape as://www.rockiesprocurementservices.b onlire.com/openOPportunilles. The bid of general circulation in the counties of opening will take place at 1.00 P.M Time as stated in the RFP Maricopa, Coconino, Pima and Pinal, in Pub:March 28,April 4,2024 the State of Arizona, published weekly at Phoenix, Arizona, and that the copy hereto attached is a true copy of the advertisement published in the said paper in the issue(s) dated indicated. war before me this 28 TH day of MARCH 2024 cl\)(12,144:4-ao(zot.W Notary Public AC(��� �_ My Commission expires: ------- , DENISE ROBERTS Notary Public L.,_,.., State of Wisconsin 9984103,786783 AFFIDAVIT OF PUBLICATION State of Wisconsin County of�B(r�wn { Y ut w t L ft being duly sworn, deposes and says she is the Principal Clerk of The Journal News Division of Gannett Newspaper Subsidiary,publishers of following newspaper published in Westchester and Rockland Counties,State of New York,of which annexed is a printed copy,out from said newspaper has been published In said newspaper editions dated: 03/29/2024 LLc1cLlJLLz? Subscribed and sworn to before me this 29 day of March,2024 Notary Public e),p. State of Wisconsin,County of Brown KEEGAN MORAN Notary Public • State of Wisconsin 2/3 The Cooperative Council of Governments (CCOG), on behalf of Equalis Group members, has issued a Request for Proposals ( RFP) for the following categories: Electrical Equipment, Tools, Supplies and Related Services; Mobile Parking Payment and Management Solutions; CMMS and Facility Management Soft- ware; and Rideshare and Transportation Solutions. Organiza- tions who wish to participate in the RFP process must register with Bonfire strategic sourcing platform through this link haps://tinyurl.com/yakg6237 to download and complete the RFP package. Completed proposals are due before 3:00pm ET on 4P26/2024. The proposal opening will take place on 4/26/2024 at 3:00 PM Eastern Time via Teams. Region 10 Education Service Center ( ESC), on behalf of Equalis Group members, is requesting responses for Grounds Maintenance Equipment and Services; Integrated Fire Protec- tion and Security Products and Services; Job Order Contracting; Educational School Supplies and Related Services; and Facility Management Services. Responses are due 04/26/'2024 before 2:00 PM Central Time. To be considered respondents must submit a response to Region 10 ESC in accordance with solicitation docu- mentation available at haps://www.regionl0.org/about- us/req uest-for-proposa I sb i ds/. The bid opening will take place at 2:00 P.M. Central Time via Zoom as stated in the RFP. Rockies Procurement Services ( RPS), on behalf of Equalis Group members, is requesting responses for Non-Consum- able Foodservice Supplies & Equipment. Responses are due 04/2&2024 before 1 :00 PM Mountain Time. To be consid- ered respondents must submit a response to Rockies Procure- ment Services accordance with solicitation documentation avail- able vait- able at haps://wvwv.rockiesprocurementservices.bonfi re.com/openOppor tunities. The bid opening will take place at 1 :00 P.M. Mountain Time as stated in the RFP. 9984103 LOCALIQ PO Box 631824 Cincinnati, OH 45263-1824 The Register-Guard The Cooperative Council of Governments (CCOG), on behalf PROOF OF PUBLICATION of Equolis Group members, has issued a Request for Propos- als (RFP) for the following categories: Electrical Equip- ment, Tools, Supplies and Related Services; Mobile Park- Kim Ridgeway ing Payment and Management Solutions; CMMS and Facility MyClassified Ads Management Software; and Rideshare and Transporta- tion Solutions. Organizations who wish to participate in the 17110 Gunn HWY RFP process must register with Bonfire strategic sourc- Odessa FL 33556-1909 ing platform through this link )itiga;11.hnyurl.cam/YII1sg4237 to download and complete the RFP package. Completed proposals are due before 3:00pm ET on 4/26/2024. The proposal opening will take place on 4/26/2024 at 3:00 STATE OF WISCONSIN, COUNTY OF BROWN PM Eastern Time via Teams. Region 10 Education Service Center (ESC), on behalf of Equalis Group members, is requesting responses for The Register-Guard, a newspaper of general circulation as defined Grounds Maintenance Equipment and Services; Integrated Fire Protection and Security Products and Services; Job in ORS 193.010 and 193.020; published at Eugene in the State of Order Contracting; Educational School Supplies and Related Oregon, County of Lane;that the printed copy of which is hereto Services; and Facility Management Services. Responses are annexed, is publishing in the entire issue of said newspaper in the duerespondents mstfesubmitt aCentral responseTime. to Region 10Eered SC issues dated: in accordance with solicitation documentation available at hfSps://www.regionl0.orgiatwut-us/request-for-preposals- 03/29/2024 bids! Th Zomhe boid opening iilltheRFP take place at 2:00 P.M. Central TRockies Procurement Services (RPS), on behalf of Equolis Group members, is requesting responses for Non-Consum- able Foodservice Supplies & Equipment. Responses are due Swam to and subscribed before on 03/29/2024 04/26/2024 before 1:00 PM Mountain Time. To be consid ered respondents must submit a response to Rockies Procurement Services accordance with solicitation documen- tation available at ►fps:/Mrww.rockiespracurement Services.bonfire.com/4penOn_portunItieg. The bid opening will take place at 1:00 P.M.Mountain Time as stated in the RFP. Legal Clerk n n A n f �UV ` Notary,State of WI,County of Brow► , z/ ALJ( ,) My commission expires Publication Cost: Order No: 9984069 #of Copies: Customer No: 1108511 1 PO#: THIS IS NOT AN INVOICE! Please do not use this form for payment remittance. MAR IAH VERHAGEN Notary Public State of Wisconsin • Page 1 of 1 90 SW 600 � r gnbunrSALL L CI abeT LAKE CITY,UT 84101-1431 PROOF OF PUBLICATION CUSTOMER'S COPY Request for Proposals CUSTOMER NAME AND ADDRESS The Cooperative Council of Governments (CCOG), on behalf of Equalis RUSSELL JOHNS ASSOCIATES Group members,has issued a Request for Proposals(RFP)for the follow- DOUG KNOWLES JR. ing categories:Electrical Equipment,Tools,Supplies and Related Services; Mobile Parking Payment and Management Solutions; CMMS and Facility 17110 GUNN HWY Management Software;and Rideshare and Transportation Solutions.Organi- ODESSA,FL 33556 zations who wish to participate in the RFP process must register with Bonfire strategic sourcing platform through this link https://tinyurl.com/yakg6237 dknowles@russelljohns.com to download and complete the RFP package.Completed proposals are due before 3:00pm ET on 4/26/2024.The proposal opening will take place on 4/26/2024 at 3:00 PM Eastern Time via Teams. ACCOUNT NUMBER 9604 Region 10 Education Service Center(ESC),on behalf of Equalis Group mem- bers,is requesting responses for Grounds Maintenance Equipment and Ser- vices; Integrated Fire Protection and Security Products and Services;Job ACCOUNT NAME Order Contracting;Educational School Supplies and Related Services;and Facility Management Services.Responses are due 04/26/2024 before 2:00 RUSSELL JOHNS ASSOCIATES PM Central Time.To be considered respondents must submit a response to Region 10 ESC in accordance with solicitation documentation available at TELEPHONE https://www.regionl0.org/about-us/request-for-proposals kidiL. The bid opening will take place at 2:00 RM.Central Time via Zoom 727-461-9637 as stated in the RFP. Rockies Procurement Services(RPS),on behalf of Equalis Group members, ORDER# is requesting responses for Non-Consumable Foodservice Supplies&Equip- SLT0026705 ment.Responses are due 04/26/2024 before 1:00 PM Mountain Time.To be considered respondents must submit a response to Rockies Procurement Services accordance with solicitation documentation available at https:// CUSTOMER REFERENCE NUMBER www.rocciesprocurementservices.bonfire.com/openOpportunities. The bid opening will take place at 1:00 P.M.Mountain Time as stated in the RFP. SLT0026705 CAPTION Request for Proposals The Cooperative Council of Governments (CCOG),on behalf of Equalis Group members,has issued a Re- quest for Proposals(RFP)for the following categories: Electrical Equipment,Tools,Supplies and Related Services;Mobile Parking Payment and Management Solutions;CMMS and Facility Manage- ment Software;and Rideshare and Transportation Solutions. TOTAL COST AFFIDAVIT OF PUBLICATION AS THE SALT LAKE TRIBUNE, INC. LEGAL BOOKER, I CERTIFY THAT THE ATTACHED ADVERTISEMENT OF Request for Proposals The Cooperative Council of Governments(CCOG),on behalf of Equalis Group members,has issued a Request for Proposals(RFP)for the fol- lowing categories:Electrical Equipment,Tools,Supplies and Related Services;Mobile Parking Payment and Management Solutions;CMMS and Facility Management Software;and Rideshare and Transportation Solutions.FOR RUSSELL JOHNS ASSOCIATES WAS PUBLISHED BY THE SALT LAKE TRIBUNE,INC.,WEEKLY NEWSPAPER PRINTED IN THE ENGLISH LANGUAGE WITH GENERAL CIRCULATION IN UTAH,AND PUBLISHED IN SALT LAKE CITY,SALT LAKE COUNTY IN THE STATE OF UTAH.NOTICE IS ALSO POSTED ON UTAHLEGALS.COM ON THE SAME DAY AS THE FIRST NEWSPAPER PUBLICATION DATE AND REMAINS ON UTAHLEGALS.COM INDEFINITELY.COMPLIES WITH UTAH DIGITAL SIGNATURE ACT UTAH CODE 46-2-101;46-3-104. PUBLISHED ON 03/31/2024,04/07/2024I 1 /,// DATE 04/11/2024 SIGNATURE , I IV' A STATE OF UTAH COUNTY OF SALT LAKE SUBSCRIBED AND SWORN TO BEFORE ME ON THIS 1 lth DAY OF APRIL IN THE YEAR 2024 BY Jordyn Gallegos LAREE WHITHER • NOTARYPIlBLIC•SAITEOFfRAN (1.09(114.16efeNtai '' COMMISSION#715683 istv... COMM.EXP.12.094024 NOTARY PUBLIC SIGNATURE The Beaufort Gazette Durham I The Herald-Sun The Modesto Bee The Belleville News-Democrat Fort Worth Star-Telegram The Sun News-Myrtle Beach Bellingham Herald The Fresno Bee Raleigh News&Observer McClatchy Centre Daily Tunes The Island packet KansasRock Hill l The Herald Sun Herald The City Star The Sacramento Bee Idaho Statesman Lexington Herald-Leader San Luis Obispo Tribune Bradenton Herald The Telegraph-Macon Tacoma I The News Tribune The Charlotte Observer Merced Sun-Star Tri-City Herald The State Miami Herald The Wichita Eagle Ledger-Enquirer El Nuevo Herald The Olympian AFFIDAVIT OF PUBLICATION Account# Order Number Identification Order PO Amount Cols Depth 54787 533990 Print Legal Ad-IPL01654110-IPL0165411 AD NUMBER IPL0044273 2 231. Attention: Tony Hagerich MCA Russell John State of South Carolina 17110 Gunn Hwy Odessa,FL 33556 County of Richland thagerich@russelljohns.com Public Notice Thio-COOQAMlive-CuLrtc'glO Gd(6rhf1AhttiCCOG).-ion WW1 of 0216 Gr'bOPIMMt16frtilaS I,Tara Pennington,makes oath that the issued a Request for Proposals(RFP)for the following categories Electrical Equipment.Tools, ` Supplies and Related Services.Mobile Parking Payment and Management Solutions.CMMS advertisment,was published in The State,a and Facility Management Software;and Rideshare and Transportation Solutions.Organiza- tions who wish to participate in the RFP process must register with Bonfire strategic sourcing newspaperpublished in the Cityof Columbia, platform through this link httpsi/tinyurtconVyakg6237 to download and complete the RFP package.Completed proposals are due before 300pmETon4/26/2024 The proposal open- State and Countyaforesaid,in the issue(s) ing will take place on 4/26/2024 at 300 PM Eastern Time via Teams. ssue( )of Regan 10 Education Service Center(ESC).on behalf of Equalis Group members.is request- ing responses for Grounds Maintenance Equipment and Services,Integrated Fire Protection 1 insertion(s)published on: and Security Products and Services.Job Order Contracting;Educational School Supplies and Related Services,and Facility Management Services.Responses are due 04/26/2024 03/29/24 before 200 FM Central Time.To be considered respondents must submit a response to Re- gion 10 ESC in accordance with solicitation documentation available at https//www.regionl0. org/about-us/request-for-proposalsbids/ The bid opening will take place at 200 PM.Central Tine via Zoom as stated in the RFP Rockies Procurement Services(RPS),on behalf of Equalis Group members,is requesting responses for Non-Consumable Foodservice Supplies&Equipment Responses are due 04/26/2024 before 1.00 PM Mountain Time To be considered respondents must submit a response to Rockies Procurement Services accordance with solicitation documentation available at https//www.rockiesprocurementservices.bonfire.com/openOpportunities.The bid opening will take place at 100 PM.Mountain Time as stated in the RFP IPL0165411 Mar 29 2024 C1 ReiNfrr‘frp-litin Tara Pennington Sworn to and subscribed before me this 29th day of March in the year of 2024 S HelotrAtvr Notary Public in and for the state of Texas,residing in Dallas County .." STEPHANIE HATCHER My Notary ID#133534406 "•7�I l+/ 0 Expires January 14,2026 Errors-the liabil/tyofthe publisher on account oferrors in or omissions from any advertisement will in no way armed the amount of the charge for the space occupied by the item in error and then only for the first incorrect insertion." Extra charge for lost or duplicate affidavits. Legal document please do not destroy! The Beaufort Gazette Durham I The Herald-Sun The Modesto Bee The Belleville News-Democrat Fort Worth Star-Telegram The Sun News-Myrtle Beach Bellingham Herald The Fresno Bee Raleigh News&Observer McClatchy Centre Daily Times The Island Packet ek acr Into Herald IdahoSun Herald The Kansas City Star The Sacramento Bee Statesman Lexington Herald-Leader San Luis Obispo Tribune Bradenton Herald The Telegraph-Macon Tacoma I The News Tribune The Charlotte Observer Merced Sun-Star Tri-City Herald The State Miami Herald The Wichita Eagle Ledger-Enquirer El Nuevo Herald The Olympian AFFIDAVIT OF PUBLICATION Account# Order Number Identification Order PO Amount Cols Depth 54781 534218 Print Legal Ad-1P101655230-IPL0165523 1P10044035 1 59 L Attention: Tony Hagerich COUNTY OF BENTON) MCA Russell John SS 17110 Gunn Hwy STATE OF WASHINGTON) Odessa,FL 33556 Mary Castro,being duly sworn,deposes and says,I am the Legals Clerk of The Tri-City Herald,a daily thagerich@russelljohns.com newspaper. That said newspaper is a local newspaper and has been approved as a legal newspaper by order of The Cooperative Council of the superior court in the county in which it is published Governments(CCOG), and it is now and has been for more than six months on behalf of Equalis Group members, has issued a Request for Proposals prior to the date of the publications hereinafter referred (RFP) for the following categories: to,published continually as a daily newspaper in Benton Electrical Equipment,Tools, Supplies and Related Services;Mobile Parking County,Washington. That the attached is a true copy as Payment and Management Solutions; it was printed in the regular and entire issue of the Tri- CMMS and Facility Management Software; and Rideshare and Trans- City Herald and not in a supplement thereof,ran 1 time portation Solutions. Organizations (s)commencing on 03/31/2024,and ending on who wish to participate in the RFP l 03/31/2024 and that said newspaper was regularly process must register with Bonfire g y strategic sourcing platform through distributed to its subscribers during all of this period. this link https//tinyurl.com/yakg6237 to download and complete the RFP package. Completed proposals are due before 300pm Er on 4/26/2024. 1 insertion(s)published on: The proposal opening will take place on 4/26/2024 at 3:00 PM Eastern 03/31/24 Time via Teams. Region 10 Education Service Center (ESC), on behalf of Equalis Group members,is requesting responses for Grounds Maintenance Equipment and Services; Integrated Fire Protection and Security Products and Services, Job Order Contracting; Educational School Supplies and Related Ser- vices;and Facility due 26t � Ser- vices.Responses are due 04/26/2024 O before 2:00 PM Central Time.To be considered respondents must submit a response to Region 10 ESC in ac- cordance with solicitation documenta- tion available at https.//www.region10. org/about-us/request-for-proposals (Signature of Legals Clerk) bids/ The bid opening will take place at 2:00 PM.Central Time via Zoom as stated in the RFP. Sworn to and subscribed before me this 1st day of Rockies Procurement Services(RPS), April in the year of 2024 on behalf of Equalis Group members, is requesting responses for Non-Con- sumable Foodservice Supplies & Equipment. Responses are due 04/26/2024 before 100 PM Mountain Time To be considered respondents must submit a response to Rockies S I j, „ ,C/Y,, Procurement Services accordance '>i/l- with solicitation documentation avail- able at https://www.rockiesprocure- mentservices.bonfire.com/open0p- Notary Public in and for the state of Texas,residing in portunities.The bid opening will take Dallas County place at 100 P.M.Mountain Time as stated in the RFP. ._.. - 1PL016s523 `' ' STEPHANIE HATCHER Mar 31 2024 ••'F *•• •*: My Notary lO 4133534406 �:�►I;" moires January 14,2026 Extra charge for lost or duplicate affidavits. Legal document please do not destroy! x I, T - �l Ø i 11 i! ! Ids NiHII 1 ;11;11 !'i -g� ¢ { i SY . z = w $ d $ 2"+aE�aPY aaa �_!pz _ ; L r1- ait + i li g i;j lE ' Salq l!a .4 '' � _ i g I ` !!!/1 11! !IL it, z1 gE i a r ' i7z J4 ; �� ! °! ; 2$ 4� s f €'�u7i l.,l IB # �� J LL n y .' fifi� f _ }# � a ; Eg�j;a 'Ill jai tft int E ;�. E' d,bS ias g ! Y�g ; rtr> H !^ `` 1441n2 z if b a lt3 111 l 1}E d i is _ b 4 ry obi n3g pst 7` ' vo 1 : ^ n f 4 8 q as 2! i fi n .0 8 q ja E} a.a� ate, • e ! ! a dy}Yah a $Y' $ ; 1 2{ a aqg n Yl} v o - J I IliY 9�j 4¢¢jj gq 7Le3i a r+ 9s h �' .. Eo �. n ajfi ff � 45EgF• 1111111 � iL iZ aEdp _� � £ E ta} $igff III ¢ a � I1IIJiMIII � � �sYt$ •as 1$ tEEa 111111 . ii1 i 41 :41 Y a=t 4 ' a $L ! J tI a$ I /I; 1 his, 111 iiiilil it 1121 l a;iiiih�i11121 i';;'! ��� d5 - .$$r s .111 EE t Yv. � ij�'i� �J f Efia!ll 'flff 11111111! E f9pY 1 E t ' t ilii{ l .1111411 flJ i $15111 35( 1a�' i it f i! 6 aegY6f._,1Y j8 11 1811 IIYl1 -ti 1! IHL jl § W " y� 8E4ffg FFf 1 Z � is iii.t I % il{ ;li' ij' li1 111ta_,fi la i o ''1C} 9gi !1_ Ya;,�� Y; ! a sEj n � �����f�as��a ���Y��tiiii�� i:i ti�� O p za y p y21f411f4114 t.� ` E! o1:8" s2 IiisIIIi11111)g41PiPi 441f:1111 ! i 2IIfI 11 ! a2Ijf ati l0 -j!e Sy 181aU LS z y.�+la�.g7 111114 t y REaL/I'+ di 41a11YL f ; 3 a j 7f ; j3 1 / 'may t g e 7 7 `. r s r SS 23 j,ed� -S5 i� j 1 B�Y3lt a �a n g L 1 1 �' 7 i i Y cn'� 1�5€'ys '�.�S:�p �e�g 111 eta 1011#841/111 ! � lata �t�a i : Y t t Y SS ; f � � � j� v„ -1'g 1'.5.;18'2 '-•-• .8. '+ 1.1.--".0`3.2.E it ; i $ 011#8 /111 i s nY J' i is 1 gg i E a E i , L j `� p5y5Pp €� "z""p e 55 t ■d`Y }F¢ 8S y gfi9pb {� iy i y t y .tv 611 L% g glta.5 t'Si.I5w3z,i;EISeg N 1111111 iiia fj�1f1Y'Y I!i! 111[1} /1diii14 1i a8 i 111 , 1q8111 1 11 i i ; 4 1 : f II I ' I i I i { i T i.+ — e. 7• to q ° � j $ t°' � I a �II t i I S $ tia CJ Csm ��e _®ay2L3 =Q lea a 2 e S } s 1111201 ' 7C g ilio� s;EO �114,5 21 6- i 6 = t t 3 Y YY I @d g 1 n a jE i 1811 / S! F f iny8 $ 11 LLia ii �_� s 2i 2 g §$a 5i a.9 •� i . €Ea 1 { �Hi 1 if. IAA ' a ; hill! 'ai 9} !III 2� � � ' j 'f1E l :v iEo 4,15: �3�2ig.„4 3Z� ¢ fi a i a lai t a a `� ��� ;5,�-�x��_t 5$�#� �m � � i � :�Itill lY g� ��� >a � ���� , q � �i���a��1�1�Eg����¢a� t����EFi �ii'� ijg � � t•;�t;; ani ;.< C tial" qt=lits. ila4li 1y , 1 r Ee1i $} 21: it leof41, t Tippi • g�e � � gp �s� �� Y i 4y s �a= � 8x� � � � 2 � � f t � i C •~ t I ti Em.; 1 c ye•.,,c.;6.3 i � a 1 i £ 1 a 6 R d ' 13 y = 1Y ii a i {1 5 Ill, yill a l i 1 3 as r e s c g s? .a ss E$ Vf ,, 313, ; ��pi 'II a i'a le 1 kbI I'p is1 it it Built 1$it s E 1l I a l illi<tigill 1�al.11 tilthi li !! ` •e $ 2 !P. II an 2288 atfi a a a2q! aa�} " SA a gly7a }a y{ as 6��4 L z fcu cU�r V `-E ..if 2i y s. >. xg friP. if s l !•i E1 i 111 YS! ail 111111! i x ifillii5 gatl a` I. 4 1 W ai�4; $ 125 a14sg�x$i�sos$s 111111111■ fa � � $ � F i ci ila ids { Ejge '�i Y ;fill Y 6 §f i s O e� S 5 !( yygY?s i Will' g&g•r ■ E f.M (n liiia ill 1 "F } l{fa ip111111%1 ilay ! i y� E 2 i iiii i j { +..+ i. 'i "�¢5Et$� is-§5.. i t a i $i 1 III* L Id is "i_I da! fi 1t TEilai ag. a §i E d fib• s` € y9:ai .- i W 7a �5S �y E �. 5�- i �g n N ` i o Is �i Ja ! iii m C E:; o. ° s trt; 9 , ! i a btItj! I I - Ya9 14 i tY ! sisBb E i� ki 1 � SD;. -;ifs t l d'i i 1 i f nit ? _SfY .11:fi! 112; 1.11il.dii2Fi li fi.: '. 1#2; a i:g Baa ;Alit g 2; P i 4a 6a 48) VIRGINIA MEDIA Sold To: My Classified Ads(DIP)-CO00074722 17110 Gunn Hwy Odessa,FL 33556-1909 Bill To: My Classified Ads(DIP)-CO00074722 17110 Gunn Hwy Odessa,FL 33556-1909 Affidavit of Publication State of Illinois County of Cook Order Number:7601596 Purchase Order: This day,Jeremy Gates appeared before me and,after being duly sworn,made oath that: 1)He/she is affidavit clerk of Virginia Gazette,a newspaper published by Daily Press,LLC in the city of Williamsburg and the state of Virginia 2)That the advertisement hereto annexed has been published in said newspaper on the dates stated below 3)The advertisement has been produced on the websites classifieds.pilotonline.com and https://www.publicnoticevirginia.com Published on:Mar 30.2024. (-?-76:4 Jeremy Gates Subscribed and sworn to before me in my city and state on the day and year aforesaid this 1 day of April, 2024 My commission expires July 6,2025 14A/t+) Notary Signature MARIA JOE Official Seal Notary Public -State of 1111rsols My Commission Expires Jul 6, 2025 Notary Stamp 41010 VIRGINIA MEDIA The Cooperative Council of Gov- ernments (CCOG), on behalf of Equalis Group members. has is- sued a Request for Proposals (RFP) for the following catego- ries: Electrical Equipment. Tools. Supplies and Related Services: Mobile Parking Payment and Man- agement Solutions: CMMS and Facility Management Software: and Rideshare and Transporta- tion Solutions. Organizations who wish to participate in the RFP process must register with Bon- fire strategic sourcing platform through this link https://tinyurl. com/yakg6237 to download and complete the RFP package. Com- pleted proposals are due before 3:00pm ET on 4/26/2024. The proposal opening will take place on 4/26/2024 at 3:00 PM East- ern Time via Teams. Region 10 Education Service Center (ESC). on behalf of Equa- lis Group members. is requesting responses for Grounds Mainte- nance Equipment and Services: Integrated Fire Protection and Security Products and Services: Job Order Contracting: Education- al School Supplies and Related Services: and Facility Manage- ment Services. Responses are due 04/26/2024 before 2:00 PM Central Time. To be consid- ered respondents must submit a response to Region 10 ESC in accordance with solicitation docu- mentation available at https:// www.region10.org/about-us/ request-for-proposals bids/. The bid opening will take place at 2:00 PM.Central Time via Zoom as stated in the RFP Rockies Procurement Services (RPS),on behalf of Equalis Group members. Is requesting respons- es for Non-Consumable Food- service Supplies & Equipment. Responses are due 04/26/2024 before 1:00 PM Mountain Time. To be considered respondents must submit a response to Rock- ies Procurement Services accor- dance with solicitation documen- tation available at https://www. rockiesprocurementservices.bon- fire.com/openopportunities. The bid opening will take place at 1:00 PM. Mountain Time as stated In the RFP 3/30/2024 7601596 russell johns vW8Oc MCA rj April 5, 2024 Affidavit of Publication To Whom It May Concern: I am a duly authorized representative of MCA Russell Johns Associates LLC, the company handling the advertising matters for USA Today, a daily newspaper distributed within the United States. A public notice ad was placed by Equalis Group and was published in said newspaper within the marketplace section of the National USA Today Marketplace on March 29, 2024 and April 5, 2024. Anth aci i c1' 9 On this u day of As/ 3--_0 ( , I attest that the attached document is a true, exact, complete, and unaltered tearsheet. lANTHONY HAGERICH NotaryPublic,State Of Florida ;#7. k Commission No.HH 42441 a / My Commission Expires:7/23/2027 N. ary Russell Johns Associates 17110 Gunn Hwy, Odessa Florida 33556 IC I FRIDAY MARCH 2111,2024 F USA TODAY o SPORTS `Rusty' Scottie Scheffler UNC star says he gets fires bogey-free round messages from bettors World No.I going for Jordan Manua UFa/Ouse over/under related to their stats.His re- quest came after the NBA launched an third Tour win in a rowPlik urs ANGELES-As NCAA President Investigation Into Toronto Raptors for- Charlie Baker calls for a ban on prop ward Jontay Porter over betting Gammen Jourdan bets fon college athletes,North Carolina WhimWhiminvolving prop beta. _ Irregu- Oar....IusaTODAY ser*oh basketball star Armando Bacot admit- "Sports betting issues are on the rise ted he's gotten messages from angry across the country with prop bets con- HOUSTON-Coming into the week at bettors mad at his performance in tinuing to threaten the IntegrIty of corn' Memorial Park Golf Coupe, Scottie .r. ` games. petition and leading to student-athletes Schemer said he was rusty. 'ICs terrible,"Bacot said."Even at the getting harassed,"Baker said on social Sure,rust Is a bit different when , last game,I guess l didn't get enough re- media."The NCAA has been working you're the No.1 player in the world Il bounds or something.I thought I played with states to deal with these threats and against an average Joe on the localilll' pretty good teat game,but Hooked at my many are responding by banning college ismuni.But this week,the local muni DMs and I got,like,over 100 messages prop beta' hosting the best players In the world at ; � g, horn people telling me I sucked and Bacot wast the only person Tens the 2024 Children's Houston stuff like that because I didn't get Wednesday to comment on the ugly side Open.And Schemer,coming off consec- f , I enough rebounds. of sports betting.Clemson mens basket- olive victories at the Arnold Palmer In- 1 think B's definitely a little out of ball coach Brad Brownell said earlier that vitatlonal and Players Championship, , I hand.But at the same time too,I get the the team has gotten phone calla In its of- certainly didn't show any root Thursday point of it.Like,if you bet a lot of money lice and it's something that"worries me He opened with a bogey-free 5-under as on something,and you're,like,one pick tremendously." 65 and trailed Taylor Moore by one shot away and somebody messes It up,!un- "People are extremely aggressive after the morning wave in Houston.If demand the part of fans being mad.But these days," Brownell said 'We get there were any sigmas of rust,Sehemer • d' It's annoying,too,at times" phone calls in our office sometimes. missed DoflB greens,Including his first - , Bacot scored 18 points and pulled When thingsobvlouslydon't go a bettors three,but he gained nearly 2.5 strokes 1t R down seven rebounds in the win against way,we get some nasty calls.I know putting on the day. - df. Michigan State,which set up Thum- player.probably get that through social "Yeah,I would say some key up-and- • day's Sweet 16 game versus Alabama media. downs,"Schemer said."I made a nice \� His comments came the same day "It's a really unique time with every- putt there at the fire to kind of get the `` \ ••• • Baker called fora ban on collegiate prop thing going on In college athlettca,and round going and made some really nice bets,which are wagers placed on spe- now the gambling piece is a whole other up and downs after that" _5, cific athletes that typically involve an log on the fire" 'Ibis season, 43% of Schemers rounds have been 66 or better(121 Scottie Schemer pacts altar his Scheffler held the lead for most of the chip shot on the first groan in the 2024 NCAA Division I back nine during his opening round. first round of the Texas Children's ' Gaoeeaeunrt man's basketball aiearae. That was until Moore,who was defend- Houston Open. racers tournament doses Ing his title last week at the Valspar TNosAs surwnno TODAY spoors nt..ey. rrxer,tR Championship,made a birdie on the esser,,ns SOP..Realer. Pa,w par-516th to sign for 6-under 64. Starting on the back nine,Schemer many greens I could hit.Got off to a s see Die..as, Doke birdied Nos.I3 and 17 to tum in 2-under little bit of a lump start there on 3, fast South 33.Then on the back,consecutive dr- chipped in for eagle on 3 and birdied Baton aur des on Nos.2 and 3 propelled him into a 4.Yeah,lust got Into the round." swim, I some share for the lead.Then he drained an- Moore said he perhaps feh a bit s slew a •bmhip PLC. other putt on the filth to take the solo more relaxed this week than he did as runup. lead fora bit. defending champion last week but Boston Annlr scar If Schemer were to win this weekend, added he doesn'tget tooup rum.d.'1 - caughtN tdoso.m.. 1 he would be the first player to win three the pressure of a single event. Tan straight PGA Tour starts since Dustin Joe Highsmith matched Schemer Johnson In 2017.He would be the first to with a 65.The PGA Tour rookie has 2 leen p- Morspsette El capture three consecutive stroke-play missed the cut in four of his seven Final Four Final Four events since Rory Mcllroy In 2014. starts this season but did finish T-6 at °"oars".00'05 rued^..Con's "I had a solid round,"Schomer added. the Puerto Rico Open. t x Greens ay.a. I "Kept the card clean.Bogey free is al- "I putted really well.I'll be curious ways nice, especially around a golf to see what the stats show,but it lust b„t,s,.. Dwelt,Mos. mune like this.It's nice to be able to was very solid kind of all around,' >nma.r. na.r,7,9 keep thecard dean,like 1 said." Highsmith said.1 only made maybe a»o m.,vs o. s For Moore,he began his round Thum- one or two mistakes out there.It felt day with a bogey,but a chip-In eagle on great,like everything was lust right 4 Webers. e the par-5 third hole sparked his game. on.I was hitting It where I was look- Wort Midwest � He turned in 31 and added birdies on Ing;l fed like 1 was in a good frame of tar Anwar dock xicn. Nos.15 and 16 coming home to take the mind all day." sasorar Sir., clubhouse lead after the morning wave. Beau Hoarier,Aaron Rai and Adam 6 Ciea,ers, 7 As good as Schemerws on the Miry Svensson each shot 66 Thursday greens at Memorial Park,Moore was morning and shared fourth behind io'AnWs o.vos,M. better,gaining nearly three shots and Moore and Sdof er. ateCO3 . s rr. ,ni p more than 2.5 in Strokes Gained: Playing with the world No.I,last Around the Greens. week's victor Peter Malntl shot 68 "Hit a lot of green,"Moore said."AI- while Will Zalatorls struggled In his 4- 2 Mee"B Tearer. 2 ter the find hole,lust tried to see how over effort. soma utaroom Rom MARKETPLACE TODAY Tito Classified visit: f auslistings,yc For odvenlvng nforrnaton:1.8003970070 v.v..••35011Johns.Com/usoI I NOTICES I PUBLIC NOTICE1 1 BUSINESS I OF INTEREST TO ALL IMM:=Eall; rrmyer.cm.aaamem,ittcoyon nen.Mas a.ea.yObaxFarb.w BUSINESS Das,Walt ms bees a a.R—le e,so.OWI bre Gala tSVIaa e*, rif L{rff NOTICE TO OFFERORS WrIo+.ao'la'Elscaca ,s'o Tone aeprnsasuxs Ibrxrar.+e_ OPPORTUNITIES �rya� 01150...d solea swear sews.,osseesbgvgnrraaxsesn.,rso6."4" Napia(*C.r.VFapaxr trent, swat roe.nacos s alas% as hots WOmm.Bar .,cad lnr..oet.rwwn 1DatsGYM.Santo a FOR SALE J(VILrt(1` 105.0.,noon,prod's«aanowry sdew.Ovetm,.Vo nb b Paba h 5.Ne mem taaasla»Esphan on New Invention w o,,,o.,Procumars a n+ncene a>Bras road.o+cy euwo Brae Ill hots,ra11B h Dan lip a.ht./Vbwra,,t o0V b mead as oW..M 2 Patents r anti Apt 25.2024 a'to er .AthaTaa ala pea.Cove Bbd Pprm tug e Mf ea 100m fl I CAREERS I rI,F}. !".7 7511. MBB season'We a 9.0.5*saeledrepuxa ono sOladaoe assess rno.Worcoesoa bb.b.m✓t500C.ass aromas*a llMOroaae. .a to NW oar.Imolas Moans ox Ewa,Tr..As Tris. , 412.9895060 ..1 0.HEDY,lacks en drs.sano+.0,5 seat rapasar x 55, Sang.Cees asci w w a Edi ...".......•ear.% .I MARKETPLACE I Anima Iaaticae peesss.00 U+raabol sorra a%aa apoe+�wa�ODl%L OarRe sale ran um ease.Wank AZ don an.nl.,e.sanosr%nexnrboa,a u.r..bsrina anal Yr..Our Ion ooh,dips.a hasty. 9abrdon my a.o...o.rd oe srax bw diems. S's..,r"0 swum Mop./as Not*Ira seam sary soared A0Trado Sapp .sand am S.W.J5.Baa Contr.ceng:Euvo....rl e. .oaaar J.Fcrsadbul aeartirn pen. eilleol Sam /SeedSurinam.ea rrd Sewoe:ear reran..roomed gBDig.,wa Dn stop. wan happ„Bctklc cpm senor.6••••••••••6•••••••••••w e»ovstvx.elm>m w Canal raNasea.? 200es Site. nTo b W.V.,rpr..mr n P.M.npar b im � ap aalattlaq-rMaa o.....aarararererarpee Nob,10 ESC h ra eao,aas xiclueon dwmb oann NC ddsloaeeaWa r a.400-16.�. ' To adWrtas In Coed ara,.r.....seers..w Ix MISS.ems. rWm Mem _,BNanepa/hwnymteapWaanManalaor;.oporaY C.5 Rkard H.Salley amens area own..•4ela:.ro oeeratl�aealMes Zama beolno So.ra me Mr pun•1:p0 P.dee carr alaltae.eora s WSW.b Sculptor VMS 302-309-9717a USA OO7.0070 Wm..seowsts eo eaxra m•a.ama,.wwm sashIrn S Parse h soba%M 302-0634410 a▪s mows by.•War eels,*We w Vw w ea... Seise saws Bs.r Wa.w saes a SOBA OW anA a oa hnsM NC rest ane•as redo,WSW reseed b Bombs sca-sa b Non etnumbb FaYMN barba 1 ma•peva weenm.....raar.br. .......norm...or., I TRAVEL I ,ears, ,ass..ms..el 00 r....essun..aoa,, Saabs.Ea 105.Sapoes man 0ela'M24 Woe 100th away poaarwmgerats ..u,a.daa.awM Ibnrhn..To e.weary nos..x nor rub.a soarbaaOeletl FU% asses*noa,.'y Non...or mole bili... h000q r ISAY•Proc..m Fontes exc....ah wailaaM '—`,.P'''''" tli -r'"' sow.05 t,mm........01...a.aa saes.,... rbrraem,sees.a naell..xd¢tlyrmrmw+.a ..j.,.WMP0Vi0 h..0. -The Happiest Place in Montopui aapatndeur.►rY and Pols..,r r..,Aa aw aaoscm✓ooea .tr.no m r •••• s lei a e y...,an. 1.wd`.n'�;`�."`...""`' oaring Sin nom II.*.'*". Boulder Creek Lodge Oa...,and Olrlo.b.arnx 1Y a\.elliM1.r.rdhr.IW a.abas.rrrr.wor. •••••••••••••N 5 ross sa pn t. a11.46_11s-PAMCUv The Premier Fam,ly Vacation nnan.hon ei."1vi F1i-rankm."wapy°A 4O" Web a hods w.O roan b......M l MI..y«ryu r.Sir FeamG.awot.er Pass ma Orae..,r.r a.lirk ow pm rr. I.Aaalra bra de arne*5 non a+sip...,nada wax.00.10 rc5I Of arae arorbb.lxara C.U.w upend Ir...arr.PA Ira., parr Sae .n t ono W a my meows curd•••OA, oe wen a areaooel WS OS s........l B1eiw".bM"e tt.I>vi l.rb,nes,.It.p,a.da...peen woo Mr saes• sow neer eln•O. .eo Tlaro eY 2w,.o..• 's,WOO pod*awaWO.. a.�tsrzem . .. Roe long.bow,M me r5...s non se,...an.n... ro ..5psseoodotn%S: eVt.elm ea...a/woa,a,ao.w.r.a...o.pem wool. re..d my.Vr lo re.•••s enatl....a nor,lino. esoe.e MaOWaar..so ars An: •..rapt=m r►..oar.y..r'i,' Me mos.*v.dole.mo..«n...n maw rare.a eexs um ro are a waren.rm sw.,r arty roses+seare,tun. grsular, aw.d.bn.b>Vwert, y 61a.aaa KY�r��f w ..wae+v a.,. tib.aka seal �a �Nax.a,R.RR.rma.. bOD11G w,plrr1°w I ...inure �,r.le:.l Ir .ra.paMa.t u. ' I.CP• nom.m•opt no wo,w a*no err a...sorb Zia sea tar'�'rrrlrj. Is ..an.aror.w.prB.r :G1 :. a.� 1.1••••••••,.............. fyae�a.brlorr SUCCESSFUL ADVERTISEMENTS IIWNrI11MysDaM GET NOTICED! START WITH USA TODAY. ,,,,,o...=.... ro Ire=-- aaamw,n LISA Ta,a.,....Op..• c.111-e00497-00;o To advertise,call:(800)397-0070 .,,„„Io,,ua.Tao.nu...mui..0<.a,IP,a, A 1 FRIDAY APRIL B.2024 I ORA TODAY LIFE . • ••T f 1 rill c - 11 . T 4. I, . . ., `�''� /�V a '" t` .r'4 4t ,,. .,,,, iiii. ;_ , _ ,,)„,•._ 1 �j?.7: -\\...-_ ,-,...,.. _/. IIh - - .. '• . • _ . ..„ The Rock,left,has hewn a menWWE to Cody Rhodes In recent weeks on W E /' y programming es well as social media.P0OVIO(O en 0001 COO , That takes the oke:Olivia Colman says she couldn't believe"Wkk.d Little WrestleM anis failed and the Rock was born:a cocky, Letters"was based an•true story."I was like,'Oh,my Clod,this is.wall!'" eyebrow-raising baddie everybody oeowom eO PARKA 1AGer.0Ea7 soar ncrunts awssla loved to hate(and eventually lust plain Continued from Page 1B of loved).This current take on"Holly- wood Rock"still has tons of charisma, Letters about It,but Instead,he was like,'Oh, than 1.300 days. but he's dangerous and unpredictable. you silly sausager It made us all giggle. Rhodes has his own familial history: Johnson sang a strain loom his"Moa- Olivia,have you spoken to Emma His legendary father Dusty,who died in no"song"You're Welcome'se a threat- Continued from Page lB Stone(Colman's co-star In"The Fa- 2015,never won the WWE belt,and in a ening overture toward Rhodes'mom, vourite")since her Oscar win? rematch Cody vies with Reigns for the and has even goofed on his dog.(So far, and I knew what it meant and it was Colman:Yes!I left a screaming voice title on Sunday and a chance to"finish Rhodes' wife and kid have been never shocking.But now I've got kids, message for her and she left a screaming the story."But first Rhodes has to win spared,but hey,it's not showtime yet.) and I remember saying to them, message back for me,which was lovely. the Saturday tag-team match,or else it's More important,after the high-pro- "When you're 18, the morning you She was quite hoarse.Itwas so exciting. "Bloodline rules,"which pretty much file miss of his DC superhero movie wake up,you can say all the words you Speaking of Oscar movies,Helen means shenanigans and chicanery are "Black Adam,"Johnson's showing how like!But until then,you're not allowed Mirren recently said that you Rimed a afoot. creative he can be The family aspect to"It lust doesn't sit nicely In a kid's "Barbie"cameo with her that wound Pro wrestling always has been best ups the emotional stakes. Even as mouth,swearing lust makes me feel up getting cut.What do you recall when it can weave elements of the real heels,you understand why Rock and uncomfortable.But a naughty word about shooting it? and fictional.Fans long wanted Rock to Reigns fight for their people's honor.At can be so helpful sometimes.There Colman.It was really good fun!!was battle Reigns to see who is the real"bib- 51,Johnson naturally exudes more can be a real power to it. only there fora couple hours And then al chief"of their extended Samoan tam- tough-guy gravitas than he did 25 Sharrock:Particularly if you restrict when the film was due to be released,I fly,which has deep,long-lasting roots in years ago.And like any good actor,he's it.You're teaching them when it's op- had a call with David Heyman,the pro- the wrestling community.(It even was making everybody around him better propriate and when it's not,and also to doter,who was lust like,"I'm terribly teased in passing on an episodeofJuhn- This Rock has lifted up the popular own it.You have to pick and choose sorry!Thefllmwas too long and it didn't sons former NBC biographical sitcom Rhodes as even more of a beloved folk when you use it. add to the story."And he was right!It ac- "Young Rock.")That looked to be finally hem than he already was,made the What do you think Is one of the easily worked out brilliantly because I in the cards for Wrestle Mania this year, flamboyant Rollins much more inter- funniest insults? got paid for it and no one could say that I though at live eventsthecmwds made it citing and created a spicy"who will Colman. I remember one time, was bad in the film.So It was kind of clear that Rhodes was their guy.Some turn on whom first?'vibe alongside somebody was driving so aggressively perfect.But I didn't get to meet Ryan nasty slaps,heated personal insults and Reigns.Plus he just looks like he's hay- on the motorway.My husband, Ed (Gosling)and I was really cross about one heel turn later,the Rock is now ing a blast,even as crowds gleefully (Sinclair), could have been raging that. feuding with Rhodes and leaving him in chant"Rocky sucks once again. a bloody mess In the rain on WWE pro- Sadly,It might not last as longas we y - geamming,or dropping a come-laden, might like.Johnson will presumably 20-minute Instagram diatribe as If it be on good behavior when inducting were a surprise Beyond*track. his grandmother Lia Malvia into the Along with fellow grapples-turned- WWE Hall of Fame Friday night.And , -i ---r1... actors Dave Bautista and John Cena, even though he now sits on the board . Johnson occasionally has returned to of directorsat TRO(which owns WWE f a� ! P;, the WWE ring over the years During and UFC),at some point Hollywood y • last year's actors'strike,Cena came will come calling again.While promot- / I V7 back for a spelltowork with youngertal- Ing the Christmas movie"Red One'eat- - ant(including the Bloodline's Solo Si- er this year,Johnaon probably wont be vs a koa).Johnson usually is brought back as telling areporter to know their role and ) - the electrifying"people's champion,' shut their mouth. since he doesn't often play the heavy on But Johnson knows his role right , , the big screen.But this In-ring Rock var- now,and is absolutely killing it."Pro- iation Is refreshing,because Johnson's feasional wrestling is cool,"he told the committed to tweaking a character we crowd Monday And the Rock is cook- know and brilliantly changing his own log up a reminder of how great he can game. be for old-school fans,whir taking He first broke bad in the'90s,after newbies on a deliciously dastardly Colman,has left,This Shamrock and Jowls Ructlay attend the films Pans the babyface"Rocky Maivia character ride i premiss in February.Pries LEstaET.w/GrrrY IM*GFS MARKETPLACE TODAY To view more Closs5 led listings. visa:Clossifieds.usatodcy.com for advenalog information 1.800.3970070 vwwr.russellphns.com/oast I NOTICES I PUBLIC NOTICE PUBLIC NOTICE rid•w.r•.e0•w.Me..•er•Mr.r•r•r6r6N•r•wyew rr0...,M.CanNdC.wmw,b Fooga,0•+a E.M. e Mee le w a rare dee 0•N•Wal et es Met crapes M M r.rarr•M6•Ml• owe*Ion 1w Want•Repel b Rip*fys In t• NOTICE TO OFFERORServein n krNwkr•War..w0•+•.rrukrs./r•sawe+aaMrea••1••• ,rr*,a��no anoint c•,nl.,p,wyreay nit.one YM..rre s maim a r••einM nt/srrraimegse.War rwrrr 5.*a,war veru Petro-tin]M•v,+,+ wane COMS e.01M.Ra.rd arrr or MM.••imp...n.Wer•Maaar.rar•••••Y.nwanr hri.0•.a. •s Flak waia,wlnr.N•.al mMMs an i,r:w',r Rase*•0 Prove.•/raaNAV MMM06Va.•n•.•are war veer Meese Mees.•.mita W.M1nir•M rennin. awes.01wteara.'.•.,m M'e eyta nM w0•par, 10.01.•PAPA War r rr••waerr ewe nor,•tn 0•,e*View roti••Enos/.ay,e.• ,Gin.nil noon*nnmexwner.,oncat erarutin Mw•eEr.d•r.Y1a•••awr• pa rl•nsy..mM1•6207.a.e•e W tenpin a viii Optinilor Pronnrns„at .Ems et rakrerawraO•••rraMaa/ PO PtlW.CmprE nano*w a.0•b•1fOV„p s (062 Mar 2.2020 a 10p PEI MST.M+W Tine d,••••••.a�••kpN WI.r.INI•.'1el.r.\��.wrl.a.Lg.•'Le �l 4.100 fig~ r496'1%sa200 a....,,,pmw..•,ge•e.,SYMPAr4 ell w•rer•.arrwrr•e•en err 0•N•Neils hada w e•L lea Mr Nfrkan Tn a•iwr. EMce mews •Y,sa n.sessg.eNnn.neasm•.r ..Wales..►Ver+rr•rM.r•r.rleis grM..r••••• awe 10 E s a Sono,'s"roes ase,s ser,a f... nWwgnW.4 SOw'O sawn Mr n,o,••bn,aae• te i1Mwarts•aOmeliff less,wealms,ma.NTEra11•l 5 Rm.,e.