26
WILKES AIR CONDITIONING, LLC P.O. BOX 95 BUSHNELL, FL 33513 LIC # CMC1249437 P.352-303-7358 F.352-583-5523 SUMTER COUNTY ON-CALL HVAC I REFRIGERATION REPAIRS AND NEW INSTALLATION, SCHEDULING, MAINTENANCE AND SERVICING RFP # 024-0-2011/AT

WILKES AIR CONDITIONING, LLC P.O. BOX 95 BUSHNELL, FL ...sumtercountyfl.gov/AgendaModule/AI9302/I) Wilkes Proposal_9302... · wilkes air conditioning, llc p.o. box 95 bushnell, fl

Embed Size (px)

Citation preview

WILKES AIR CONDITIONING, LLC

P.O. BOX 95

BUSHNELL, FL 33513

LIC # CMC1249437

P.352-303-7358 F.352-583-5523

SUMTER COUNTY ON-CALL HVAC I REFRIGERATION REPAIRS AND NEW INSTALLATION, SCHEDULING,

MAINTENANCE AND SERVICING

RFP # 024-0-2011/AT

Sumter County Board of County Commissioners- RFP # 024-0-2011/AT On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

PART4 PROPOSALS DOCUMENTS

PROPOSALS COVER PAGE

Name of Firm, Entity or Organization: Wilkes Air Conditioning, LLC

Federal Employer Identification Number (FEIN):20-2858206

State of Florida License Number (If Applicable): CMC1249437

Name of Contact Person: David A. Wilkes

Title:President

E-Mail Address: [email protected]

Mailing Address: P.O. Box 95 Bushnell, FL 33513

Street Address (if different): 4441 Hickory Hammock Dr.

City, State, Zip: Dade City, FL 33523

Telephone: 352-303-7358 Fax:352-583-5523 Organizational Structure - Please Check One:

Corporation D Partnership 1Zl Proprietorship D Joint Venture D Other D

If Corporation: Date of Incorporation: 5/16/2005 State of lncorporation:FL

States Registered in as Foreign Corporation:

Authorized Signature:

Print Name: David A. Wilkes --- -----------------------------------------

Signature: M C Wl/3Ert c; l= U c._

Title: President -----------------------------------------------------Phone: 352-303-7358

This document must be completed and returned with your Submittal.

Financial Services Department Page 16 of 34

Sumter County Board of County Commissioners- RFP # 024-0-2011/AT On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

PROPOSALS FORM FOR BOARD OF SUMTER COUNTY COMMISSIONERS

EXHIBIT A

Name of Firm Submitting Qualifications __ Wilkes Air Conditioning, LLC

Name of Person Submitting Qualifications _David A Wilkes ___ _

PROPOSER ACKNOWLEDGMENT "The undersigned hereby declares that he/she has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the RFP and Specifications for the work and comments hereto attached . The Vendor proposes and agrees, if this submission is accepted, to contract with the Board of Sumter County Commissioners, to furnish all necessary materials, equipment, labor and services necessary to complete the work covered by the RFP and Contract Documents for this Project. The Vendor agrees to accept in full compensation for each item the prices named in the schedules incorporated herein ."

CONSULTANT'S FEE SCHEDULE MUST BE ATTACHED TO THIS PROPOSAL

Signature /1'1 1?/nr&E 1'1-. a~=- l. (... L

/o ,_/,_ 2olr Date

[ _ ]Check if exception(s) or deviation(s) to Specifications. Attach separate sheet(s) detailing reason and type for the exception or deviation.

This document must be completed and returned with your Submittal Financial Services Department Page 18 of 34

Sumter County Board of County Commissioners- RFP # 024-0-2011/AT On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

PROPOSAL DOCUMENTS CHECKLIST OF ITEMS REQUIRED TO BE SUMBITTED The following documents and forms in the following arrangement must accompany each proposal or alternate proposal submitted:

a Proposal Cover Page. This is to be used as the first page of the RFP. This form must be fully completed and signed by an authorized officer of the vendor.

ll Proposal Form Exhibit A.

ll Proposal Document Checklist of Items Required to be Submitted.

a A separate sheet or sheets, clearly identified and numbered, of Exceptions or Deviations from the minimum specifications, must be attached to the Proposal Form (if applicable).

Jl Proposer Certification I Addenda Acknowledgement Form.

Jl Statement of General Terms and Conditions.

a Disclosure of Subcontractors, Sub-consultants and Suppliers

n Proposal I Price Form

n A sworn, notarized Statement of Contractor's Experience and Personnel.

tt A sworn, notarized Drug Free Work Place Certificate must accompany each proposal or alternate proposal.

a One original proposal, clearly labeled "Original; three printed copies of the proposal in its entirety; and one electronic version not password protected of the original submitted proposal in its entirety.

tt A Certificate of Insurability, acceptable to the County, shall accompany each proposal or alternate proposal, in the amounts as prescribed by State and Sumter County BOCC

o Liability Insurance: The submitter shall purchase and maintain such insurance as will protect him/her from claims which may arise out of or result from the vendor's operations under the terms and conditions of the Proposal. Liability insurance shall be obtained at the vendor's expense and in his/her name as the insured, which Certificate shall show Sumter County Board of County Commissioners as additional name insured. Liability insurance shall be provided on a form approved by Sumter County Board of County Commissioners and shall include endorsements for contractual liability and such other endorsements appropriate for the work required by this Proposal as may be required by the Sumter County BOCC. The limit of liability for this coverage shall not be less than $1,000,000 single event limit.

o Automobile Liability Insurance covering all automobiles and trucks the vendor may use in connection with this Proposal. The limit of liability for this coverage shall not be less than $500,000 CSL per occurrence for bodily injury and property

Financial Services Department Page 9 of 34

Sumter County Board of County Commissioners- RFP # 024-0-2011/AT On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

damage. This is to include owned, hired, and non-owned vehicles.

o Workers' Compensation Insurance, as required by the State of Florida.

All insurance policies shall be written on companies authorized to do business in the State of Florida and satisfactory to the Sumter County BOCC. Prior to commencing services pursuant to the award of this proposal, the Contractor shall furnish to the Sumter County BOCC certificates of insurance showing the required coverage has been procured and paid for in advance. Within thirty (30) days prior to expiration , the Contractor shall provide the Sumter County BOCC with proof that required coverage has been extended.

Date: /C?-'t-2o ( // - .-/r1Ernl'::£rt.. o,-:: tt.c..