•\..a•ae Os,era, ,M so.,", So•Ws N M dowerW sin•et e•0k Wawa •.LEYEE•Yre.d•1•is•INUMMOa lwewe..e Seer..••.Pre Rs PMrtlp,..Se:.... P.dxn Y.5...•:Job.1.. ss'wo.EV.,u:•ws b.•0000•1 Menebm Poo.scn.rt s' YPAPl.l•r6r•.aeY•w..••n•a0•.dNereSaa•F INAGAAn 1y,py apgr..edge,eewa na i.e.,Mu 0.o. CAA.Loin ii MJMJMa s dMnatevars 60•066\.I.elrrrrwrr••••rrM1•rkrrrrrrr••Vrkrrrtla•r rte, •••n do Oil VNN pe/o•2m Pe fipa, _ 1..w.6w6lra•r.rrr..q...N.rr..• ...... ."...6• R.•10 b w os.unman,raw as.•,•pow it .essesrrases.sadrn..P.....n...w..rr 6rlea MldrarNr•ergil•••••eisiel•M,r••k..Frr•wa1rM•d•eae•ar �,io b C n•rsdnc.s0 ....'_.._....'h"..' r•••.•••••W.gr•rsoMMIr.m•a••.rl\MYY•r6allrrrl • s.r.rr a....•.•aolptp Cu.,,nii 0,owes mil ,. ,�r6••rrrrlr•wrrrr.rrrrre 0 M........"."..........9.......••••••••'....... 0W.9- a ..,0Coos T.. rrsw•Mwr..lerw.6.,.em.rn •.Y M•.d01•1.0 01aswr•r..rr•6E•w.rYrer•Ydg* lhr.....pp.•o+•••••,.POO PM Ce•d The,. .omen• wn.weans..,.orae,.nGAGGAGAA m w0•...rawer••ore/rr\rww.rr+•.rww.weraaar mp.rOm Y,suae 'GAP e.eMmann.eq pause •e•ew••••11,1 0•••wlre uer•esru.derorr•r••lea.•••re War• a sq S..br PP9.o+Car q 5......... pm °o'"no Wan..ppm.. rWw•w•r..w••r/r••obwwr•uia a rlrew.nr.rr .,a•\,Marro Mw..bwwr.rr wp•ew. War.. le•m...PM, rr.••M•wlrr•r•rw•r GRAPPA MMrMewrww er••.Y•••••• Swim s[Wrw•,.war na.00RVAV•rb•tOpN cane... s.aW06•r6y.r,rMrw•r6•erm•o.MOM M•e a 0•r.swaw aa,o2oa0.'•pmOM••.o... •l0•wdlew•••aYM•FN• MaEY to The To be ctn..ms woe ma.it.•neon. ^«• ~n.w.ery wo...d n W.•roa+.a..Wd.e to byes PnoM•n.Sr.b nom..aP wit.• e,..• imp..wew,G.Gw,vw a•arre•an rasa•M rp91..a ,hc•. gyp.. s.ale+ FY Pe••War.qct..,ca ... .«.cn.5.50nt:lino. FY Ib2M Tww Y•,ewe" leu inn pito inn s.2924.sap,I ___... •.e.rolowE..a•e O.eAGA..n.•.,••, ANNOUNCEMENTS I CAREERS I n.CAtt.",10••••AGAGn:s.osr°:.swrobs NEW GREAT l . .Ci ..., ,v,.,.rr..w ., a...a..e....•Ma�..•.a. MARKETPLACE r f F. ':r`;::•"" arn•u MUM SY OEM 111.0 ..s •1,}'� F; Iee orn eV Gaon GA w Oen.end ✓,�w...6r nw..eA.PW•arena....lea A RATES! r'I' l. '.Lera _ BiOfe.os ava pse. a pssa0 oinlay basM ee no MIuoo is retie teeing ..rr.e,•re.eru.swe Scan QR Code for �• 1..,$ . ' tretpE.aessrwe ,,-OirPn"q•':'k.ray, Mao••rrar.r r aN•r•rN•lb. �f .ran INwIMoEp,wM I•m.drvadbwJr o,••+.. Current Specials • - �""'1"-'- -pRee erase te� w^� GET NOTICED! To advertise In 0••o:a°rolenni.e..we em - - • USA TODAY,call. wr.Mr.sM•uB.e•0' • de wPlamearar5 Cnll:1 800-3970070 1-800-387-0070 ✓+wesWM ki i% Region 1,0 ESC Scoring Summary Active Submissions Total Products and Performance Qualifications and MWBE Commitment to Pricing Capability Experience Status/Programs Members Supplier / 100 pts / 30 pts /25 pts /25 pts / 10 pts / 10 pts CORE Construction 85.33 25.33 23.33 22.67 6.667 7.333 Constr�rks ton 79.33 24 21 19 9 6.333 Corporation --- ------- RS Commercial 78.67 25.33 21.33 19.67 5.667 6.667 Construction Advanced Roofing 77 22.67 20.33 21.67 5.667 6.667 Skanska 76.33 22.67 21 20.33 6 6.333 (illi. Regio 0 ESC r F.H. Paschen, S.N. 73 22.33 20 I 17.67 6 7 Nielsen & Associates LLC 1 LMC Corporation 73 13.33 20.67 22.33 9.667 7 Progressive Roofing 72.67 18.33 22.33 22.33 3.667 6 3 72.67 24 18 17.67 6.667 6.333 f 1 RoofConnect 70.67 22.33 19 20 2.667 6.667 Logistics, Inc I AZTECA Designs, Inc DBA' AZTECA 70 21 17.67 16 9 6.333 Designs and j Construction Mart, Inc. 69 22.33 18 19 4.667 5 j% Region 10 ESC .pwwrKIM I el IF Concord Commercial 67.33 19.33 19.67 20.33 3 5 Services, Inc. I I f 1 NXTGEN Clean I 52.67 I 16.33 i 14 12.33 5 5 Energy Solutions ! = i, RegionlOESC pwlMn 1M r N M Eliminated Submissions Products and Pricing Performance Qualifications and MWBE Commitment to Capability Experience Status/Programs Members Supplier /30 pts /25 pts /25 pts ' 110 pts /10 pts I Flip Lok LLC - - I - - - Reason Supplier Disqualified by Reason Flip Lok LLC Clint Pechacek Non-responsive, does not perform JOC work. Proposal Form Checklist The following documents must be submitted with the Proposal The below documents can be found in Section 2; Proposal Submission and Required Bid Forms and must be submitted with the proposal. Please note Proposal Form 1 is a separate attachment (attachment B) PROPOSAL PRICING: Attachment B is provided separately in a Microsoft Excel file and is required to complete your price proposal. El PROPOSAL FORM 1:ATTACHMENT B- PRICING QUESTIONNAIRE & EVALUATION CRITERIA: X PROPOSAL FORM 2: QUESTIONNAIRE& EVALUATION CRITERIA OTHER REQUIRED PROPOSAL FORMS: X PROPOSAL FORM 3: CERTIFICATIONS AND LICENSES n PROPOSAL FORM 4: CLEAN AIR AND WATER ACT I X1 PROPOSAL FORM 5: DEBARMENT NOTICE I-X- PROPOSAL FORM 6: LOBBYING CERTIFICATION X PROPOSAL FORM 7: CONTRACTOR CERTIFICATION REQUIREMENTS PROPOSAL FORM 8: ANTITRUST CERTIFICATION STATEMENTS x PROPOSAL FROM 9: IMPLEMENTATION OF HOUSE BILL 1295 H PROPOSAL FROM 10: BOYCOTT CERTIFICATION AND TERRORIST STATE CERTIFICATION (X I PROPOSAL FORM 11: RESIDENT CERTIFICATION X PROPOSAL FORM 12: FEDERAL FUNDS CERIFICATION FORM X PROPOSAL FORM 13: ADDITIONAL ARIZONA CONTRACTOR REQUIREMENTS �x I PROPOSAL FORM 14: OWNERSHIP DISCLOSURE FORM (N.J.S.52:25-24.2) X PROPOSAL FORM 15: NON-COLLUSION AFFIDAVIT X PROPOSAL FORM 16: AFFIRMATIVE ACTION AFFIDAVIT(P.L.1975,C.127) n PROPOSAL FORM 17: C.271 POLITICAL CONTRIBUTION DISCLOSURE FORM n PROPOSAL FORM 18: STOCKHOLDER DISCLOSURE CERTIFICATION [X1 PROPOSAL FORM 19: GENERAL TERMS AND CONDITIONS ACCEPTANCE FORM X PROPOSAL FORM 20: EQUAL'S GROUP ADMINISTRATION AGREEMENT PROPOSAL FORM 21: OPEN RECORDS POLICY ACKNOWLEDGEMENT AND ACCEPTANCE X PROPOSAL FORM 22: VENDOR CONTRACT AND SIGNATURE FORM (The rest of this page is intentially left blank) Page 3 of 46 i PROPOSAL FORM 2: QUESTIONNAIRE & EVALUATION CRITERIA Instructions: Respondents should incorporate their questionnaire responses directly into the green cells below. Failure to provide responses in this format may result in the proposal being deemed as non-responsive at the sole discretion of Region 10. Respondents may incorporate additional documents as part of their response which may be utilized by Region 10 as part of the evaluation.Additional documents must be consolidated as part of this Section 2 at the end of your response. Vendor responses are strictly limited to 100 total pages (not including Attachment B—Pricing Excel pricesheet). Vendors who submit more than 30 additional pages may result in the proposal being deemed non-responsive at the sole discretion of Region 10. Region 10 has associated the evaluation criteria with the question that most closely aligns with that respective evaluation criteria. Region 10 reserves the right at its sole discretion to base its evaluation and specific evaluation criteria on any part of the respondent's proposal. Evaluation Criteria Question Answer Basic Information Required information for notification of RFP What is your company's official registered Advanced Roofing,Inc. results name? What is the mailing address of your 1950 NW 22"d St.,Fort Lauderdale,FL 33311 company's headquarters? Who is the main contact for any questions Michael Kornahrens,Executive Vice President/Managing Partner and notifications concerning this RFP MichaelK advancedroofing.com response,including notification of award? (954)553-8577 Provide name,title,email address,and phone number. Products/Pricing(30 Points) Coverage of products and services No answer is required.Region 10 will utilize your overall response and the products/services provided in Attachment B to make this determination Ability of offered products and services to meet No answer is required.Region 10 will utilize your overall response and the products/services provided in Attachment B to make this the needs requested in the scope determination Pricing for all available products and services, Does pricing submitted include the required Yes including warranties if applicable administrative fee? Do you offer any incentives for customers? No If yes,please describe. Page 5 of 46 Ability of Customers to verify that they received Describe your process for verifying work Advanced Roofing,Inc.uses RSmeans pricing against detailed takeoffs to ensure correct contract pricing orders and estimations with a customer, contract pricing is used. including any methodology used to minimize the use of micro estimating and change orders. Payment methods Define your invoicing process and methods Invoices are created monthly for the work performed against our detailed estimate. of payments you will accept.Please include Advanced Roofing,Inc.uses ACH or checks as source of payments. the overall process for agencies to make payments Other factors relevant to this section as submitted No answer is required.Region 10 will utilize your overall response and the products/services provided in Attachment B to make this by the Respondent determination Performance Capability(25 Points) Job order contracting experience and capabilities Please provide a high-level overview of the Advanced Roofing,Inc.has extensive knowledge and experience in JOC contracting.We have job order contracting services being offered been performing these contracts for over twenty(20)years. and how they address the scope being requested herein. Describe your company's past experience Advanced Roofing, Inc.is performing JOC contracting for Gordian/SourceWell,Broward with Job Order Contracting estimating and County Schools,Omni,along with one hundred(100)other contracts in the southeast U.S. include specific examples of other for over twenty(20)years. cooperatives and/or public agencies where you have performed these services. Outline your process for qualifying, Advanced Roofing,Inc.has an extensive onboarding process for our subcontractors.We start selecting,and managing subcontractors. with insurance vetting to ensure all policies and binders meet our rigid standards.All of our Specifically address how your firm ensures subcontractors go through safety and quality control training before performing any work. subcontractors comply with local,state, and federal requirements as well as industry standards. Outline applicable innovative solutions or Advanced Roofing,Inc.differentiates itself from other contractors because we are able to value-added services that differentiate your self-perform all of our trades. company from competitors. List the number and location of offices or Advanced Roofing,Inc.performs work in the southeast U.S.We have seven(7)physical service centers for all states being offices in the southeast region. proposed in solicitation.Additionally,if your company does not offer all products and services in all 50 states,please describe any geographical limitations on any product or service offered. Outline any value-added capabilities not Advanced Roofing,Inc.value-add is our ability to self-perform difficult projects on existing already addressed. occupied buildings. Implementation and support plan Describe your company's implementation Advanced Roofing,Inc.has account executives that do in person or online training of all of and training plan for new customers. our software that integrate with our services.We like to perform this training when a new customer comes on board and perform a 90-day follow up to ensure there are no issues. Page 6 of 46 Outline what ongoing communication and Advanced Roofing, Inc's web-based service management software is our customers complete support is available to customers and key visibility on where our services are at from start to finish. stakeholders. Outline your organization's commitment to Advanced Roofing,Inc.has a dedicated safety division that ensures all policies and jobsite safety including any specific procedures are followed.Every project has a site-specific safety plan. policies,practices,or initiatives. Project management capabilities Describe project management capabilities Advanced Roofing,Inc.has twenty(20)project managers that ensure projects are including scheduling,coordination, coordinated,scheduled,and communicated on a daily basis to ensure a successful project. progress monitoring,and reporting processes. Outline capabilities to provide Advanced Roofing,Inc.has a standard workflow with SOP's to ensure all of these tasks are comprehensive project documentation completed.Advanced Roofing,Inc.uses SpitFire project management software to track all of including submittals,change orders,and our documentation. close-out documentation. Describe your quality control processes Advanced Roofing,Inc.has a dedicated Quality Control department performing daily/weekly including inspections, testing,and quality inspections of our work being performed.Please see attached QC write up. assurance measures. Describe your organization's ability to Advanced Roofing,Inc.is very familiar with handling multiple projects simultaneously as we handle multiple concurrent projects and are currently performing services on over two hundred(200)projects. how you allocate resources to ensure timely completion. Performance bonding Provide your company's performance bond Advanced Roofing,Inc.has a bonding capacity of$150,000,000.00. plan as described in the scope herein. Customer service/problem resolution Describe your company's Customer Service Advanced Roofing,Inc.Customer Service department is available from 7:00 am—6:00 pm Department(hours of operation,how you Monday-Friday. resolve issues,number of service centers, etc.). Financial condition of vendor Demonstrate your financial strength and See attached Financials. stability with meaningful data. This could include,but is not limited to,such items as financial statements,SEC filings,credit& bond ratings,letters of credit,and detailed refence letters What was your annual sales volume over $185,000,000 per year. last three(3)years? Outline the process timeline for product Advanced Roofing,Inc.is very familiar with performance contracting.We have to meet tight History of meeting products and services pickup, delivery and any other applicable deadlines on projects on a daily basis that have substantial liquidated damages. deadlines capabilities not already addressed. Other factors relevant to this section as submitted Describe the capacity of your company to Advanced Roofing,Inc.has sophisticated accounting and project management software that by the Respondent provide management reports,i.e. allows us to provide customized reports to meet our customers'needs.These reports would consolidated billing by location, time and have to be established once we understand the customers'requirements. attendance reports,etc.for each eligible agency Page 7 of 46 Provide your safety record,safety rating, See attached safety rating/record. EMR and worker's compensation rate where available. Qualification and Experience(25 Points) Respondent reputation in the marketplace Provide a link to your company's website https://www.advancedroofing.com/ Please provide a brief history of your See attached Company Profile. company,including the year it was established. Past relationship with Region 10 ESC and/or Hove you worked with Region 10 in the Advanced Roofing,Inc.has not worked with Region 10 in the past. Region 10 ESC members past?If so,provide the timeframe and main contact for that work? Experience and qualification of key employees Please provide contact information and See attached resumes for Michael Kornahrens,Steve Schoen,Tomara Martin,Tetiana Litkovska, resumes for the person(s)who will be and Diane Craig. responsible for the following areas. Region 10 requests contacts to cover the following: *Executive Support *Account Manager *Contract Manager *Marketing *Billing,reporting&Accounts Payable Past experience working with the public sector What are your overall public sector sales, Advanced Roofing,Inc.has averaged around 580,000,000 a year in public sector work. excluding Federal Government,for last three(3)years? What is your strategy to increase market Advanced Roofing,Inc.is investing stand-alone government business development and sales share in the public sector? members throughout the southeast U.S.The team is currently comprised of four(4)team members. Past litigation,bankruptcy,reorganization,state Provide information regarding whether See attached Litigation History. investigations of entity or current officers and your firm,either presently or in the past, directors has been involved in any litigation, bankruptcy,or reorganization. Minimum of 5 public sector customer references Provide a minimum of five(5)customer See attached Public Sector Customer References list. relating to the products and services within this references for product and/or services of RFP similar scope dating within the past 3 years. Please try to provide references for K12,Higher Education,City/County and State entities. Provide the entity;contact name&title;city&state;phone number; years serviced;description of services;and annual volume Company profile and capabilities Do you plan to sell to customers directly, Advanced Roofing,Inc.plans on self-performing all work. use resellers or subcontractors,or a combination of both?If you intend to use resellers and/or subcontractors,describe your process for ensuring that resellers and Page 8of46 subcontractors comply with the pricing and terms of the contract. Exhibited understanding of cooperative No answer is required.Region 10 will utilize your overall response to this questionnaire to make this determination.Previous experience purchasing with cooperatives is not necessary to score well for this criterion. Other factors relevant to this section as submitted If your company is a privately held Advanced Roofing,Inc. is a private family owned and operated company.None of our owners by the Respondent organization,please indicate if the have ever been convicted of a felony. company is owned or operated by anyone who has been convicted of a felony.If yes, a detailed explanation of the names and conviction is required. Provide a copy of all current licenses,registrations and certifications issued by federal,state and local agencies,and any other licenses, registrations or certifications from any other governmental entity with jurisdiction,allowing Respondent to perform the covered services. These will be provided in the space provided in Form 3.No answer is required here. MWBE Status and/or Program Capabilities (10 Points) MWBE status,subcontractor plan,and/or joint Please indicate whether you hold any N/A venture program diversity certifications,including,but not limited to MWBE,SBE,DBE, DVBE,HUB,or HUBZone Do you currently have a diversity program Advanced Roofing,Inc.has a mentor protege program with a disabled veteran owned in place,such as a Mentor Protégé company. Program or subcontractor program?If you have a diversity program,please describe it and indicate whether you plan to offer your program or partnership through Equalis Group? Please attach any certifications you have as part of your response to Form 3. Good faith efforts to involve MWBE Did your company contact MWBEs or N/A subcontractors in response minority chambers of commerce by telephone, written correspondence,or trade associations at least one week before the due date of this RFP to provide information relevant to this opportunity and to determine whether any MWBEs were interested in subcontracting and/or joint ventures? Demonstrated ongoing MWBE program Outline your subcontractor strategy and Advanced Roofing,Inc.works with a variety of MWBE subcontractors.The subcontractor efforts your organization takes to include varies based on the type of work required for project. MWBE subcontractors in future work, including but not limited to efforts to reach out to individual MWBE businesses, minority chambers of commerce,and other minority business and trade associations. Commitment to Service Equalis Group Members (10 Points) Page 9 of 46 Marketing plan,capability,and commitment Detail how your organization plans to Advanced Roofing,Inc.has a full-time Business Development team working daily with our market and promote this contract upon current 100+customers.We plan on using this contract with a variety of these customers. award,including how this contract will fit into your organization's current go-to- market strategy in the public sector. Detail how your organization will train your Advanced Roofing,Inc.already has trained staff that understand JOC contracts. sales force and customer service representatives on this contract to ensure that they can competently and consistently present the contract to public agency customers and answer any questions they might have concerning it. Acknowledge that your organization agrees Agreed. to provide its company logo(s)to Region 10 ESC and Equalis Group and agrees to provide permission for reproduction of such logo in marketing communications and promotions Ability to manage a cooperative contract Describe the capacity of your company to Advanced Roofing,Inc.is currently reporting on other contracts.Standard practice"" report monthly sales through this agreement to Equalis Group. Identify any contracts with other See attached Term Contract list. cooperative or government group purchasing organizations of which your company is currently a part of: Commitment to supporting agencies to utilize the If awarded a contract,how would you Advanced Roofing,Inc.meets with all of our current government customers on a quarterly contract approach agencies in regards to this basis.We would educate them about this contract in those meetings.We could also do email contract?Please indicate how this would marketing campaigns. work for both new customers to your organization,as well as existing. Other factors relevant to this section as submitted Provide the number of sales Advanced Roofing,Inc.has four(4)dedicated sales representatives for the government by the Respondent representatives which will work on this sector.We also have three(3)Business Development individuals working alongside the sales contract and where the sales representative.These individuals are located throughout Florida. representatives are located. Page 10 of 46 EXPERIENCE MATTERS. ADVANCED = ROOFING CC-0O24413 ESTABLISHED 1983 PUBLIC SECTOR CUSTOMER REFERENCES Collier County Contact: James Williams, Facilities Management Division Manager, Facilities Management Location: Naples, FL 34112 Phone: (239) 252-8380 Years Serviced: 4 Years Description of Services: Two Hundred plus (200+) building Roof Asset Management Program, Preventative Maintenance and roof repair services, Roof Replacements. Annual Volume: $500,000+ City of Cape Coral Contact: Rigo Chacon, Public Works Department-Facilities/Projects Manager Location: Cape Coral, FL 33915 Phone: (239) 574-0477 Years Serviced: 3 Years Description of Services: Post-Hurricane Roof Asset Management Services, Roof Repairs, Preventative Maintenance, Roof Replacements for multiple buildings. Annual Volume: $250,000+ City of Sunrise Contact: Mark Pacitti, Director of Facilities Location: Sunrise, FL 33351 Phone: (954) 746-3295 Years Serviced: 5+Years Description of Services: Fifty plus (50+) building Roof Asset Management Program, Preventative Maintenance and roof repair services, Roof Replacements. Annual Volume: $500,000+ South Florida Water Management District Contact: Tjerk Van Veen, Section Leader— Infrastructure Management Section Location: West Palm Beach, FL 33406 Phone: (561) 682-2717 Years Serviced: 3 Years Description of Services: Seventy plus (70+) Building Roof Asset Management Program, Preventative Maintenance and roof repair services. Annual volume: $100,000+ www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street Fort Lauderdale] Florida 33311 EXPERIENCE MATTERS, ADVANCED ROOFING .14 CC-0O24413 ESTABLISHED 1983 School Board of Broward County Contact: Deborah Czubkowski, Chief Facilities Officer Location: Fort Lauderdale, FL 33311 Phone: (754) 321-2659 Years Serviced: 20 Years Description of Services: Large roofing replacements, HVAC, Leak support, Annual Warranty Inspections. Annual Volume: $3,000,000+ www.advancedroofing.com Cii 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdalel Florida 33311 EXPERIENCE MATTERS. ADVANCED ROOFING.= ESTABLISHED 1983 Policy Regarding Quality Control and Quality Assurance Roofing and Sheet Metal Operations Our mission is to provide quality roof installation along with service and maintenance of existing roof systems to the degree of exceeding customer expectations, manufacturer requirements, code enforcement, and industry standards. We not only strive to exceed requirements and expectations in the installation of the roof system but also in customer service. Quality control and assurance is built into the culture of Advanced Roofing. Upon request for proposal we educate ourselves to the client's needs and expectations to provide the best value to the client. We perform thorough site visits, condition reviews, and cost analysis. This is all compiled and then communicated with the client to provide the client with the best possible roof system to suit the client's needs. Upon award of a proposed project, we conduct thorough handoff meetings with our estimator to production department representatives to insure that all specific information for the project is communicated accurately from the proposal process to the close out process. There are project manuals that are composed and given to the project manager, construction manager, and site foreman. This insures that the project information stays integral throughout the process from start to finish. If possible, site meetings are scheduled with the client and our construction manager and site foreman to review all project information. www.ad van cedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street 1 Fort Lauderdale I Florida 33311 1 LIC#CCCO24413 EXPERIENCE MATTERS.0AADVANCED R ❑ ❑ FINat' ESTABLISHED 1983 The site foreman is a non-working foreman whose focus is in insuring that the project requirements are being followed as planned. In the event that an unforeseeable event or condition occurs, the site foreman works with the construction manager to insure lines of communication remain open to the client so that any actions required can be communicated quickly and efficiently. It is the foreman's primary duty to insure the installation of the roofing system is being installed at a professional and beyond expectation manner. The foreman has the authority to make corrective actions if needed. This individual conducts daily testing such as field cuts to insure that the installation conforms to the manufacturer, code enforcement, industry standard, and contractual requirements. We conduct routine and thorough training classes with all of our technicians. These classes are"in house"as well as third party taught classes. We believe that providing the routine training to our employees results in a more complete technician who employs the best practices for roof installation. It is important to us that our employees are provided with the best industry practices along with the most current product and technological methods. Including safety training, NRCA industry standard training, and manufacturer installation training. The construction manager is the next line of accountability for insuring that all facets of the project are being processed correctly. The construction manager routinely inspects the ongoing installation for conformance to all code, industry, manufacturer, and contractual requirements. This representative has the authority to alter, stop, or remove and replace sub-par installation. The construction manager insures that all logistics for the project are handled to minimize any impact to customer's daily activities or operation. The construction manager will conduct daily inspections of the project to insure the installation is being provided per requirements. Daily photographs and a daily report confirming that these requirements are being achieved is documented. A weekly meeting is held with this level of management to review ongoing installations and insure that all work installed is being performed per Advanced Roofing and Florida Building Code requirements. A project manager is assigned to each project. This individual will conduct random site visits to confirm that all contractual requirements, along with quality control requirements are being provided. wwwadvancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale I Florida 33311 I LIC#CCCO24413 EXPERIENCE MATTERS. ADVANCED R O O FIN G.= ESTABLISHED 1983 We employ a quality control manager. This representative provides another independent view and perspective for insuring that our installations are meeting and exceeding all requirements. This individual works with field technicians during ongoing installations to provide guidance, field demonstration, requirement accountability, and training. In process inspections are conducted routinely by this individual to insure the installation is being provided at the highest level of workmanship. These inspections are conducted separate from production demands with focus directed strictly on quality of installation. Any deficiencies noted during such inspections are communicated to the construction manager and site foreman along with remediation efforts to assure that the installation is the best possible quality. Deficiencies can apply to product manufacturer requirements, code enforcement requirements, contractual requirements, and industry standard requirements. In addition, we have a full-time safety officer that attends all job sites at the pre- construction meeting as well as random visits to ensure that we are in compliance with all safety requirements and that our employees are working as safe as possible. This individual will review the foreman's daily safety (tool box talks) meeting notes and log to insure that safety is routinely discussed and practiced among our employees. This individual provides routine safety training to all of our employees. Our foremen are CERTA trained and certified. Our foremen and construction managers are all OSHA 30 certified. We rely in great part on our reputation as a quality driven company to insure future business from satisfied clients and their recommendations. It is paramount that to us that all facets of our business operate with a mind set that exemplifies quality. We request that at the end of all projects that our customer review with our construction manager a brief survey to review that customer satisfaction has been achieved. We use any information or suggestion received to increase our offering as a business that provides the ultimate in quality installation and customer service. www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale I Florida 33311 1 LIC#CCCO24413 A EXPERIENCE MATTERS. ADVANCED = ROOFING .4' Year Plaintiff Defendant Case No. County Court Status Comments/Pro Jett Outcome Attorney for Plaintiff Attorney for Defendant 2017 ADVANCED ROOFING,INC. FIRST STANDARD ASSURETY, 17-CA-001785 Hillsborough Circuit Open Non-payment for work performed. Pending The Kendrick Law Firm LLLP.KENYON&PARTNERS,INC. (amount in dispute$150,000) 499 NW 70th Ave,Suite Kassel Law Group,PLLC 108 Plantation,FL 33317 4016 Henderson Blvd,Suite E Tampa,FL 33629 2020 ADVANCED ROOFING.INC. Gator Delray,L.C. CACE-20-002444(09) Broward Circuit Closed Non-payment for work performed Confidential Settlement The Kendrick Law Firm Mark Goldstein,Esq.1835 NE (amount in dispute$25,000) 499 NW 70th Ave.Suite Miami Gardens Drive,Suite 108 Plantation,FL 33317 211,Miami,FL 33179 2020 ADVANCED ROOFING,INC Gator Sheridan.Inc COWE-20-003446(83) Broward County Closed Non-payment for work performed Confidential Settlement The Kendrick Law Firm Mark Goldstein,Esq.,1835 NE (amount in dispute$15,000) 499 NW 70th Ave,Suite Miami Gardens Drive.Suite 108 Plantation,FL 33317 211,Miami,FL 33179 2020 Enc Yogel Advanced Roofing Inc 502020CA001593)000CMB Palm Beach Circuit Closed Property damage(amount in dispute Confidential Settlement. Salpeter Gitkin,LLP,3864 The Kendrick Law Firm 499 $30,000) Sheridan Street,Hollywood, NW 70th Ave.Suite 108 FL 33021 Plantation,FL 33317 2020 Ignacio Diaz and Sara Diaz Olypus Insurance Company and 2020-003366-CA-01 Miami-Dade Circuit Closed Roof leak.(amount in dispute Confidential Settement. Alvarez.Fehman,Da Silva The Kendrick Law Firm 499 Advanced Roofing,Inc. $40,000) &Costa,P.L.,2525 SW NW 70th Ave,Suite 108 27th Avenue,Suite 201, Plantation,FL 33317 Miami,FL 33133 2020 Hollywood Comics and Citrus Park Mall Owner LLC.and 20-CA-1799 DIV K Hillsborough Circuit Closed Property damage(amount in dispute Confidential Settlement. Kaufman&Lynd.PLLC, Kubicki Draper 400 North Collectibles,Inc. Advanced Roofing,Inc.and Ramirez $50,000) 200 E.Robinson St.,Suite Ashley Drive.Suite 1200 Roofing,Inc 250,Orlando,FL 32801 Tampa,FL 33602 2020 ADVANCED ROOFING,INC. Burke Construction.Inc.et al. 2020-006234-CA-01(32) Miami-Dade Circuit Closed Non-payment for work performed. Confidential Settlement. The Kendrick Law Firm Elder&Lewis,P.A.,9155 S (amount in dispute$80,000) 499 NW 70th Ave,Suite Dadeland Blvd,Suite 1110, 108 Plantation,FL 33317 Miami,FL 33156 2020 Universal Property Casualty Advanced Roofing Inc,and Key 2020-027854-SP-05 Miami-Dade County Closed Minor Water Damages(less than Confidential Settlement. Andreu,Palma,Lavin& The Kendrick Law Firm 499 Insurance Company Islander Condominium Association $8,000) Solis,PLLC NW 70th Ave,Suite 108 Inc 887 Donald Ross Road Plantation,FL 33317 Juno Beach,FL 33408 2020 ADVANCED ROOFING.INC Travelers Casaulty CACE-20-015449(14) Palm Beach Circuit Closed Non-payment for work performed. Confidential Settlement. The Kendrick Law Firm Taylor Espino Vega&Touron, 499 NW 70th Ave.Suite PLLC,201 Alhambra Circle, 108 Plantation,FL 33317 Suite 801,Coral Gables.FL 33134 2021 Park Place Condo Advanced Roofing,Inc. CACE-21-002028 Broward Circuit Closed Expansion joint leaks and repairs Confidential Settlement. Mallory Law Group,2074 The Kendrick Law Firm 499 (amount in dispute$30,000) West Indiantown Road, NW 70th Ave,Suite 108 Suite 201,PO Box 8858 Plantation,FL 33317 Jupiter,FL 33468 2021 Everett and Mary Sprigler Regatta at Vanderbilt Condo:T- 11-2019-CA-004703-001 Collier Circuit Closed Condo unit owner leak claim(amount Confidential Settlement. Padgett Law,P.A. The Kendrick Law Firm 499 Mobile;Betacom;Advanced Roofing, in dispute$15,000) 201 E.Kennedy Blvd,Suite NW 70th Ave,Suite 108 Inc. 600 Plantation,FL 33317 Tampa,FL 33602 2021 ADVANCED ROOFING,INC Concorde Group Holdings.LLC CACE-21-005191(12) Broward Circuit Closed Non-payment for work performed Confidential Settlement. The Kendrick Law Firm Nelson Mullins,1905 NW (amount in dispute$30,000) 499 NW 70th Ave.Suite Corporate Blvd.,Suite 310. 108 Plantation,FL 33317 Boca Raton,FL 33431 2021 Prudes Wig Studio Advanced Roofing,Inc. 2020-007824-CA-01(05) Miami-Dade Circuit Closed Tenant propety damage(amount in Confidential Settlement. Sutton Law Group,P.A., The Kendrick Law Firm 499 dispute$1,000) 7721 SW 62nd Avenue, NW 70th Ave.Suite 108 Suite 101,South Miami,FL Plantation,FL 33317 33143 2021 Castle Key Insurance Advanced Roofing,Inc. CC21-3510 St.Johns County Open Unit owner property damage(amount Pending Derrevere Stevens Black& The Kendrick Law Firm 499 in dispute$1,000 Cozad,2005 Vista Parkway,NW 70th Ave,Suite 108 Suite 210 West Palm Plantation,FL 33317 Beach,FL 33411 2022 ADVANCED ROOFING,INC. Federal Insurance Company 2022-007776-CA-01 Miami-Dade Circuit Closed Non-payment for work performed Voluntary Dismissal The Kendrick Law Firm None (amount in dispute$100,000) 499 NW 70th Ave,Suite 108 Plantation,FL 33317 - Year Plaintiff Defendant Case No. County Court Status Comments/Project Outcome Attorney for Plaintiff Attorney for Defendant 2022 ADVANCED ROOFING,INC Bandes Construction,Inc. 22-003605-CI(13) Pinellas Circuit Open Non-payment for work performed Pending The Kendrick Law Firm Walters Levine&Degrave.601 (amount in dispute$40,000) 499 NW 70th Ave,Suite Bayshore Blvd.,Suite 720, 108 Plantation,FL 33317 Tampa.FL 33606 • 2022 ADVANCED ROOFING,INC Tucker Outdoor Services.Inc. COWE-22-003403(82) Broward County Open Breach of Contract Materials Supplier Judgment in favor of Advanced The Kendrick Law Firm None (amount in dispute$30,000) Roofing 499 NW 70th Ave.Suite 108 Plantation,FL 33317 2023 ADVANCED ROOFING,INC Investements SWK,LLC CACE-23-018201 Broward Circuit Open Non-payment for work performed Pending The Kendrick Law Firm None at this time (amount in dispute$160,000) 499 NW 70th Ave.Suite 108 Plantation,FL 33317 2023 TF North Run.LLC Advanced Roofing.Inc.et.al 23-027927-CA-01 Miami-Dade Circuit Open Contract dispute(amount in dispute Pending Scott D.Kravetz,Esq.and The Kendrick Law Firm 499 is in excess of 550,000) Morgan L.Swing.Esq, NW 70th Ave.Suite 108 Duane Moms,LLP,counsel Plantation,FL 33317 for TF North,201 S. Biscayne Blvd.Suite 3400. Miami,FL 33131 2023 Guerami Advanced Roofing.Inc.et al 23-025797-CA-01 Miami-Dade Circuit Open Condo unit owner leak claim(amount Penidng Aaron S.Bass,Esq, The Kendrick Law Finn 499 in dispute is in excess of 550.000) Silver,Bass&Brams.P.A., NW 70th Ave.Suite 108 Counsel for Plaintiffs.500 Plantation,FL 33317 South Australian Avenue, Suite 1010,West Palm Beach,FL 33401-6237 2024 ADVANCED ROOFING.INC Harbourage Condominium CACE-24-001012(14) Broward Circuit Open Non-payment for work performed Pending The Kendrick Law Firm None at this time (amount in dispute is$80,000) 499 NW 70th Ave.Suite 108 Plantation,FL 33317 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 ...611.. 11,;-_ ' 9 - - -1 i' . i'i. .)1",..4;ir.V.!4i ;:iiirC,,;;-i.tit " w>r • Secretary of tate 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/CertificateAu thentication '► s? � Ron DeSantis, Governor .ts,- _�� Melanie S.Griffin. Secretary FI ricid, r -ei _ 14 '^. 01 cr - ;N ;:; STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE ROOFING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489,,.FLORIDA STATUTES 4I '7 • , ... • KORNAHRENS, ROB • ERT P ., 1. ADVANCED ROOFING ,.INC .' 1950 NW 22ND STREET ' b 4% FORT LAUDERDALE , FL 33311- v/ r • LICENSE NUMBER: CCCO24413 EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com ❑ .. ;:. ❑ 1.i,.. . ::i.. .-.., Do not alter this document in any form. •ij;i : This is your license. It is unlawful for anyone other than the licensee to use this document. Q . ... t NMI= MEC 1 1 s? N Ron DeSantis.Governor �` '.;;� �TF�� Melanie S.Griffin. Secretary - 'gn A . t� FI nda r ,.,, „ � _ ."-T--- � •. ., .:..ti -.ai STATE OF FLORIDA Goo N4't.te' DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES r r..:.....7:4 ;., ` ` ,... _::: wry -. / mss. ;. _ _ - i ; I 1.4""y' KORNAHRENS, ROBERT P : % WIVE ADVANCED ROOFING INC--:-w. � 1950 NORTHWEST 22ND STREET M :6 FORT LAUDERDA i..."4, _i-___7:._ ; s!•., FL 33311 / ,1 -A / •, LICENSE NUMBER: CGC1507377 EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com ' ,' . 1 Do not alter this document in any form. 1.1 • t. TZ . . }• Ion This is your license. It is unlawful for anyone other than the licensee to use this document. /0( ...77....4,\X..itiffrRon DeSantis.Governor Melanie S.Griffin, Secretary to,,,,,,,,,, , . :Qi+ Fl filo mik STATE OF FLORIDA mo ‘kipr ,,,,,s o- DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE CLASS A AIR CONDITIONING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES *:' _ t --.-.-- -:-._ = --- e— %VIA ' Low •r r;77"—.. ,ocr: ":.7.7_ z— = t .,„„r • KORNAHRENS, THOMAS MICHAEL ' r�►� ADVANCED ROOFING, INC.' d' :V -_af„.. 1950 NW 22ND ST . Ifiat. ;' FORT LAUDERDALE, FL 33311t. --i, — ‘ f 4,s, / \t4;."....„,:-E1.7-7-.. : ti...;.-• ,. LICENSE NUMBER: CAC1818806 EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com ' T'": Do not alter this document in any form. * ;o : This is your license. It is unlawful for anyone other than the licensee to use this document. CI ' i I ,�Q1C41; _ ;,,, Ron DeSantis, Governor Melanie S.Griffin. Secretary ti,--.- • , 74:.. t\ Fl nda r4 {j�.'i-,. ',,,i . 14) .. ...,. . , .., V •` STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS' LICENSING BOARD THE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES Fag : --.---: - P-. 77- -7-,, et CERVONE, MICHAEL SCOTT i' ADVANCED ROOFING, ...._ c:7 INC4 1950 NW 22ND STREET 4. FORT LAUDERDALE r ' FL 33311 ,4;*'%::::::-;,/". ./ .4:..-t..'\4_, 1 LICENSE NUMBER: EC13006050 EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com 17 , . : ■❑ +#. T: ,.; .' Do not alter this document in any form. .' ,o : This is your license. It is unlawful for anyone other than the licensee to use this document. 6.45 i ---1-1.- . 1.- Ron DeSantis,Governor Melanie S.Griffin. Secretary i '-f d ba, , , ‘...,,;,,,,, 1 ' , _ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 11E_mak. ob IF THE SOLAR CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES . _`its,.:-ar. - A __.....,,_ ..,.e, : ` r - .c...... SOCKMAN, CLINTON ALAN %g:itt ADVANCED ROOFING INCUS :7i 1950 NW 22ND STREET :• FORT LAUDERDALE FL 33311- 4....4.4,- -:„.._,, :AD . 11...:,,, efly LICENSE MBER: CVC56792 EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com 1116-VN.,: _ Do not alter this document in any form. . Aiii:A 0 :;���o, . This is your license. It is unlawful for anyone other than the licensee to use this document. ir --- lir— • sir it M t ♦ ..i ,k*4011* .fie arr* ♦<ar+.; ... - _ r.� 4 I1,11 411 . .I e II NABCEP 0 64 a k .. Raising Standards. Promoting Confidence. r I,' NABCEF ' it The North American Board of 11/ ERT IFI Q E Certified Energy Practitioners IP I does hereby recognize that . i PV Installation A SE I 1 Professional ` s CLINTON SOCKMAN r has satisfied the requirements and standards for the PV Installation Professional 0 established by the NABCEP Board of Directors. I' Certification # PV-101913-002781 ' i Expires 12/19/2025 —70i-,2-----, e'\3 `'� ""-.� Donald B.Warfield, Board Chairfi�an iTo verify current status visit www.nabcep.org wii___Yril:i7 ilk AithillidliAillkAilligibiliglikAilliakilkiihillidliA a t: 40 i ,th•, le . ., * NABCEP ,.,.. 0 . ,,` Raising Standards. Promoting Confidence. 4 !kI Ais ill NABCEP *I .4 CERTIFIED The North American Board of 4 - Certified EnergyPractitioners 14 SYSTE NSPECT ..ir, does hereby recognize that Photovoltaic 4 YANFEI DING 4 has satisfied the requirements and standards for the Photovoltaic System Inspector -' 4 established by the NABCEP Board of Directors. D. ,,. Certification # PVSI-072019-028634 t.4 11%, 4 Expires 09/20/2025 --� 0 ' 4 Donald B.Warfield,Board Chan To verify current status visit www.nabcep.org t ' «.w4w4w4w4w4w4w4w4'4v4w4l4w4w ir-' ppr— *,flit * ♦4p.t - • �.,. ♦ _ter_♦ _ NABcEABCEP • Raising Standards. Promoting Confidence. CE CERTIFIED EThe North American Board of Certified Energy Practitioners does hereby recognize that PV Technical Sales E A Professional THOMAS GRIFFITH has satisfied the requirements and standards for the PV Technical Sales Professional established by the NABCEP Board of Directors. �`. Certification # PV-120521-013589 Pc Expires 12/04/2024 . Donald B.Warfield, Board Ch 1 To verify current status visit www.nabcep.org mac... Fi Ron DeSantis,Governor Melanie S.Griffin,Secretary FBPE 4w 1'r 'I PROFESS1oNABLEENGIN�ERS °%'0'. . ., STATE OF FLORIDA T BOARD OF PROFESSIONAL ENGINEERS cy, THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES pi' •r;- -. . : _-_ ; ---== —_ =,1.,� E. i • ` '/ - --_ i — a G, MYERS, GORDON WILLIAM - _ sift--,..= �; i '� � 4950 NW 7TH - „ ;Lr COCONUT CREEK FL 33063►;' . • 7 ,y 1 * • .` , N ,*4, ;.`+_ .1i• resew / qtr. LICENSE NUMBER: PE36852 EXPIRATION DATE: FEBRUARY 28, 2025 Always verify licenses online at MyFloridaLicense.com El.. 41 •. ;7-v- , Do not alter this document in any form. .- ;o: This is your license. It is unlawful for anyone other than the licensee to use this document. 641 ,iiiiii :\ Ron DeSantis,Governor Melanie S.Griffin,Secretary Qt`la _..�� FB P E I4.,-,4,54F-_-_,,,,‹� ' QTS` M?S gg� .4 . [6 P,,, � `� FLORIDA BOARDOF t9.'; :"G.e . ' ' PROFESSIONAL ENGINEERS •415 ,4 - STATE OF FLORIDA D�wE :,- BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES olir ORB `S, RUSSELL FRANCIS ..111-. 1950 NW 22ND STREET " .SRT LAUDERDALE .; FL 33311,•` • • .._ _ • ... 4.4 ... 4.4t. ..... , t LICE NUfER: •*,. `•3 ..1 EXPIRATION DATE: FEBRUARY 28, 2025 Always verify licenses online at MyFloridaLicense.com i•• . • ,.4• Do not alter this document in any form. Y -.: T„ o•. This is your license. It is unlawful for anyone other than the licensee to use this document. PROPOSAL FORM 4: CLEAN AIR WATER ACT I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970,as Amended (42 U.S. C. 1857 (h), Section 508 of the Clean Water Act,as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation,40 CFR Part 15 as required under OMB Circular A-102,Attachment 0,Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. Potential Vendor: Advanced Roofing, Inc. Title of Authorized Representative: Robert P. Kornahrens, President Mailing Address:_1950 NW 22nd St.,Fort Lauderdale,FL 33311 Signature: _.,71/17/?/- Page 12 of 46 PROPOSAL FORM 5: DEBARMENT NOTICE I,the Vendor, certify that my company has riot been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension",as described in the Federal Register and Rules and Regulations. Potential Vendor: Advanced Roofing, Inc Title of Authorized Representative: Robert P. Komahrens, President Mailing Address: 1950 NW 22ndndSt., Fort Lauderdale,FL 33311 Signature: ,_ f r �fl�' Page 13 of 46 PROPOSAL FORM 6: LOBBYING CERTIFICATION Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by Section 1352, Title 31, U.S.Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Any person who fails to file the required certification shall be subject to civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The undersigned certifies, to the best of his/her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid on behalf of the undersigned, 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 the awarding of a Federal contract, the making of a Federal grant,the making of a Federal loan, the entering into a cooperative agreement,and the extension,continuation, renewal,amendment, or modification of a Federal contract,grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been 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 or cooperative agreement,the undersigned shall complete and submit Standard Form LLL, "Disclosure of Lobbying Activities," in accordance with its instructions 3. The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding$100,000 in Federal funds at all appropriate tiers and that all sub-recipients shall certify and disclose accordingly Robes P Komahrens Signature of Respondent 04 262024 Date Pae 14 of 46 PROPOSAL FORM 7: CONTRACTOR CERTIFICATION REQUIREMENTS Contractor's Employment Eligibility By entering the contract,Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA), and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statutes of the states it will operate this contract in Participating Government Entities including School Districts may request verification of compliance from any Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws. Should the Participating Entities suspect or find that the Contractor or any of its subcontractors are not in compliance,they may pursue any and all remedies allowed by law, including, but not limited to: suspension of work,termination of the Contract for default,and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. The Respondent complies and maintains compliance with the appropriate statutes which requires compliance with federal immigration laws by State employers, State contractors and State subcontractors in accordance with the E-Verify Employee Eligibility Verification Program. Contractor shall comply with governing board policy of the Region 10 ESC Participating entities in which work is being performed. Fingerprint & Criminal Background Checks If required to provide services on school district property at least five(5)times during a month, contractor shall submit a full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately,the school district may fingerprint those persons or employees. An exception to this requirement may be made as authorized in Governing Board policy. The district shall conduct a fingerprint check in accordance with the appropriate state and federal laws of all contractors, subcontractors or vendors and their employees for which fingerprints are submitted to the district Contractor, subcontractors,vendors and their employees shall not provide services on school district properties until authorized by the District. The Respondent shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted. Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed. 7,71/ Robert P. Kornahrens 04.26.2024 Signature of Respondent Date Page 15 of 46 PROPOSAL FORM 8: ANTITRUST CERTIFICATION STATEMENTS (Tex.Government Code § 2155.005) I affirm under penalty of perjury of the laws of the State of Texas that: (1)I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; (2) In connection with this proposal, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; (3) In connection with this proposal, neither I nor any representative of the Company has violated any federal antitrust law; and (4) Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this proposal to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. VENDOR Advanced Roofing. Inc. ADDRESS 1q-150 NW 22nd St., RESPONDANT Fort Lauderdale, FL 33311 �..f Signature Michael Komahrens PHONE Office:(954)522.6868, Printed Name Contact-Michael Kornahrens:(954)553.8577 Executive Vice President I Managing Partner FAX (954)566.2967 Position with Company AUTHORIZING/ INOFFICIAL //1-- Signature Robert P. Kornahrens Printed Name President Position with Company Pace 16 of 46 PROPOSAL FORM 9: IMPLEMENTATION OF HOUSE BILL 1295 Certificate of Interested Parties(Form 1295): In 2015,the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or(2) has a value of at least$1 million.The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the commission's website. The commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015.The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law.The commission does not have any additional authority to enforce or interpret House Bill 1295. Filing Process: Staring on January 1, 2016,the commission will make available on its website a new filing application that must be used to file Form 1295. A business entity must use the application to enter the required information on Form 1295 and print a copy of the completed form, which will include a certification of filing that will contain a unique certification number. An authorized agent of the business entity must sign the printed copy of the form and have the form notarized.The completed Form 1295 with the certification of filing must be filed with the governmental body or state agency with which the business entity is entering into the contract. The governmental entity or state agency must notify the commission, using the commission's filing application, of the receipt of the filed Form 1295 with the certification of filing not later than the 30th day after the date the contract binds all parties to the contract.The commission will post the completed Form 1295 to its website within seven business days after receiving notice from the governmental entity or state agency. Information regarding how to use the filing application will be available on this site starting on January 1, 2016. https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Page 17 of 46 PROPOSAL FORM 10: BOYCOTT CERTIFICATION AND TERRORIST STATE CERTIFICATION BOYCOTT CERTIFICATION Respondent must certify that during the term of any Agreement, it does not boycott Israel and will not boycott Israel. "Boycott" means refusing to deal with,terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. Does vendor agree? (Initials of Authorized Representative) Respondent must certify that it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Respondent must aslo certify that it does not boycott energy companies; and will not boycott energy companies during the term of the contract. Does vendor agree? (Initials of Authorized Representative) TERRORIST STATE CERTIFICATION In accordance with Texas Government Code, Chapter 2252, Subchapter F, REGION 10 ESC is prohibited from entering into a contract with a company that is identified on a list prepared and maintained by the Texas Comptroller or the State Pension Review Board under Texas Government Code Sections 806.051, 807.051, or 2252.153. By execution of any agreement, the respondent certifies to REGION 10 ESC that it is not a listed company under any of those Texas Government Code provisions. Responders must voluntarily and knowingly acknowledge and agree that any agreement shall be null and void should facts arise leading the REGION 10 ESC to believe that the respondent was a listed company at the time of this procurement. Does vendor agree? (Initials of Authorized Representative) Page 18 of 46 PROPOSAL FORM 11: RESIDENT CERTIFICATION This Certification Section must be completed and submitted before a proposal can be awarded to your company. This information may be placed in an envelope labeled "Proprietary" and is not subject to public view. In order for a proposal to be considered,the following information must be provided. Failure to complete may result in rejection of the proposal: As defined by Texas House Bill 602, a "nonresident Bidder" means a Bidder whose principal place of business is not in Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. Texas or Non-Texas Resident ❑ I certify that my company is a "resident Bidder" ❑ I certify that my company qualifies as a "nonresident Bidder" If you qualify as a "nonresident Bidder," you must furnish the following information: What is your resident state? (The state your principal place of business is located.) Compan y Name Address City State Zip Page 19 of 46 PROPOSAL FORM 12: FEDERAL FUNDS CERTIFICATION FORM When a participating agency seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to,the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or"EDGAR" requirements). All Vendors submitting proposals must complete this Federal Funds Certification Form regarding Vendor's willingness and ability to comply with certain requirements which may be applicable to specific participating agency purchases using federal grant funds.This completed form will be made available to participating agencies for their use while considering their purchasing options when using federal grant funds. Participating agencies may also require Vendors to enter into ancillary agreements, in addition to the contract's general terms and conditions, to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Vendor should certify Vendor's agreement and ability to comply, where applicable, by having Vendor's authorized representative complete and initial the applicable lines after each section and sign the acknowledgment at the end of this form. If a vendor fails to complete any item in this form, Region 10 ESC will consider the Vendor's response to be that they are unable or unwilling to comply. A negative response to any of the items may, if applicable, impact the ability of a participating agency to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Any Contract award will be subject to Region 10 ESC General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order, participating agency ancillary contract, or Member Construction Contract agreed upon by Vendor and the participating agency which must be consistent with and protect the participating agency at least to the same extent as the Region 10 ESC Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal,you agree to these Vendor violation and breach of contract terms. Does vendor agree? (Initials of Authorized Representative) 2.Termination for Cause or Convenience: When a participating agency expends federal funds, the participating agency reserves the right to immediately terminate any agreement in excess of$10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror in the event Offeror fails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order; (2) make any payments owed; or(3) otherwise perform in accordance with the contract and/or the procurement solicitation. participating agency also reserves the right to terminate the contract immediately, with written notice to offeror, for convenience, if participating agency believes, in its sole discretion that it is in the best Page 20 of 46 interest of participating agency to do so. Offeror will be compensated for work performed and accepted and goods accepted by participating agency as of the termination date if the contract is terminated for convenience of participating agency. Any award under this procurement process is not exclusive and participating agency reserves the right to purchase goods and services from other offerors when it is in participating agency's best interest. Does vendor agree? (Initials of Authorized Representative) 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, all participating agency purchases or contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any participating agency purchase or contract that meets the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. Does vendor agree? (Initials of Authorized Representative) 4. Davis-Bacon Act: When required by Federal program legislation, Vendor agrees that,for all participating agency prime construction contracts/purchases in excess of$2,000,Vendor shall comply with the Davis-Bacon Act (40 USC 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition, Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at www.wdol.gov. Vendor agrees that, for any purchase to which this requirement applies, the award of the purchase to the Vendor is conditioned upon Vendor's acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland "Anti-Kickback" Act (40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. Page 21of46 Does vendor agree? (Initials of Authorized Representative) 5. Contract Work Hours and Safety Standards Act: Where applicable, for all participating agency contracts or purchases in excess of$100,000 that involve the employment of mechanics or laborers,Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week.The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Does vendor agree? (Initials of Authorized Representative) 6. Right to Inventions Made Under a Contract or Agreement: If the participating agency's Federal award meets the definition of"funding agreement" under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that "funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. Does vendor agree? (Initials of Authorized Representative) 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act(42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended—Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. Does vendor agree? Page 22 of 46 (Initials of Authorized Representative) 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3CFR Part 1989 Comp. p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government-wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all participating agencies with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Does vendor agree? (Initials of Authorized Representative) 9. Byrd Anti-Lobbying Amendment: Byrd Anti-Lobbying Amendment (31 USC 1352) --Vendors that apply or bid for an award exceeding $100,000 must 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 USC 1352. Each tier must 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 non-Federal award.As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with,the Byrd Anti-Lobbying Amendment (31 USC 1352). Does vendor agree? (Initials of Authorized Representative) 10. Procurement of Recovered Materials: For participating agency purchases utilizing Federal funds,Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a participating agency may require to confirm estimates and otherwise comply.The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, Page 23 of 46 and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Does vendor agree? (Initials of Authorized Representative) 11. Profit as a Separate Element of Price: For purchases using federal funds in excess of$150,000, a participating agency may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.323(b). When required by a participating agency, Vendor agrees to provide information and negotiate with the participating agency regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the participating agency shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative Contract. Does vendor agree? (Initials of Authorized Representative) 12. Domestic Preference Vendor must be prepared to provide a comprehensive list of the number of goods, products, and/or materials (including but not limited to iron, aluminum, steel, cement, and other manufactured products) being used for specific purchase orders under the contract award which were produced in the United States upon request to Region 10 ESC or any Equalis member who intends to use this contract with federal funds. Does vendor agree? (Initials of Authorized Representative) 13. Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment Vendor agrees that recipients and subrecipients are prohibited from obligating or expending loan or grant funds to procure or obtain, extend or renew a contract to procure or obtain, or enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems 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 from companies described in Public Law 115-232, section 889.Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to,the government of a covered foreign country are also prohibited. Does vendor agree? (Initials of Authorized Representative) 14. General Compliance and Cooperation with Participating Agencies: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a participating agency, it shall make a good faith effort to work with participating agencies to provide such information and to satisfy such requirements as may apply to a particular participating agency purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. Page 24 of 46 Does vendor agree? Yes,we agree RK (Initials of Authorized Representative) 15. Applicability to Subcontractors Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does vendor agree? Yes,we agree. RK (Initials of Authorized Representative) By signature below,I certify that the information in this form is true, complete,and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. Advanced Roofing, Inc _ Company Name Signature of Authorized Company Official Robert P. Komahrens Printed Name President Title 04.26 2024 Date Page 25 of 46 PROPOSAL FORM 13: FEMA REQUIREMENTS When a participating agency seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law.This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or "EDGAR" requirements). Additionally, Appendix II to Part 200 authorizes FEMA to require or recommend additional provisions for contracts. All respondents submitting proposals must complete this FEMA Recommended Contract Provisions Form regarding respondent's willingness and ability to comply with certain requirements which may be applicable to specific participating agency purchases using FEMA funds. This completed form will be made available to Members for their use while considering their purchasing options when using FEMA grant funds. Members may also require Supplier Partners to enter into ancillary agreements, in addition to the contract's general terms and conditions,to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Respondent should certify Respondent's agreement and ability to comply,where applicable, by having respondents authorized representative complete and initial the applicable lines after each section and sign the acknowledgment at the end of this form. If a Respondent fails to complete any item in this form, Region 10 ESC will consider the respondent's response to be that they are unable or unwilling to comply. A negative response to any of the items may, if applicable, impact the ability of a participating agency to purchase from the Supplier Partner using federal funds. 1.Access to Records For All Procurements The Winning Supplier agrees to provide the participating agency,the pass-through entity(if applicable), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives 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. The Winning Supplier agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. The Winning Supplier 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. Does Respondent agree? (Initials of Authorized Representative) For Contracts Entered into After August 1, 2017 Under a Major Disaster or Emergency Declaration In compliance with section 1225 of the Disaster Recovery Reform Act of 2018, the participating agency, and the Winning Supplier 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" Does Respondent agree? (Initials of Authorized Representative) 2. Changes Page 26 of 46 FEMA recommends that all contracts include a changes clause that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract.The language of the clause may depend on the nature of the contract and the procured item(s) or service(s). The participating agency should also consult their servicing legal counsel to determine whether and how contract changes are permissible under applicable state, local, or tribal laws or regulations. Does Respondent agree? (Initials of Authorized Representative) 3. Use of DHS Seal, Logo, and Flags The Winning Supplier shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval.The contractor shall include this provision in any subcontracts. Does Respondent agree? (Initials of Authorized Representative) 4. Compliance with Federal Law, Regulations,And Executive Orders and Acknowledgement of Federal Funding This is an acknowledgement that when FEMA financial assistance is used to fund all or a portion of the participating agency's contract with the Winning Supplier,the Winning Supplier will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. Does Respondent agree?_. (Initials of Authorized Representative) 5. No Obligation by Federal Government The federal government is not a party to this or any contract resulting from this or future procurements with the participating agencies 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. Does Respondent agree? (Initials of Authorized Representative) 6. Program Fraud and False or Fraudulent Statements or Related Acts The Winning Supplier 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. Does Respondent agree? (Initials of Authorized Representative) 7.Affirmative Socioeconomic Steps If subcontracts are to be let, the Winning Supplier is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5)to ensure that small and minority businesses, women's business enterprises, and labor surplus area firms are used when possible. Does Respondent agree? (Initials of Authorized Representative) 8. License and Delivery of Works Subject to Copyright and Data Rights Page 27 of 46 The Winning Supplier grants to the participating agency, 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 Winning Supplier will identify such data and grant to the participating agency 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 Winning Supplier will deliver to the participating agency data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the (insert name of the non-federal entity). Does Respondent agree? (Initials of Authorized Representative) Page 28 of 46 PROPOSAL FORM 14: ADDITIONAL ARIZONA CONTRACTOR REQUIREMENTS AZ Compliance with Federal and state requirements: Contractor agrees when working on any federally assisted projects with more than $2,000.00 in labor costs, to comply with all federal and state requirements, as well as Equal Opportunity Employment requirements and all other federal and state laws, statutes, etc. Contractor agrees to post wage rates at the work site and submit a copy of their payroll to the member for their files. Contractor must retain records for three years to allow the federal grantor agency access to these records, upon demand. Contractor also agrees to comply with the Arizona Executive Order 75-5, as amended by Executive Order 99-4. When working on contracts funded with Federal Grant monies, contractor additionally agrees to comply with the administrative requirements for grants, and cooperative agreements to state, local and federally recognized Indian Tribal Governments. AZ Compliance with workforce requirements: Pursuant to ARS 41-4401, Contractor and subcontractor(s) warrant their compliance with all federal and state immigration laws and regulations that relate to their employees, and compliance with ARS 23-214 subsection A,which states, ..."every employer, after hiring an employee, shall verify the employment eligibility of the employee through the E-Verify program" Region 10 ESC reserves the right to cancel or suspend the use of any contract for violations of immigration laws and regulations. Region 10 ESC and its members reserve the right to inspect the papers of any contractor or subcontract employee who works under this contract to ensure compliance with the warranty above. AZ Contractor Employee Work Eligibility: By entering into this contract, contractor agrees and warrants compliance with A.R.S. 41-4401, A.R.S. 23-214,the Federal Immigration and Nationality Act (FINA), and all other Federal immigration laws and regulations. Region 10 ESC and/or Region 10 ESC members may request verification of compliance from any contractor or sub contractor performing work under this contract. Region 10 ESC and Region 10 ESC members reserve the right to confirm compliance. In the event that Region 10 ESC or Region 10 ESC members suspect or find that any contractor or subcontractor is not in compliance, Region 10 ESC may pursue any and all remedies allowed by law, including but not limited to suspension of work, termination of contract, suspension and/or debarment of the contractor. All cost associated with any legal action will be the responsibility of the contractor. AZ Non-Compliance: All federally assisted contracts to members that exceed $10,000.00 may be terminated by the federal grantee for noncompliance by contractor. In projects that are not federally funded, Respondent must agree to meet any federal, state or local requirements as necessary. In addition, if compliance with the federal regulations increases the contract costs beyond the agreed on costs in this solicitation,the additional costs may only apply to the portion of the work paid by the federal grantee. Registered Sex Offender Restrictions(Arizona): For work to be performed at an Arizona school, contractor agrees that no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are present, or reasonably expected to be present. Contractor agrees that a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at the Region 10 ESC member's discretion. Contractor must identify any additional costs associated with compliance to this term. If no costs are specified, compliance with this term will be provided at no additional charge. Page 29 of 46 Offshore Performance of Work Prohibited: Due to security and identity protection concerns, direct services under this contract shall be performed within the borders of the United States. Terrorism Country Divestments: In accordance with A.R.S. 35-392, Region 10 ESC and Region 10 ESC members are prohibited from purchasing from a company that is in violation of the Export Administration Act. By entering into the contract, contractor warrants compliance with the Export Administration Act. The undersigned hereby accepts and agrees to comply with all statutory compliance and notice requirements listed in this document. Signature of Respondent Date Page 30 of 46 PROPOSAL FORM 15: OWNERSHIP DISCLOSURE FORM (N.J.S. 52:25-24.2) Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law),the Respondent shall complete the form attached to these specifications listing the persons owning 10 percent (10%) or more of the firm presenting the proposal. Company Name: Street: City,State,Zip Code: Complete as appropriate: / , certify that l am the sole owner of , that there are no partners and the business is not incorporated, and the provisions of N.J.S. 52:25-24.2 do not apply. OR: I , a partner in , do hereby certify that the following is a list of all individual partners who own a 10%or greater interest therein. I further certify that if one(1)or more of the partners is itself a corporation or partnership, there is also set forth the names and addresses of the stockholders holding 10%or more of that corporation's stock or the individual partners owning 10%or greater interest in that partnership. OR: , an authorized representative of , a corporation, do hereby certify that the following is a list of the names and addresses of all stockholders in the corporation who own 10%or more of its stock of any class. I further certify that if one (1)or more of such stockholders is itself a corporation or partnership, that there is also set forth the names and addresses of the stockholders holding 10%or more of the corporation's stock or the individual partners owning a 10%or greater interest in that partnership. (Note: If there are no partners or stockholders owning 10%or more interest, indicate none.) Name Address Interest I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. Authorized Signature and Title Date Page 31 of 46 PROPOSAL FORM 16: NON-COLLUSION AFFIDAVIT Company Name: Street: City,State,Zip Code: State of New Jersey County of I, of the Name City in the County of , State of of full age, being duly sworn according to law on my oath depose and say that: I am the of the firm of Title Company Name the Respondent making the Proposal for the goods, services or public work specified under the Harrison Township Board of Education attached proposal, and that I executed the said proposal with full authority to do so; that said Respondent has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above proposal, and that all statements contained in said bid proposal and in this affidavit are true and correct, and made with full knowledge that the Harrison Township Board of Education relies upon the truth of the statements contained in said bid proposal and in the statements contained in this affidavit in awarding the contract for the said goods, services or public work. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission,percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by Company Name Authorized Signature& Title Subscribed and sworn before me this day of , 20 Notary Public of New Jersey My commission expires , 20 SEAL Page 32 of 46 PROPOSAL FORM 17:AFFIRMATIVE ACTION AFFIDAVIT (P.L.1975, C.127) Company Name: Street: City,State,Zip Code: Bid Proposal Certification: Indicate below your compliance with New Jersey Affirmative Action regulations. Your proposal will be accepted even if you are not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional& Service Contracts(Exhibit A) Vendors must submit with proposal: 1. A photo copy of their Federal Letter of Affirmative Action Plan Approval OR 2. A photo copy of their Certificate of Employee Information Report OR 3. A complete Affirmative Action Employee Information Report(AA302) Public Work—Over$50,000 Total Project Cost: A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201-A upon receipt from the Harrison Township Board of Education B. Approved Federal or New Jersey Plan—certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. Authorized Signature and Title Date P.L. 1995,c. 127(N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract,the contractor agrees as follows: The contractor or subcontractor,where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, Page 33 of 46 national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor,where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where applicable,will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice,to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions,that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary,to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. Page 34 of 46 The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27). Signature of Procurement Agent Page 35 of 46 PROPOSAL FORM 18: C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information is available in Local Finance Notice 2006-1 (https://www.nj.gov/dca/divisions/digs/resources/Ifns 2006.html). 1. The disclosure is required for all contracts in excess of$17,500 that are not awarded pursuant to a "fair and open" process (N.J.S.A. 19:44A-20.7). 2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents or in an appropriate computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public agencies, including all public agencies that have elected officials in the county of the public agency, state legislative positions, and various state entities. The Division of Local Government Services recommends that contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a) The Division has prepared model disclosure forms for each county. They can be downloaded from the "County PCD Forms" link on the Pay-to-Play web site at https://www.state.nj.us/dca/divisions/digs/programs/pay 2 play.html They will be updated from time-to-time as necessary. b) A public agency using these forms should edit them to properly reflect the correct legislative district(s). As the forms are county-based,they list all legislative districts in each county. Districts that do not represent the public agency should be removed from the lists. c) Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county. These submissions are appropriate and should be accepted. d) The form may be used "as-is", subject to edits as described herein. e) The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the form;where that is not the case, the text should be edited accordingly. f) The form is a Word document and can be edited to meet local needs, and posted for download on web sites, used as an e-mail attachment, or provided as a printed document. 5. It is recommended that the contractor also complete a "Stockholder Disclosure Certification." This will assist the local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract. (See Local Finance Notice 2006-7 for additional information on this obligation) A sample Certification form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to Boards of Education. Page 36 of 46 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and open" process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A-20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: 1. any State, county, or municipal committee of a political party 2. any legislative leadership committee' 3. any continuing political committee (a.k.a., political action committee) 4. any candidate committee of a candidate for, or holder of, an elective office: 1. of the public entity awarding the contract 2. of that county in which that public entity is located 3. of another public entity within that county 4. or of a legislative district in which that public entity is located or, when the public entity is a county, of any legislative district which includes all or part of the county.The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: 5. individuals with an "interest" ownership or control of more than 10%of the profits or assets of a business entity or 10%of the stock in the case of a business entity that is a corporation for profit 6. all principals, partners, officers, or directors of the business entity or their spouses 7. any subsidiaries directly or indirectly controlled by the business entity 8. IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity and filing as continuing political committees, (PACs). When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall be deemed to be a contribution by the business entity." [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report.The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form, a content-consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts. N.J.S.A. 19:44A-3(s): "The term "legislative leadership committee" means a committee established, authorized to be established, or designated by the President of the Senate,the Minority Leader of the Senate, the Speaker Page 37 of 46 of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1)for the purpose of receiving contributions and making expenditures." C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant To N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I—Vendor Information Vendor Name: Address: City: State: Zip: The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. Signature Printed Name Title Part II—Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. ❑ Check here if disclosure is provided in electronic form. Contributor Name Recipient Name Date Dollar Amount ❑ Check here if the information is continued on subsequent page(s) Page 38 of 46 Continuation Page C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant To N.J.S.A. 19:44A-20.26 Page of Vendor Name: Contributor Name Recipient Name Date Dollar Amount ❑ Check here if the information is continued on subsequent page(s) Page 39 of 46 List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District#5: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive) Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM,OR DOWNLOAD FROM WWW.NJ.GOV/DCA/LGS/P2P A COUNTY- BASED, CUSTOMIZABLE FORM. Page 40 of 46 PROPOSAL FORM 19: STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business: ❑X I certify that the list below contains the names and home addresses of all stockholders holding 10%or more of the issued and outstanding stock of the undersigned. OR ❑ I certify that no one stockholder owns 10%or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: ❑ Partnership ❑ Sole Proprietorship ❑ limited Liability ❑ Limited Partnership Partnership ® Corporation ❑ Limited Liability ❑ Subchapter S Corporation Corporation Sign and notarize the form below, and,if necessary, complete the stockholder list below. Stockholders: Name: Robert P. Kornahrens Name: Michael Kornahrens Home Address: 1950 NW 22nd St., Home Address: 1950 NW 22nd St., Fort Lauderdale, FL 33311 Fort Lauderdale, FL 33311 Name: Kevin Kornahrens Name: Home Address: Home Address: 1950 NW 22nd St., Fort Lauderdale, FL 33311 Name: Name: Home Address: Home Address: Subscribed and sworn before me this 26thday of 411 /A " April,24 . (Affiant) (Notary Public) Robert P. Kornahrens, President (Print name&title of affiant) .01111.1111 My Commission expires: .0,1D R00.!