1 ,~ (name), an authorized officer of Wilkes Air Conditioning,LLC(company/vendor), confirm that the above listed documents are provided in our company's proposal being submitted to Sumter County and confirm I have read and understand the RFP document in its entirety.

This document must be completed and returned with your Submittal.

Financial Services Department Page 10 of34

Sumter County Board of County Commissioners- RFP # 024-0-2011/AT On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

PROPOSER'S CERTIFICATION

Submit To: Sumter County Board of County Commissioners SUMTER COUNTY BOARD OF COUNTY COMMISSIONERS

7375 Powell Road Wildwood , Florida, 34785 REQUEST FOR PROPOSALS (RFP) CERTIFICATION

Phone 352-689-4400 Fax 352-689-4401 AND ADDENDA ACKNOWLEDGMENT

DUE DATE: October 6, 2011 I DUE TIME: 10:00 am I RFP # 024-0-2011/AT

TITLE: Sumter County On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

VENDOR NAME: PHONE NUMBER: Wilkes Air Conditioning , LLC 352-303-7358

VENDOR MAILING ADDRESS: FAX NUMBER: P.O. Box 95 352-583-5523

CITY/STATE/ZIP: E-MAIL ADDRESS: Bushnell, FL 33513 WilkesAir@Embarqmail .com

"1, the undersigned , certify that I have reviewed the addenda listed below (list all addenda received to date) . I understand that timely commencement will be considered in award of this RFP and that cancellation of award will be considered if commencement time is not met, and that untimely commencement may be cause for termination of contract. I further certify that the services will meet or exceed the RFP requirements . I, the undersigned, declare that I have carefully examined the RFP, specifications, terms and conditions as applicable for this Request, and that I am thoroughly familiar with all provisions and the quality and type of coverage and services specified . I further declare that I have not divulged, discussed, or compared this RFP with any other Offeror and have not colluded with any Offerors or parties to an RFP whatsoever for any fraudulent purpose."

Addendum# Addendum# Addendum# Addendum# Addendum#

"I certify that this quote is made without prior understanding, agreement, or connection with any corporation , firm , or person submitting an RFP for the same material , supplies, equipment or services and is in all respects fair and without collusion or fraud . I agree to abide by all conditions of this RFP and certify that I am authorized to sign this response and that the offer is in compliance with all requirements of the RFP, including but not limited to certification requirements. In conducting offers with an agency for Sumter County Board of County Commissioners (BOCC), respondent agrees that if this Proposals is accepted, the respondent will convey, sell , assign, or transfer to the Sumter County BOCC all rights, title and interest in and to all causes of action it may now or hereafter acquire under the anti-trust laws of the United States for price fixing relating to the particular commodities or services purchased or acquired by the COUNTY. At the Sumter County BOCC discretion , such assignment shall be made and become effective at the time the purchasing agency renders final payment to the respondent. "

_David A. Wilkes, President ~~ /0 -'-/-2ot 1 Authorized Agent Name, Title (Print) Authonzed S1gnature Date

/'7 ctH 13£r< o~ t...t. c....

This form must be completed and returned with your Submittal

Financial Services Department Page 17 of 34

Sumter County Board of County Commissioners - RFP # 024-0-2011/AT On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

Statement of General Terms and Conditions

PUBLIC ENTITY CRI ME: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposals/Bid on a contract to provide any goods or services to a public entity, for the construction or repair of a public building or public work, may not submit Proposals/Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. INDEMNIFICATION : The Contractor agrees to indemnify and hold harmless Board of Sumter County Commissioners, and their elected officials, employees and volunteers from and against all claims, losses and expenses, including legal costs, arising out of or resulting from, the performance of this contract, provided that any such claims, damage, loss of expenses is attributed to bodily injury, sickness, disease, personal injury or death, or to injury to or destruction of tangible property including the loss or loss of use resulting there from and is caused in whole or in part by any negligent act or omission of the tenant PROHIBITION OF LOBBYING: During the black out period which is, the period between the time the submittals for Invitation to Bid or the Request for Proposals, or Qualifications, or information, as applicable, are received at Contracts I Purchasing and the time the Board awards the contract, no proposer, no lobbyist, principal , or other person may lobby, on behalf of a competing party in a particular procurement matter, any member of the Board, or any Board employee other than the Financial Services Manager. Violation of this provision may result in disqualification of violating party. AH questions regarding this Request for Proposals (RFP) or Invitation to Bid (BID) must be submitted in writing to the Board's Financial Services Manager. ANTI TRUST LAWS : By submission of a signed RFP or BID, the successful Vendor acknowledges compliance with all antitrust laws of the United States and the State of Florida, in order to protect the public from restraint of trade, which illegally increases prices. CONFLICT OF INTEREST: The award of the contract hereunder is subject to the provisions of Chapter 112 of the Florida Statutes. Vendors shall disdose the name of any Officer, Director, Partner, Associate, or Agent who is also an Officer, Appointee, or Employee of any of the Boards at the time of the RFP or BID, or at the time of occurrence of the Conflict of Interest thereafter. INTERPRETATION, CLARIFICATIONS AND ADOENDA: No oral interpretations will be made to any vendor as to the meaning of the RFP/810 Contract Documents. Any inquiry or request for interpretation received by the Financial Services Manager before the date listed herein will be given consideration. All such changes or interpretations will be made in writing in the form of an addendum and, if issued, will be distributed at or after the Pre-Proposals/Pre-Bid Conference, mailed or sent by available or electronic means to all attending prospective Submitters prior to the established RFP/810 opening date. Each Vendor shall acknowledge receipt of such addenda in the space provided. In case any Proposer/Bidder fails to acknowledge receipt of such addenda or addendum, his offer will nevertheless be construed as though it had been received and acknowledged and the submission of his bid will constitute acknowledgment of the receipt of same. All addenda are a part of the RFP/810 FORMS and each Proposer/Bidder will be bound by such addenda, whether or not received by him. It is the responsibility of each proposer/bidder to verify that he has received all addenda issued before RFP's/BID's are opened. In the case of unit price items, the quantities of work to be done and materials to be furnished under this RFP/8 10 Contract are to be considered as approximate only and are to be used solely for the comparison of RFP's/BID's received. The Board and/or his CONSULTANT do not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the Vendor plead misunderstanding or deception because of such estimate or quantities of work performed or material furnished in accordance with the Specifications and/or Drawings and other Proposals/Bid Documents, and it is understood that the quantities may be increased or diminished as provided herein without in any way invalidating any of the unit or lump sum prices bid. GOVERNING LAWS ANO REGULATIONS: The vendor is requi red to be familiar with and shall be responsible for complying with all federal , state and local laws, ordinances, rules and regulations that in any manner affect the work. PROPRIETARY/CONFIDENTIAL INFORMATION: Vendors are herby notified that all information submitted as part of, or in support of RFP's/BID's, will be available for public inspection ten days after opening of the RFP's/BID's or until a short list is recommended whichever comes first, in compliance with Chapter 119, and 287 of the Florida Statutes. Any person wishing to view the RFP's/BID's must make an appointment by calling the Financial Services Manager at (352) 793-0200. All RFP's/BID's submitted in response to this solicitation become the property of the Board. Unless information submitted is proprietary, copy written, trademarked, or patented, the Board reserves the right to utilize any or all information, ideas, conceptions, or portions of any RFP/BlD, in its best interest. TAXES: The Board of Sumter County Commissioners is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. NON-COLLUSION DECLARATION: By signing this RFP/BIO, all Vendors shall affirm that they shall not collude, conspire, connive or agree, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposals in connection with the work for which their RFP/81D has been submitted: or to refrain from Bidding in connection with such work: or have in any manner, directly or indirectly, sought by person to fix the price or prices in the RFP/BID or of any other Bidder, or to fix any overhead, profit, or cost elements of the RFP/810 price or the RFP/BIO price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against any other Bidder, or any person interested in the proposed work. PROPOSER RESPONSIBILITY: Invitation by the Boards to vendors is based on the recipient's specific request and application to DemandStar by Onvia at www.DemandStar.com ((800) 711-1712] or as the result of response by the public to the legal advertisements required by State law. Firms or individuals submit their responses on a voluntary basis, and therefore are not entitled to compensation of any kind. OWNERSHIP OF SUBMITTALS: All responses, inquiries or correspondence relating to or in reference to this RFP/BID, and all other reports, charts, displays, schedules, exhibits and other documentation submitted by the vendors will become the property of the Board. Reference to literature submitted with a previous RFP/810 will not relieve the Bidder from including any required documents with this RFP/BID. EXAMINATION OF BID DOCU MENTS: Each Bidder shall carefully examine the RFP/810 Document to ensure all pages have been received, all drawings and/or Specifications and other applicable documents are included, and shall inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress or performance of the work to be performed under the Contract. Ignorance on the part of the CONTRACTOR will in no way relieve him of the obligations and responsibilities assumed under the Contract. VENDOR RESPONSIBILITY: Vendors are fully and completely responsible for the labeling, identification and delivery of their submittals. The Financial Services Manager will not be responsible for any mislabeled or misdirected submissions, nor those handled by delivery persons, couriers, or the US Postal Service. DRUG FREE WORKPLACE: All Proposers/Bidders shall submit the enc losed, duly signed and notarized form entitled "Drug Free Workplace Certificate". The Drug Free Workplace Vendor shall have the burden of demonstrating that his program complies w ith Section 287.087 of the Florida Statutes, and any other applicable state law.