% (Corporate Seal) 4 '¢p 4 :: TOMARA MARTIN ► • SEAL • A Nctary Public State o(Florida I Z • 1983 Fi CommIssior N MM 414788 Page 41 of 46 ' or n.4/ My Comm.Expires Oct 19,2027 I '��ii RL O►j I I •Bonded through Natuna!Notary Assn. ( ,' *itnHss�ts�`,`,``` PROPOSAL FORM 20: GENERAL TERMS AND CONDITIONS ACCEPTANCE FORM Signature on the Vendor Contract Signature form certifies complete acceptance of the General Terms and Conditions in this solicitation, except as noted below(additional pages may be attached, if necessary). Check one of the following responses to the General Terms and Conditions: n We take no exceptions/deviations to the general terms and conditions (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) n We take the following exceptions/deviations to the general terms and conditions. All exceptions/deviations must be clearly explained. Reference the corresponding general terms and conditions that you are taking exceptions/deviations to. Clearly state if you are adding additions terms and conditions to the general terms and conditions. Provide details on your exceptions/deviations below: (Note: Unacceptable exceptions shall remove your proposal from consideration for award. Region 10 ESC shall be the sole judge on the acceptance of exceptions/deviations and the decision shall be final.) Page 42 of 46 PROPOSAL FORM 21: EQUALIS GROUP ADMINISTRATION AGREEMENT Requirements for Master Agreement To be administered by Equalis Group Attachment A, Equalis Group Administrative Agreement is used in administering Master Agreements with Region 10 and is preferred by Equalis Group. Redlined copies of this agreement should not be submitted with the response. Should a respondent be recommended for award, this agreement will be negotiated and executed between Equalis Group and the respondent. Respondents must select one of the following options for submitting their response. Q Respondent agrees to all terms and conditions outlined in each of the Administration Agreement. O Respondent wishes to negotiate directly with Equalis Group on terms and conditions outlined in the Administration Agreement. Negotiations will commence after sealed Proposals are opened and Region 10 has determined the respondent met all requirements in their response and may be eligible for award. Page 43 of 46 PROPOSAL FORM 22: OPEN RECORDS POLICY ACKNOWLEDGEMENT AND ACCEPTANCE OPEN RECORDS POLICY ACKNOWLEDGMENT AND ACCEPTANCE Be advised that all information and documents submitted will be subject to the Public Information Act requirements governed by Chapter 552 of the Texas Government Code. Because contracts are awarded by a Texas governmental entity,all responses submitted are subject to release as public information after contracts are executed. If a Respondent believes that its response,or parts of its response, may be exempted from disclosure to the public, the Respondent must specify page-by-page and line-by-line the parts of the response,which it believes,are exempted from disclosure. in addition,the. Respondent must specify which exceptions)are applicable and provide detailed reasons to substantiate the exception(s). Respondent must provide this information on the "Acknowledgement and Acceptance to Region 10 ESC's Public Information Act Policy"form found on the next page of this solicitation. Any information that is unmarked will be considered public information and released,it requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General(GAG). Region 10 ESC must provide the OAG with the information requested in order for the OAG to render an opinion. In such circumstances, Respondent will be notified in writing that the material has been requested and delivered to the OAG Respondent will have an opportunity to make arguments to the OAG in writing regarding the exception(s)to the TPIA that permit the information to be withheld from public disclosure. Respondents are advised that such arguments to the OAG must be specific and well-reasoned--vague and general claims to confidentiality by the Respondent are generally not acceptable to the OAG. Once the OAG opinion is received by Region 10 ESC,Region 10 ESC must comply with the opinions of the OAG. Region 10 ESC assumes no responsibility for asserting legal arguments on behalf of any Respondent. Respondents are advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Atter completion of award, these documents will be available for public inspection. Signature below certifies complete acceptance of Region 10 ESC's Open Records Policy,except as noted below (additional pages may be attached,if necessary).Check one of the following responses to the Acknowledgment and Acceptance of Region 10 ESC's Open Records Policy below: I We acknowledge Region 10 ESC's Public Information Act policy and declare that no information submitted with this proposal,or any part of our proposal, is exempt from disclosure under the Public Information Act. (Note:All information believed to be a trade secret or proprietary must be listed below. It is further understood that failure to identify such information,in strict accordance with the instructions below,will result in that information being considered public information and released,if requested under the Public Information Act.) XQ We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act. (Note:Respondent must specify page-by-page and line-by-line the parts of the response, which it believes,ore exempt In addition, Respondent must specify which exception(s)are applicable and provide detailed reasons to substantiate the exception(s). 04.26.2024 � 1/,/4 Robert P. Kornahrens,President Date Authorized Signature& Title Page 44 of 46 PROPOSAL FORM 23: VENDOR CONTRACT AND SIGNATURE FORM The undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. The undersigned further certifies that he/she is an officer of the company and has authority to negotiate and bind the company named below and has not prepared this proposal in collusion with any other Respondent and that the contents of this proposal as to prices, terms or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any person engaged in this type of business prior to the official opening of this proposal. VENDORS MUST SUBMIT THIS FORM COMPLETED AND SIGNED WITH THEIR RESPONSE TO BE CONSIDERED Company name Advanced Roofin6. Inc. Address 1950 NW 2_2nd St.. _ City/State/Zip Fort Lauderdale, FL 33311 Telephone No. Office: (954)522.6868, Contact - Michael Kornahrens: (954) 553.8577 Fax No. (954) 566.2967 Email address _M ichaeIK@advancedroofing.com Printed name Robert P. Kornahrens Position with company President Authorized signature ' r/ — — Term of contract July 1,2024 to June 30, 2026 Unless otherwise stated, all contracts are for a period of two(2)years with an option to renew annually for an additional three (3)years if agreed to by Region 10 ESC. Vendor shall honor all administrative fees for any sales made based on the contract whether renewed or not. Region 10 ESC Authorized Agent Date Print Name Equalis Group Contract Number Page 45 of 46 EXPERIENCE MATTERS. ADVANCED 0 ROOFING CC-CO24413 ESTABLISHED 1983 COMPANY PROFILE Advanced Roofing, Inc. is uniquely positioned to bring the most innovative roofing techniques and products our customers. ARI began in 1983 and has since grown to be South Florida's premier commercial roofing specialist. We have become a full-service roofing contractor, consisting of: a service department providing repairs and maintenance, metal roofing department, HVAC department, a custom sheet metal fabrication department, crane division, electrical division and solar/renewable energy department. We fully acknowledge and understand the challenges inherent in every roofing project; particularly the specialty work required on occupied buildings. Our extensive experience in roofing occupied government facilities has made us mindful and aware that we must accommodate you in having as little disruption as possible during the roofing process. We are pleased to announce that we have won "The Excelle Protection Award". We received this honor(in which only 35 out of thousands of contractors received this award in the USA). You can count on ARI to bring over 40 years of impeccable service along with our outstanding safety record throughout every phase of the project. You can expect constant communication, excellent workmanship and superior service from start to finish. Any challenge is an opportunity for us to bring a solution. From the time you sign with us, we've got it all covered. When we say we'll do something, you can swear by it. Established in 1983,Advanced Roofing, Inc. is a full-service commercial roofing company. With "Commitment to Quality" through solving customers' needs with premium materials and excellent craftsmanship, Advanced Roofing has been named one of the top ten roofing contractors in the United States. Licensed, bonded and insured,Advanced Roofing's dedication to safety, professionalism, and quality work is signified through the satisfaction of hundreds of customers. Advanced Roofing has your solutions all under one roof. In addition, due to Advanced Roofing's elite status in the industry, we are able to provide our customers with additional benefits including: • Named#1 Roofing Contractor in South Florida • $150 million Bonding Capacity • Additional Captive Insurance • FPL Approved Contractor • Certified with all major manufacturers • Full Safety Division • In-house Sheet Metal Department, Crane Division, HVAC, Electrical, Lightning Protection, Solar • 24/7 Service and Emergency Repairs 1I1 EXPERIENCE MATTERS. ADVANCED = ROOFING CC-CO24413 — ESTABLISHED 1983 We offer a wide variety of roof systems to fit your needs, and we are certified by every major material manufacturer to install the highest quality roofing systems with the best warranties. Our goal is to make the roofing process easy and hassle free for you, our customer. Roofing of occupied buildings is a highly technical process. Our experience constantly improves,from protecting the property, documentation, existing conditions, pre-construction,job meetings, code compliance, involving building departments, manufacturers' representatives, close out and getting other recommendations from you. Our roofing department has over 500 expertly trained Construction Managers,foreman, roofing mechanics and laborers.They are all intensively trained in roofing safety procedures. Our service department handles all major and minor problems that may occur on your roof quickly, efficiently, and at a reasonable cost. With over 500 buildings,totaling over 14 million square feet of roof, under Advanced Roofing's Proactive Maintenance Agreement, our commitment to service speaks for itself. Advanced Roofing's dedication to clients has allowed Advanced Roofing to grow, expand, and service the roofing needs of some of Florida's biggest businesses, government entities, schools, and more. In 1994,Advanced Roofing established DBA Advanced Air Systems to specialize in HVAC new construction, retrofit, unit change outs, service repairs, and maintenance solutions for residential, commercial, industrial, institutional and historical properties throughout Florida. Advanced Air Systems holds a Class A license with services unlimited in the execution of contracts requiring the experience, knowledge, and skill to install, maintain, repair, fabricate, alter, extend, or design central air-conditioning, refrigeration, heating, and ventilating systems. EXISTING TERM CONTRACTS South Area Term Contracts: • Port Everglades Roof Repair, Replacment 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 County Wide Roofing 2IPage EXPERIENCE MATTERS. ADVANCEDo ROOFING .14 CC-CO24413 ESTABLISHED 1983 • 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) • 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 & Replacemenet 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 3IF EXPERIENCE MATTERS. ADVANCED - RD0FING CC-CO24413 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 Federal Term Contracts: • TCPN(Roof Connect) Private Entity Term Contracts: • Publix Supermarket • Pratt&Whitney • UPS • FPL-CBRE • Memorial Healthcare Systems 4IPage EXPERIENCE MATTERS. ADVANCED ("41) A. ROOFING CC-CO24413 ESTABLISHED 1983 QUALIFICATIONS OF BIDDER'S KEY PERSONNEL Robert Kornahrens CEO, President Founder of Advanced Roofing Inc. and oversees all company operations. INN t' V Experience: Rob Kornahrens is a leader in the commercial roofing industry for more than 40 years. Before starting Advanced Roofing in 1983, he worked with Triple M Roofing Corporation in New York. During his tenure at Triple M, Rob held numerous field positions and was eventually promoted to Branch ` / Manager where he was responsible for opening and operating new branches in both Atlanta and Fort Lauderdale. Education: B.S. Degree in Business Administration from University of Arizona, 1979 Michael Kornahrens Vice President 'vimil Michael joined Advanced Roofing in 1998 and is responsible for overseeing the operations and management of all divisions. (AP Experience: Born into the roofing industry, Michael has held many positions at Advanced Roofing over the past 18 years, including leading the Metal Roofing and Renewable Energy divisions. His responsibilities include developing rooftop and solar designs, coordinating subcontractors, and managing project installations throughout the United States and Canada. Education: B.A. in Management and Marketing, Florida Atlantic University Clint Sockman Vice President g. Clint joined Advaned Roofing in 1998 and is responsible for oversseing the the Re-Roofing and Renewable Energy Divisions. fif Experience: A second generation roofer with more than two decades of experience in the roofing, solar, and construction industries. Education: University of Cincinnati, Information Systems minor in International Business. Licenses: Florida State Roofing and Solar Contractors; Certifications: NABCEP, LEED. Member of the American Society of Professional Estimators (ASPE). Constructions Specifications Institute (CSI). 5IPage EXPERIENCE MATTERS. ADVANCED — RDDFING ._ CC-CO24413 — ESTABLISHED 1983 Kevin Kornahrens Executive Vice President cm:\ Started with Advanced Roofing Inc. in 2005 and is responsible for overseeing the operations and management of all divisions. (0 Experience: Mr. Kornahrens leads the administration team for Advanced Roofing Inc. His primary focus is on Human Resources, Safety, Legal, Information Technologies, and Marketing Departments. His responsibilities include management of strategic business planning, staffing, ERP system implementation, public relations and safety. Education: SPHR, Senior Professional in Human Resources. M.B.A. Degree in finance from the University of Miami. B.S. Degree in Management Information Systems,from Florida State University. B.A. Degree in Marketing, from Florida State University. B.A. Degree in Multinational Business from Florida State University. Jessica Kornahrens Senior Project Manager Jessica joined Advanced Roofing Inc. in 2001 and is a Project Manager that oversses multiple projects. ' Experience: As a Senior Project Manager, Jessica handles the management of multiple projects on time,within budget, and to the satisfaction of the client; from project turnover through project close out. She serves as a liaison to customers, consultants, architects, subcontractors and vendors. Education: B.S. Degree in Psychology,from Florida State University. B.S. Degree in Business Management, from Florida State University. Randy Gibson Business Development Randy joined Advanced Roofing in 2015 and is responsible for business development and sales. ..ii, Experience: Randy has over 40 years of experience in the roofing industry. Prior to joining Advanced Roofing, Randy held management positions with national roofing contractors, and founded and operated a commercial roofing business for 25 years. Education: Randy has supplemented his extensive commercial roofing experience with on-the-job training in various fields and systems. Additionally, he has taken numerous continuing education courses related to the roofing and construction industry. 6IPage EXPERIENCE MATTERS. ADVANCED = ROOFING CC-CO24413 ESTABLISHED 1983 Paul Murphy HVAC Service Manager Paul joined Advanced Roofing Inc. in 2017 and is the HVAC Service Manager that manages the daily operations of the HVAC division. +.•• "' Experience: Paul has over 18 years of experience in the HVAC experience with 8 years of experience as a service manager. Paul has extensive knowledgeon water cooled systems, chillers and cooling towers. Education: Broward College, Majoring in Business Administration. VFD Certification. Bryan Cardona " Safety Director Bryan joined Advaned Roofing in 2013 and is the company wide Safety Director. Experience: Bryan has a decade of experienced in the areas of Occupational Safety and Health Management. Bryan's goal for Advanced Roofing is to continue being an industry leader in safety while promoting a safety culture and growing OSHA partnerships. Education: OSHA Authorized Construction Trainer, which allows Bryan to implement the OSHA 10 and 30-hour training courses for our field staff. 7IPage EXPERIENCE MATTERS. ADVANCED = ROOFING .: CC-CO24413 ESTABLISHED 1983 SUPERVISORY & STAFFING CAPABILITIES Advanced Roofing, Inc.'s methodology and approach is unique in its structure because our set up is based on 38 years of real-life experience within the roofing industry. We have the capacity of tailoring our system to the needs of the project regardless of the size and contract requirements. Pre-job planning, documentation and communication are key to our operations. In order to execute the project in a timely, cost-effective and quality manner, we invest quality time with our full team of Estimators, Engineers, Project Managers and Construction Team prior to commencement of all our field operations; again regardless of the size of the project. The typical size of our crew is 8-10 men,this can vary as required per project. Our pre-project planning process is quite extensive. The entire team must understand all phases of the project in order to maintain an efficient line of communication throughout the project. Each member is provided with a project binder with includes the following information: • Contact Names and Numbers • Emergency Procedures • Scope of Work, Project Plans/Specifications • Material Listing, MSDS Sheets • Project Schedule • Permit Information Our Project Team assembles once a week or as needed to discuss project status and if necessary, effect any changes that may be required to maintain efficiency and schedule. Each member is equipped with Nextel radios and cellular phones with email access to maintain communication at all times. Training of our field and office personnel is ongoing and is accomplished through on-site hands- on training classes provided by the various manufacturers we are approved by. The field staff and apprentices go through a three year training program The President and Vice President attended a TQM class developed by the National Roofing Contractors Association through the University of Chicago Business College. Our Executive Management Team meets twice a month with a two hour "huddle" meeting and once a month for an all day executive meeting off site. Advanced Roofing, Inc. also has a full fleet that consists of dump trucks, cranes, boom trucks, flat beds, kettles, and more. By offering these services in-house,we're able to provide our customers more for their money. And that's one of our professional solutions. We use various computer based applications for tracking a project form the inception of the project to its completion. We have developed our in-house software "RFP Manager" for tracking all in-coming projects. We also utilize Roof Express, CAD Program, Spitfire Project Management Software, and Solomon Accounting Software. 8ILaaya EXPERIENCE MATTERS. ADVANCED = ROOFING CC-CO24413 i---"" ESTABLISHED 1983 SUBCONTRACTORS 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 contracting and utilize whenever possible. 9IPage EXPERIENCE MATTERS. ADVANCED = ROOFING .= CC-CO24413 ESTABLISHED 1983 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 www.ad vancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street Fort Lauderdale) Florida 33311 EXPERIENCE MATTERS. I ADVANCED0 ROOFING . CC-CO24413 ESTABLISHED 1983 Sheet Metal Duval Sheet Metal, Inc. African-American M/WBE 2200 4T"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 www.advancedroofing.com 81)(J 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale' Florida 33311 EXPERIENCE MATTERS. ADVANCED . , ROOFING .. CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME diiiip Robert Kornahrens CEO, President Founder of Advanced Roofing Inc. and oversees all company operations. EXPERIENCE Rob Kornahrens is a leader in the commercial roofing industry for more than 40 years. Before starting Advanced Roofing in 1983, he worked with Triple M Roofing Corporation in New York. During his tenure at Triple M, Rob held numerous field positions and was eventually promoted to Branch Manager where he was responsible for opening and operating new branches in both Atlanta and Fort Lauderdale. EDUCATION B.S. Degree in Business Administration from University of Arizona, 1979 ASSOCIATIONS The Executive Association of Fort Lauderdale-Past President WinterFest Board of Directors-Chairman Construction Executive Association-Past President Broward Workshop RoofConnect founding Member/Chairman of the S.W.A.T.Team NRCA—National Roofing Contractors Assocation Center for Environmental Invention in Roofing Board Member TEC Group-12 year member FRSA—Florida Roofing&Sheet Metal Association RCASF LICENSES Roofing Contractor#CCCO24413 General Contractor#CGC1S07377 www.ad vancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdalel Florida 33311 EXPERIENCE MATTERS. ADVANCED = ROOFING .= CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME 3 (1410 Michael W. Kornahrens Vice President of Advanced Roofing& President of Advanced Green Technologies EXPERIENCE Advanced Roofing, Inc. Executive Vice President 2015-Present Advanced Roofing is ranked as the largest commercial re-roofing company in Florida and top 10 in North America by Roofing Contractor Magazine. Michael managed large-scale commercial re- roofing projects and is responsible for all aspects of ARI's daily business including business development, design and engineering, product selection, overseeing project management staff, and high level operations supervision and directions. Advanced Green Technologies President: 2008-Present As Co- Founder and President of Advanced Green Technologies, Michael Kornahrens develops and implements strategies, relationships and standards for the organization in the United States and Canada. His experience includes developing solar rooftop and ground mounted designs, coordinating subcontractors, and managing solar system installations. To date, Michael is responsible for successfully completing more than 250 Megawatts of renewable energy projects in North America and the Caribbean, and is a driving force behind why Solar Builder Magazine has chosen Advanced Green Technologies as a Top Solar Contractor in North America 2012-15. EDUACATION • B.S. Degree in Business Administration from Florida Atlantic University • Florida Roofing Contractor License www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale' Florida 33311 EXPERIENCE MATTERS. ADVANCED ROOFING CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME Clinton A.Sockman, CSI,CDT Vice President of Business Development& Renewable Energy Clint joined Advanced Roofing in June 2004 as an Estimator and Project Manager.Through his extensive knowledge and expertise in solar photovoltaic roof systems, he was promoted to Vice President of Renewable Energy and oversees all of our solar projects. Mr.Sockman is responsible for all aspects of ARE's daily business including business development,design and engineering, product selection,overseeing project management staff, and high level operations supervision and directions. EXPERIENCE Over 15 years in commercial, industrial and government related roofing industry. Coming from a strong commercial roofing background Mr. Sockman brings over twelve(12) million square feet of successful commercial roofing project experience and over three(3) megawatts(mW)of successful photovoltaic installation experience valued at over$70M dollars to the Advanced Renewable Energies team. EDUCATION University of Cincinnati, Information Systems with minor in International Business LICENSES • State of Florida Certified Solar Contractor:CVC56792 • State of Florida Certified Roofing Contractor:CCC1329557 • State of Florida Certified General Contractor License#CGC1521128 • NABCEP License#PV-101913-002781 ACCREDITATIONS North American Board of Certified Energy Practitioners(NABCEP) Certified Installer Occupational Safety and Health Administration (OSHA) 30 HR Certified Construction Specifications Institute Construction Documents Technologist(CDT) American Society of Professional Estimators Solar Energy International—Solar Electric Grid Direct Design Baker Communications: Win-Win Negotiations for Purchasing Foster Learning: Working Sales and Management Series Center for Customer Focus: Dynamics of Customer Focus www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street Fort Lauderdale! Florida 33311 EXPERIENCE MATTERS. ADVANCED = ROOFING .= CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME David M. Baytosh Vice President of Construction Division David joined Advanced Roofing, Inc. in 2004 as a Construction Manager making his way up to the Vice President of our Construction Division. David is in charge of the production, quality control and safe operation of the roofing, sheet metal, logistics,fleet and warehouse division. EXPERIENCE David has over 30 years in commercial and industrial roofing industry. He began his roofing career with a home improvement company installing shingles in 1986. Next, he joined a large commercial and industrial roofing company based in Youngstown, Ohio where he began as a roofing apprentice and worked his way up to a project supervisor prior to joining Advanced Roofing, Inc., Versatile in numerous roofing systems, David is also knowledgeable of their respective manufacturer specifications. EDUCATION • Youngstown State University,Youngstown, Ohio—Undergraduate Curriculum/2 Years • Graduate Ursuline Catholic High School,Youngstown,Ohio • 30 Hours OSHA card • 10 Hours OSHA card • Safety Trainings for Fall Protection, Forklift & Mobile Crane Safety Training, NRCA CERTA Torch Application Course,Asbestos Removal, Hazard Communication, National Council CPR and First Aid. • Apprentice Program for the International Roofers,Waterproofers and Allied Workers Roofers Union 1990- Present • Dale Carnegie Leadership Training for Managers, Registered installer—AGT Unisolar PV Panels TOP FIVE JOBS 1. School Board of Broward County/Various Schools totaling over 1,400,000 SF Contact: Meghan Gallagher, Project Manager II 2. Palm Springs Mile Shopping Center totaling over 650,000 SF Contact: Diana Marrone,Senior Vice President 3. Sun-Sentinel Newspaper totaling over 250,000 SF Contact: Daniel Reynolds,G. & E. Enterprises, Inc., President 4. Miami Herald Newspaper totaling over 105,000 SF Contact: Gus Perez, Director of Operations& Facilities 5. Miami International Commerce Center totaling over 780,000 SF Contact: Van L.Antle,Adler Management Services, Inc. Property Manager www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale' Florida 33311 EXPERIENCE MATTERS. ADVANCED = ROOFING .: CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME 11111Glenn Watson Quality Control Manager Glenn works with our existing operation unit and divisional managers to create and administer a formalized quality control and quality assurance program along with enhanced training and educational programs for existing workforce. Focus of efforts is to provide unified and high quality product to client throughout our entire books of business. PAST EXPERIENCE Senior Technical Representative—Johns Manville—Worked with contractor, owner, architect,consultants,attorneys. Performing routine inspections of ongoing roofing installation projects throughout the United States,the Caribbean, and parts of Europe. Focus of inspection was specification conformance and workmanship quality.Also provided contractor training and product demonstration throughout the country. Facility Coordinator-Duval County School Board—responsible for waterproofing and re-roofing construction and maintenance for 177 facilities throughout the district. Performed and hired out third party evaluations and construction/maintenance efforts of facilities cataloging levels of need for efficient and impactful spending of limited resources to maintain facility roofing and waterproofing in order to meet state and national standards. EDUCATION High School Diploma-Baker County High School Florida State College at Jacksonville Under graduate University of Phoenix AA Business Administration CERTIFICATIONS • NRCA Pro-Certification Instructor and Assessor • NRCA CERTA Instructor • NCCER Core Curriculum Instructor • OSHA 10 www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street Fort Lauderdale' Florida 33311 EXPERIENCE MATTERS. ADVANCED = ROOFING .= CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME 1\ i , M ,i.,t\ Jessica Kornahrens Project Manager Jessica joined Advanced Roofing, Inc. in 2001. As a Project Manager,Jessica handles the management of multiple projects on time,within budget,and to the satisfaction of the client;from project turnover through project close out. She serves as a liaison to customers,consultants,architects,subcontractors and vendors.Secures all required Engineering and permitting; prepares submittals; negotiates, selects and coordinates subcontractors;orders materials; creates project books;administers job hand-off with Construction Managers;schedules and attends pre-construction meeting; reviews weekly job budgets and forecasts accordingly; prepares billings and change orders;and arranges warranty and close out documentation. EXPERIENCE During her tenure at Advanced she has held numerous positions in many areas of the company.She has learned all aspects of the business by starting out as a Receptionist,and working up to Office Manager and Contract Administrator. In 2006,Jessica was promoted to Project Manager and also became a State Certified Roofing Contractor.She also is the Qualifier for Advanced Roofing in the State North Carolina and Virginia. EDUCATION • Bachelor of Science Degrees in Business Management&Psychology, Florida State University,Tallahassee, FL • High School Diploma, Cardinal Gibbons High School, Fort Lauderdale, FL • Florida Certified Roofing Contractor License#CCC1328111 • North Carolina General Contracting(Roofing Classification) License#66223 TOP FIVE ROOFING JOBS 1. Westin Diplomat- 174,500 square feet Contact:Sharon Zamjoski, R.A., NCARB,Capital Projects Manager 2. School Board of Broward County—13 Schools totaling over 773,000 square feet Contact: Meghan Gallagher,SBBC Project Manager I 3. Miami International Airport-Various Projects Contact:Tom Hart, Miami Dade Aviation Department, Project Manager II 4. U.S. Citizenship and Immigration Services, West Palm Beach Office—37,900 square feet Contact:Chad Moss, Moss Construction,Senior Vice President 5. Kenland Walk IV Condominium Building 3- 18,500 square feet Contact: Marina Paez,Secretary of the Board www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale' Florida 33311 EXPERIENCE MATTERS. ADVANCED = ROOFING CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME Bryan Cardona Corporate Safety Director EXPERIENCE Bi-lingual and award winning safety professional with 13 years of construction and risk management experience with a strong foundation in managing insurance related risks, loss control, mitigating loss,and well versed in various aspects of regulatory compliance specializing in occupational health&safety,and program development.Strengths include: • Health and safety program development • OSHA compliance • Bi-Lingual (English and Spanish) • Safety Training • Claims management(WC/GL/AL) • Owner and Contractor Controlled Insurance Programs • Regulatory Compliance Assessments • Accident Investigations ADVANCED ROOFING, INC. 2013-Present Safety Director Responsible for the development and implementation of the corporate health and safety program for a nationally recognized commercial roofing company with over 400 employees and six locations throughout the state of Florida • Exceeded annual Advanced Roofing health and safety goals to achieve an annual reduction in total recordable incident rates: • TRIR 6.9 (2013)to TRIR 1.71 (2017)—BLS TRIR 5.6 (2016) • EMR reduced by 40% • 1.02 (2013)to 0.56(2018) • Company representative for safety and health regulatory compliance local and federal (OSHA) • Created and implemented a mandatory 4-hour new hire safety orientation • Trained, managed and mentored company safety coordinators.Currently employing four safety coordinators that are responsible for the following • Jobsite Safety Evaluations • Preconstruction safety walkthrough www.advancedroofing.com 800 638.6869 TFI 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street 1 Fort Lauderdale] Florida 33311 EXPERIENCE MATTERS. ADVANCED = ROOFING CC-CO24413 — ESTABLISHED 1983 PERSONAL RESUME • Steve Schoen Director of Government Services Steve joined Advanced Roofing in 2019 and is responsible for overseeing all Governmental Term-Contracts and current National Cooperative Procurement Contracts along with Government Sector Business Development. EXPERIENCE Steve has over 30 years of commercial roofing experience which started in 1982 to support his educational goals and later lead to a long career as an independent roof consultant. He has worked with large companies and governmental clients throughout North America and is an expert in Roof Asset Management and Commercial Roof Design. EDUACATION • B.S. in Organizational Communications with a minor in Business Administration, University of Wisconsin, 1987FIorida Roofing Contractor License www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street' Fort Lauderdale' Florida 33311 EXPERIENCE MATTERS. ADVANCED = ROOFING CC-CO24413 ESTABLISHED 1983 • Site specific safety planning • Accident investigation and reporting • Safety training-Orientation, Fall Protection, LOTO, Forklift, Aerial lift and platforms, CPR/First aid/AED, PPE safety, HAZCOM-GHS, Ladder safety, Defensive Driving Course DDC4, Respirable Crystalline Silica • Provide project specific safety guidance to Estimators, Project Managers and Construction Managers • Track and record incidents with the purpose of creating a bi-monthly safety analysis that includes current and possible future trends • Conduct a bi-monthly safety committee meeting with the goal of creating and implementing proactive safety measures to reduce exposures to hazards for our employees and clients • Founding member of the driver safety committee;tasked with setting performance goals, accident review,enhancements, disciplinary actions and safety education CERTIFICATIONS&AWARDS • Authorized OSHA 500 Construction • Bi-Lingual Instructor • Authorized OSHA 501 General Industry • Bi-Lingual Instructor • Associated General Contractors of America: • Advanced Safety Management Certificate • National Roofing Contractors Association: • CERTA Instructor Roofing Torch Application • EMS CPR/First Aid/AED Adult&Child Instructor • Qualified Rigger and Signal Person • Competent Person: • Scaffold erecting • Ladders • Excavations and trenching • Respirable Crystalline Silica • FRSA Asbestos Competent Person • 2017 Construction Association of South Florida Safety Professional of the Year www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22"d Street I Fort Lauderdale i Florida 33311 EXPERIENCE MATTERS. •Kp•AISNCS MAT7Sq• ADVANCED AIR SYSTEMS ADVANCED -_.- R O O F I N G.= ADVANCED GREEN TECHNOLOGIES Atik. YA ■STARLISH•O 911•• \ —___— ESTABLISHED 1983 e.Gln•. .i.o .wino...v QOe, adlawl ...To. MIMEO •WOO•, wlw armor w ..•..o.�..i.w '""'°" IV Fort Lauderdale11 �. .p, .. � •�aaur mos i"" Michael Kornahrens•Branch Manager •,, ••� i. Office:954-522-6868/Toll-free 800-638-6869 Cell:954-553-8577 �.w 0.10,010 Email:MichaelK@advancedroofing corn til Address: 1950 NW 22 Street, Fort Lauderdale FL 33311 P al Christopher Walsh•Service Manager ��r Office:954-522-6868 x1099/Toll-free.800-638-6869 `'a°M • Cell:954-649-8165 Email:ChristopherW@advancedroofing_comIll" �� Service Email:ServiceSFL advancedroofin .com @ 9 lM Miami • Doral PAMPA Julian Julian Olarte-Branch Manager IP VARIOUS Office:305-456-2544/Toll-free:800-638-6869 x1102 .,..1.• Cell:786-477-3873 `*110'0 1.11 Email:Juliano@advancedroofing.com a.ron ,�, r Address: 1733 NW 21st Terrace,Miami FL 33142 ` Service Email ServiceSFL@advancedroofing.com LJupiter • Palm Beach ..00,01,0a Ronney Taveras-Branch Manager Jackso Ville , � •�� Office:561-743-6952/Toll-free. 800-638-6869 x1131 Chris Reta Service Manager Cell:561-891-2524 Office:904-826-3860/Toll-free:866-365-6071 Email: RonneyT@advancedroofing.com Cell:904-312-3209 Address- 1601 Park Lane South,Suite 100,Jupiter FL 33458 Email: ChrisR@advancedroofing.com Service Email: ServiceSFL@advancedroofing cornAddress:4671 Edison Ave,Jacksonville FL 32254 Service Email:ServiceCFL@advancedroofing corn Sanford • Orlando Jason Carruth -Branch Manager North Florida • Panhandle Office:407-322-1555/Toll-free.866-365-6071 Jason Carruth•Regional Manager Cell:407-509-4190 Office:407-322-1555/Toll-free 866-365-6071 Email:JasonC@advancedroofing.com Cell:407-509-4190 Address.200 Northstar Court,Sanford FL 32771 Email JasonC@advancedroofing.com Address.200 Northstar Court, Sanford FL 32771 Paco Guzman-Service Manager Service Email:ServiceCFL@advancedroofing_com Office:407-322-1555/Toll-free 866-365-6071 Cell:954-319-1130 Email.FranciscoG@advancedroofing.com South Florida Regional Contact Kevin Kornahrens•Executive Vice President Tampa • Saint Petersburg Office.954-522-6868 x 1177 Bill Lester-Branch Manager Cell:321-482-0546 Office:813-885-5811 /Toll-free:800-354-9896 Email KevinK@advancedroofing corn 813-734-2136 Address: 1950 NW 22nd St,Ft. Lauderdale,FL 333111 Email:BillL@advancedroofing.com Address.4909 West Knollwood Street,Tampa FL 33634 Air Conditioning HVAC Michael Varie-Service Manager Paul Murphy-Service Manager Office 813-885-5811 /Toll-free 800-354-9896 Cell:813-394-7735 Office:954-332-1418 x 1620 Cell:321-482-0546 Email. MichaelV@advancedroofing co Service PaulM@advancedairsystem.com Service Email ServiceTampa@advancedroofing com Address:2100 NW 21st Avenue,Fort Lauderdale FL 33311 Service Email:Service@advancedairsystem.com Fort Myers • Naples Joseph Cleland•Branch Manager Solar I Electric Office:239-208-8809/Toll-free 800-354-9896 Clint Sockman—Executive Vice President Cell:954-861-7979 Office:954-522-6868 x1060 Email.JosephC@advancedroofing.com Cell.954-232-8772 Address: 14231 Jetport Road,Unit 15,Fort Myers FL 33913 Email ClintS@agt corn Service Email ServiceTampa@advancedroofing com Address: 1950 NW 22 Street.Fort Lauderdale FL 33311 AC�® DATE(MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 12/20/2023 v THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). t.ONIALI PRODUCER NAME: Frank H. Furman, Inc. (A/C. EMI: (954)943-5050 tac No): (954)942-6310 1314 East Atlantic Blvd. E-MAIL shannong@furmaninsurance.com ADDRESS: P. O. Box 1927 INSURER(S) AFFORDING COVERAGE NAIC 9 Pompano Beach FL 33061 INSURER A:Greenwich Insurance Company 22322 INSURED INSURER B:Starr Indemnity a Liaiblity Company 38318 Advanced Roofing Inc INSURERc:Bridgefield Employers Ins Co 10701 1950 NW 22nd Street INSURER D:Continental Casualty Co 20443 INSURER E:Federal Insurance Company 20281 Fort Lauderdale FL 33311 1 INSURER E: COVERAGES CERTIFICATE NUMBER:Jan 24 FtL all w IF a Cr REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITSLTR oicn WVn POLICY NUMBER IMMIDDIYYYYI IMMIDD/YYYYI X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 2,000,000 --DAMAGE TO A CLAIMS-MADE X OCCUR PREMISES )Ea o currrrence) S 300,000 X Contractual & XCU incl CGS740979405 1/1/2024 1/1/2025 MED EXP(Any one person) 5 10,000 X Broad Form Prop Ding PERSONAL S ADV INJURY S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 4,000,000 POLICY X PRO-T X LOC PRODUCTS-COMP/OPAGG S 4,000,000 OTHER: Employee Benefits S 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 2,000,000 (Ea accident) A X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED CAH740979505 1/1/2024 1/1/2025 BODILY INJURY(Per acadentI S AUTOS AUTOS NON-OWNED PROPERTY DAMAGE S X HIRED AUTOS X AUTOS (Per acadent) PIP-Basic S 10,000 UMBRELLALIAB X OCCUR EACH OCCURRENCE ____ S 10,000,000 B X EXCESS LIAB CLAIMS-MADE AGGREGATE S 10,000,000 DED _ X RETENTION 5 0 1000588143241 1/1/2024 1/1/2025 s WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY Y!N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT S 1,000,000 OFFICER/MEMBER EXCLUDED, N I A C (Mandatory in NH) 830-56020 1/1/2024 1/1/2025 E.L.DISEASE-EA EMPLOYEE S 1,000,000 II yes descnbe under DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT S 1,000,000 D Installation Floater incl W/H 4016260407 1/1/2024 1/1/2025 Per JthS9e&Aggregate $5.5N04/$15M14 E Crime/EE Theft of Client Prop 82494026 1/1/2024 1/1/2025 Per Lons/Dedlxtible $500,000/$15,000 DESCRIPTION OF OPERATIONS!LOCATIONS!VEHICLES (ACORD 101,Additional Remarks Schedule.may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE FOR BIDDING PURPOSES THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE / jfa-7_,.. I 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025:21,4111 y'•y N ONA TTRI AOCTNO.RSS IIS O F I N N '! CASSOCIATION MEMBER Robert P.Foote, President FRANK H. Frank H. Furman, Inc. 1314 E.Atlantic Blvd. -/,‘" INC. Pompano Beach,FL.33060 INSURANCE (fRSA Main: 954.943.5050 RISK MANAGEMENT Toll Free 800.344.4838 EMPLOYEE BENEFITS Mobile: 954.609.0820 Rob@furmaninsurance.com 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. i- 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: Page 12 ➢ 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 job 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. i- 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 cause 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. Commercial&Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance Page 13 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, Xj,///ktiege& Robert P. Foote, President CPCU, ARM, AIM, CRIS, AFSB RF:mr Commercial&Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance f'• �. NAI IONAI AOOL IASSOCIATION MEMBER Robert P. Foote, President FRANK H. Frank H. Furman, Inc. 1314 E.Atlantic Blvd. INC. Pompano Beach, FL.33060 INSURANCE .3 Main: 954.943.5050 RISK MANAGEMENT Toll Free 800.344.4838 EMPLOYEE BENEFITS Mobile: 954.609.0820 Rob@furmaninsurance.com December 12, 2023 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 1/1/2024 .69 1/1/2023 .58 1/1/2022 .63 If additional information required, please contact Mel Rhinehardt, Account Manager at 954-943-5050 ext. 207, or email at mel@furmaninsurance.com Sincerely, XbAtie.got- Robert P. Foote, CPCU, ARM, AIM, CRIS, AFSB President rob@furmaninsurance.com Commercial&Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance [intact] INSURANCE Atlantic Specialty Insurance Company 605 Highway 169 N, Suite 800 Plymouth, MN 55441 January 2, 2024 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 [intact] INSURANCE Power of Attorney KNOW AI.I.MEN BY IIIESE PRESENTS,that All.ANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth, Minnesota,does hereby constitute and appoint: Ricardo Davila Lamar,William Grefe Griffin,Vivian Santiago,Torre Taylor,each individually if there be more than one named,its true and lawful Attorney-in-Fact,to make,execute,seal and deliver,for and on its behalf as surety,any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof;provided that no bond or undertaking executed under this authority shall exceed in amount the sum of:unlimited and the execution of such bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof in pursuance of these presents,shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: 1 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, recognisances,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,recognisances,contracts of indemnity,and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the signature of an Authorized Officer,the signature of the Secretary or the Assistant Secretary,and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond, undertaking,recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WI IEREOF,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. ki pti,POR,t- n;, +a SEAL f� m' l/ /Ll _`-„ 1986 of' By STATE OF MINNESOTA 1,,s, ew ye'' _,b_i• Sarah A.Kolar,Vice President and General Counsel IIENNEPIN COUNTY 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. E1.i ��`, ALISON DWAN NASH TROUT ' 'NOTARY PUBLIC•MINNESOTA� My Commission Expires• January 31,2025 NotaryPublic I,the undersigned,Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY,a New York Corporation,do hereby certify that the foregoing power of attorney is in full force and has not been revoked,and the resolutions set forth above are now in force. Signed and sealed. Dated znd day of January 2024. 4�\ ,(11)‘P ORA z.,1-% `y SEAL m u 1986 0; V 'this Power of Attorney expires '1" l'ew voPt Baia` January 31,2025 'Y t.t, .».. Kara I..B.Barrow,Secretary Please direct bond verifications to surety[a)intacunsurance.cu > , l . E01011. L• Pt • .?".:7--: ter _ • .4**4.4L Are ''..:' /) II.. . It 1111 .3.11:1-41. , - day Pic y ti * t:';;sac-i. 400,44 , ,- # .. l' V i ' *""....... - ""1111111111 ii b ' ' 11.4 \ • EXPERIENCE MATTERS. ADVANCEDA i i ( A ) RDDFING.= ......,. ESTABLISHED 1983 COMMERCIAL ROOFING & SOLAR Region 1 ESC JExperience the Power of I@ June 19, 2024 Advanced Roofing, Inc. Michael Kornahrens, Executive Vice President/Managing Partner 1950 NW 22nd St. Fort Lauderdale, FL 33311 Re: RFP # R10-1166 Job Order Contracting(JOC) Dear Mr. Kornahrens: Congratulations! The Education Service Center Region 10 Board of Directors met on Wednesday,June 19, 2024 and awarded RFP # R10-1166 Job Order Contracting (JOC) to Advanced Roofing, Inc. Your contract number will be R10-1166A. This contract will become effective on July 1, 2024 and will have an initial term of two (2) years with three (3) optional one year renewals. Thank you for submitting your response. We look forward to working with you. Regards, Clint Pechacek Purchasing Consultant 400 E Spring Valley Rd • Richardson, TX 75081-5101 • 972.348.1700 • www.region10.org Region l0 ESC e ualis g q Experience the Power of 10 GROUP Equalis Group Contract Information Sheet Contract Information Awarded Vendor: Advanced Roofing, Inc. Contract Number: R10-1166A Effective Date: July 1, 2024 Initial Term Expiration Date: June 30,2027 Renewable Through: June 30, 2029 Please note:Any renewal letters issued will be posted publicly on the vendor's landing page at equalisgroup.org. RFP Process Information RFP Number: RFP R10-1166 RFP Title: Job Order Contracting (JOC) Dates Advertised: March 28&April 4,2024 #of Vendors that Requested RFP: 72 Questions Due: April 18, 2023 Public Bid Opening Date and Time: April 26, 2024,2:00 pm CT# of Responses Submitted: 14 Number of Awarded Vendors: 5 Date of Board Approval: June 19, 2024 Evaluation Criteria,as Set Forth in the RFP Products and Pricing 30 pts Performance Capability 25 pts Qualifications and Experience 25 pts MWBE Status/Programs 10 pts Commitment to Members 10 pts Justification for Award to Multiple Respondents 1) Region 10 ESC stated clearly in the RFP that multiple vendors could be awarded if multiple awards were determined to be in the best interest of Region 10 and EdTech members. 2) The evaluation committee determined that multiple awards were necessary to cover as much geographical area as possible for the national Equalis Group membership while limiting awards to only the number of awardees deemed to be competitive and advantageous for the membership. Any information designated by the vendor as proprietary has been redacted from the contract document that is posted publicly. For any questions regarding this process or this contract, please contact Clint Pechacek, Purchasing Consultant, at clint.pechacek@region10.org, or 972-348-1184. SECTION THREE: PART A -VENDOR CONTRACT AND GENERAL TERMS AND CONDITIONS VENDOR CONTRACT AND SIGNATURE FORM This Vendor Contract and Signature Form ("Contract")is made as of July 1, 2024, by and between Advanced Roofing Inc. ("Vendor") and Region 10 Education Service Center("Region 10 ESC")for the purchase of Job Order Contracting("the products and services"). RECITALS WHEREAS, both parties agree and understand that the following pages will constitute the contract between the successful vendor(s) and Region 10 ESC, having its principal place of business at Education Service Center, Region 10,400 E Spring Valley Rd, Richardson, TX 75081 WHEREAS, Vendor agrees to include, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that if agreed to by Region 10 ESC,said exceptions or deviations will be incorporated into the final contract "Vendor Contract." WHEREAS, this contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment,the provisions set forth below shall control. WHEREAS,the Vendor Contract will provide that any state, county, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution (including community colleges, colleges and universities, both public and private), other government agencies or non-profit organization may purchase products and services at prices indicated in the Vendor Contract upon registering and becoming a Member with Region 10 ESC; and it being further understood that Region 10 ESC shall act as the Lead Public Agency with respect to all such purchase agreements.This process may be referred to as "piggybacking", "cooperative purchasing", "joint powers", or other terminology depending on the specific state or agency location. WHEREAS, Equalis Group has the administrative and legal capacity to administer purchases on behalf of Region 10 ESC under the Vendor Contract with participating public agencies and entities, as permitted by applicable law. 1. ARTICLE 1 —GENERAL TERMS AND CONDITIONS 1.1 Equalis Group shall be afforded all of the rights, privileges and indemnifications afforded to Region 10 ESC under the Vendor Contract, and such rights, privileges and indemnifications shall accrue and apply with equal effect to Equalis Group, including, without limitation, Vendor's obligation to provide insurance and other indemnifications to Lead Public Agency. 1.2 Awarded vendor shall perform all duties, responsibilities and obligations, set forth in this agreement, and required under the Vendor Contract. 1.3 Equalis Group shall perform its duties, responsibilities and obligations as administrator of purchases, set forth in this agreement, and required under the Vendor Contract. Page 3 of 34 1.4 Customer Support: The vendor shall provide timely and accurate technical advice and sales support to Region 10 ESC staff, Equalis Group staff and participating agencies. The vendor shall respond to such requests within one (1) working day after receipt of the request. 2. ARTICLE 2 —ANTICIPATED TERM OF AGREEMENT 2.1 Term: The term of the Contract shall commence upon award and shall remain in effect for a period of three (3) years, unless terminated, canceled or extended as otherwise provided herein. The Contractor agrees that Region 10 ESC shall have the right, at its sole option, to renew the Contract for two (2) additional one-year periods or portions thereof. In the event that Region 10 ESC exercises such rights, all terms, conditions and provisions of the original Contract shall remain the same and apply during the renewal period with the possible exception of price and minor scope additions and/or deletions. 2.2 Automatic Renewal: Renewal will take place automatically for one (1)year unless Region 10 ESC gives written notice to the awarded supplier at least ninety(90) days prior to the expiration. 3. ARTICLE 3 — REPRESENTATIONS AND COVENANTS 3.1 Scope: This contract is based on the need to provide the economic benefits of volume purchasing and reduction in administrative costs through cooperative purchasing to schools and other Members. 3.2 Compliance: Cooperative Purchasing Agreements between Equalis Group and its Members have been established under state procurement law. 3.3 Vendor's promise: Vendor agrees all prices,terms, warranties, and benefits granted by Vendor to Members through this contract are comparable to or better than the equivalent terms offered by Vendor to any present customer meeting the same qualifications or requirements. 4. ARTICLE 4— FORMATION OF CONTRACT 4.1 Vendor contract documents: Region 10 ESC will review proposed Vendor contract documents. Vendor's contract document shall not become part of Region 10 ESC's contract with vendor unless and until an authorized representative of Region 10 ESC reviews and approves it. 4.2 Form of contract: The form of contract for this solicitation shall be the Request for Proposal,the awarded proposal(s) to the lowest responsible respondent(s), and properly issued and reviewed purchase orders referencing the requirements of the Request for Proposal. If a vendor submitting a proposal requires Region 10 ESC and/or Member to sign an additional agreement, a copy of the proposed agreement must be included with the proposal. 4.3 Entire Agreement (Parol evidence): The contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 4.4 Assignment of Contract: No assignment of contract may be made without the prior written approval of Region 10 ESC. Purchase orders and payment can only be made to awarded vendor unless otherwise approved by Region 10 ESC. Awarded vendor is required to notify Region 10 ESC when any material change in operations is made that may adversely affect Members (i.e. awarded vendor bankruptcy, change of ownership, merger, etc.). 4.5 Contract Alterations: No alterations to the terms of this contract shall be valid or binding unless authorized and signed with a "wet signature" by a Region 10 ESC staff member. 4.6 Order of precedence: In the event of a conflict in the provisions of the contract as accepted by Region 10 ESC,the following order of precedence shall prevail: Page 4 of 32 • General terms and conditions • Specifications and scope of work • Attachments and exhibits • Documents referenced or included in the solicitation 4.7 Supplemental Agreements: The entity participating in the Region 10 ESC contract and awarded vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the participating entity and awarded vendor. Neither Region 10 ESC, Equalis Group, its agents, Members and employees shall be made party to any claim for breach of such agreement. 5. ARTICLE 5 -TERMINATION OF CONTRACT 5.1 Cancellation for cause: If, for any reason, the Vendor fails to fulfill its obligation in a timely manner, or if the vendor violates any of the covenants, agreements, or stipulations of this contract, Region 10 ESC reserves the right to terminate the contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice,to the vendor, specifying the effective date of termination. In such event, participating Member shall retain sole ownership of all data or intellectual property provided to vendor for the performance of services, as well as any material, reports, or data which the participating Member has already paid the vendor for. Vendor shall retain sole ownership of its own intellectual property and may reclaim or otherwise remove access to any material the participating Member has not paid for.. If such event does occur, then vendor will be entitled to receive just and equitable compensation for the satisfactory work completed. 5.2 Delivery/Service failures: Region 10 ESC may issue a written deficiency notice to contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the contract; ii. Providing work and/or material that was not awarded under the contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the contract and/or giving Region 10 ESC reason to believe that contractor will not or cannot perform the requirements of the contract; and/or vi. Performing work or providing services under the contract prior to receiving a purchase order for such work. Upon receipt of a written deficiency notice, contractor shall have ten (10) days to provide a satisfactory response to Region 10 ESC. Failure to adequately address all issues of concern may result in contract cancellation. Failure to deliver goods or services within the time specified or within a reasonable time period as interpreted by the purchasing agent, or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the contract to be terminated. In the event that the participating Member must purchase in an open market, contractor agrees to reimburse the participating Member,within a reasonable time period, for all expenses incurred. Page 5 of 32 5.3 Force Majeure: If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty 5.4 Cancellation for convenience: Either party may cancel this contract in whole or in part by providing written notice. The cancellation will take effect 90 business days after the other party receives the notice of cancellation. After the 90th business day all work will cease following completion of final purchase order. Region 10 ESC reserves the right to request additional items not already on contract at any time. 6. ARTICLE 6 — LICENSES 6.1 Duty to keep current license: Vendor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by vendor. Vendor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the contract. Region 10 ESC reserves the right to stop work and/or cancel the contract of any vendor whose license(s) expire, lapse, are suspended or terminated. 6.2 Suspension or Debarment: Vendor shall provide a letter in the proposal notifying Region 10 ESC of any debarment, suspension or other lawful action taken against them by any federal, state, or local government within the last five(5)years that precludes Vendor or its employees from participating in any public procurement activity. The letter shall state the duration of the suspension or action taken, the relevant circumstances and the name of the agency imposing the suspension. Failure to supply or disclose this information may be grounds for cancellation of contract. 6.3 Survival Clause: All applicable software license agreements, warranties or service agreements that were entered into between Vendor and Customer/participating Member under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Order Fulfiller shall survive expiration or termination of the Contract. 7. ARTICLE 7 — DELIVERY PROVISIONS 7.1 Delivery: Vendor shall deliver physical materials purchased on this contract to the participating Member issuing a Purchase Order. Conforming product shall be shipped within the timeframe agreed upon by the participating Member. If delivery is not or cannot be made within the time Page 6 of 32 specified by the Purchase Order the vendor must receive authorization from the participating Member for the delayed delivery, at which time the participating Member may cancel the order if estimated shipping time is not acceptable. 7.2 Inspection&Acceptance: If defective or incorrect material is delivered, participating Member may make the determination to return the material to the vendor at no cost to the participating Member. The vendor agrees to pay all shipping costs for the return shipment. Vendor shall be responsible for arranging the return of the defective or incorrect material. 7.3 Responsibility for supplies tendered: Vendor shall be responsible for the materials or supplies covered by this contract until they are delivered to the designated delivery point. 7.4 Shipping Instructions: Each case, crate, barrel, package, etc, delivered under this contract must be plainly labeled, securely tagged, and delivered in the place and time designated by the participating Member in their Purchase Order or by other mutual agreement. 7.5 Additional charges: Unless bought on F.O.B. "shipping point" and Vendor prepays transportation, no delivery charges shall be added to invoices except when express delivery is authorized and substituted on orders for the method specified in the contract. In such cases,the difference between freight or mail and express charges may be added to the invoice. 7.6 Buyer's delays: Region 10 ESC will not be responsible for any late fees due the prime contractor by the participating Member. The prime contractor will negotiate with the participating Member for the recovery of damages related to expenses incurred by the vendor for a delay for which the Member is responsible,which is unreasonable, and which was not within the contemplation of the parties to the contract between the two parties. 8. ARTICLE 8 — BILLING AND REPORTING 8.1 Payments: The participating entity using the contract will make payments directly to the awarded vendor. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 8.2 Tax Exempt Status: Since this is a national contract, knowing the tax laws in each state is the sole responsibility of the Vendor. 9. ARTICLE 9— PRICING 9.1 Market competitive guarantee: Vendor agrees to provide market competitive pricing, based on the value offered upon award,to Region 10 ESC and its participating public agencies throughout the duration of the contract. 9.2 Price increase: Should it become necessary or proper during the term of this contract to make any change in design or any alterations that will increase expense, Region 10 ESC must be notified immediately. Price increases must be approved by Region 10 ESC and no payment for additional materials or services, beyond the amount stipulated in the contract, shall be paid without prior approval. All price increases must be supported by manufacture documentation, or a formal cost justification letter. Vendor must honor previous prices for thirty (30) days after approval and written notification from Region 10 ESC if requested. It is Vendor's responsibility to keep all pricing up to date and on file with Region 10 ESC. All price changes must be provided to Region 10 ESC, using the same format as was accepted in the original contract. 9.3 Additional Charges: All deliveries shall be freight prepaid, F.O.B. destination and shall be included in all pricing offered unless otherwise clearly stated in writing. Page 7 of 32 9.4 Price reduction and adjustment: Price reduction may be offered at any time during contract. Special,time-limited reductions are permissible under the following conditions: 1) reduction is available to all Members equally; 2) reduction is for a specific time period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time-limit. Vendor shall offer Region 10 ESC any published price reduction during the contract period. 9.5 Prevailing Wage: It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the purchaser(Region 10 ESC or its Participating Members). It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate Department of Labor for any increase in rates during the term of this contract and adjust wage rates accordingly. 9.6 Administrative Fees: The Vendor agrees to pay administrative fees to Equalis Group based on the terms set in the Equalis Group Administration Agreement. All pricing submitted to Region 10 shall include the administrative fee to be remitted to Equalis Group by the awarded vendor. 9.7 Price Calculation: Cost plus a percentage as a primary mechanism to calculate pricing is not allowed. Pricing may either be in the form of line item pricing, defined as a specific individual price on a product or service, or a percentage discount from a verifiable catalog or price list. Other discounts or incentives may be offered. 10. ARTICLE 10- PRICING AUDIT 10.1 Audit rights: Vendor shall,at Vendor's sole expense, maintain appropriate due diligence of all purchases made by Region 10 ESC and any participating entity that accesses this Agreement. Equalis Group and Region 10 ESC each reserve the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1)year from the effective date of termination. In the State of New Jersey, this audit right shall survive termination of this Agreement for a period of five (5) years from the date of final payment. Such records shall be made available to the New Jersey Office of the State Comptroller upon request. Region 10 ESC shall have the authority to conduct random audits of Vendor's pricing that is offered to eligible entities at Region 10 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 10 ESC is made aware of any pricing being offered to eligible agencies that is materially inconsistent with the pricing under this agreement, Region 10 ESC shall have the ability to conduct an extensive audit of Vendor's pricing at Vendor's sole cost and expense. Region 10 ESC may conduct the audit internally or may engage a third-party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 10 ESC or Equalis Group. 11. ARTICLE 11 - PROPOSER PRODUCT LINE REQUIREMENTS 11.1 Current products: Proposals shall be for products and services in current production and marketed to the general public and education/government agencies at the time the proposal is submitted. 11.2 Discontinued products: If a product or model is discontinued, Vendor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 11.3 New products/Services: New products and/or services that meet the scope of work may be added to the contract. Pricing shall be equivalent to the percentage discount for other products. Vendor may replace or add product lines to an existing contract if the line is replacing or supplementing products on contract, is equal or superior to the original products offered, is discounted in a similar or to a greater degree, and if the products meet the requirements of the solicitation. No products Page 8 of 32 and/or services may be added to avoid competitive procurement requirements. Region 10 ESC may require additions to be submitted with documentation from Participating Members demonstrating an interest in, or a potential requirement for,the new product or service. Region 10 ESC may reject any additions without cause. 11.4 Options: Optional equipment for products under contract may be added to the contract at the time they become available under the following conditions: 1)the option is priced at a discount similar to other options; 2)the option is an enhancement to the unit that improves performance or reliability. 11.5 Product line: Vendors with a published catalog may submit the entire catalog. Region 10 ESC reserves the right to select products within the catalog for award without having to award all contents. Region 10 ESC may reject any addition of equipment options without cause. 11.6 Warranty conditions: All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1)year labor warranty unless otherwise agreed to in writing. 11.7 Buy American requirement: Vendors may only use unmanufactured construction material mined or produced in the United States, as required by the Buy American Act. Where trade agreements apply, to the extent permitted by applicable law, then unmanufactured construction material mined or produced in a designated country may also be used.Vendors are required to check state specific requirements to ensure compliance with this requirement. 11.8 Domestic preference: Region 10 ESC prefers the purchase, acquisition, or use of goods, products, or materials produced in the United States. 12. ARTICLE 12 —SITE REQUIREMENTS 12.1 cleanup: Vendor shall clean up and remove all debris and rubbish resulting from their work as required or directed by Member. Upon completion of the work,the premises shall be left in good repair and an orderly, neat,clean and unobstructed condition conducive to the Member's business purpose. 12.2 Site Preparation: Vendor shall not begin a project for which Participating Member has not prepared the site, unless Vendor does the preparation work at no cost, or until Participating Member includes the cost of site preparation in a purchase order to the contractor. Site preparation includes, but is not limited to moving furniture, moving equipment or obstructions to the work area, installation of wiring for networks or any other necessary pre-installation requirements. 12.3 Registered sex offender restrictions: For work to be performed at schools, Vendor agrees that no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Vendor agrees that a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at the Participating Member's discretion. Vendor must identify any additional costs associated with compliance of this term. If no costs are specified, compliance with this term will be provided at no additional charge. Vendor is also responsible for ensuring that their employees or contractors who have direct contact with students are properly fingerprinted and background checked in accordance with local state law, if applicable. 12.4 Safety measures: Vendor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Vendor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 12.5 Smoking/Tobacco: Persons working under the contract shall adhere to local tobacco and smoking (including e-cigarettes/vaping) policies. Smoking will only be permitted in posted areas or off premises. Page 9 of 32 12.6 Stored materials: Upon prior written agreement between the vendor and Member, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Participating Member with the application for payment seeking compensation for stored materials. Such materials must be stored and protected in a secure location and be insured for their full value by the vendor against loss and damage. Vendor agrees to provide proof of coverage and/or addition of Participating Member as an additional insured upon Participating Member's request. Additionally, if stored offsite, the materials must also be clearly identified as property of buying Participating Member and be separated from other materials. Participating Member must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by the Participating Member, it shall be the Vendor's responsibility to protect all materials and equipment. Vendor warrants and guarantees that title for all work, materials and equipment shall pass to the Member upon final acceptance. 12.7 Maintenance Facilities and Support: It is preferred that each contractor should have maintenance facilities and a support system available for servicing and repair of product and/or equipment. If a third party is to be used to provide maintenance and support to the participating Member, Vendor must notify Region 10 ESC of that third party information. All technicians, applicators, installers shall be fully certified,trained and licensed to perform said duties. 13. ARTICLE 13 - MISCELLANEOUS 13.1 Funding Out Clause: Any/all contracts exceeding one (1)year shall include a standard "funding out" clause. A contract for the acquisition, including lease, of real or personal property is a commitment of the entity's current revenue only, provided the contract contains either or both of the following provisions: "Retains to the entity the continuing right to terminate the contract at the expiration of each budget period during the term of the contract and is conditioned on a best efforts attempt by the entity to obtain appropriate funds for payment of the contract in the subsequent fiscal year." 13.2 Disclosures: Vendor affirms that he/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity,future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with this contract. 13.2.1 Vendor has a continuing duty to disclose a complete description of any and all relationships that might be considered a conflict of interest in doing business with Members in Equalis Group. 13.2.2 Vendor affirms that,to the best of his/her knowledge, the offer was arrived at independently, and was submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give an unfair advantage over other vendors in the award of this contract. 13.3 Indemnity: Vendor shall protect, indemnify, and hold harmless both Region 10 ESC and Equalis Group and its Members, administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of Vendor, Vendor employees or Vendor subcontractors in the preparation of the solicitation and the later execution of the contract, including any supplemental agreements with Members. Any litigation involving either Region 10 ESC or Equalis Group, its administrators and employees and agents shall be in a court of competent jurisdiction in Dallas County,Texas. Texas law shall apply to any such suit, without giving effect to its choice of laws provisions. Any litigation involving Equalis Group participating Members shall be in the jurisdiction of the participating Member. Page 10 of 32 13.4 Franchise Tax: Vendor hereby certifies that he/she is not currently delinquent in the payment of any required franchise taxes, and shall remain current on any such franchise taxes throughout the term of this contract. 13.5 Marketing: Vendor agrees to allow Region 10 ESC and Equalis Group to use their name and logo within website, marketing materials and advertisement. Any use of the Region 10 ESC or Equalis Group name and logo or any form of publicity, inclusive of press releases, regarding this contract by Vendor must have prior approval from Region 10 ESC. 13.6 Insurance: Unless otherwise modified elsewhere in this document, prior to commencing services under this contract for a participating Member, contractor shall procure, provide and maintain during the life of this agreement comprehensive public liability insurance to include course of construction insurance and automobile liability, providing limits of not less than $1,000,000.00 per occurrence. The insurance form will be an "all risk"type of policy with standard exclusions. Coverage will include temporary structures, scaffolding, temporary office trailers, materials, and equipment. Contractor shall pay for the deductibles required by the insurance provided under this agreement. 13.6.1 Certificates of insurance shall be delivered to the Member prior to commencement of work. The insurance company shall be licensed to do business and write the appropriate lines of insurance in the applicable state in which work is being conducted. Vendor shall give the participating entity a minimum of ten (10) days' notice prior to any modifications or cancellation of policies. Vendor shall require all subcontractors performing any work to maintain coverage as specified. 13.6.2 Prior to commencing any work under this contract, any subcontractor shall also procure, provide, and maintain, at its own expense until final acceptance of the work performed, insurance coverage in a form acceptable to the prime contractor. All subcontractors shall provide worker's compensation insurance which waives all subrogation rights against the prime contractor and Member. 13.7 Subcontracts/Sub Contractors: If Vendor serves as prime contractor, it shall not enter into any subcontract subject to this solicitation without prior approval from participating Member. Any/all subcontractors shall abide by the terms and conditions of this contract and the solicitation. 13.7.1 No subcontract relationships shall be entered into with a party not licensed to do business in the jurisdiction in which the work will be performed. Contractor must use subcontractors openly, include such arrangements in the proposal, and certify upon request that such use complies with the rules associated with the procurement codes and statutes in the state in which the contractor is conducting business. 13.7.2 Contractor agrees to pay subcontractors in a timely manner. Failure to pay subcontractors for work faithfully performed and properly invoiced may result in suspension or termination of this contract. Prior to participating Member's release of final retained amounts, Contractor shall produce verified statements from all subcontractors and material suppliers that those entities have been paid in full amounts due and owing to them. 13.8 Legal Obligations: It is the Vendor's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services identified in this RFP and any awarded contract and shall comply with all while fulfilling the RFP. Applicable laws and regulations must be followed even if not specifically identified herein. [Signatures follow on Signature Form] Page 11 of 32 PROPOSAL FORM 20: GENERAL TERMS AND CONDITIONS ACCEPTANCE FORM Signature on the Vendor Contract Signature form certifies complete acceptance of the General Terms and Conditions in this solicitation, except as noted below(additional pages may be attached, if necessary). Check one of the following responses to the General Terms and Conditions: n We take no exceptions/deviations to the general terms and conditions (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) n We take the following exceptions/deviations to the general terms and conditions. All exceptions/deviations must be clearly explained. Reference the corresponding general terms and conditions that you are taking exceptions/deviations to. Clearly state if you are adding additions terms and conditions to the general terms and conditions. Provide details on your exceptions/deviations below: (Note: Unacceptable exceptions shall remove your proposal from consideration for award. Region 10 ESC shall be the sole judge on the acceptance of exceptions/deviations and the decision shall be final.) Page 42 of 46 PROPOSAL FORM 23: VENDOR CONTRACT AND SIGNATURE FORM The undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. The undersigned further certifies that he/she is an officer of the company and has authority to negotiate and bind the company named below and has not prepared this proposal in collusion with any other Respondent and that the contents of this proposal as to prices,terms or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any person engaged in this type of business prior to the official opening of this proposal. VENDORS MUST SUBMIT THIS FORM COMPLETED AND SIGNED WITH THEIR RESPONSE TO BE CONSIDERED Company name Advanced Roofing,Inc__ Address 1950 NW 22nd St. City/State/Zip Fort Lauderdale, FL 33311 Telephone No. Office: (954) 522.6868, Contact -Michael Kornahrens: (954) 553,8577 Fax No. (954) 566.2967 Email address 111.1 haelKanadvanr drnofinE om Printed name Robert P. Komahrens Position with company ~~ President Authorized signature Term of contract _ July 1. 2024 to June 30, 2026 Unless otherwise stated, all contracts are for a period of two (2) years with an option to renew annually for an additional three (3) years if agreed to by Region 10 ESC. Vendor shall honor all administrative fees for any sales made based on the contract whether renewed or not. >�a¢;."`` .,s,..o Jun 19, 2024 Region 10 ESC Authorized Agent Date Dr. Jana Melsheimer Print Name Equalis Group Contract Number R10-1166A Page 45 of 46 Proposal Form Checklist The following documents must be submitted with the Proposal The below documents can be found in Section 2; Proposal Submission and Required Bid Forms and must be submitted with the proposal. Please note Proposal Form 1 is a separate attachment (attachment B) PROPOSAL PRICING: Attachment B is provided separately in a Microsoft Excel file and is required to complete your price proposal. H PROPOSAL FORM 1:ATTACHMENT B- PRICING QUESTIONNAIRE & EVALUATION CRITERIA: 1 I PROPOSAL FORM 2: QUESTIONNAIRE & EVALUATION CRITERIA OTHER REQUIRED PROPOSAL FORMS: H PROPOSAL FORM 3: CERTIFICATIONS AND LICENSES H PROPOSAL FORM 4: CLEAN AIR AND WATER ACT H PROPOSAL FORM 5: DEBARMENT NOTICE H PROPOSAL FORM 6: LOBBYING CERTIFICATION n PROPOSAL FORM 7: CONTRACTOR CERTIFICATION REQUIREMENTS I-7 PROPOSAL FORM 8: ANTITRUST CERTIFICATION STATEMENTS i 1 PROPOSAL FROM 9: IMPLEMENTATION OF HOUSE BILL 1295 H PROPOSAL FROM 10: BOYCOTT CERTIFICATION AND TERRORIST STATE CERTIFICATION H PROPOSAL FORM 11: RESIDENT CERTIFICATION n PROPOSAL FORM 12: FEDERAL FUNDS CERIFICATION FORM H PROPOSAL FORM 13: ADDITIONAL ARIZONA CONTRACTOR REQUIREMENTS H PROPOSAL FORM 14: OWNERSHIP DISCLOSURE FORM (N.J.S.52:25-24.2) H PROPOSAL FORM 15: NON-COLLUSION AFFIDAVIT 1 1 PROPOSAL FORM 16: AFFIRMATIVE ACTION AFFIDAVIT(P.L 1975,C.127) H PROPOSAL FORM 17: C.271 POLITICAL CONTRIBUTION DISCLOSURE FORM ❑ PROPOSAL FORM 18: STOCKHOLDER DISCLOSURE CERTIFICATION n PROPOSAL FORM 19: GENERAL TERMS AND CONDITIONS ACCEPTANCE FORM n PROPOSAL FORM 20: EQUALIS GROUP ADMINISTRATION AGREEMENT H PROPOSAL FORM 21: OPEN RECORDS POLICY ACKNOWLEDGEMENT AND ACCEPTANCE H PROPOSAL FORM 22: VENDOR CONTRACT AND SIGNATURE FORM (The rest of this page is intentially left blank) Page 3 of 46 PROPOSAL FORM 2: QUESTIONNAIRE & EVALUATION CRITERIA Instructions: Respondents should incorporate their questionnaire responses directly into the green cells below. Failure to provide responses in this format may result in the proposal being deemed as non-responsive at the sole discretion of Region 10. Respondents may incorporate additional documents as part of their response which may,be utilized by Region 10 as part of the evaluation. Additional documents must be consolidated as part of this Section 2 at the end of your response. Vendor responses are strictly limited to 100 total pages (not including Attachment B—Pricing Excel pricesheet). Vendors who submit more than 30 additional pages may result in the proposal being deemed non-responsive at the sole discretion of Region 10. Region 10 has associated the evaluation criteria with the question that most closely aligns with that respective evaluation criteria. Region 10 reserves the right at its sole discretion to base its evaluation and specific evaluation criteria on any part of the respondent's proposal. Evaluation Criteria Question Answer Basic Information Required information for notification of RFP What is your company's official registered Advanced Roofing,Inc. results name? What is the mailing address of your 1950 NW 22"d St.,Fort Lauderdale,FL 33311 company's headquarters? Who is the main contact for any questions Michael Kornahrens,Executive Vice President/Managing Partner and notifications concerning this RFP MichaelKt advancedroofine.com response,including notification of award? (954)553-8577 Provide name,title,email address,and phone number. Products/Pricing(30 Points) Coverage of products and services No answer is required. Region 10 will utilize your overall response and the products/services provided in Attachment B to make this determination Ability of offered products and services to meet No answer is required.Region 10 will utilize your overall response and the products/services provided in Attachment B to make this the needs requested in the scope determination Pricing for all available products and services, Does pricing submitted include the required Yes including warranties if applicable administrative fee? Do you offer any incentives for customers? No If yes,please describe. Page 5 of 46 Ability of Customers to verify that they received Describe your process for verifying work Advanced Roofing,Inc.uses RSmeans pricing against detailed takeoffs to ensure correct contract pricing orders and estimations with a customer, contract pricing is used. including any methodology used to minimize the use of micro estimating and change orders. Payment methods Define your invoicing process and methods Invoices are created monthly for the work performed against our detailed estimate. of payments you will accept.Please include Advanced Roofing,Inc.uses ACH or checks as source of payments. the overall process for agencies to make payments Other factors relevant to this section as submitted No answer is required.Region 10 will utilize your overall response and the products/services provided in Attachment B to make this by the Respondent determination Performance Capability(25 Points) Job order contracting experience and capabilities Please provide a high-level overview of the Advanced Roofing, Inc.has extensive knowledge and experience in JOC contracting.We have job order contracting services being offered been performing these contracts for over twenty(20)years. and how they address the scope being requested herein. Describe your company's past experience Advanced Roofing,Inc.is performing JOC contracting for Gordian/Source Well,Broward with Job Order Contracting estimating and County Schools,Omni,along with one hundred(100)other contracts in the southeast U.S. include specific examples of other for over twenty(20)years. cooperatives and/or public agencies where you have performed these services. Outline your process for qualifying, Advanced Roofing, Inc.has an extensive onboarding process for our subcontractors.We start selecting,and managing subcontractors. with insurance vetting to ensure all policies and binders meet our rigid standards.All of our Specifically address how your firm ensures subcontractors go through safety and quality control training before performing any work. subcontractors comply with local,state, and federal requirements as well as industry standards. Outline applicable innovative solutions or Advanced Roofing,Inc.differentiates itself from other contractors because we are able to value-added services that differentiate your self-perform all of our trades. company from competitors. List the number and location of offices or Advanced Roofing,Inc. performs work in the southeast U.S.We have seven(7)physical service centers for all states being offices in the southeast region. proposed in solicitation.Additionally,if your company does not offer all products and services in all 50 states,please describe any geographical limitations on any product or service offered. Outline any value-added capabilities not Advanced Roofing,Inc.value-add is our ability to self-perform difficult projects on existing already addressed. occupied buildings. Implementation and support plan Describe your company's implementation Advanced Roofing,Inc.has account executives that do in person or online training of all of and training plan for new customers. our software that integrate with our services.We like to perform this training when a new customer comes on board and perform a 90-day follow up to ensure there are no issues. Page 6 of 46 Outline what ongoing communication and Advanced Roofing,Inc's web-based service management software is our customers complete support is available to customers and key visibility on where our services are at from start to finish. stakeholders. Outline your organization's commitment to Advanced Roofing,Inc.has a dedicated safety division that ensures all policies and jobsite safety including any specific procedures are followed.Every project has a site-specific