This document must be completed and returned with your Submittal.

Financial Services Department

BOARD OF SUMTER COUNTY COMMISSIONERS, are political subdivisions of the State of Florida, and reserve the right to reject any and/or all submittals, reserve the right to waive any informalities or irregularities in the examination process, and reserve the right to award contracts and/or in the best interest of the Boards Submittals not meeting stated minimum terms and qualifications may be rejected by the Boards as non­responsive. The Boards reserve the right to reject any or all submittals without cause. The Boards reserves the right to reject the submission of any Vendor in arrears or in default upon any debt or contract to the Boards, or who has failed to perform faithfully any previous contract with the Boards or with other governmental agencies. PUBLIC RECORDS LAW: Correspondence, materials and documents received pursuant to this RFP/BID become public records subject to the provisions of Chapter 119, Florida Statutes. VERIFICATION OF TIME: Nextel time is hereby established as the Official Time of the Boards. PREPARATION OF PROPOSALS/BIDS: Signature of the Bidder : The Bidder must sign the RFP/810 FORMS in the space provided for the signature. If the Proposer/Bidder is an individual, the words "doing business as , " must appear beneath such signature. In the case of a partnership, the signature of at least one of the partners must follow the firm name and the words, "Member of the Firm" should be written beneath such signature. If the Proposer/Bidder is a corporation, the title of the officer signing the RFP/BID on behalf of the corporation must be stated and evidence of his authority to sign the RFP/BIO must be submitted. The Proposer/Bidder shall state in the RFP/810 FORMS the name and address of each person interested therein. Basis for Bidding: The price proposed for each item shall be on a lump sum or unit price basis according to specifications on the RFP/BID FORM. The proposed prices shall remain unchanged for the duration of the Contract and no claims for cost escalation during the progress of the work will be considered, unless otherwise provided herein. Total Proposed Price/Tota l Cont ract Sum Proposed: If applicable, the total price bid for the work shall be the aggregate of the lump sum prices proposed and/or unit prices multiplied by the appropriate estimated quantities for the individual items and shall be stated in figures in the appropriate place on the RFP/BID FORM. In the event that there is a discrepancy on the RFP/BIO FORM due to unit price extensions or additions, the corrected extensions and additions shall be used to determine the project bid amount. TABULATION: Those wishing to receive an official tabulation of the results of the opening of this RFP/BIO are to submit a self-addressed, stamped business size (No. 10) envelope, prominently marked on the front !ower left side, with the RFP identification. Tabulation requested by telephone, fax or electronic media will not be accepted. OBLIGATION OF WINNING BIDDER: The contents of the RFP/BID of the successful proposer/bidder will become contractual obligations if acquisition action ensues. Failure of the successful Proposer/Bidder to accept these obligations in a contract may result in cancellation of the award and such vendor may be removed from future participation. AWARD OF BID: It is the Boards' intent to select a vendor within sixty (60) calendar days of the deadline for receipt of ProposalstBids. However, Proposals/Bids must be firm and valid for award for at least ninety (90) calendar days after the deadline for receipt of the RFP/810. ADDITIONAL REQUIREMENTS: The firms shall furnish such additional information as the Boards may reasonably require. This includes information which indicates financial resources as well as ability to provide the services. The Boards reserve the right to make investigations of the qualifications of the firm as it deems appropriate. PREPARATION COSTS: The Boards shall not be obligated or be liable for any costs incurred by Proposers/Bidders prior to issuance of a contract. All costs to prepare and submit a response to this RFP/BID shall be borne by the Proposer/Bidder. TIMELINESS: All work will commence upon authorization from the Boards' representative (Financial Services Manager). All work will proceed in a timely manner without delays. The Contractor shall commence the work UPON RECEIPT OF NOTICE TO PROCEED and/or ORDER PLACED (PURCHASE ORDER PRESENTED), and shall deliver in accordance to the terms and conditions outlined and agreed upon herein. DELIVERY: All prices shall be FOB Destination, Sumter County, Florida, inside delivery unless otherwise specified. ADDITIONAL SERVICES/PURCHASES BY OTHER PUBLIC AGENCIES ("PIGGY-BACK" ): The Vendor by submitting a Bid acknowledges that other Public Agencies may seek to "Piggy-Backn under the same terms and conditions, during the effective period of any resulting contract - services and/or purchases being offered in this Bid, for the same prices and/or terms proposed. Vendor has the option to agree or disagree to allow contract Piggy-Backs on a case-by-case basis. Before a Public Agency is allowed to Piggy· Back any contract, the Agency must first obtain the vendor's approval - without the vendor's approval, the seeking Agency cannot Piggy-Back. PLANS, FORMS & SPECIFICATIONS: Bid Packages are available from the Financial Services Manager. These packages are available for pickup or by mail. If requested to mail, the Proposer/Bidder must supply a courier account number (UPS, FedEx, etc). Proposers/Bidders are required to use the official RFP/BlO FORMS, and