safety plan. policies,practices,or initiatives. Project management capabilities Describe project management capabilities Advanced Roofing,Inc.has twenty(20)project managers that ensure projects are including scheduling,coordination, coordinated,scheduled,and communicated on a daily basis to ensure a successful project. progress monitoring,and reporting processes. Outline capabilities to provide Advanced Roofing,Inc.has a standard workflow with SOP's to ensure all of these tasks are comprehensive project documentation completed.Advanced Roofing,Inc.uses SpitFire project management software to track all of including submittals,change orders,and our documentation. close-out documentation. Describe your quality control processes Advanced Roofing,Inc.has a dedicated Quality Control department performing daily/weekly including inspections,testing,and quality inspections of our work being performed.Please see attached QC write up. assurance measures. Describe your organization's ability to Advanced Roofing,Inc.is very familiar with handling multiple projects simultaneously as we handle multiple concurrent projects and are currently performing services on over two hundred(200)projects. how you allocate resources to ensure timely completion. Performance bonding Provide your company's performance bond Advanced Roofing,Inc.has a bonding capacity of$150,000,000.00. plan as described in the scope herein. Customer service/problem resolution Describe your company's Customer Service Advanced Roofing,Inc.Customer Service department is available from 7:00 am—6:00 pm Department(hours of operation,how you Monday-Friday. resolve issues,number of service centers, etc.). Financial condition of vendor Demonstrate your financial strength and See attached Financials. stability with meaningful data. This could include,but is not limited to,such items as financial statements,SEC filings,credit& bond ratings,letters of credit,and detailed refence letters What was your annual sales volume over $185,000,000 per year. last three(3)years? Outline the process timeline for product Advanced Roofing,Inc.is very familiar with performance contracting.We have to meet tight History of meeting products and services pickup, ickuP deliveryand any other applicable deadlines on projects on a daily basis that have substantial liquidated damages. deadlines _ capabilities not already addressed. Other factors relevant to this section as submitted Describe the capacity of your company to Advanced Roofing,Inc.has sophisticated accounting and project management software that by the Respondent provide management reports,i.e. allows us to provide customized reports to meet our customers'needs.These reports would consolidated billing by location, time and have to be established once we understand the customers'requirements. attendance reports, etc.for each eligible agency _ Page 7 of 46 Provide your safety record,safety rating, See attached safety rating/record. EMR and worker's compensation rate where available. Qualification and Experience (25 Points) Respondent reputation in the marketplace Provide a link to your company's website https://www.advancedroofing.com/ Please provide a brief history of your See attached Company Profile. company,including the year it was established. Past relationship with Region 10 ESC and/or Have you worked with Region 10 in the Advanced Roofing,Inc.has not worked with Region 10 in the past. Region 10 ESC members past?If so,provide the timeframe and main contact for that work? Experience and qualification of key employees Please provide contact information and See attached resumes for Michael Kornahrens,Steve Schoen,Tomara Martin,Tetiana Litkovska, resumes for the person(s)who will be and Diane Craig. responsible for the following areas. Region 10 requests contacts to cover the following: *Executive Support *Account Manager *Contract Manager *Marketing *Billing,reporting&Accounts Payable Past experience working with the public sector What are your overall public sector sales, Advanced Roofing,Inc.has averaged around$80,000,000 a year in public sector work. excluding Federal Government,for last three(3)years? What is your strategy to increase market Advanced Roofing, Inc.is investing stand-alone government business development and sales share in the public sector? members throughout the southeast U.S.The team is currently comprised of four(4)team members. Past litigation,bankruptcy,reorganization,state Provide information regarding whether See attached Litigation History. investigations of entity or current officers and your firm,either presently or in the past, directors has been involved in any litigation, bankruptcy,or reorganization. Minimum of 5 public sector customer references Provide a minimum of five(5)customer See attached Public Sector Customer References list. relating to the products and services within this references for product and/or services of RFP similar scope dating within the past 3 years. Please try to provide references for K12,Higher Education,City/County and State entities. Provide the entity;contact name& title;city&state;phone number; years serviced;description of services;and annual volume Company profile and capabilities Do you plan to sell to customers directly, Advanced Roofing,Inc.plans on self-performing all work. use resellers or subcontractors,or a combination of both?If you intend to use resellers and/or subcontractors,describe your process for ensuring that resellers and Page 8 of 46 subcontractors comply with the pricing nod terms of the contract. Exhibited understanding of cooperative No answer is required.Region 10 will utilize your overall response to this questionnaire to make this determination.Previous experience purchasing with cooperatives is not necessary to score well for this criterion. Other factors relevant to this section as submitted If your company is a privately held Advanced Roofing,Inc.is a private family owned and operated company.None of our owners by the Respondent organization,please indicate if the have ever been convicted of a felony. company is owned or operated by anyone who has been convicted of a felony. If yes, a detailed explanation of the names and conviction is required. Provide a copy of all current licenses,registrations and certifications issued by federal,state and local agencies,and any other licenses, registrations or certifications from any other governmental entity with jurisdiction,allowing Respondent to perform the covered services. These will be provided in the space provided in Form 3.No answer is required here. MWBE Status and/or Program Capabilities(10 Points) MWBE status,subcontractor plan,and/or joint Please indicate whether you hold any N/A venture program diversity certifications,including,but not limited to MWBE,SBE,DBE,DVBE,HUB,or HUBZone Do you currently have a diversity program Advanced Roofing,Inc.has a mentor protégé program with a disabled veteran owned in place,such as a Mentor Protégé company. Program or subcontractor program?If you have a diversity program,please describe it and indicate whether you plan to offer your program or partnership through Equalis Group? Please attach any certifications you have as part of your response to Form 3. Good faith efforts to involve MWBE Did your company contact MWBEs or N/A subcontractors in response minority chambers of commerce by telephone, written correspondence,or trade associations at least one week before the due date of this RFP to provide information relevant to this opportunity and to determine whether any MWBEs were interested in subcontracting and/or joint ventures? Demonstrated ongoing MWBE program Outline your subcontractor strategy and Advanced Roofing,Inc.works with a variety of MWBE subcontractors.The subcontractor efforts your organization takes to include varies based on the type of work required for project. MWBE subcontractors in future work, including but not limited to efforts to reach out to individual MWBE businesses, minority chambers of commerce,and other minority business and trade associations. Commitment to Service Equalis Group Members(10 Points) Page 9 of 46 Marketing plan,capability,and commitment Detail how your organization plans to Advanced Roofing,Inc.has a full-time Business Development team working daily with our market and promote this contract upon current 100+customers.We plan on using this contract with a variety of these customers. award,including how this contract will fit into your organization's current go-to- market strategy in the public sector. Detail how your organization will train your Advanced Roofing,Inc.already has trained staff that understand JOC contracts. sales force and customer service representatives on this contract to ensure that they can competently and consistently present the contract to public agency customers and answer any questions they might have concerning it. Acknowledge that your organization agrees Agreed. to provide its company logo(s)to Region 10 ESC and Equalis Group and agrees to provide permission for reproduction of such logo in marketing communications and promotions Ability to manage a cooperative contract Describe the capacity of your company to Advanced Roofing,Inc.is currently reporting on other contracts.Standard practice"" report monthly sales through this agreement to Equalis Group. Identify any contracts with other See attached Term Contract list. cooperative or government group purchasing organizations of which your company is currently a part of: Commitment to supporting agencies to utilize the If awarded a contract,how would you Advanced Roofing,Inc.meets with all of our current government customers on a quarterly contract approach agencies in regards to this basis.We would educate them about this contract in those meetings.We could also do email contract?Please indicate how this would marketing campaigns. work for both new customers to your organization,as well as existing. Other factors relevant to this section as submitted Provide the number of sales Advanced Roofing,Inc.has four(4)dedicated sales representatives for the government by the Respondent representatives which will work on this sector.We also have three(3)Business Development individuals working alongside the sales contract and where the sales representative.These individuals are located throughout Florida. representatives are located. Page 10 of 46 EXPERIENCE MATTERS. ADVANCED = ROOFING CC-0O24413 4111110111011111111 ESTABLISHED 1983 PUBLIC SECTOR CUSTOMER REFERENCES Collier County Contact: James Williams, Facilities Management Division Manager, Facilities Management Location: Naples, FL 34112 Phone: (239) 252-8380 Years Serviced: 4 Years Description of Services: Two Hundred plus (200+) building Roof Asset Management Program, Preventative Maintenance and roof repair services, Roof Replacements. Annual Volume: $500,000+ City of Cape Coral Contact: Rigo Chacon, Public Works Department -Facilities/Projects Manager Location: Cape Coral, FL 33915 Phone: (239) 574-0477 Years Serviced: 3 Years Description of Services: Post-Hurricane Roof Asset Management Services, Roof Repairs, Preventative Maintenance, Roof Replacements for multiple buildings. Annual Volume: $250,000+ City of Sunrise Contact: Mark Pacitti, Director of Facilities Location: Sunrise, FL 33351 Phone: (954) 746-3295 Years Serviced: 5+Years Description of Services: Fifty plus (50+) building Roof Asset Management Program, Preventative Maintenance and roof repair services, Roof Replacements. Annual Volume: $500,000+ South Florida Water Management District Contact: Tjerk Van Veen, Section Leader— Infrastructure Management Section Location: West Palm Beach, FL 33406 Phone: (561) 682-2717 Years Serviced: 3 Years Description of Services: Seventy plus (70+) Building Roof Asset Management Program, Preventative Maintenance and roof repair services. Annual volume: $100,000+ www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale! Florida 33311 EXPERIENCE MATTERS, ADVANCED = R00FlNG .= CC-0O24-413ESTABLISHED 1983 School Board of Broward County Contact: Deborah Czubkowski, Chief Facilities Officer Location: Fort Lauderdale, FL 33311 Phone: (754) 321-2659 Years Serviced: 20 Years Description of Services: Large roofing replacements, HVAC, Leak support, Annual Warranty Inspections. Annual Volume: $3,000,000+ www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street ! Fort Lauderdale' Florida 33311 EXPERIENCE MATTERS. ADVANCED ROOFING.= ESTABLISHED 1983 Policy Regarding Quality Control and Quality Assurance Roofing and Sheet Metal Operations Our mission is to provide quality roof installation along with service and maintenance of existing roof systems to the degree of exceeding customer expectations, manufacturer requirements, code enforcement, and industry standards. We not only strive to exceed requirements and expectations in the installation of the roof system but also in customer service. Quality control and assurance is built into the culture of Advanced Roofing. Upon request for proposal we educate ourselves to the client's needs and expectations to provide the best value to the client. We perform thorough site visits, condition reviews, and cost analysis. This is all compiled and then communicated with the client to provide the client with the best possible roof system to suit the client's needs. Upon award of a proposed project, we conduct thorough handoff meetings with our estimator to production department representatives to insure that all specific information for the project is communicated accurately from the proposal process to the close out process. There are project manuals that are composed and given to the project manager, construction manager, and site foreman. This insures that the project information stays integral throughout the process from start to finish. If possible, site meetings are scheduled with the client and our construction manager and site foreman to review all project information. www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22"d Street I Fort Lauderdale I Florida 33311 I LIC#CCCO24413 EXPERIENCE MATTERS ADVANCED (0) ROOFING.=ESTABLISHED 1983 The site foreman is a non-working foreman whose focus is in insuring that the project requirements are being followed as planned. In the event that an unforeseeable event or condition occurs, the site foreman works with the construction manager to insure lines of communication remain open to the client so that any actions required can be communicated quickly and efficiently. It is the foreman's primary duty to insure the installation of the roofing system is being installed at a professional and beyond expectation manner. The foreman has the authority to make corrective actions if needed. This individual conducts daily testing such as field cuts to insure that the installation conforms to the manufacturer, code enforcement, industry standard, and contractual requirements. We conduct routine and thorough training classes with all of our technicians. These classes are "in house" as well as third party taught classes. We believe that providing the routine training to our employees results in a more complete technician who employs the best practices for roof installation. It is important to us that our employees are provided with the best industry practices along with the most current product and technological methods. Including safety training, NRCA industry standard training, and manufacturer installation training. The construction manager is the next line of accountability for insuring that all facets of the project are being processed correctly. The construction manager routinely inspects the ongoing installation for conformance to all code, industry, manufacturer, and contractual requirements. This representative has the authority to alter, stop, or remove and replace sub-par installation. The construction manager insures that all logistics for the project are handled to minimize any impact to customer's daily activities or operation. The construction manager will conduct daily inspections of the project to insure the installation is being provided per requirements. Daily photographs and a daily report confirming that these requirements are being achieved is documented. A weekly meeting is held with this level of management to review ongoing installations and insure that all work installed is being performed per Advanced Roofing and Florida Building Code requirements. A project manager is assigned to each project. This individual will conduct random site visits to confirm that all contractual requirements, along with quality control requirements are being provided. www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale I Florida 33311 1 LIC#CCCO24413 EXPERIENCE MATTERS ADVANCED A ROOFING.= ESTABLISHED 1983 We employ a quality control manager. This representative provides another independent view and perspective for insuring that our installations are meeting and exceeding all requirements. This individual works with field technicians during ongoing installations to provide guidance, field demonstration, requirement accountability, and training. In process inspections are conducted routinely by this individual to insure the installation is being provided at the highest level of workmanship. These inspections are conducted separate from production demands with focus directed strictly on quality of installation. Any deficiencies noted during such inspections are communicated to the construction manager and site foreman along with remediation efforts to assure that the installation is the best possible quality. Deficiencies can apply to product manufacturer requirements, code enforcement requirements, contractual requirements, and industry standard requirements. In addition, we have a full-time safety officer that attends all job sites at the pre- construction meeting as well as random visits to ensure that we are in compliance with all safety requirements and that our employees are working as safe as possible. This individual will review the foreman's daily safety (tool box talks) meeting notes and log to insure that safety is routinely discussed and practiced among our employees. This individual provides routine safety training to all of our employees. Our foremen are CERTA trained and certified. Our foremen and construction managers are all OSHA 30 certified. We rely in great part on our reputation as a quality driven company to insure future business from satisfied clients and their recommendations. It is paramount that to us that all facets of our business operate with a mind set that exemplifies quality. We request that at the end of all projects that our customer review with our construction manager a brief survey to review that customer satisfaction has been achieved. We use any information or suggestion received to increase our offering as a business that provides the ultimate in quality installation and customer service. www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale I Florida 33311 1 LIC#CCCO24413 EXPERIENCE MATTERS. ADVANCED = ROOFING x Year Plaintiff Defendant Case No. County Court Status Comments/Project Outcome Attorney for Plaintiff Attorney for Defendant 2017 ADVANCED ROOFING,INC. FIRST STANDARD ASSURETY, 17-CA-001785 Hillsborough Circuit Open Non-payment for work performed. Pending The Kendrick Law Firm LLLP,KENYON&PARTNERS,INC (amount in dispute$150,000) 499 NW 70th Ave.Suite Kassel Law Group.PLLC 108 Plantation,FL 33317 4016 Henderson Blvd..Suite E Tampa,FL 33629 2020 ADVANCED ROOFING,INC. Gator Delray,L.0 CACE-20-002444(09) Broward Circuit Closed Non-payment for work performed. Confidential Settlement The Kendrick Law Firm Mark Goldstein,Esq.,1835 NE (amount in dispute$25,000) 499 NW 70th Ave,Suite Miami Gardens Drive.Suite 108 Plantation,FL 33317 211,Miami,FL 33179 2020 ADVANCED ROOFING.INC. Gator Sheridan,Inc. COWE-20-003446(83) Broward County Closed Non-payment for work performed. Confidential Settlement The Kendrick Law Firm Mark Goldstein,Esq.,1835 NE (amount in dispute$15,000) 499 NW 70th Ave,Suite Miami Gardens Drive,Suite 108 Plantation,FL 33317 211,Miami,FL 33179 2020 Eric Vogel Advanced Roofing Inc 50202OCA001593)DCOGMB Palm Beach Circuit Closed Property damage(amount in dispute Confidential Settlement. Salpeter Gitkin,LLP,3864 The Kendrick Law Firm 499 $30,000) Sheridan Street,Hollywood, NW 70th Ave,Suite 108 FL 33021 Plantation,FL 33317 2020 Ignacio Diaz and Sara Diaz Olypus Insurance Company and 2020-003366-CA-01 Miami-Dade Circuit Closed Roof leak.(amount in dispute Confidential Settement. Alvarez,Feltman,Da Silva The Kendrick Law Firm 499 Advanced Roofing,Inc. $40,000) &Costa,P.L.,2525 SW NW 70th Ave.Suite 108 27th Avenue,Suite 201. Plantation,FL 33317 Miami,FL 33133 2020 Hollywood Comics and Citrus Park Mall Owner LLC,and 20-CA-1799 DIV K Hillsborough Circuit Closed Property damage(amount in dispute Confidential Settlement. Kaufman&Lynd,PLLC, Kubicki Draper 400 North Collectibles,Inc. Advanced Roofing,Inc.and Ramirez $50,000) 200 E.Robinson St.,Suite Ashley Drive.Suite 1200 Roofing,Inc. 250,Orlando,FL 32801 Tampa.FL 33602 2020 ADVANCED ROOFING.INC. Burke Construction,Inc et al. 2020-006234-CA-01(32) Miami-Dade Circuit Closed Non-payment for work performed. Confidential Settlement. The Kendrick Law Firm Elder&Lewis,P.A.,9155 S. (amount in dispute$80,000) 499 NW 70th Ave,Suite Dadeland Blvd.,Suite 1110. 108 Plantation,FL 33317 Miami,FL 33156 2020 Universal Property Casualty Advanced Roofing Inc.and Key 2020-027854-SP-05 Miami-Dade County Closed Minor Water Damages(less than Confidential Settlement. Andreu,Palma,Lavin& The Kendrick Law Firm 499 Insurance Company Islander Condominium Association $8 000) Solis,PLLC NW 70th Ave,Suite 108 Inc 887 Donald Ross Road Plantation,FL 33317 Juno Beach,FL 33408 2020 ADVANCED ROOFING,INC. Travelers Casaulty CACE-20-015449(14) Palm Beach Circuit Closed Non-payment for work performed. Confidential Settlement. The Kendrick Law Firm Taylor Espino Vega&Touron, 499 NW 70th Ave,Suite PLLC,201 Alhambra Circle, 108 Plantation,FL 33317 Suite 801,Coral Gables,FL 33134 2021 Park Place Condo Advanced Roofing.Inc CACE-21-002028 Broward Circuit Closed Expansion joint leaks and repairs Confidential Settlement. Mallory Law Group,2074 The Kendrick Law Firm 499 (amount in dispute$30,000) West Indiantown Road, NW 70th Ave,Suite 108 Suite 201,PO Box 8858 Plantation,FL 33317 Jupiter,FL 33468 2021 Everett and Mary Sprigler Regatta at Vanderbilt Condo;T- 11-2019-CA-004703-001 Collier Circuit Closed Condo unit owner leak claim(amount Confidential Settlement. Padgett Law,P.A. The Kendrick Law Firm 499 Mobile;Betacorn;Advanced Roofing, in dispute$15,000) 201 E.Kennedy Blvd.,Suite NW 70th Ave,Suite 108 Inc. 600 Plantation,FL 33317 Tampa,FL 33602 2021 ADVANCED ROOFING.INC Concorde Group Holdings.LLC CACE-21-005191(12) Broward Circuit Closed Non-payment forwork performed Confidential Settlement. The Kendrick Law Firm Nelson Mullins,1905 NW (amount in dispute$30,000) 499 NW 70th Ave,Suite Corporate Blvd.,Suite 310, 108 Plantation,FL 33317 Boca Raton,FL 33431 2021 Prudes Wig Studio Advanced Roofing,Inc. 2020-007824-CA-01(05) Miami-Dade Circuit Closed Tenant propety damage(amount in Confidential Settlement. Sutton Law Group,P.A., The Kendrick Law Firm 499 dispute$1,000) 7721 SW 62nd Avenue, NW 70th Ave.Suite 108 Suite 101,South Miami,FL Plantation,FL 33317 33143 2021 Castle Key Insurance Advanced Roofing.Inc. CC21-3510 St.Johns County Open Unit owner property damage(amount Pending Derevere Stevens Black& The Kendrick Law Firm 499 in dispute$1,000 Cozad,2005 Vista Parkway,NW 70th Ave,Suite 108 Suite 210 West Palm Plantation,FL 33317 Beach,FL 33411 2022 ADVANCED ROOFING,INC Federal Insurance Company 2022-007776-CA-01 Miami-Dade Circuit Closed Non-payment for work performed Voluntary Dismissal The Kendrick Law Firm None (amount in dispute$100,000) 499 NW 70th Ave,Suite 108 Plantation,FL 33317 Alilli Year Plaintiff Defendant Case No. County Court Status Comments/Project Outcome Attorney for Plaintiff Attorney for Defendant 2022 ADVANCED ROOFING,INC Bandes Construction,Inc. 22-003605-CI(13) Pinellas 'Circuit Open Non-payment for work performed Pending The Kendrick Law Firm Waiters Levine&Degrave,601 (amount in dispute$40,000) 499 NW 70th Ave,Suite Bayshore Blvd.,Suite 720, 108 Plantation,FL 33317 Tampa,FL 33606 2022 ADVANCED ROOFING.INC Tucker Outdoor Services,Inc COWE-22-003403(82) Broward County Open Breach of Contract Materials Supplier Judgment in favor of Advanced The Kendrick Law Firm None (amount in dispute$30,000) Roofing 499 NW 70th Ave,Suite 108 Plantation,FL 33317 2023 ADVANCED ROOFING.INC. Investements SWK,LLC CACE-23-018201 Broward Circuit Open Non-payment for work performed Pending The Kendrick Law Firm None at this time (amount in dispute$160,000) 499 NW 70th Ave.Suite 108 Plantation,FL 33317 2023 TF North Run,LLC Advanced Roofing,Inc.et.al 23-027927-CA-01 Miami-Dade Circuit Open Contract dispute(amount In dispute Pending Scott D.Kravetz,Esq.and The Kendrick Law Firm 499 is in excess of$50,000) Morgan L.Swing,Esq.. NW 70th Ave,Suite 108 Duane Morris,LLP,counsel Plantation,FL 33317 for TF North,201 S. Biscayne Blvd.,Suite 3400. Miami,FL 33131 2023 Guerami Advanced Roofing,Inc.et.al 23.025797-CA-01 Miami-Dade Circuit Open Condo unit owner leak claim(amount Penidng Aaron S.Bass.Esq. The Kendrick Law Firm 499 in dispute is in excess of 550,000) Silver,Bass&Brams,P.A., NW 70th Ave,Suite 108 Counsel for Plaintiffs,500 Plantation,FL 33317 South Australian Avenue, Suite 1010,West Palm Beach,FL 33401-6237 2024 ADVANCED ROOFING,INC Harbourage Condominium CACE-24-001012(14) Broward '.Circuit Open Non-payment for work performed Pending The Kendrick Law Finn None at this time (amount in dispute is$80,000) 499 NW 70th Ave,Suite • 108 Plantation,FL 33317 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 ' ' W Secretary of tate Tracking Number:8321108239CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.su nbiz.org/Filings/CertificateOfStatus/CertificateAuthentication ilrrrnrn■■ME y.rrri i A 1.11111 it dV�� .N4,,L Ron DeSantis,Governor Melanie S. Griffin. Secretary ��� ba, 4.4 Lf4-4; "` :z„ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD L v i,s.: THE ROOFING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES ► I ` •�: s q !(- r'Sim. .- -_" i • • KORNAHRENS, ROBERT P ottk ADVANCED ROOFING INC VSO: 1950 NW 22ND STREET 04166. l FORT LAUDERDALE FL 33311 • .1 • LICENSE NUMBER: CCCO24413 EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com El ,• •.:::4 El '. ., .'� Do not alter this document in any form. '~ ;o : This is your license. It is unlawful for anyone other than the licensee to use this document. 0 'f 1 `' Ron DeSantis, Governor f Melanie S.Griffin, Secretary FI nda . 14r1 Nil 1 y. ,s. , r 4,...,, ,-..:,. STATE OF FLORIDA sDEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FL,:' DA STATUTES ,„ . a... *1..... ......._ .. . i 44, ST' KORNAHRENS, ROBERT P` t ADVANCED ROOFING INC --ti �• r 1950 NORTHWEST 22ND STREET FORT LAUDERDALE ,, FL 33311r %II'.. • ._.. ._. . 1. , • ,t , .. :•... _ : .,,,,,t,-• __..,, . ....,. mos- NUMBEIM:CGC1507377 I EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com % ��,,r ,.', Do not alter this document in any form. ii' 1 o : This is your license. It is unlawful for anyone other than the licensee to use this document. ❑Gr z 1 —_ cA.: :,. — Ron DeSantis.Governor Melanie S. Griffin. Secretary A��= dba , .. , ,,_. ,....„,,,, , ,4'. i",-.1-„,;_ .-.; .„ - li , r , ...„, a`' ��, - �'• p STATE OF FLORIDA �D , DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE CLASS A AIR CONDITIONING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF C_ HAPTER 489, FLORIDA STATUTES • ., tit.... .'I •' "- • • 14 KORNAit HRENS, THOMAS MICHAEL Ap� ADVANCED ROOFING, INC ` ,' "; 1950 NW 22ND ST %i►;+ FORT LAUDERDALE., FL 33311- ;. 0 L LICENSEE 1Vv1BER: CAC1818806�� EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com a,- }, o h _ .l141 ; � Do not alter this document in any form. 177,7!••.;0••• � • =ti i • 77,7!••;o • This is your license. It is unlawful for anyone other than the licensee to use this document. Q ' i dF. :4? ,, Ron DeSantis. Governor -, = Melanie S.Griffin. Secretary t w :� I° • FI rida INr4 !, J..... : ' STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS' LICENSING BOARD THE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES r* . I•, y ...... ...... .... ... i, ..........ii 11.vie, .. 1 f ' --'i,. . • .'•'7...-... .4 IP :77 a Sit ERVON E, MICHAEL SCOTT • ' , ADVANCED ROOFING, INC.-.--,/r, 0: I '' ` . 1950 NW 22ND STREET ; • FORT LAUDERDALE. FL 33311 ; • —L 1`1 %1 ..•__ LICENSE NUMBER: EC1 Y!: 150 EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com `l lL•_, �•� , Do not alter this document in any form. ' ...'%.-A.: H "4:1-4.4. •?o ' This is your license. It is unlawful for anyone other than the licensee to use this document. rr t l ?F ta� Ron DeSantis, Governor Melanie S.Griffin.Secretary _,s,�,rba lor ,_ STATE OF FLORIDA GoD~�.i DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE SOLAR CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES g. - 1 �s • i � vr� . ' _ .. ..� •i • — 1 SOCKMAN, CLINTON ALAN i k' st ► ADVANCED ROOFING INC,- 0,0, 1950 NW 22ND STREET / FORT LAUDERDALE .. FL FL 33311, • % A P*4 ''.'....'.:: 0 ; '?1.>1Z ,/ • '1 pr '114 ••..•'•ism.• •1 LIC , 'N �'. $792 EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com El ..,e.A 0 -V _ Do not alter this document in any form. yqo. . This is your license. It is unlawful for anyone other than the licensee to use this document. 011, 411%. 40 41114 41111k 4110i Ob. 1" \IABCEP Raising Standards. Promoting Confidence. NABCEP The North American Board of ERTIF CertifiedPractitioners Energy Practitioners does hereby recognize that PV Installation Professional CLINTON SOCKMAN has satisfied the requirements and standards for the PV Installation Professional established by the NABCEP Board of Directors. Certification # PV-101913-002781 Expires 12/19/2025 Donald B.Warfield, Board Ctilan To verify current status visit www.nabcep.org 4 04 -- 4111,411,4111 `4 iii-aw-- „..".....,,,,,..._, 4-,.r „ T 1 4' # !'tom$ w► „ 1 1 NABcEp. Raising Standards. Promoting Confidence. viallillibt t it-. t NABCEP . . CERTIFIED ,v-' The North American Board of SYSTE i JNSPE I . Certified Energy Practitioners does hereby recognize that Photovoltaic s b AI ,, YANFEI DING has satisfied the requirements and standards for the Photovoltaic System Inspector Certification # PVSI-072019-028634 established by the NABCEP Board of Directors. f Expires 09/20/2025 20 ---,-,------, '-1.3 L� Donald B.Warfield, Board C an 0 To verify current status visit www.nabcep.org r 1111111111110 I ., illiglat - ' AI- t- i * ♦ ♦ t * 1 * * 1 1' lk ! w f # * IP *,T* I* di A A 411Ik 41111 illi Ilk A 4111 ilk ill Alk AAA ilk A ili 44t I 4 4 Raising Standards. Promoting Confidence. �e t III NABC • III . ( r The North American Board of CERTIFIED . . . . Certified Energy Practitioners 11; —,„„„....... dE Aoes herebyrecognize that 1 9 PV Technical Sales t li Professi Dna I THOMAS GRIFFITH It 1 has satisfied the requirements and standards for the PV Technical Sales Professional - established by the NABCEP Board of Directors. 1 Certification # PV-120521-013589 0 1, Expires 12/04/2024 EV A ' -7.....„ --;:s LD JO r Donald B.Warfield, Board Ch ,e±..___, ' an p 160 . 41 IL: To verify current status visit www.nabcep.org t n :�+ te l " ' _ . i ARon DeSantis.Governor Melanie S.Griffin,Secretary � . = F i3 P El ''i 'b FLORIDABOARDOF F PROFESSIONAL ENGINEERS STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS .� f 4 THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES • MYERS, GORDON WILLIAM ' ►0tt4` 4950 NW 7TH ` " C COCONUT CREEK FL 33063oak;' • * • • ♦• - •rte e 1 1 . ' • LICENSE NUMBER: PE36852 EXPIRATION DATE: FEBRUARY 28, 2025 Always verify licenses online at MyFloridaLicense.com ❑ 1' 94- . ,r.-10 . Do not alter this document in any form. �'• ;o` This is your license. It is unlawful for anyone other than the licensee to use this document. ❑ Y i Ron DeSantis. Governor r , r. Melanie S.Griffin,Secretary ,". FBPE •� ' ` ., ir '111 FLORIDA BOARD OF STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS it orti i"'r'i' THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES 06 i �_ _ •1._ ... -_.i IA 1 .+ ,. a —r •a•• MORRIS, RUSSELL FRANCIS ;,1 1950 NW 22ND STREET jel; ;N. FORT LAUDERDALE FL 33311 ► ' • - ` •• 4 -4 I J1+► t -/l.,.L. / /I" * I jh.N. +. , sem. i socip LICENSE NUMBER: PE85793 EXPIRATION DATE: FEBRUARY 28, 2025 Always verify licenses online at MyFloridaLicense.com o ! 0 r �■. L r.,, .f• Do not alter this document in any form. t• - ❑ �rT; . 'o'. This is your license. It is unlawful for anyone other than the licensee to use this document. i PROPOSAL FORM 4: CLEAN AIR WATER ACT I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970,as Amended (42 U.S. C. 1857 (h), Section 508 of the Clean Water Act,as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation,40 CFR Part 15 as required under OMB Circular A-102,Attachment 0, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. Potential Vendor: Advanced Roofing. Inc. Title of Authorized Representative: Robert P. Karnahrens, Presdent Mailing Address: 1950 NW 22n d St.,Fort Lauderdale,FL 33311 Signature: _ __. Page 12 of 46 PROPOSAL FORM 5: DEBARMENT NOTICE I,the Vendor, certify that my company has not been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension",as described in the Federal Register and Rules and Regulations. Potential Vendor: Advanced Roofing, Inc. Title of Authorized Representative: Robert P.Komahrens, President Mailing Address: 1950 NW 22nd St., Fort Lauderdale,FL 33311 r 74 / Signature: /' Page 13 of 46 PROPOSAL FORM 6: LOBBYING CERTIFICATION Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by Section 1352, Title 31, U.S.Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The undersigned certifies,to the best of his/her knowledge and belief,that: 1. No Federal appropriated funds have been paid or will be paid on behalf of the undersigned, 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 the awarding of a Federal contract, the making of a Federal grant,the making of a Federal loan,the entering into a cooperative agreement,and the extension, continuation, renewal,amendment, or modification of a Federal contract,grant. loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been 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 or cooperative agreement,the undersigned shall complete and submit Standard Form LLL, "Disclosure of Lobbying Activities," in accordance with its instructions 3. The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all appropriate tiers and that all sub-recipients shall certify and disclose accordingly /////� Robert P Kornahrens Signature of Respondent 04 26.2024 Date Page 14 of 46 PROPOSAL FORM 7: CONTRACTOR CERTIFICATION REQUIREMENTS Contractor's Employment Eligibility By entering the contract,Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA), and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statutes of the states it will operate this contract in Participating Government Entities including School Districts may request verification of compliance from any Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws. Should the Participating Entities suspect or find that the Contractor or any of its subcontractors are not in compliance,they may pursue any and all remedies allowed by law, including, but not limited to: suspension of work,termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. The Respondent complies and maintains compliance with the appropriate statutes which requires compliance with federal immigration laws by State employers, State contractors and State subcontractors in accordance with the E-Verify Employee Eligibility Verification Program. Contractor shall comply with governing board policy of the Region 10 ESC Participating entities in which work is being performed. Fingerprint & Criminal Background Checks If required to provide services on school district property at least five(5)times during a month, contractor shall submit a full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately, the school district may fingerprint those persons or employees. An exception to this requirement may be made as authorized in Governing Board policy. The district shall conduct a fingerprint check in accordance with the appropriate state and federal laws of all contractors,subcontractors or vendors and their employees for which fingerprints are submitted to the district. Contractor, subcontractors, vendors and their employees shall not provide services on school district properties until authorized by the District. The Respondent shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted. Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed. /� ,," Robert P Kornahrens 04.26.2024 Signature of Respondent Date Page 15 of 46 PROPOSAL FORM 8: ANTITRUST CERTIFICATION STATEMENTS (Tex.Government Code § 2155.005) I affirm under penalty of perjury of the laws of the State of Texas that: (1)I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation,firm, partnership or individual (Company) listed below; (2) In connection with this proposal, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; (3) In connection with this proposal, neither I nor any representative of the Company has violated any federal antitrust law;and (4) Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this proposal to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. VENDOR Advanced Roofing, Inc. ADDRESS 1950 NW 22nd St., RESPON DANT Fort Lauderdale, FL 33311 Signature Michael Kornahrens PHONE Office:(954)522.6868, Printed Name Contact-Michael Kornahrens: (954)5533.8577 Executive Vice President/Managing Partner FAX (954)566 2967 Position with Company AUTHORIZING OFFICIAL 7/A' Signature Robert P. Kornahrens Printed Name President Position with Company Page 16 of 46 PROPOSAL FORM 9: IMPLEMENTATION OF HOUSE BILL 1295 Certificate of Interested Parties(Form 1295): In 2015,the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or(2) has a value of at least$1 million.The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the commission's website.The commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015.The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law. The commission does not have any additional authority to enforce or interpret House Bill 1295. Filing Process: Staring on January 1, 2016,the commission will make available on its website a new filing application that must be used to file Form 1295. A business entity must use the application to enter the required information on Form 1295 and print a copy of the completed form, which will include a certification of filing that will contain a unique certification number. An authorized agent of the business entity must sign the printed copy of the form and have the form notarized.The completed Form 1295 with the certification of filing must be filed with the governmental body or state agency with which the business entity is entering into the contract. The governmental entity or state agency must notify the commission, using the commission's filing application, of the receipt of the filed Form 1295 with the certification of filing not later than the 30th day after the date the contract binds all parties to the contract.The commission will post the completed Form 1295 to its website within seven business days after receiving notice from the governmental entity or state agency. Information regarding how to use the filing application will be available on this site starting on January 1, 2016. https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Page 17 of 46 PROPOSAL FORM 10: BOYCOTT CERTIFICATION AND TERRORIST STATE CERTIFICATION BOYCOTT CERTIFICATION Respondent must certify that during the term of any Agreement, it does not boycott Israel and will not boycott Israel. "Boycott" means refusing to deal with,terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. Does vendor agree? (Initials of Authorized Representative) Respondent must certify that it does not have a practice, policy,guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Respondent must aslo certify that it does not boycott energy companies; and will not boycott energy companies during the term of the contract. Does vendor agree? (Initials of Authorized Representative) TERRORIST STATE CERTIFICATION In accordance with Texas Government Code, Chapter 2252, Subchapter F, REGION 10 ESC is prohibited from entering into a contract with a company that is identified on a list prepared and maintained by the Texas Comptroller or the State Pension Review Board under Texas Government Code Sections 806.051, 807.051, or 2252.153. By execution of any agreement, the respondent certifies to REGION 10 ESC that it is not a listed company under any of those Texas Government Code provisions. Responders must voluntarily and knowingly acknowledge and agree that any agreement shall be null and void should facts arise leading the REGION 10 ESC to believe that the respondent was a listed company at the time of this procurement. Does vendor agree? (Initials of Authorized Representative) Page 18 of 46 PROPOSAL FORM 11: RESIDENT CERTIFICATION This Certification Section must be completed and submitted before a proposal can be awarded to your company. This information may be placed in an envelope labeled "Proprietary" and is not subject to public view. In order for a proposal to be considered,the following information must be provided. Failure to complete may result in rejection of the proposal: As defined by Texas House Bill 602, a "nonresident Bidder" means a Bidder whose principal place of business is not in Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. Texas or Non-Texas Resident ❑ I certify that my company is a "resident Bidder" ❑ I certify that my company qualifies as a "nonresident Bidder" If you qualify as a "nonresident Bidder," you must furnish the following information: What is your resident state? (The state your principal place of business is located.) Compan y Name Address City State Zip Page 19 of 46 PROPOSAL FORM 12: FEDERAL FUNDS CERTIFICATION FORM When a participating agency seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to,the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or"EDGAR" requirements). All Vendors submitting proposals must complete this Federal Funds Certification Form regarding Vendor's willingness and ability to comply with certain requirements which may be applicable to specific participating agency purchases using federal grant funds.This completed form will be made available to participating agencies for their use while considering their purchasing options when using federal grant funds. Participating agencies may also require Vendors to enter into ancillary agreements, in addition to the contract's general terms and conditions, to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below,Vendor should certify Vendor's agreement and ability to comply,where applicable, by having Vendor's authorized representative complete and initial the applicable lines after each section and sign the acknowledgment at the end of this form. If a vendor fails to complete any item in this form, Region 10 ESC will consider the Vendor's response to be that they are unable or unwilling to comply. A negative response to any of the items may, if applicable, impact the ability of a participating agency to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold currently set at $150,000,which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Any Contract award will be subject to Region 10 ESC General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order, participating agency ancillary contract, or Member Construction Contract agreed upon by Vendor and the participating agency which must be consistent with and protect the participating agency at least to the same extent as the Region 10 ESC Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal,you agree to these Vendor violation and breach of contract terms. Does vendor agree? (Initials of Authorized Representative) 2.Termination for Cause or Convenience: When a participating agency expends federal funds,the participating agency reserves the right to immediately terminate any agreement in excess of$10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror in the event Offeror fails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order; (2) make any payments owed; or (3) otherwise perform in accordance with the contract and/or the procurement solicitation. participating agency also reserves the right to terminate the contract immediately, with written notice to offeror, for convenience, if participating agency believes, in its sole discretion that it is in the best Page 20 of 46 interest of participating agency to do so. Offeror will be compensated for work performed and accepted and goods accepted by participating agency as of the termination date if the contract is terminated for convenience of participating agency.Any award under this procurement process is not exclusive and participating agency reserves the right to purchase goods and services from other offerors when it is in participating agency's best interest. Does vendor agree? (Initials of Authorized Representative) 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, all participating agency purchases or contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any participating agency purchase or contract that meets the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. Does vendor agree? (Initials of Authorized Representative) 4. Davis-Bacon Act: When required by Federal program legislation, Vendor agrees that, for all participating agency prime construction contracts/purchases in excess of$2,000, Vendor shall comply with the Davis-Bacon Act (40 USC 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition, Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at www.wdol.gov. Vendor agrees that,for any purchase to which this requirement applies,the award of the purchase to the Vendor is conditioned upon Vendor's acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland "Anti-Kickback"Act (40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. Page 21 of 46 Does vendor agree? - (Initials of Authorized Representative) 5. Contract Work Hours and Safety Standards Act: Where applicable,for all participating agency contracts or purchases in excess of$100,000 that involve the employment of mechanics or laborers,Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week.The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Does vendor agree? (Initials of Authorized Representative) 6. Right to Inventions Made Under a Contract or Agreement: If the participating agency's Federal award meets the definition of"funding agreement" under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that "funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. I Does vendor agree? (Initials of Authorized Representative) 7.Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended—Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. Does vendor agree? 0 Page 22 of 46 • (Initials of Authorized Representative) 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3CFR Part 1989 Comp. p. 235), "Debarment and Suspension."SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government-wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all participating agencies with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Does vendor agree? (Initials of Authorized Representative) 9. Byrd Anti-Lobbying Amendment: Byrd Anti-Lobbying Amendment (31 USC 1352) --Vendors that apply or bid for an award exceeding$100,000 must 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 USC 1352. Each tier must 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 non-Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with,the Byrd Anti-Lobbying Amendment (31 USC 1352). Does vendor agree? (Initials of Authorized Representative) 10. Procurement of Recovered Materials: For participating agency purchases utilizing Federal funds,Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a participating agency may require to confirm estimates and otherwise comply.The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, Page 23 of 46 and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Does vendor agree? (Initials of Authorized Representative) 11. Profit as a Separate Element of Price: For purchases using federal funds in excess of$150,000, a participating agency may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.323(b). When required by a participating agency, Vendor agrees to provide information and negotiate with the participating agency regarding profit as a separate element of the price for a particular purchase. However,Vendor agrees that the total price, including profit, charged by Vendor to the participating agency shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative Contract. Does vendor agree? (Initials of Authorized Representative) 12. Domestic Preference Vendor must be prepared to provide a comprehensive list of the number of goods, products, and/or materials (including but not limited to iron, aluminum, steel, cement, and other manufactured products) being used for specific purchase orders under the contract award which were produced in the United States upon request to Region 10 ESC or any Equalis member who intends to use this contract with federal funds. Does vendor agree? (Initials of Authorized Representative) 13. Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment Vendor agrees that recipients and subrecipients are prohibited from obligating or expending loan or grant funds to procure or obtain, extend or renew a contract to procure or obtain, or enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems 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 from companies described in Public Law 115-232, section 889.Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country are also prohibited. Does vendor agree? (Initials of Authorized Representative) 14. General Compliance and Cooperation with Participating Agencies: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a participating agency, it shall make a good faith effort to work with participating agencies to provide such information and to satisfy such requirements as may apply to a particular participating agency purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. Page 24 of 46 Does vendor agree? Yes, we agree RK (Initials of Authorized Representative) 15. Applicability to Subcontractors Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does vendor agree? Yes.we agree. KK (Initials of Authorized Representative) By signature below,I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. Advanced Rooting, Inc Company Name 41ZA. Signature of Authorized Company Official Robert P. Kornahrens Printed Name President Title 04.26 2024 Date Page 25 of 46 PROPOSAL FORM 13: FEMA REQUIREMENTS When a participating agency seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law.This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or "EDGAR" requirements). Additionally, Appendix II to Part 200 authorizes FEMA to require or recommend additional provisions for contracts. All respondents submitting proposals must complete this FEMA Recommended Contract Provisions Form regarding respondent's willingness and ability to comply with certain requirements which may be applicable to specific participating agency purchases using FEMA funds. This completed form will be made available to Members for their use while considering their purchasing options when using FEMA grant funds. Members may also require Supplier Partners to enter into ancillary agreements, in addition to the contract's general terms and conditions,to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Respondent should certify Respondent's agreement and ability to comply,where applicable, by having respondents authorized representative complete and initial the applicable lines after each section and sign the acknowledgment at the end of this form. If a Respondent fails to complete any item in this form, Region 10 ESC will consider the respondent's response to be that they are unable or unwilling to comply. A negative response to any of the items may, if applicable, impact the ability of a participating agency to purchase from the Supplier Partner using federal funds. 1.Access to Records For All Procurements The Winning Supplier agrees to provide the participating agency, the pass-through entity (if applicable),the FEMA Administrator,the Comptroller General of the United States, or any of their authorized representatives 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. The Winning Supplier agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. The Winning Supplier 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. Does Respondent agree? (Initials of Authorized Representative) For Contracts Entered into After August 1, 2017 Under a Major Disaster or Emergency Declaration In compliance with section 1225 of the Disaster Recovery Reform Act of 2018,the participating agency, and the Winning Supplier 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." Does Respondent agree? (Initials of Authorized Representative) 2. Changes Page 26 of 46 FEMA recommends that all contracts include a changes clause that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract.The language of the clause may depend on the nature of the contract and the procured item(s) or service(s). The participating agency should also consult their servicing legal counsel to determine whether and how contract changes are permissible under applicable state, local, or tribal laws or regulations. Does Respondent agree? (Initials of Authorized Representative) 3. Use of DHS Seal, Logo, and Flags The Winning Supplier shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval.The contractor shall include this provision in any subcontracts. Does Respondent agree? (Initials of Authorized Representative) 4. Compliance with Federal Law, Regulations,And Executive Orders and Acknowledgement of Federal Funding This is an acknowledgement that when FEMA financial assistance is used to fund all or a portion of the participating agency's contract with the Winning Supplier, the Winning Supplier will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. Does Respondent agree?_. (Initials of Authorized Representative) 5. No Obligation by Federal Government The federal government is not a party to this or any contract resulting from this or future procurements with the participating agencies 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. Does Respondent agree? (Initials of Authorized Representative) 6. Program Fraud and False or Fraudulent Statements or Related Acts The Winning Supplier 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. Does Respondent agree? (Initials of Authorized Representative) 7.Affirmative Socioeconomic Steps If subcontracts are to be let,the Winning Supplier is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5)to ensure that small and minority businesses, women's business enterprises, and labor surplus area firms are used when possible. Does Respondent agree? (Initials of Authorized Representative) 8. License and Delivery of Works Subject to Copyright and Data Rights Page 27 of 46 The Winning Supplier grants to the participating agency, 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 Winning Supplier will identify such data and grant to the participating agency 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 Winning Supplier will deliver to the participating agency data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the (insert name of the non-federal entity). Does Respondent agree? (Initials of Authorized Representative) Page 28 of 46 PROPOSAL FORM 14: ADDITIONAL ARIZONA CONTRACTOR REQUIREMENTS AZ Compliance with Federal and state requirements: Contractor agrees when working on any federally assisted projects with more than $2,000.00 in labor costs,to comply with all federal and state requirements, as well as Equal Opportunity Employment requirements and all other federal and state laws, statutes, etc. Contractor agrees to post wage rates at the work site and submit a copy of their payroll to the member for their files. Contractor must retain records for three years to allow the federal grantor agency access to these records, upon demand. Contractor also agrees to comply with the Arizona Executive Order 75-5, as amended by Executive Order 99-4. When working on contracts funded with Federal Grant monies, contractor additionally agrees to comply with the administrative requirements for grants, and cooperative agreements to state, local and federally recognized Indian Tribal Governments. AZ Compliance with workforce requirements: Pursuant to ARS 41-4401, Contractor and subcontractor(s) warrant their compliance with all federal and state immigration laws and regulations that relate to their employees, and compliance with ARS 23-214 subsection A, which states, ..."every employer, after hiring an employee, shall verify the employment eligibility of the employee through the E-Verify program" Region 10 ESC reserves the right to cancel or suspend the use of any contract for violations of immigration laws and regulations. Region 10 ESC and its members reserve the right to inspect the papers of any contractor or subcontract employee who works under this contract to ensure compliance with the warranty above. AZ Contractor Employee Work Eligibility: By entering into this contract, contractor agrees and warrants compliance with A.R.S. 41-4401,A.R.S. 23-214,the Federal Immigration and Nationality Act (FINA), and all other Federal immigration laws and regulations. Region 10 ESC and/or Region 10 ESC members may request verification of compliance from any contractor or sub contractor performing work under this contract. Region 10 ESC and Region 10 ESC members reserve the right to confirm compliance. In the event that Region 10 ESC or Region 10 ESC members suspect or find that any contractor or subcontractor is not in compliance, Region 10 ESC may pursue any and all remedies allowed by law, including but not limited to suspension of work, termination of contract, suspension and/or debarment of the contractor. All cost associated with any legal action will be the responsibility of the contractor. AZ Non-Compliance: All federally assisted contracts to members that exceed $10,000.00 may be terminated by the federal grantee for noncompliance by contractor. In projects that are not federally funded, Respondent must agree to meet any federal, state or local requirements as necessary. In addition, if compliance with the federal regulations increases the contract costs beyond the agreed on costs in this solicitation, the additional costs may only apply to the portion of the work paid by the federal grantee. Registered Sex Offender Restrictions (Arizona): For work to be performed at an Arizona school, contractor agrees that no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are present, or reasonably expected to be present. Contractor agrees that a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at the Region 10 ESC member's discretion. Contractor must identify any additional costs associated with compliance to this term. If no costs are specified, compliance with this term will be provided at no additional charge. Page 29 of 46 Offshore Performance of Work Prohibited: Due to security and identity protection concerns, direct services under this contract shall be performed within the borders of the United States. Terrorism Country Divestments: In accordance with A.R.S. 35-392, Region 10 ESC and Region 10 ESC members are prohibited from purchasing from a company that is in violation of the Export Administration Act. By entering into the contract, contractor warrants compliance with the Export Administration Act. The undersigned hereby accepts and agrees to comply with all statutory compliance and notice requirements listed in this document. Signature of Respondent Date Page 30 of 46 PROPOSAL FORM 15: OWNERSHIP DISCLOSURE FORM (N.J.S. 52:25-24.2) Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law), the Respondent shall complete the form attached to these specifications listing the persons owning 10 percent (10%) or more of the firm presenting the proposal. Company Name: Street: City,State,Zip Code: Complete as appropriate: 1 , certify that I am the sole owner of , that there are no partners and the business is not incorporated, and the provisions of N.J.S. 52:25-24.2 do not apply. OR: 1 , a partner in , do hereby certify that the following is a list of all individual partners who own a 10%or greater interest therein. I further certify that if one(1)or more of the partners is itself a corporation or partnership, there is also set forth the names and addresses of the stockholders holding 10%or more of that corporation's stock or the individual partners owning 10% or greater interest in that partnership. OR: , an authorized representative of , a corporation, do hereby certify that the following is a list of the names and addresses of all stockholders in the corporation who own 10% or more of its stock of any class. I further certify that if one(1)or more of such stockholders is itself a corporation or partnership, that there is also set forth the names and addresses of the stockholders holding 10%or more of the corporation's stock or the individual partners owning a 10%or greater interest in that partnership. (Note: If there are no partners or stockholders owning 10%or more interest, indicate none.) Name Address Interest I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. Authorized Signature and Title Date Page 31 of 46 PROPOSAL FORM 16: NON-COLLUSION AFFIDAVIT Company Name: Street: City,State,Zip Code: State of New Jersey County of I, of the Name City in the County of , State of of full age, being duly sworn according to law on my oath depose and say that: I am the of the firm of Title Company Name the Respondent making the Proposal for the goods, services or public work specified under the Harrison Township Board of Education attached proposal, and that I executed the said proposal with full authority to do so; that said Respondent has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above proposal, and that all statements contained in said bid proposal and in this affidavit are true and correct, and made with full knowledge that the Harrison Township Board of Education relies upon the truth of the statements contained in said bid proposal and in the statements contained in this affidavit in awarding the contract for the said goods, services or public work. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by Company Name Authorized Signature& Title Subscribed and sworn before me this day of , 20 Notary Public of New Jersey My commission expires , 20 SEAL Page 32 of 46 PROPOSAL FORM 17: AFFIRMATIVE ACTION AFFIDAVIT (P.L.1975, C.127) Company Name: Street: City, State,Zip Code: Bid Proposal Certification: Indicate below your compliance with New Jersey Affirmative Action regulations. Your proposal will be accepted even if you are not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional& Service Contracts (Exhibit A) Vendors must submit with proposal: 1. A photo copy of their Federal Letter of Affirmative Action Plan Approval OR 2. A photo copy of their Certificate of Employee Information Report OR 3. A complete Affirmative Action Employee Information Report(AA302) Public Work—Over$50,000 Total Project Cost: A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201-A upon receipt from the Harrison Township Board of Education B. Approved Federal or New Jersey Plan—certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. Authorized Signature and Title Date P.L. 1995, c. 127(N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, Page 33 of 46 national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor,where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor or subcontractor,where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions,that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. Page 34 of 46 The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:271. Signature of Procurement Agent Page 35 of 46 PROPOSAL FORM 18: C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information is available in Local Finance Notice 2006-1 (https://www.nj.gov/dca/divisions/digs/resources/Ifns 2006.html). 1. The disclosure is required for all contracts in excess of$17,500 that are not awarded pursuant to a "fair and open" process (N.J.S.A. 19:44A-20.7). 2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents or in an appropriate computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public agencies, including all public agencies that have elected officials in the county of the public agency, state legislative positions, and various state entities. The Division of Local Government Services recommends that contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a) The Division has prepared model disclosure forms for each county. They can be downloaded from the "County PCD Forms" link on the Pay-to-Play web site at https://www.state.nj.us/dca/divisions/dlRs/programs/pav 2 play.html They will be updated from time-to-time as necessary. b) A public agency using these forms should edit them to properly reflect the correct legislative district(s). As the forms are county-based,they list all legislative districts in each county. Districts that do not represent the public agency should be removed from the lists. c) Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county. These submissions are appropriate and should be accepted. d) The form may be used "as-is", subject to edits as described herein. e) The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the form; where that is not the case,the text should be edited accordingly. f) The form is a Word document and can be edited to meet local needs, and posted for download on web sites, used as an e-mail attachment, or provided as a printed document. 5. It is recommended that the contractor also complete a "Stockholder Disclosure Certification." This will assist the local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract. (See Local Finance Notice 2006-7 for additional information on this obligation) A sample Certification form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to Boards of Education. Page 36 of 46 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and open" process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A-20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: 1. any State, county, or municipal committee of a political party 2. any legislative leadership committee' 3. any continuing political committee (a.k.a., political action committee) 4. any candidate committee of a candidate for, or holder of, an elective office: 1. of the public entity awarding the contract 2. of that county in which that public entity is located 3. of another public entity within that county 4. or of a legislative district in which that public entity is located or, when the public entity is a county, of any legislative district which includes all or part of the county.The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: 5. individuals with an "interest" ownership or control of more than 10%of the profits or assets of a business entity or 10%of the stock in the case of a business entity that is a corporation for profit 6. all principals, partners, officers, or directors of the business entity or their spouses 7. any subsidiaries directly or indirectly controlled by the business entity 8. IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity and filing as continuing political committees, (PACs). When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall be deemed to be a contribution by the business entity." [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report.The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement.The enclosed form, a content-consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts. N.J.S.A. 19:44A-3(s): "The term "legislative leadership committee" means a committee established, authorized to be established, or designated by the President of the Senate,the Minority Leader of the Senate,the Speaker Page 37 of 46 of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1) for the purpose of receiving contributions and making expenditures." C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant To N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I—Vendor Information Vendor Name: Address: City: 1 State: Zip: — — The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. Signature Printed Name Title Part II—Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. ❑ Check here if disclosure is provided in electronic form. Contributor Name Recipient Name Date Dollar Amount ❑ Check here if the information is continued on subsequent page(s) Page 38 of 46 Continuation Page C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant To N.J.S.A. 19:44A-20.26 Page_of Vendor Name: Contributor Name Recipient Name Date Dollar Amount ❑ Check here if the information is continued on subsequent page(s) Page 39 of 46 List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District#s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive) Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM WWW.NJ.GOV/DCA/LGS/P2P A COUNTY- BASED, CUSTOMIZABLE FORM. U U Page 40 of 46 PROPOSAL FORM 19: STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business: ❑X I certify that the list below contains the names and home addresses of all stockholders holding 10%or more of the issued and outstanding stock of the undersigned. OR ❑ I certify that no one stockholder owns 10%or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: ❑ Partnership ❑ Sole Proprietorship ❑ Limited Liability ❑ Limited Partnership Partnership ® Corporation ❑ Limited Liability 0 Subchapter S Corporation Corporation Sign and notarize the form below, and, if necessary,complete the stockholder list below. Stockholders: Name: Robert P. Kornahrens Name: Michael Kornahrens Home Address: 1950 NW 22nd St., Home Address: 1950 NW 22nd St., Fort Lauderdale, FL 33311 Fort Lauderdale, FL 33311 Name: Kevin Kornahrens Name: Home Address: Home Address: 1950 NW 22nd St., Fort Lauderdale, FL 33311 Name: Name: Home Address: Home Address: Subscribed and sworn before me this 26thday of ./!,f/!f<` `� April. 24 (Affiant) (Notary Public) Robert P. Kornahrens, President A/14�t - (Print Warne&title of affiant) ``�tunriurristo,. My Commission expire ` e.cRppA14, (Corporate Seal) .. 'k—• p 1 , ;ii: TOMARA MARTIN ► ' : SEAL ' ' °�• 4Lr,. Notary Public State at Florida i :n F. ti�«F` Camrnissior M HH•14788 Page 41 of 46 ? 1983 ' bF r° My Comm Expires Oct 19,2027 I % �' '�Bonded through National Notary Assn. ( •-.,,• ,,.-•' '''''',,,,rir1111*IllttN���`, PROPOSAL FORM 20: GENERAL TERMS AND CONDITIONS ACCEPTANCE FORM Signature on the Vendor Contract Signature form certifies complete acceptance of the General Terms and Conditions in this solicitation, except as noted below(additional pages may be attached, if necessary). Check one of the following responses to the General Terms and Conditions: n We take no exceptions/deviations to the general terms and conditions (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) ❑ We take the following exceptions/deviations to the general terms and conditions. All exceptions/deviations must be clearly explained. Reference the corresponding general terms and conditions that you are taking exceptions/deviations to. Clearly state if you are adding additions terms and conditions to the general terms and conditions. Provide details on your exceptions/deviations below: (Note: Unacceptable exceptions shall remove your proposal from consideration for award. Region 10 ESC shall be the sole judge on the acceptance of exceptions/deviations and the decision shall be final.) Page 42 of 46 PROPOSAL FORM 21: EQUALIS GROUP ADMINISTRATION AGREEMENT Requirements for Master Agreement To be administered by Equalis Group Attachment A, Equalis Group Administrative Agreement is used in administering Master Agreements with Region 10 and is preferred by Equalis Group. Redlined copies of this agreement should not be submitted with the response. Should a respondent be recommended for award, this agreement will be negotiated and executed between Equalis Group and the respondent. Respondents must select one of the following options for submitting their response. 0 Respondent agrees to all terms and conditions outlined in each of the Administration Agreement. O Respondent wishes to negotiate directly with Equalis Group on terms and conditions outlined in the Administration Agreement. Negotiations will commence after sealed Proposals are opened and Region 10 has determined the respondent met all requirements in their response and may be eligible for award. Page 43 of 46 PROPOSAL FORM 22: OPEN RECORDS POLICY ACKNOWLEDGEMENT AND ACCEPTANCE OPEN RECORDS POLICY ACKNOWLEDGMENT AND ACCEPTANCE Be advised that all information and documents submitted will be subject to the Public Information Act requirements governed by Chapter 552 of the Texas Government Code. Because contracts are awarded by a Texas governmental entity,all responses submitted are subject to release as public information after contracts are executed. If a Respondent believes that its response,or parts of its response, may be exempted from disclosure to the public,the Respondent must specify page-by-page and line-by-line the parts of the response, which it believes,are exempted from disclosure. In addition,the Respondent must specify which exception(s)are applicable and provide detailed reasons to substantiate the exception(sl. Respondent must provide this information on the "Acknowledgement and Acceptance to Region 10 ESC's Public Information Act Policy"form found on the next page of this solicitation Any information that is unmarked will be considered public information and released,ii requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General(OAG). Region 10 ESC must provide the OAG with the information requested in order for the OAG to render an opinion. In such circumstances, Respondent will be notified in writing that the material has been requested and delivered to the OAG. Respondent will have an opportunity to make arguments to the OAG in writing regarding the exception(s)to the TPIA that permit the information to be withheld from public disclosure. Respondents are advised that such arguments to the OAG must be specific and well-reasoned--vague and general claims to confidentiality by the Respondent are generally not acceptable to the OAG. Once the OAG opinion is received by Region 10 ESC,Region 10 ESC must comply with the opinions of the OAG. Region 10 ESC assumes no responsibility for asserting legal arguments on behalf of any Respondent. Respondents are advised to consult with their legal counsel concerning disclosure issues resulting frum this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Atter completion of award, these documents will be available for public inspection Signature below certifies complete acceptance of Region 10 ESC's Open Records Policy,except as noted below (additional pages may be attached,if necessary).Check one of the following responses to the Acknowledgment and Acceptance of Region 10 ESC's Open Records Policy below: We acknowledge Region 10 ESC's Public Information Act policy and declare that no information submitted with this proposal,or any part of our proposal, is exempt from disclosure under the Public Information Act. (Note:All information believed to be a trade secret or proprietor v must be listed below it is further understood that failure to identify such information.in strict occordonce with the instructions below,will result in that information being considered public information and released,if requested under the Public Information Act.) © We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act. (Note.Respondent must specify page-by-page and line-by-line the parts of the response,which it believes,ore exempt In addition, Respondent must specify which exception(s1 are applicable and provide detailed reasons to substantiate the exception(s). 04.26.2024 .Z, - Robert P Ka nahrens,President Date Authorized Signature& Title Page 44 of 46 PROPOSAL FORM 23: VENDOR CONTRACT AND SIGNATURE FORM The undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. The undersigned further certifies that he/she is an officer of the company and has authority to negotiate and bind the company named below and has not prepared this proposal in collusion with any other Respondent and that the contents of this proposal as to prices,terms or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any person engaged in this type of business prior to the official opening of this proposal. VENDORS MUST SUBMIT THIS FORM COMPLETED AND SIGNED WITH THEIR RESPONSE TO BE CONSIDERED Company name Advanced Roofing,Inc. - Address 1950 NW 22nd City/State/Zip Fort Lauderdale, FL 33311 Telephone No. Office: (954) 522.6868, Contact -Michael Kornahrens: (954) 553.8577 Fax No. (954) 566.2967 Email address MichaelK( advan edroofinE com Printed name Robert P. Komahrens Position with company P resident Authorized signature ! L Term of contract _ July 1. 2024 to June 30, 2026 Unless otherwise stated, all contracts are for a period of two (2) years with an option to renew annually for an additional three(3) years if agreed to by Region 10 ESC. Vendorshall honor all administrative fees for any sales made based on the contract whether renewed or not. a9„..aus. . Jun 19, 2024 Region 10 ESC Authorized Agent Date Dr. Jana Melsheimer Print Name Equalis Group Contract Number RIO1166A Page 45 of 46 a. EXPERIENCE MATTERS. ADVANCED0 ( ROOFING .c CC-CO24413 ESTABLISHED 1983 COMPANY PROFILE Advanced Roofing, Inc. is uniquely positioned to bring the most innovative roofing techniques and products our customers. ARI began in 1983 and has since grown to be South Florida's premier commercial roofing specialist. We have become a full-service roofing contractor, consisting of: a service department providing repairs and maintenance, metal roofing department, HVAC department, a custom sheet metal fabrication department, crane division, electrical division and solar/renewable energy department. We fully acknowledge and understand the challenges inherent in every roofing project; particularly the specialty work required on occupied buildings. Our extensive experience in roofing occupied government facilities has made us mindful and aware that we must accommodate you in having as little disruption as possible during the roofing process. We are pleased to announce that we have won "The Excelle Protection Award". We received this honor(in which only 35 out of thousands of contractors received this award in the USA). You can count on ARI to bring over 40 years of impeccable service along with our outstanding safety record throughout every phase of the project. You can expect constant communication, excellent workmanship and superior service from start to finish.Any challenge is an opportunity for us to bring a solution. From the time you sign with us, we've got it all covered. When we say we'll do something,you can swear by it. Established in 1983,Advanced Roofing, Inc. is a full-service commercial roofing company. With "Commitment to Quality" through solving customers' needs with premium materials and excellent craftsmanship,Advanced Roofing has been named one of the top ten roofing contractors in the United States. Licensed, bonded and insured, Advanced Roofing's dedication to safety, professionalism, and quality work is signified through the satisfaction of hundreds of customers. Advanced Roofing has your solutions all under one roof. In addition, due to Advanced Roofing's elite status in the industry, we are able to provide our customers with additional benefits including: • Named#1 Roofing Contractor in South Florida • $150 million Bonding Capacity • Additional Captive Insurance • FPL Approved Contractor • Certified with all major manufacturers • Full Safety Division • In-house Sheet Metal Department, Crane Division, HVAC, Electrical, Lightning Protection, Solar • 24/7 Service and Emergency Repairs 1 ' Page EXPERIENCE MATTERS. ADVANCED ROOFING CC-CO24413 ESTABLISHED 1983 We offer a wide variety of roof systems to fit your needs, and we are certified by every major material manufacturer to install the highest quality roofing systems with the best warranties. Our goal is to make the roofing process easy and hassle free for you, our customer. Roofing of occupied buildings is a highly technical process. Our experience constantly improves, from protecting the property, documentation, existing conditions, pre-construction,job meetings, code compliance, involving building departments, manufacturers' representatives, close out and getting other recommendations from you. Our roofing department has over 500 expertly trained Construction Managers, foreman, roofing mechanics and laborers.They are all intensively trained in roofing safety procedures. Our service department handles all major and minor problems that may occur on your roof quickly, efficiently, and at a reasonable cost. With over 500 buildings, totaling over 14 million square feet of roof, under Advanced Roofing's Proactive Maintenance Agreement, our commitment to service speaks for itself. Advanced Roofing's dedication to clients has allowed Advanced Roofing to grow, expand, and service the roofing needs of some of Florida's biggest businesses, government entities, schools, and more. In 1994, Advanced Roofing established DBA Advanced Air Systems to specialize in HVAC new construction, retrofit, unit change outs, service repairs, and maintenance solutions for residential, commercial, industrial, institutional and historical properties throughout Florida. Advanced Air Systems holds a Class A license with services unlimited in the execution of contracts requiring the experience, knowledge, and skill to install, maintain, repair, fabricate, alter, extend, or design central air-conditioning, refrigeration, heating, and ventilating systems. EXISTING TERM CONTRACTS South Area Term Contracts: • Port Everglades Roof Repair, Replacment 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 County Wide Roofing 2 ' Page EXPERIENCE MATTERS. ADVANCED = ROOFING .= CC-CO24413 ESTABLISHED 1983 • 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) • 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 & Replacemenet 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 3IPage EXPERIENCE MATTERS. ADVANCED = ROOFING CC-CO24413 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 Federal Term Contracts: • TCPN(Roof Connect) Private Entity Term Contracts: • Publix Supermarket • Pratt&Whitney • UPS • FPL-CBRE • Memorial Healthcare Systems 4IPage EXPERIENCE MATTERS. ADVANCED = ROOFING ._ CC-CO24413 ESTABLISHED 1983 QUALIFICATIONS OF BIDDER'S KEY PERSONNEL Robert Kornahrens CEO, President Founder of Advanced Roofing Inc. and oversees all company operations. w.t, V Experience: Rob Kornahrens is a leader in the commercial roofing industry for more than 40 years. Before starting Advanced Roofing in 1983, he worked with Triple M Roofing Corporation in New York. During his tenure at Triple M, Rob held numerous field positions and was eventually promoted to Branch Manager where he was responsible for opening and operating new branches in both Atlanta and Fort Lauderdale. Education: B.S. Degree in Business Administration from University of Arizona, 1979 Michael Kornahrens Vice President Michael joined Advanced Roofing in 1998 and is responsible for overseeing the operations and management of all divisions. Experience: Born into the roofing industry, Michael has held many positions at Advanced Roofing over the past 18 years, including leading the Metal Roofing and Renewable Energy divisions. His responsibilities include developing rooftop and solar designs, coordinating subcontractors, and managing project installations throughout the United States and Canada. Education: B.A. in Management and Marketing, Florida Atlantic University Clint Sockman Vice President �, Clint joined Advaned Roofing in 1998 and is responsible for oversseing the the Re-Roofing and Renewable Energy Divisions. rib Experience: A second generation roofer with more than two decades of experience in the roofing, solar, and construction industries. Education: University of Cincinnati, Information Systems minor in International Business. Licenses: Florida State Roofing and Solar Contractors; Certifications: NABCEP, LEED. Member of the American Society of Professional Estimators (ASPE). Constructions Specifications Institute (CSI). 