all attachments itemized herein, are to be submitted as a single document. Any variation from the minimum specifications must be clearly stated on the RFP/BID FORM and/or Exceptions/Deviations Sheet(s). Only one set of plans, forms, and specifications will be furnished each company or corporation interested in submitting a Proposals/bid. RFP/BID FORM documents for this project are free of charge and are available on-line and are downloadable (vendor must pay any DemandStar fees or any shipping). MANUFACTURER'S NAME AND APPROVEO EQUIVALENTS: Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for information and not intended to limit competition unless otherwise indicated. The Proposer/Bidder may offer any brand for which he is an authorized representative, which meets or exceeds the RFP/81D specification for any item(s). If RFP's/BID's are based on equivalent products, indicate on the RFP/BID FORM the manufacturer's product name and literature, and/or complete specifications. Reference to literature submitted with a previous RFP/BID will not satisfy this provision. The Proposer/Bidder shall explain in detail the reason(s) why the proposed equivalent will meet the specifications and not be considered an exception thereto. RFP's/BID's which do not comply with these requirements are subject to rejection. RFP's/BID's lacking any written indication of intent to quote an alternate brand will be received and considered in complete compliance with the specifications as listed on the RFP/BID FORM. The Financial Services Manager is to be notified, in writing, of any proposed changes in materials used, manufacturing process, or construction. However, changes shall not be binding upon the Boards unless evidenced by a Change Notice issued and signed by the Financial Services Manager, or designated representative. QUANTITIES: The quantities as specified in this RFP/810 are estimates only and are not to be construed as guaranteed minimums. SAMPLES: Samples of items, when called for, shall be furnished free of expense, and if not destroyed may, upon request, be returned at the Proposer's/Bidder's expense. Each sample shall be labeled with the Proposer's/Bidder's name, manufacturer brand name and number, RFP/BID number and item reference. Samples of successful Proposer's/Bidder's items may remain on file for the term of the contract. Request for return of samples shall be accompanied by instructions which include shipping authorization and must be received at time of opening. Samples not returned may be disposed of by the Boards within a reasonable time as deemed appropriate. DOCUMENT RE-CREATION: Vendor may choose to re-create any document(s) required for this solicitation, but must do so at his own risk . All required information in the original Board format must be included in any re­created document. Submittals may be deemed non-responsive if required information is not included in any re-created docume~~ ACKNOWLEDGED~ /CJ -"(..--2c::J ,,

(Signature and Date)

/?1 t!"mi3~/L (;)~ u. c_ Page 19 of 34

Sumter County Board of County Commissioners- RFP # 024-0-2011/AT On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

DISCLOSURE OF SUBCONTRACTORS, SUBCONSUL TANTS AND SUPPLIERS

SUBCONTRACTOR LICENSE INFORMATION MUST BE SUBMITTED WITH THE RFP, IN ORDER FOR SUMTER COUNTY TO VERIFY THAT THE SUBCONTRACTOR ARE IN FACT LICENSE PERFORM THEIR TRADE SCOPE OF WORK.

Name of Firm Submitting Proposal:

Wilkes Air Conditioning, LLC (Print or Type)

Name of Person Submitting Proposal:

David A. Wilkes (Print or Type)

Please list a// Subcontractors, or Material \ Equipment Suppliers to be used in connection with performance of this contract. Attach additional sheets as necessary.

Name of Firm or Agency: Johnstone Supply Address:2500 SW 1ih RD, Ocala, FL 34471

Telephone: 352-873-4443 Contractor's License number Contact Name I Title: Greg/ Store Manager

Name of Firm or Agency: Carrier Enterprises, LLC

Address: 2000 Park Oaks Ave , Orlando, FL 32808 Telephone: 352-732-0796

Contractor's License number Contact Name I Title: Kim/ Store Manager Name of Firm or Agency: Goodman Manufacturing Address: 1426 NE 8th Ave, Ocala, FL 34470

Telephone:352-620-2727 Contractor's License number

Contact Name I Title: Lean/ Manager

Name of Firm or Agency: Ferguson Heating and Cooling

Address: 16720 Bachman Ave., Hudson, FL 34667

Telephone:727-819-1840

Contractor's License number Contact Name I Title: Eric Washburn/ Sales Manager

This document must be completed and returned with your Submittal

Financial Services Department Page 20 of34

Sumter County Board of County Commissioners- RFP # 024-0-2011/AT On-Call HV AC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

PROPOSAL I PRICING FORM

Date Submitted: October 61h , 2011

Company Name: Wilkes Air Conditioning, LLC

Business Address: 4441 Hickory Hammock Dr. , Dade City, FL 33523

Telephone Number: 352-303-7358

Person who may be contacted for information regarding the contents of this proposal:

David A Wilkes

References: 1. SOB 1, LLC I Matt Mule Phone:813-964-8888

2. Jerry Walters Construction/Jerry Walters Phone: 352-585-2763

3. J.G Parker Enterprises/ Joseph Parker Phone:352-551-4916

QUOTE RESPONSE CONTINUED Description Unit Price

1. Material (cost plus %L-) --------------------=3:.::::0~%

2. Labor (straight time.~-) ____________ ___...!j$~7~0~. O~O~oe::..:.r...!.h.!.!:o~ur

3. Labor (overtimeL-) _______________ ..:~:$~7:::..0.~0:.:::0-l:p~e:..:...r..:...:h~o.:::.!.ur

License numbers of all personnel available for this contract attached? Yes~ No

The service to be furnished by us is hereby declared and guaranteed to be in conformance with the specifications of the County.

The undersigned do agree that should this Proposal be accepted, to execute the form of contract and present the same to the Director for approval within fifteen ( 15) days after being notified of the awarding of the Contract.

IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day OC-T 6rf.l- of 2011 in the County of 5.irnr£t1. , in the State of£ £..

Financial Services Department Page 29 of35

Sumter County Board of County Commissioners- RFP # 024-0-2011/A T On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

Wilkes Air Conditioning, LLC Firm's Complete Legal Name 4441 Hickory Hammock Drive (Address)

Dade City, FL 33523 (City, State, ZIP)

Phone No 352-303-7358 Fax No 352-583-5523

Circle one of the following: Sole Proprietorship Co oration or P.A. State of Limited Partnershi General Partnership By: ____ _

Typed and Written Signature David A. Wilkes (Typed) U?'~. (Written)

Title: President jY}cM'6£fl- ot= [,L- c._

ADDITIONAL CONTACT INFORMATION Send Payments To: Wilkes Air Conditioning, LLC (REQUIRED ONLY if different from above

Name and Title David A. Wilkes I President

Address P.O. Box 95 Bushnell FL 33513

Phone No 352-303-7368

Fax No 352-583-5523

Email Address [email protected]

(Initial appropriate line certifying compliance with Sumter County Building Codes)

Permit Required ________ _ Permit Not Required-~--------

(Office Use Only)

Inspected By: _______ _ Date Closed: ______ _

This document must be completed and returned with your Submittal

Financial Services Department Page 30 of34

Sumter County Board of County Commissioners- RFP # 024-0-2011/AT On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

REFERENCE & SIMILAR PROJECTS EXPERIENCE FORM

Owner I Business Name: SOB 1, LLC

Project Location I Address: 1601 W. Gulf Atlantic Hwy.

City: Wildwood 1 State: FL 1 Zip Code:34785

Point of Contact: Matt Mule Dates of Work: 2008-Present

Phone Number:813-784-6637 Fax Number:813-964-8801

E-mail Address: [email protected]

Project Name: State of Florida DCF Wildwood Office on call contractor

Brief Description of Project: On call contractor for the DCF Wildwood office . Perform all HVAC repair and maintenance in entire building.

Owner I Business Name: Beef 0' Brady's

Project Location I Address:2586 W. CR 48

City: Bushnell 1 State: Florida 1 Zip Code:33513

Point of Contact: Gary Long Dates of Work:201 0-Present

Phone Number:352-568-7000 Fax Number:352-568-7002

E-mail Address:

Project Name: On call HVAC contractor

Brief Description of Project: On Call HVAC contractor for both AC systems and ice machines /coolers .

Owner I Business Name: Adi Khorsandian State Farm Insurance

Project Location I Address: 20752 Center Oak Dr.

City: Tampa 1 State: FL 1 Zip Code:33647

Point of Contact: Adi Khorsandian Dates of Work:2005-Present

Phone Number:813-991-4111 Fax Number:813-994-9411

E-mail Address:[email protected]

Project Name: On call HVAC contractor

Brief Description of Project: Perform all HVAC repair and maintenance on buildings owned by Adi Khorsandian State Farm.

Financial Services Department Page 21 of 34

Sumter County Board of County Commissioners - RFP # 024·0·2011/AT On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

CONTRACTOR'S AFFIDAVIT

State of Florida County of H,llsbor~

Before me personally appeared (hwd . A.\Nj\l',ts who is (title) ?r61lJttrf of (the company described herein) \.t,\V.t5 A.·!c..riit~ ,LJ,..l!. being duly sworn , deposes and says that the foregoing statements are a true and accurate statement of the peS1t1on of sa1d organ1zat1on as of the date thereof, and, that the statements and answers to the foregoing experience questionnaire are correct and true as of the date of this affidavit; and, that he/she understands that intentional inclusion of false, deceptive, or fraudulent statements of this application constitutes fraud ; and, agrees to furnish any pertinent information requested by The Sumter County Board of County Commissioner deemed necessary to verify the statements made in this application or regarding the ability, standing and general reputation of the applicant.

Personally Known / or Produced Identification-------------

4 day of ()cfo '<Y-r ' 20..!_!

Shdo 'hnusqrJ,t:;,·Snrl-h (Print Name of Notary Public)

(seal)

This document must be completed and returned with your Submittal

Financial Services Department Page 22 of34

Sumter County Board of County Commissioners- RFP # 024-0-2011/AT On-Call HVAC I Refrigeration Repairs & New Installation, Scheduling, Maintenance, and Servicing

DRUG FREE WORKPLACE CERTIFICATE

I, the undersigned, in accordance with Florida Statute 287.087, hereby certify that,

_Wilkes Air Conditioning,LLC ___________________ _ (print or type name of firm)

• Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above, and specifying actions that will be taken against violations of such prohibition.

• Informs employees about the dangers of drug abuse in the work place, the firm's policy of maintaining a drug free working environment, and available drug counseling , rehabilitation, and employee assistance programs, and the penalties that my be imposed upon employees for drug use violations.

• Gives each employee engaged in providing commodities or contractual services that are under Proposals or bid , a copy of the statement specified above.

• Notifies the employees that as a condition of working on the commodities or contractual services that are under Proposals or bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, please or guilty or nolo contendere to, any violation of Chapter 1893, or of any controlled substance law of the State of Florida or the United States, for a violation occurring in the work place, no later than five (5) days after such conviction , and requires employees to sign copies of such written (*) statement to acknowledge their receipt.

• Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted.

• Makes a good faith effort to continue to maintain a drug free work place through the implementation of the drug free workplace program.

• "As a person authorized to sign this statement, I certify that the above named business, firm or corporation complies fully with the requirements set forth herein".