5lPage EXPERIENCE MATTERS. ADVANCED Aim A ROOFING CC-CO24413 ESTABLISHED 1983 Kevin Kornahrens Executive Vice President Started with Advanced Roofing Inc. in 2005 and is responsible for overseeing the ""C operations and management of all divisions. 170 Experience: Mr. Kornahrens leads the administration team for Advanced Roofing Inc. His primary focus is on Human Resources, Safety, Legal, Information Technologies, and Marketing Departments. His responsibilities include management of strategic business planning, staffing, ERP system implementation, public relations and safety. Education: SPHR, Senior Professional in Human Resources. M.B.A. Degree in finance from the University of Miami. B.S. Degree in Management Information Systems,from Florida State University. B.A. Degree in Marketing, from Florida State University. B.A. Degree in Multinational Business from Florida State University. Jessica Kornahrens Senior Project Manager I410 Jessica joined Advanced Roofing Inc. in 2001 and is a Project Manager that oversses multiple projects. Experience: As a Senior Project Manager, Jessica handles the management of multiple projects on time,within budget, and to the satisfaction of the client;from project i turnover through project close out. She serves as a liaison to customers, consultants, architects, subcontractors and vendors. Education: B.S. Degree in Psychology, from Florida State University. B.S. Degree in Business Management, from Florida State University. Randy Gibson Business Development Randy joined Advanced Roofing in 2015 and is responsible for business development and sales. w Experience: Randy has over 40 years of experience in the roofing industry. Prior to joining Advanced Roofing, Randy held management positions with national roofing contractors, and founded and operated a commercial roofing business for 25 years. Education: Randy has supplemented his extensive commercial roofing experience with on-the-job training in various fields and systems.Additionally, he has taken numerous continuing education courses related to the roofing and construction industry. 6WPage EXPERIENCE MATTERS. ADVANCED = ROOFING CC-CO24413 ESTABLISHED 1983 Paul Murphy HVAC Service Manager Paul joined Advanced Roofing Inc. in 2017 and is the HVAC Service Manager that manages the daily operations of the HVAC division. MI11Experience: Paul has over 18 years of experience in the HVAC experience with 8 years of experience as a service manager. Paul has extensive knowledgeon water cooled systems, chillers and cooling towers. Education: Broward College, Majoring in Business Administration. VFD Certification. Bryan Cardona i(f////p-a Safety Director Bryan joined Advaned Roofing in 2013 and is the company wide Safety Director. Experience: Bryan has a decade of experienced in the areas of Occupational Safety and Health Management. Bryan's goal for Advanced Roofing is to continue being an industry leader in safety while promoting a safety culture and growing OSHA partnerships. Education: OSHA Authorized Construction Trainer, which allows Bryan to implement the OSHA 10 and 30-hour training courses for our field staff. 7lPage ai EXPERIENCE MATTERS. ADVANCED = ROOFING CC-CO24413 ESTABLISHED 1983 SUPERVISORY & STAFFING CAPABILITIES Advanced Roofing, Inc.'s methodology and approach is unique in its structure because our set up is based on 38 years of real-life experience within the roofing industry. We have the capacity of tailoring our system to the needs of the project regardless of the size and contract requirements. Pre-job planning, documentation and communication are key to our operations. In order to execute the project in a timely, cost-effective and quality manner, we invest quality time with our full team of Estimators, Engineers, Project Managers and Construction Team prior to commencement of all our field operations; again regardless of the size of the project. The typical size of our crew is 8-10 men,this can vary as required per project. Our pre-project planning process is quite extensive. The entire team must understand all phases of the project in order to maintain an efficient line of communication throughout the project. Each member is provided with a project binder with includes the following information: • Contact Names and Numbers • Emergency Procedures • Scope of Work, Project Plans/Specifications • Material Listing, MSDS Sheets • Project Schedule • Permit Information Our Project Team assembles once a week or as needed to discuss project status and if necessary, effect any changes that may be required to maintain efficiency and schedule. Each member is equipped with Nextel radios and cellular phones with email access to maintain communication at all times. Training of our field and office personnel is ongoing and is accomplished through on-site hands- on training classes provided by the various manufacturers we are approved by. The field staff and apprentices go through a three year training program The President and Vice President attended a TQM class developed by the National Roofing Contractors Association through the University of Chicago Business College. Our Executive Management Team meets twice a month with a two hour "huddle" meeting and once a month for an all day executive meeting off site. Advanced Roofing, Inc. also has a full fleet that consists of dump trucks, cranes, boom trucks, flat beds, kettles, and more. By offering these services in-house, we're able to provide our customers more for their money. And that's one of our professional solutions. We use various computer based applications for tracking a project form the inception of the project to its completion. We have developed our in-house software "RFP Manager" for tracking all in-coming projects. We also utilize Roof Express, CAD Program, Spitfire Project Management Software, and Solomon Accounting Software. 8IPage EXPERIENCE MATTERS. ADVANCEDC.* ROOFING CC-CO24413 - ESTABLISHED 1983 SUBCONTRACTORS 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 contracting and utilize whenever possible. Wage EXPERIENCE ADVANCED OROOF'ING .g. CC-CO24413 — ESTABLISHED 1983 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 www.advancedroofing.corn 800 638.6869 TEl 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale) Florida 33311 EXPERIENCE MATTERS. ADVANCED RD0FIN G .= CC-CO24413 ESTABLISHED 1983 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 www.advancedroofing.corn 800 638.6869 TEL EL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale] Florida 33311 EXPERIENCE MATTERS ADVANCED 4 ROOFING . CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME (ipso Robert Kornahrens CEO, President Founder of Advanced Roofing Inc. and oversees all company operations. EXPERIENCE Rob Kornahrens is a leader in the commercial roofing industry for more than 40 years. Before starting Advanced Roofing in 1983, he worked with Triple M Roofing Corporation in New York. During his tenure at Triple M, Rob held numerous field positions and was eventually promoted to Branch Manager where he was responsible for opening and operating new branches in both Atlanta and Fort Lauderdale. EDUCATION B.S. Degree in Business Administration from University of Arizona, 1979 ASSOCIATIONS The Executive Association of Fort Lauderdale-Past President WinterFest Board of Directors-Chairman Construction Executive Association-Past President Broward Workshop RoofConnect founding Member/Chairman of the S.W.A.T.Team NRCA—National Roofing Contractors Assocation Center for Environmental Invention in Roofing Board Member TEC Group-12 year member FRSA—Florida Roofing&Sheet Metal Association RCASF LICENSES Roofing Contractor#CCCO24413 General Contractor#CGC1507377 www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale' Florida 33311 EXPERIENCE MATTERS, ADVANCEDan ' ROOFING . CC-0O24413 ESTABLISHED 1983 PERSONAL RESUME Michael W. Kornahrens Vice President of Advanced Roofing& President of Advanced Green Technologies EXPERIENCE Advanced Roofing, Inc. Executive Vice President 2015-Present Advanced Roofing is ranked as the largest commercial re-roofing company in Florida and top 10 in North America by Roofing Contractor Magazine. Michael managed large-scale commercial re- roofing projects and is responsible for all aspects of ARI's daily business including business development, design and engineering, product selection, overseeing project management staff, and high level operations supervision and directions. Advanced Green Technologies President:2008-Present As Co- Founder and President of Advanced Green Technologies, Michael Kornahrens develops and implements strategies, relationships and standards for the organization in the United States and Canada. His experience includes developing solar rooftop and ground mounted designs, coordinating subcontractors, and managing solar system installations. To date, Michael is responsible for successfully completing more than 250 Megawatts of renewable energy projects in North America and the Caribbean, and is a driving force behind why Solar Builder Magazine has chosen Advanced Green Technologies as a Top Solar Contractor in North America 2012-15. EDUACATION • B.S. Degree in Business Administration from Florida Atlantic University • Florida Roofing Contractor License www.advancedroofing.corn 8i;_! 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale' Florida 33311 EXPERIENCE MATTERS. ADVANCED s ROOFING CC-0O24413 ESTABLISHED 1983 PERSONAL RESUME ft Clinton A. Sockman, CSI, CDT Vice President of Business Development& Renewable Energy Clint joined Advanced Roofing in June 2004 as an Estimator and Project Manager.Through his extensive knowledge and expertise in solar photovoltaic roof systems, he was promoted to Vice President of Renewable Energy and oversees all of our solar projects. Mr. Sockman is responsible for all aspects of ARE's daily business including business development,design and engineering, product selection, overseeing project management staff, and high level operations supervision and directions. EXPERIENCE Over 15 years in commercial, industrial and government related roofing industry. Coming from a strong commercial roofing background Mr.Sockman brings over twelve(12) million square feet of successful commercial roofing project experience and over three(3) megawatts(mW)of successful photovoltaic installation experience valued at over$70M dollars to the Advanced Renewable Energies team. EDUCATION University of Cincinnati, Information Systems with minor in International Business LICENSES • State of Florida Certified Solar Contractor:CVC56792 • State of Florida Certified Roofing Contractor: CCC1329557 • State of Florida Certified General Contractor License#CGC1521128 • NABCEP License#PV-101913-002781 ACCREDITATIONS North American Board of Certified Energy Practitioners(NABCEP)Certified Installer Occupational Safety and Health Administration (OSHA)30 HR Certified Construction Specifications Institute Construction Documents Technologist(CDT) American Society of Professional Estimators Solar Energy International—Solar Electric Grid Direct Design Baker Communications: Win-Win Negotiations for Purchasing Foster Learning: Working Sales and Management Series Center for Customer Focus: Dynamics of Customer Focus www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale) Florida 33311 EXPERIENCE MATTERS. ADVANCED0 ROOFING .= CC-CO24413 — ESTABLISHED 1983 PERSONAL RESUME i dillitift li V Ili ' w David M. Baytosh Vice President of Construction Division David joined Advanced Roofing, Inc. in 2004 as a Construction Manager making his way up to the Vice President of our Construction Division. David is in charge of the production, quality control and safe operation of the roofing, sheet metal, logistics,fleet and warehouse division. EXPERIENCE David has over 30 years in commercial and industrial roofing industry. He began his roofing career with a home improvement company installing shingles in 1986. Next, he joined a large commercial and industrial roofing company based in Youngstown, Ohio where he began as a roofing apprentice and worked his way up to a project supervisor prior to joining Advanced Roofing, Inc., Versatile in numerous roofing systems, David is also knowledgeable of their respective manufacturer specifications. EDUCATION • Youngstown State University,Youngstown,Ohio—Undergraduate Curriculum/2 Years • Graduate Ursuline Catholic High School,Youngstown, Ohio • 30 Hours OSHA card • 10 Hours OSHA card • Safety Trainings for Fall Protection, Forklift & Mobile Crane Safety Training, NRCA CERTA Torch Application Course,Asbestos Removal, Hazard Communication, National Council CPR and First Aid. • Apprentice Program for the International Roofers, Waterproofers and Allied Workers Roofers Union 1990- Present • Dale Carnegie Leadership Training for Managers, Registered installer—AGT Unisolar PV Panels TOP FIVE JOBS 1. School Board of Broward County/Various Schools totaling over 1,400,000 SF Contact: Meghan Gallagher, Project Manager II 2. Palm Springs Mile Shopping Center totaling over 650,000 SF Contact: Diana Marrone,Senior Vice President 3. Sun-Sentinel Newspaper totaling over 250,000 SF Contact: Daniel Reynolds,G.& E. Enterprises, Inc., President 4. Miami Herald Newspaper totaling over 105,000 SF Contact: Gus Perez, Director of Operations& Facilities 5. Miami International Commerce Center totaling over 780,000 SF Contact: Van L.Antle,Adler Management Services, Inc. Property Manager www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale) Florida 33311 EXPERIENCE MATTERS. ADVANCED = ROOFING ._= CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME Glenn Watson Quality Control Manager Glenn works with our existing operation unit and divisional managers to create and administer a formalized quality control and quality assurance program along with enhanced training and educational programs for existing workforce. Focus of efforts is to provide unified and high quality product to client throughout our entire books of business. PAST EXPERIENCE Senior Technical Representative—Johns Manville—Worked with contractor,owner, architect, consultants,attorneys. Performing routine inspections of ongoing roofing installation projects throughout the United States,the Caribbean, and parts of Europe. Focus of inspection was specification conformance and workmanship quality.Also provided contractor training and product demonstration throughout the country. Facility Coordinator-Duval County School Board—responsible for waterproofing and re-roofing construction and maintenance for 177 facilities throughout the district. Performed and hired out third party evaluations and construction/maintenance efforts of facilities cataloging levels of need for efficient and impactful spending of limited resources to maintain facility roofing and waterproofing in order to meet state and national standards. EDUCATION High School Diploma-Baker County High School Florida State College at Jacksonville Under graduate University of Phoenix AA Business Administration CERTIFICATIONS • NRCA Pro-Certification Instructor and Assessor • NRCA CERTA Instructor • NCCER Core Curriculum Instructor • OSHA 10 www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdalep Florida 33311 EXPERIENCE MATTERS. ADVANCED ROOFING CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME t� 1 Jessica Kornahrens Project Manager Jessica joined Advanced Roofing, Inc. in 2001. As a Project Manager,Jessica handles the management of multiple projects on time,within budget,and to the satisfaction of the client;from project turnover through project close out. She serves as a liaison to customers,consultants,architects, subcontractors and vendors.Secures all required Engineering and permitting; prepares submittals; negotiates,selects and coordinates subcontractors;orders materials; creates project books;administers job hand-off with Construction Managers; schedules and attends pre-construction meeting; reviews weekly job budgets and forecasts accordingly; prepares billings and change orders;and arranges warranty and close out documentation. EXPERIENCE During her tenure at Advanced she has held numerous positions in many areas of the company.She has learned all aspects of the business by starting out as a Receptionist,and working up to Office Manager and Contract Administrator. In 2006,Jessica was promoted to Project Manager and also became a State Certified Roofing Contractor.She also is the Qualifier for Advanced Roofing in the State North Carolina and Virginia. EDUCATION • Bachelor of Science Degrees in Business Management& Psychology, Florida State University,Tallahassee, FL • High School Diploma,Cardinal Gibbons High School, Fort Lauderdale, FL • Florida Certified Roofing Contractor License#CCC1328111 • North Carolina General Contracting(Roofing Classification) License#66223 TOP FIVE ROOFING JOBS 1. Westin Diplomat- 174,500 square feet Contact:Sharon Zamjoski, R.A., NCARB,Capital Projects Manager 2. School Board of Broward County—13 Schools totaling over 773,000 square feet Contact: Meghan Gallagher,SBBC Project Manager I 3. Miami International Airport-Various Projects Contact:Tom Hart, Miami Dade Aviation Department, Project Manager II 4. U.S. Citizenship and Immigration Services,West Palm Beach Office—37,900 square feet Contact:Chad Moss, Moss Construction,Senior Vice President 5. Kenland Walk IV Condominium Building 3- 18,500 square feet Contact: Marina Paez,Secretary of the Board www.ad vancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street 1 Fort Lauderdale) Florida 33311 EXPERIENCE MATTERS. ADVANCED = ROOFING .E CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME Bryan Cardona Corporate Safety Director EXPERIENCE Bi-lingual and award winning safety professional with 13 years of construction and risk management experience with a strong foundation in managing insurance related risks, loss control, mitigating loss, and well versed in various aspects of regulatory compliance specializing in occupational health&safety, and program development.Strengths include: • Health and safety program development • OSHA compliance • Bi-Lingual (English and Spanish) • Safety Training • Claims management(WC/GL/AL) • Owner and Contractor Controlled Insurance Programs • Regulatory Compliance Assessments • Accident Investigations ADVANCED ROOFING,INC. 2013-Present Safety Director Responsible for the development and implementation of the corporate health and safety program for a nationally recognized commercial roofing company with over 400 employees and six locations throughout the state of Florida • Exceeded annual Advanced Roofing health and safety goals to achieve an annual reduction in total recordable incident rates: • TRIR 6.9 (2013)to TRIR 1.71 (2017)—BLS TRIR 5.6(2016) • EMR reduced by 40% • 1.02(2013)to 0.56 (2018) • Company representative for safety and health regulatory compliance local and federal (OSHA) • Created and implemented a mandatory 4-hour new hire safety orientation • Trained, managed and mentored company safety coordinators. Currently employing four safety coordinators that are responsible for the following • Jobsite Safety Evaluations • Preconstruction safety walkthrough www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street Fort Lauderdale) Florida 33311 EXPERIENCE MATTERS. ADVANCED = ROOFING CC-CO24413 ESTABLISHED 1983 PERSONAL RESUME Steve Schoen Director of Government Services Steve joined Advanced Roofing in 2019 and is responsible for overseeing all Governmental Term-Contracts and current National Cooperative Procurement Contracts along with Government Sector Business Development. EXPERIENCE Steve has over 30 years of commercial roofing experience which started in 1982 to support his educational goals and later lead to a long career as an independent roof consultant. He has worked with large companies and governmental clients throughout North America and is an expert in Roof Asset Management and Commercial Roof Design. EDUACATION • B.S. in Organizational Communications with a minor in Business Administration, University of Wisconsin, 1987FIorida Roofing Contractor License www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale! Florida 33311 EXPERIENCE MATTERS. ADVANCED = ROOFING .: CC-CO24413 ESTABLISHED 1983 • Site specific safety planning • Accident investigation and reporting • Safety training-Orientation, Fall Protection, LOTO, Forklift,Aerial lift and platforms, CPR/First aid/AED, PPE safety, HAZCOM-GHS, Ladder safety, Defensive Driving Course DDC4, Respirable Crystalline Silica • Provide project specific safety guidance to Estimators, Project Managers and Construction Managers • Track and record incidents with the purpose of creating a bi-monthly safety analysis that includes current and possible future trends • Conduct a bi-monthly safety committee meeting with the goal of creating and implementing proactive safety measures to reduce exposures to hazards for our employees and clients • Founding member of the driver safety committee;tasked with setting performance goals, accident review,enhancements, disciplinary actions and safety education CERTIFICATIONS&AWARDS • Authorized OSHA 500 Construction • Bi-Lingual Instructor • Authorized OSHA 501 General Industry • Bi-Lingual Instructor • Associated General Contractors of America: • Advanced Safety Management Certificate • National Roofing Contractors Association: • CERTA Instructor Roofing Torch Application • EMS CPR/First Aid/AED Adult&Child Instructor • Qualified Rigger and Signal Person • Competent Person: • Scaffold erecting • Ladders • Excavations and trenching • Respirable Crystalline Silica • FRSA Asbestos Competent Person • 2017 Construction Association of South Florida Safety Professional of the Year www.advancedroofing.corn 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street i Fort Lauderdale) Florida 33311 Ally .y LaI - • • ►LC S • h i1[0 I EXPERIENCE MATTERS. •x••.1•NC•MATT•TT A IJ V A N C•O AIR Ms ADVANCED _. ROOFING.= ADVANCED GREEN TECHNOLOGIES ••TTTT 1.1400 i.•A ESTABLISHED 1983 MM NM a.,,,, MOM >a MILM001 •„v®, W.A. a Guar wm.. .� � unw Fort Lauderdale ••N14 —... """"sorrows Michael Kornahrens•Branch Manager . ..... ,µms I.a.. Office:954-522-6868/Toll-free 800-638-6869 Cell.954-553-8577 m• 'o""'"."'. Email:MichaelK@advancedroofing corn Address 1950 NW 22 Street,Fort Lauderdale FL 33311 11,,.1,lil Christopher Walsh•Service Manager l?, Office:954-522-6868 x1099/Toll-free:800-638-6869 1W Cell:954-649-8165 Email ChristopherW@advancedroofing.com !� Service Email:ServiceSFL@advancedroofing cornMiami • Doral 'MINI .- 41 Julian Olarte-Branch Manager w,. ,+ "ce` Office:305-456-2544/Toll-free.800-638-6869 x1102 Cell:786-477-3873 •.....tip. n`tl' Y.,1 Email Juliano@advancedroofing.com charm �• if Address: 1733 NW 21st Terrace,Miami FL 33142 """ E Service Email ServiceSFL@advancedroofing.com ,• Jupiter •• Palm Beach "'� • Ronney Taveras-Branch Manager Jacksonville , .,,,,,s Office:561-743-6952/Toll-free 800-638-6869 x1131 Chrls Reta•Service Manager Office.904-826-3860/Toll-free.866-365-6071 Cell:904-312-3209 ,••a Cell:561-891-2524 . Email: RonneyT@advancedroofing com d. Address: 1601 Park Lane South,Suite 100,Jupiter FL 33458 Email ChnsR@advancedroofing.com Service Email ServiceSFL@advancedroofing.com Address:4671 Edison Ave,Jacksonville FL 32254 Service Email: ServiceCFL@advancedroofing.com Sanford • Orlando Jason Carruth -Branch Manager North Florida • Panhandle Office:407-322-1555/Toll-free:866-365-6071 Jason Carruth•Regional Manager Cell:407-509-4190 Office:407-322-1555/Toll-free 866-365-6071 Email:JasonC@advancedroofing.com Cell:407-509-4190 Address:200 Northstar Court,Sanford FL 32771 Email:JasonC@advancedroofing.com Address:200 Northstar Court,Sanford FL 32771 Paco Guzman-Service Manager Service Email:ServiceCFL@advancedroofing.com Office'407-322-1555/Toll-free:866-365-6071 Cell:954-319-1130 Email-FranciscoG@advancedroofing.com South Florida Regional Contact Kevin Kornahrens•Executive Vice President • Tampa • Saint Petersburg Office:954-522-6868 x 1177 Bill Lester-Branch Manager Cell:321-482-0546 Office.813-885-5811 1 Toll-free:800-354-9896 Email:KevinK@advancedroofing.com Cell:813-734-2136 Address1950 NW 22nd St,Ft. Lauderdale,FL 333111 Email. BillL@advancedroofing.com Address 4909 West Knollwood Street,Tampa FL 33634 Michael Varie-Service Manager Air Conditioning HVAC Office 813-885-5811 /Toll-free'800-354-9896 Paul Murphy-Service Manager Office:954-332-1418 x 1620 Cell:321-482-0546 Email:PauIM@advancedairsystem.corn Cell:813-394-7735 Email MichaeN@advancedroofing com Service Email ServiceTampa@advancedroofing co :rnAddress:2100 NW 21st Avenue,Fort Lauderdale FL 33311 Service Email:Service@advancedairsystem com Fort Myers • Naples Joseph Cleland•Branch Manager Solar I Electric Office:239-208-8809/Toll-free:800-354-9896 Clint Sockman—Executive Vice President Cell.954-861-7979 Office:954-522-6868 x1060 Email.JosephC@advancedroofing.com Cell:954-232-8772 Address: 14231 Jetport Road,Unit 15,Fort Myers FL 33913 Email ClintS@agt.com Service Email ServiceTampa@advancedroofing com Address: 1950 NW 22 Street.Fort Lauderdale FL 33311 AC Co O R � DATE(MM/DD'YYYY) k....----- CERTIFICATE OF LIABILITY INSURANCE 12/20/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONIALf NAME: Frank H. Furman, Inc. INC NHo.EaD: (954)943-5050 —I FAN.), (954)142-6310 1314 East Atlantic Blvd. AE DOR~Ess: i na shannong@furor nsurance.can P. O. Box 1927 INSURER(S) AFFORDING COVERAGE NAIC S Pompano Beach FL 33061 INSURERA:GreenwiCh Insurance Company 22322 INSURED INSURER B:Starr Indemnity i Liaiblity Company 38318 -- Advanced Roofing inc INSURER C:Bridgefield Employers Ins Co 10701 1950 NW 22nd Street INSURER D:Continental Casualty Co 20443 INSURER E:Federal Insurance Company 20281 Fort Lauderdale FL 33311 INSURER F: COVERAGES CERTIFICATE NUMBER:Jan 24 FtL all w IF s Cr REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INPOLICY EFF POLICY EXP SR I IR SEI YrffD 4R I TYPE OF INSURANCE AODL SUER POLICY NUMBER IMM/DDIYYYYI (MMIDDIYYYYI , LIMITS L X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 2,000,000 DAMAGE TO RENTED A CLAIMS-MADE X OCCUR PREMISES (Ea occ rrence) f 300,000 X Contractual i XCO incl CGS740979405 1/1/2024 1/1/2025 MED EXP(Any one person) S 10,000 X Broad Pore Prop Deg PERSONAL d ADV INJURY S 2,000,000 GEN.AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 5 4,000,000 POLICY X Vi X LOC PRODUCTS-COMP/OPAGG S 4,000,000 Employee Benefits S 1,000,000 OTHER AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 _ (Ea accident) A X ANY AUTO BODILY INJURY(Per person) 5 ALL OWNED —SCHEDULED CAB740979505 1/1/2024 1/1/2025 BODILY INJURY(Per accident) 5 AUTOSAUTOS -- PROPERTY PROPERTY DAMAGE S X HIRED AUTOS - AUTOS (Per KIM) --- -- I PIP-aWc 5 10,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 10,000,000 B X EXCESS LIAB —y CLAIMS-MADE AGGREGATE S 10,000,000 DED X RETENTION S 0 1000588143241 1/1/2024 1/1/2025 S WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER YIN ANY PROPRIETOR/PARTNER/EXECUTIVE E L.EACH ACCIDENT 5 1,000,000 OFFICER/MEMBER EXCLUDED', N I A C (Mandatory in NH) 830-56020 1/1/2024 1/1/2025 E L.DISEASE-EA EMPLOYEE 5 1,000,000 II yes,descnbe under DESCRIPTION OF OPERATIONS below E L.DISEASE-POLICY LIMIT 5 1,000,000 D Installation Floater incl WIN 4016260407 1/1/2024 1/1/2025 Per JabaiNAq¢egale $5.51e4/$1514! E Crime/EE Theft of Client Prop 82494026 1/1/2024 1/1/2025 PerterIOed,c(ible $500,000/$15,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached 11 more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE FOR BIDDING PURPOSES THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE na Mangum/MP - � i ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 1201401 41* i N N l O N l t fvc I N O CONTt•(TOtt � O O F IION MEMBER Robert P. Foote, President FRANK H Frank H.Furman, Inc. 1314 E.Atlantic Blvd. INC Pompano Beach, FL.33060 INSURANCE RSA Main: 954.943.5050 RISK MANAGEMENT Toll Free 800.344.4838 EMPLOYEE BENEFITS Mobile: 954.609.0820 Rob@furmaninsurance.com 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: Page 12 ➢ 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 job 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 cause 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. Commercial&Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance Page 13 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, X442Atierct. Robert P. Foote, President CPCU, ARM, AIM, CRIS, AFSB RF:mr Commercial&Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance V'•,4'}, NAI I OA/ I S I NOO CONTRACNTOIIS ASSQOO CIATIN MEMBER Robert P. Foote, President FRANK H. Frank H. Furman, Inc. 1314 E.Atlantic Blvd. INC Pompano Beach,FL.33060 Main: 954.943.5050 INSURANCE RSA RISK MANAGEMENT Toll Free 800.344.4838 EMPLOYEE BENEFITS Mobile: 954.609.0820 Rob@furmaninsurance.com December 12, 2023 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 1/1/2024 .69 1/1/2023 .58 1/1/2022 .63 If additional information required, please contact Mel Rhinehardt, Account Manager at 954-943-5050 ext. 207, or email at mel@furmaninsurance.com Sincerely, y2 e Robert P. Foote, CPCU, ARM, AIM, CRIS, AFSB President rob@furmaninsurance.com Commercial&Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance 1 INSURANCE Atlantic Specialty Insurance Company 605 Highway 169 N, Suite 800 Plymouth, MN 55441 January 2, 2024 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 [intact] INSURANCE Power of Attorney KNOW AI,I.MEN BY TIIESE PRESENTS,that ATI.ANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth, Minnesota,does hereby constitute and appoint: Ricardo Davila Lamar,William Grefe Griffin,Vivian Santiago,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,recognisances,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 SPECIALLY 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 he given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognisances,contracts of indemnity,and all other writings obligatory in the nature thereof,and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and,further,the Attorney-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,201.2: 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,A-II,ANIIC 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. so` y`eet1PORAi 1--1 =f SEAL m I- 1986 0 By STATE.OF MINNESOTA `?A��'Ew voe• �a); Sarah A.Kolar,Vice President and General Counsel • HIENNEPINCOUNTY -.fr rN 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. 4 ; ALISON DWAN NASH.TROUT /� ,/ NOTARY PUBLIC-MINNESOTA ����'`"'"`�/ ft � ��:�{�'•� My Commission Expires I January 31,2025 Notary Public I,the undersigned,Secretary of ATLANTIC SPECIALTY INSURANCE.COMPANY,a New York Corporation,do hereby certify that the foregoing power of attorney is in full force and has not been revoked,and the resolutions set forth above are now in force. Signed and sealed. Dated 2nd day of January 2024. ,1` I ro SG:, 46 cpAPORA Te SEAL ni 1986 0 Ibis Power of Attorney expires 1:„.1 •Esu voPb J O January 31,2025 \'b IN s V4yryyww„ Kara 1..13.Barrow,Secretary Please direct bond verifications to suretvvj'uudcunsurance.com - -t i ''....a i jilli li, ., L. . : ' ,., s i t I t 0 c...e,, .. . '-R� :iii b . - .. \' fir.: *• .-� Alt. t' . f •••••-r . •. Fri -. �., h 3 • EXPERIENCE MATTERS. ADVANCED A ) RDDFING.= ESTABLISHED 1983 COMMERCIAL ROOFING & SOLAR EXHIBIT "B" VENDORS PROPOSAL Piggyback Contract—Advanced Roofing,Inc. 10 EXPERIENCE MATTERS. ADVANCED = ROOFING.= ESTABLISHED 1983 Florida's Premiere Commercial Roofing Contractor Committed to Quality To: Job Name: Gail Mootz BOYNTON BEACH-CHILD CARE CENTER City of Boynton Beach 124 E.Woolbright Road Boynton Beach, FL33425 Address: 561-742-6223 909 NE 3rd Street Boynton Beach, Florida 33434 Date: Reference: July 8,2025 Reroof We are pleased to submit the following proposal for your consideration for the Equalis Job Order Contracting,RFP No.RFP No. RFP-R10-1166 We agree to provide all labor, material, tools,equipment and proper insurance with excess liability of twelve(12)million dollars. PERMITTING AND TESTING Permitting and testing that is required to secure a roofing permit is included in our bid proposal.The following test will be completed in order to pull your permit: 1. Engineered signed and sealed design wind pressure calculation. 2. Florida Product Approval(FPA)or Miami Dade County Notice of Acceptance(NOA)for the proposed system as required. 3. Roof plan with elevations of deck and parapet walls. 4. Notice of Commencement filing with the county and fees before the start of the project. 5. Provide roof attachment and engineered fastening pattern in accordance with ASCE 7-22 and Florida Building Code 2023 8th Edition Roof Application Standard RAS 127-20/RAS 128-20. 6. Provide engineered attachment of perimeter wood blocking and metal flashing in accordance with Florida Building Code 2023 8th Edition- Roofing Application Standard RAS 111-20. 7. Perform fastener test procedure for field withdrawal resistance in accordance with Florida Building Code 2023-Testing Application Standard TAS 105-20. I 8. Perform drainage survey to verify capacity of existing primary and overflow drains/scuppers in accordance with Florida Building Code 2023 8th Edition Section 1503, 1511.6, 1604.62,Plumbing section 1105, 1106, 1107,ASCE 7-22,Section 8.0 and HVAC Section 1514.4 and 1616. PREPARATORY WORK 1. Cut and remove all existing roofing down to the lightweight concrete deck.Remove only as much roofing in one working day period that can be replaced.Water cut off to be installed at the end of each working day to assure a watertight condition. 2. Remove metal panels at interior side of parapet walls. 3. Remove roofing debris and cart away to the local dump site or landfill. OVERLAY HARD BOARD INSULATION 1. Roof A,C and D Furnish and install 0.5 inch Carlisle Insulbase HD roof deck insulation to entire deck.All boards to be mechanically fastened utilizing coated fasteners and plates to metal deck under LWC. SINGLE PLY ROOFING SYSTEM 1. Roofs A,C and D Furnish and install new Carlisle 60 MIL TPO single ply roof system.New roof system to be mechanically attached in accordance with manufacturer specifications and local building code requirements. 2. Roofs B Furnish and install new Carlisle 115 MIL Fleeceback TPO single ply roof system.New roof system to be adhered to LWC with low rise foam adhesive in a splatter pattern in accordance with manufacturer specifications and local building code requirements. 3. All detail work including vent pipes, roof vents,and other miscellaneous roof projections to be done in accordance with Carlisle standard details. 4. Advanced Roofing, Inc.is an approved applicator of Single Ply Systems for Carlisle. TPO WALUCURB FLASHINGS 1. Furnish and install new fully adhered 60 MIL Carlisle Sure-Weld TPO membrane applied to prepared vertical surfaces utilizing solvent based bonding adhesive per manufacturer approved details. MISCELLANEOUS INSTALLATIONS 1. Top of all base flashing to be secured with a 1/8"thick aluminum termination bar.Same to be sealed with a caulk bead of sealant. 2. At low parapets shop fabricate and install new.040 kynar aluminum metal drip edge.Set same in sealant and flash per manufacturer's recommendations. 3. At tall walls sections furnish and install new.040 kynar aluminum pre-fabricated Surface Mount Counter-flashing. 4. Shop fabricate and install new TPO Clad Metal overflow or flow-thru parapet wall scupper drains at existing scuppers. 5. Furnish and install new pre-manufactured Split Pipe Boot flashing at pipe and stand leg penetrations.Flashing to be heat welded to membrane,and caulked and clamped at top side. 6. Furnish and install new unsupported single ply membrane field-manufactured flashing at abnormal shaped penetrations.Flashing to be heat welded to membrane and caulked and clamped at top side. 7. A/C condenser units currently resting on wood sleepers,are to be raised onto new aluminum hurricane stands per city code. 8. This work to be performed by Advanced Roofing,Inc.'s"in-house"state licensed Air Conditioning Division. 9. New electrical disconnect boxes are not included in our prices. 10. Shop fabricate and install.040 kynar aluminum slip counterflashing for the following:package a/c units on existing curbs 11. City or county roofing permit,crane and sales tax are included. 12. Digitized roof drawing and photographs depicting work areas and details for this work scope are attached. 13. Furnish and install new TPO walkway pads at the service side of existing HVAC units and at one side of AC units on racks CLARIFICATION&EXCLUSIONS 1. All costs associated with utility line interface with roofing activities are excluded from this proposal. If utilities exist on the roof it is the owner's responsibility to pay for any required utility protection,shutdown,and standby power to allow for ARI to safely execute the project. 2. Recover scope of work contingent upon acceptable moisture survey/bonded uplift test results per local building code requirements. 3. This proposal includes a$6.000 allowance for work required to correct unseen deficient conditions. GUARANTEE Twenty(20)year No Dollar Limit(NDL)guarantee on materials and labor by Carlisle. CONTRACTOR'S WARRANTY Two(2)year guarantee on materials and labor by Advanced Roofing, Inc. Cost Estimate Report Date:07/07/2075 Boynton Beach Child Care Reroof Year 2025 Quarter 2 Unit Detail Report Prepared By: CLINT SOCKMAN Advanced Roofing LineNumber Description Quantity Unit Total Ind.O&P Ext.Total Ind.O&P Division 01 General Requirements 013113200160 Field personnel,general purpose laborer,average 2.00 Week $3,175.00 $6,350.00 013113200200 Field personnel,project manager,average 1.00 Week $3,749.00 $3,749.00 013113200260 Field personnel,superintendent,average 4.00 Week $3,725.00 $14,900.00 015433402055 Rent forldlft,pnm Ure,all terr,tele boom,6600 Ib,29'reach,42'lift,Ind. 4.00 Week $2,709.47 $10,837.88 Hourly Oper.Cost. 015433602400 Rent crane truck mounted,hydraulic,12 ton capacity,Ind.Hourly 1,00 Day $4,050.20 $4,050.20 Oper.Cost 015436501400 Mobilization or demobilization,delivery charge for equipment,hauled on 2.00 Ea. $1,065.00 $2,130.00 20-ton capacity towed trailer Division 01 General Requirements Subtotal $42,017.00 Division 02n0 Conditions 024119190800 Selective demolition,rubbish handling,dumpster,30 C.Y.,7 ton 2.00 Week $800.00 $1,600.00 capacity,weekly rental,Includes one dump per week,cost to be added to demolition cost Division 02 E dsti g Conditions Subtotal ;00,00 Division 07 Thermal and Moisture Protection 070505100020 Selective demolition,thermal and moisture protection,caulking/sealant, 504.00 L.F. $1.06 $534.24 to 1"x 1"joint 070505100220 Selective demolition,thermal and moisture protection,flashing,sheet 960.00 S.F. $2.18 $2,092.80 metal 070505104420 Selective demolition,thermal and moisture protection,roofing,single 51.00 Sq. $82.00 $4,182.00 ply membrane,fully adhered 070505105880 Selective demolition,thermal and moisture protection,steel siding, 1,495.00 S.F. $1.57 $2,347.15 corrugated/ribbed RSMeans data 1 tro-a GAPOIAN LineNumber Description Quantity Unit Total Ind.O&P Ext Total Ind.O&P 070505106020 Selective demolition,thermal and moisture protection,waterproofing, 4,300.00 S.F. $0.63 $2,709.00 to 1/2"thick 072216100018 Roof deck Insulation,asphaltic cover board,fiberglass lined,1/4"thick, 1,500.00 S.F. $2.38 $3,570.00 fastening excluded 072216100810 Roof deck Insulation,gypsum cover board,fiberglass mat faced,1/2" 4,300.00 S.F. $2.14 $9,202.00 thick,fastening exduded 072216103040 Roof deck insulation,fastening alternatives,coated screws,10" 2,358.00 Ea. $1.02 $2,405.16 072216103050 Roof deck Insulation,fastening alternatives,pre-drill and drive wedge 1,567.00 Ea. $1.27 $1,990.09 spike,2-1/2" 072216103075 Roof deck Insulation,fastening alternatives,3"galvanized deck plates 800.00 Ea. $0.35 $280.00 072216103120 Roof deck Insulation,fastening alternatives,6"OC beads,low-rise 49.00 Sq. $225.00 $11,025.00 polyurethane 072613100900 Vapor retarders,building paper,polyethylene vapor barrier,standard, 43.00 Sq. $52.05 $2,238.15 6 mil(.006"thick),9'x 400'roll 075216102010 SBS modified bituminous membrane,elastomeric asphalt primer 90,00 S.F. $0.48 $43.20 075416100180 Ketone ethylene ester roofing,accessories,pipe boot 14.00 Ea. $47.50 $665.00 075416100240 Ketone ethylene ester roofing,accessories,walkway pad 195.00 S.F. $7.12 $1,388.40 075423100200 Thermoplastic-polyolefin roofing(TPO),60 mils,heat welded seams, 72.00 Sq. $287.10 $20,671.20 fully adhered 075423100400 Thermoplastic-polyolefin roofing(TPO),115 mils,heat welded seams, 51.00 Sq. $484.10 $24,689.10 fully adhered 076510100200 Sheet metal flashing,aluminum,flexible,mill finish,.040"thkik,induding 400.00 S.F. $11.45 $4,580.00 up to 4 bends 076510100200 Sheet metal flashing,aluminum,flexible,mill finish,.040"thick,induding 400.00 S.F. $11.45 $4,580.00 up to 4 bends 076510100300 Sheet metal flashing,aluminum,flexible,mill finish,.050"thick,including 560.00 S.F. $12.54 $7,022.40 up to 4 bends 076510100400 Sheet metal flashing,aluminum,flexible,mill finish,.013"thick,Including 960.00 S.F. $0.59 $566.40 up to 4 bends,painted finish,add 076510109200 Sheet metal flashing,stainless steel,flexible sheets,induding up to 4 1.00 $6,125.32 $6,125.32 bends,for mechanically keyed flashing,add 079213203000 Joint sealants,caulking and sealants,polysulfide compounds,in place, 504.00 L.F. $7.53 $3,795.12 1 or 2 component,38 LF per gal,1"x 1/2" Division 07 Thermal and Moisture Protection Subtotal ;116,701.73 Division 22 Plumbing 221426139000 Roof drain,minimum labor/equipment charge 16.00 Job $236.00 $3,776.00 Division 22 Plumbing Subtotal $3,776.00 Division 23 Heating,Ventilating,and Air Conditioning(HVAC) RSMeans data 2 fm ,GI8RD IAN. LineNumber Description Quantity Unit Total Ind.O&P Ext.Total Ind.O&P 230502001000 Heating general,subcontractor quote 1.00 Job $37,900.00 ;37,900.00 Division 23 Heating,Ventilating,and Air Conditioning(HVAC) Subtotal ;37,900.00 Subtotal $201,994.81 General Contractor's Markup on Subs 0.000/0 X0,00 Subtotal $201,994.81 General Conditions 5.00% $10,099.74 Subtotal $212,094.55 General Contractors Overhead and Profit 0.00% $0.00 Grand Total $212,094.55 RSMeans data 3 frna GRRDIAN'