~ / P1~1'1113r-A o~ lL c... Authorized SigKatUre

/O -- t;- 2ot { Date Signed

State of: fl Ot,dtt County of: J-1; f Jsb«¥Jh Sworn to and subscribed before me this _ 4-'--_day of Oc1obt/ . 20 If

Personally known /

JIJ!t= or Produced Identification Or,\utr LthnrL

~~~~~~~77~~~~-(Specify Type of Identification)

My Commission Expires ....:{J'-'/..l..lo./51""!2'"'"""'0'-"/.3""" __

(seal)

This document must be completed and returned with your Submittal Financial Services Department Page 23 of 34

# Wilkes Air Conditioning,LLC P.O. Box95 Bushnell, Fl 33513 LIC #CMC1249437

P. 352-303-7358/ F.352-583-5523

COMPANY PROFILE

• Established in 2005 we are a small business that is dedicated to serving our customers with

professionalism, promptness, quality, and fair pricing. We have focused our attention on serving

Sumter County residents and businesses since day one, with the majority of our business coming from

Sumter County exclusively. We are also a member of The Sumter County Chamber of Commerce.

OWNERSHIP

• David Abraham Wilkes- 50 %

• Adam William Wilkes- 50 %

EMPLOYEES

David A. Wilkes-

• Over 15 years experience in HVAC industry

• Licensed mechanical contractor with the state of Florida

• Part owner of company

Adam W. Wilkes-

• Over 15 years experience in HVAC industry

• Part owner of company

# Wilkes Air Conditioning,LLC P.O. Box95 Bushnell, FL 33513 LIC #CMC1249437

P. 352-303-7358/ F.352-583-5523

PROPOSAL PRICING RFP # 024-0-2011/AT

On call service work and ice machine cleaning will be performed as specified and charged at the rates below :

LABOR RATE- $ 70.00/HR

OVERTIME RATE- $70.00/HR

Parts Markup- 30%

Warranty- All repairs will be warrantied for a period of 1 year

BULDING MAINTENANCE SERVICE MONTHLY ANNUAL

• Clerk Warehouse {1000 N Main St ) $95.00 $1,140.00

• Government Offices(910&900 N. Main St) $300.00 $3,600.00

• Sheriffs Office(1010 N. Main St.) $300.00 $3,600.00

• Clerk Admin Office(990 N. Main St) $60.00 $720.00

• IT Office(960 N. Main St.) $60.00 $720.00

• Detention Center(219 E. Anderson Ave.) $375.00 $4,500.00

• Service Center (7375 Powell Rd) $675.00 $8,100.00

ICE MACHINE CLEANING AND SERVICE SEMI-ANNUAL ANNUAL

• Sherriff Admin(1010 N. Main St.) $250.00 $500.00

• Lake Pann Fire Station(1448 CR 459) $250.00 $500.00

• Lake Pann Rec Building(1582 CR 4459) $250.00 $500.00

• Oxford Fire Station(4147 E. CR 466) $250.00 $500.00

• Wildwood Fire Station(227 Hall St. ) $250.00 $500.00

• Bushnell Fire Station East(324 E. Seminole Ave.) $250.00 $500.00

• Public Works Main Shop(125 N. Church St.) $250.00 $500.00

• Bushnell Fire Station West(5654 CR 313) $250.00 $500.00

• Coleman Fire Station(2390 CR 523) $250.00 $500.00

# Wilkes Air Cond~ioning,LLC P.O. Box 95 Bushnell, Fl 33513 LIC #CMC1249437

P. 352-303-7358/ F.352-583-5523

SYNOPSIS

If awarded this contract our company will make taking care of Sumter County our top priority like we have on

some of the small projects we have completed for the county in the past. We already understand the location

and layout of most of the buildings which will make for a much smoother transition. The staff of Sumter

County will be dealing directly with people who care the most about the quality of service being performed,

the owners of the company .We have all the experience, equipment and resources needed to complete any

HVAC service needed by the county. With all of the above taken in to account we believe that our company is

uniquely able to provide high quality service to the Sumter County BOCC.

Please see attached references :

/o ,_~- 2c.?, f David A. Wilkes

President

Authorized Signature

SOB 1, LLC c/o Matthew Mule 13014 N. Dale Mabry Hwy Ste 357 Tampa, FL 33618 813-964-8888 Tele 813-964-8801 Fax [email protected]

Wilkes Air Conditioning, LLC c/o David Wilkes P.O. Box 95 Bushnell, Florida 33513

Re: Letter of Recommendation

To whom it may concern:

September 26, 2011

It gives me immense pleasure to strongly recommend both: Wilkes Air Conditioning, LLC and David Wilkes personally. Starting back in 2008 my company purchase the Sumter Office Building located in Wildwood, Florida (perhaps better known locally as the "big pink building" next to Russell Candies) from Sumter County. We have since changed the color of the building and more importantly made several improvements to the building (many of which have involved heating and cooling components). It might also interest you to know a little of our first exposure of this great company that I highly recommend:

In the very first few days of our transition we had several heating and air-conditioning (HVAC) issues that surfaced that needed immediate attention. At the time we did not have our maintenance team fully in place, but through the reference of Sumter County's Facilities Maintenance department we were referred: Wilkes Air Conditioning I David Wilkes. Wilkes Air did an excellent and professional job at addressing and exceeding our needs for that matter and several that followed. This was a critical concern to us being new owners of the building and having to attend to the needs of the tenants (several State of Florida agencies) consisting of approximately 300+ occupants.

We are additionally pleased and proud to say that since that first interaction with Wilkes Air, we have exclusively and regularly continue to use Wilkes Air Conditioning for all of our heating and cooling needs that arise; be it major, minor, or just regular and preventative maintenance. Wilkes Air has historically and still continues to consistently exceed our expectations. Further, and importantly to us in these economically challenging times, they continue to help save us money, avoid, and address ahead-of-the­curve potentially costly issues. It is just this type of professionalism and stewardship in !ooking out for our best interest and bottom line that causes me to strongly recommend such an outstanding company.

It is with the above said that our company looks forward to a continued ongoing and long-term re!Jtionship with Wilkes Air and recommends them highly and without any reservation to any party that might be contemplating their services. Please feel free to contact me at the above phone number with any questions that mighM>ettetpWr in any decision making process you may be considering.

// /

Sincerely, / / /

,__ Matthew ~~:~k Member SOB 1, LLC

Ardeshir K Khorsandian Ins Agy Ardeshir Khorsandian, Agent

20752 Center Oak Drive Tampa, FL 33647-3466 Bus 813 991 4111 [email protected]

To whom it may concern,

STAll FAIM

INSURANC£

09/19/2011

Wilkes Air Conditioning LLC, has been our companies Air Conditioning maintenance company since our office was built in 2005. They are always professional, on time with their service and take extra care to inform us of additional service or maintenance that is needed creating a cost efficient heating and cooling system. We are very pleased to have a relationship with Wilkes Air conditioning as they are trustworthy and offer very competitive pricing. Our office is so confident in their abilities that we regularly refer them to our clients.

Please feel free to give us a call if you have any questions.

Sincerely,

M~~L-Adi Khorsandian

October 3, 2011

To Whom It May Concern:

Adam Wilkes with Wilkes Air conditioning recently installed 3 new 5 ton air conditioning units at my restaurant. He and his company installed the units early in the morning. They completed the work quickly and there was minimal impact on my business.

I would highly recommend Wilkes Air Conditioning. They are a reliable professional company that completes the work on schedule and considers the needs of the customer.

Please contact me if you would have any questions.

Sincerely, Michelle Bailey

ZU15 Wtslty (haptl Blvd. - Wtslty (haptl, n 13544 - Phont ( 813) 994-1511 - w<[email protected].<om

Jerry Walters Construction, Inc.

25316 Celmar St. Brooksville, FL 34601

October 3, 2011

To Whom it may concern:

Wilkes Air Conditioning, LLC has been our one and only mechanical sub­contracting company for over 5 years now. David and Adam Wilkes are knowledgeable, dependable, professional, responsible and punctual. We use their services professionally and personally in our own home. We have recommended Wilkes Air Conditioning to our personal friends also and they have commented on the service and professionalism of this company as well. I will be happy to supply our friend's names and phone numbers to you if you need more recommendations.

Wilkes Air Conditioning is unequal in its repair service as they respond quickly and solve the problem promptly. I can't say enough good things about this company and am very happy to have found them years ago as we have never had a dissatisfied customer concerning Wilkes Air Conditioning's product or service.

J. G. Parker Enterprises, Inc. 39604 French Rd., Lady Lake. FL 32159 *Phone: (352) 753-6520 *Fax (352) 430-0176

Date: 10/1/11

To Whom It May Concern:

I have had the privilege of doing business with David Wilkes for several years. He has successfully completed many HV AC jobs for me. It has always been a pleasure having a business relationship with him. David has always been timely and conscientious and always delivers a great product. His character and integrity are both beyond reproach. I applaud David for making the effort to expand his horizons. Any consideration given him would be greatly appreciated and well deserved.

Thankyou, ~ ' '

I /) ' y: ] : ~1 _--/-.) / / j-j c-/,(j": //~ I ~Josep~arke~ Jr. ~

STATE QF'-FLORIDA . DEPAR~ OF BUSINESS AND PROFESSIONAL REGULATION

CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TAL~SSEE FL 32399-0783

WILKES, DAVID ABRAHAM WILKES AIR CONDITIONING LLC 4441 HICKORY HAMMOCK DRIVE DADE CITY FL 33523

Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong.

Every day we work to improve the way we do business in order to serve you For information about our services, please log onto www.myftoridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives.

Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license!

DETACH HERE

--' "/' _:~· . ., . ..:

i:f·.,:(~~i:.~;:(::.~~·.'' ·- . .

· nt~ ;AY AS RI=OJJtRi=n::fiv I~W·

(850) 487-1395

• 07-18-2011

JEFF ATWATER STATE Of FLORIDA CHIEF FINANCIAL OFACER DEPARTMENT OF FINANCIAL SERVICES

DIVISION OF WORKERS' COMPENSATION

* * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * CONSTRUCTION INDUSTRY EXEMPTION

This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law.

EFFECTIVE DATE:

PERSON:

09/11/2011

WILKES FEIN: 202858206

BUSINESS NAME AND ADDRESS: WILKES AIR CONDITIONING LLC 4441 HIQ(ORY twM)Q( DR DADE CITY FL 33523

SCOPES OF BUSINESS OR TRADE: 1- HEATING & AIR CONDITIONING

EXPIRATION DATE: 09110/2013

DAVID

IMPORTANT: PtrHIII to Chpter 440 . O&Cl41, F.S., 11 officer of 1 corporatiow w~o elects ue•ptiOI fr .. ~~ clllpter by filf1g 1 certlliclle of electiu enft!r mls sactloe ••Y 11>1 recoYir bneflts ar co•peasatloa uuer litis chapter. Parsuall to Chapter 440.0&Citl, f.S ., Certlflclles of electiow to be exeJapt. . . apply 01ly willtia lite scope of lite b•slaess or Inn lisa_. • lite Hlice of etecti01 to be neMpL Pars.ut to Chpter 440.05(13), f.S., Notices of eletlio• Ia be exeMPt ... certiliclles of electloa to be exHIIII shtll be Abject to revtuliOI if, II ny 11 .. alter tb llllag of t•• 1olice or 1M iss.IIIICe ef lite certificate, the persoa ..... ow 1M 101ice or certificate ao laager •eets lite re!Piire•a~~ts of t"s secllo• for lssueace of a certificate. Th •epart•elll shall rewoke a certificate 11 uy ti•e lor failare of lite ,,,._ aHIH H lite certillclle to .. et lite req•lre .. lts of lit is sectioa.

QUESTIONS? (851» 413-1601 OWC- 25 2 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 01-11

PLEASE CUT OUT THE CARD BELOW AND RETAIN FOR FUTURE REFERENCE

STATE OF FLORIDA DEPARTMENT OF F1NANC1AL SERVICES DIVISION OF WORKERS' COMPENSATION CONSTRUCTION INDUSTRY

CERTlFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS" COMPENSATION LAW

F IMPORTANT O Pursuant to Chapter 440.05(14}. F.S., an officer of a corporation who

l elects exemption from tllis chapter by filing a certificate of election under this section mav not recover benefits or compensation under this

D chapter. EFFECTIVE: 09/11/2011 EXPIRATION DATE: 09/10/2013 H Pursu.mt to Chapter 440.05( 12}. F.S.. Certificates of election to be PERSON: DAVID WILKES FEIN: 202858208 BUSINESS NAME AND ADDRESS:

WILKES AIR CONDITIONING llC

4441 HICKORY HAMMOCK DR

DADE CITY, Fl 33523

SCOPE OF BUSINESS OR TRADE: 1 - HEATING & AIR CONDITIONING

E exempt... apply only within the scope of the business or trade listed on the notice of election to be exempt

R E Pursuant to Chapter 440.051131. F.S., Notices of election to be exempt

and certificates of election to be exempt shall be subject to revocation if. at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The depllrtment shall revoke a certificate at any time for failure of tile person named on the certificate to meet the requirements of this section.

QUESTIONS? 1850} 413-1609

CUT HERE

• Carry bottom portion on the job. keep upper portion for your records.

OWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 01-11

.cA.cmpuunuewt rage Page 1 of 1

Exemption Detail Page This I>atabase was Last lipdated: 1llf312011 JO:.W:06 PM

Return tn EmnlnwPr Detail Pa2e

I Exemption Details I BI Titlc l Effective *Tennination Exemption *"Business

II Employer

Date Date Type Activities Name

I~~ lc:JE:J:::J--- ~ !Jjct~~ I Wlb!YiSAIR

CONDITIONING Activities Listed on

~ !:!&

~~ Cli!Ct Here to V"teW

I WILKES AIR

ASi:!itiaLiadsm CONDITIONING

~ !:!:£

~ gjsli lJm I!! Vim WILKES AIR CONDmONING Comlnlelion Ac!jyjti .. Li!l!ed""

EllsmJzlim LLC

~c:JEEJ SJi5k Hm I!! Y.icw ~bKJlSAIR

Coostruc:tim Asliyiti!! Listed 911 CONDITIONING

~ !:!:£

• Termination may be through the revocotiro of the <!Xernption, or expimtion of the exemption. ••The ex..,>ptioo only applies to the busioeos activities listed on the exemption.

Return to Ouerv Page

https:/ /secure.fldfs.com/WCAPPS/Compliance _poc/wScripts!Exemptions.asp?PERID= 00. .. 10/4/2011

Certificate Holder

Progressive PO Box 94739 Cleveland, OH 441 01 800-895-2886

Certificate of Insurance

Insured Agent

PROGREIIIVE'

Policy number: 07528795-1 Underwritten by: Progressive Express Ins Company October 3, 2011 Page 1 of 1

s't:irViitR cbuNfdscic) ............................ \rii.LK.Es· AiR 'C'o~jD'IiibNiNG ............. ... .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . PROG COMMERCIAL

7375 POWELL RD #206 LLC WILDWOOD, FL 34785 4441 HICKORY HAMMOCK

DADE CITY, FL 33523

PO BOX 94739 CLEVELAND, OH 44101

This document certifies that insurance policies identified below have been issued by the designated insurer to the insured named above for the period(s) indicated. This Certificate is issued for information purposes only. It confers no rights upon the certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies listed below. The coverages afforded by the policies listed below are subject to all the terms, exclusions, limitations, endorsements, and conditions of these policies . ........... . . ...................... . . . ............. ... ........... . ... .... ...... ...... . .. ·· ····· · ·················· .... ... ... ... ...... .................. .. Policy Effective Date: Ju l 2, 2011 Policy Expiration Date: Jul 2, 2012

Insurance coverage(s) Limits .... .... .............................. Bodily Injury/Property Damage $1,000,000 Combined Single Limit

. . . . . ' ' ' . ' . ' . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ............. ... ........... ... ....... ........ ........... ........ . Personal Injury Protection $10,000 w/Workers Comp - Named Insured Only

Description of LocationNehicles/Special Items

~~h.~~IJ.I.e.~ . ~~~~()S .. ()~IY. ............... ......... .. ........................ .......... . ..... .. .......... .. .... ... .. .. .......... . ...... ... ...... ... ... .. . 2007 FORD F150 1 FTRF12W17KD09956 Comprehensive $500 Ded Collision $1 ,000 Ded .. .. ............... ........... ............... . .................................................. ... ...... .... .............. .... ............ ... .. .. .... ...... . 1993 CHEVROLET C1500 1 GCDC14Z8PE202668 Comprehensive

Certificate number 27611 RR0795

$100 Ded

Please be advised that the certificate holder will not be notified in the event of a mid-term cancellation.

Form 5241 (10/02)

ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDD/YYYY)

~ 6/13/2011

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 ~2~~~CT Aimee Clements

George Mangan Insurance rlJgNJ, Erll: (352) 732-3191 I FAX iAIC No I: (352) 867-0334

725 N E 25th Ave. (344 70) ~DMDA~~ss : aimee@manganinsurance . com

P 0 Box 2528 ~~~~~~~~ID#p0006373 Ocala FL 34478-2528 INSURER(S) AFFORDING COVERAGE NAIC# INSURED INSURER A :United Fire & Casualty Com2any

INSURER B: Wilkes Air Conditioning, LLC INSURER C: 4441 Hickory Hammock Drive INSURER D:

INSURERE : Dade City FL 33523 INSURER F: COVERAGES CERTIFICATE NUMBER:11-12 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 ~~i'~ ~; I <~~hl%Yv~1 1 (~2r6Cf,M~Y~ LIMITS LTR POLICY NUMBER GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000

-~~~~~~?E:~~~~~ncel ~ COMMERCIAL GENERAL LIABILITY $ 100,000

A ~ CLAIMS-MADE [i] OCCUR X 60336895 6/22/2011 6/22/2012 MED EXP (Any one person) $ 5,000 I--

r-- PERSONAL & ADV INJURY $ 1,000,000

r-- GENERAL AGGREGATE $ 2,000,000

lil'L AGGRnE LIMIT APPLIES PER: PRODUCTS · COMP/OP AGG $ 2 , 000,000

POLICY j~8r n LOG $

AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ I-- (Ea accident)

r-- ANY AUTO BODILY INJURY (Per person) $

r-- ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE I-- $ HIRED AUTOS (Per accident)

I--NON-OWNED AUTOS $

1--$

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ f--

EXCESS LIAB CLAIMS-MADE AGGREGATE $

1--DEDUCTIBLE $

RETENTION $ $ WORKERS COMPENSATION I T~~~TtJ#;:; I I OJ~· AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE D E. L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory In NH) E.L. DISEASE· EA EMPLOYE $

g~~t~r~ff15'~ ~~'iJPERATIONS below E.L. DISEASE· POLICY LIMIT $

DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) License Holder: David Wilkes cert#9277 state license # CMC1249437

Sumter County is listed as Additional Insured in resects to the General Liability .

CERTIFICATE HOLDER CANCELLATION

(352) 793-3645 [email protected] SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE

Sumter County BOCC 7375 Powell Rd Ste 206 Wildwood ,

ACORD 25 (2009/09) INS025 (200909)

FL 34785

THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS.

AUTHORIZED REPRESENTATIVE

Patrick Mangan/AIMEE ~J- ~=r--

© 1988-2009 ACORD CORPORATION. All nghts reserved. The ACORD name and logo are registered marks of ACORD