Loading...
Item C19 C.19 J �� BOARD OF COUNTY COMMISSIONERS County of Monroe ire �f �r�l � � Mayor Heather Carruthers,District 3 The Florida.Keys Mayor Pro Tem Michelle Coldiron,District 2 Craig Cates,District I David Rice,District 4 Sylvia J.Murphy,District 5 County Commission Meeting July 15, 2020 Agenda Item Number: C.19 Agenda Item Summary #7065 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: STAFF CONTACT: Breanne Erickson (305) 292-4427 n/a AGENDA ITEM WORDING: Approval to award bid and approve an Agreement with Sea Tech of the Florida Keys, Inc. in the amount of $111,525.00 for the Roof Replacement at the Historic Monroe County Jail in Jackson Square. Funding is through two grants. ITEM BACKGROUND: The County is in the process of converting the old Historic Monroe County Jail located in Jackson Square into a public museum. Monroe County has received a $1.2 million TDC grant and a State of Florida, Division of Historical Resources (DHR) grant in the amount of$247,275.00 for this project. Project Management issued an RFP for multiple repairs, which included replacement of the Roof, Windows, and Doors of the building. Three (3) bids for the repairs were received in December 2019, and came in higher than expected. Due to the fact that this project is entirely grant funded, Project Management reduced the scope of work in order to reduce costs and was given approval to re- advertise the project in multiple phases to hopefully reduce costs and increase contractor responses. An RFP for only the Roof Replacement was issued and five (5) bids were received on June 23, 2020. Project Management wishes to contract with the lowest responsive bidder, Sea Tech of the Florida Keys, Inc. This request is for approval to award the bid and approve the Agreement with Sea Tech in the amount of$111,525. PREVIOUS RELEVANT BOCC ACTION: 4/19/18 BOCC approved submission of a grant with DHR. 6/14/19 BOCC approved a Task Order with Bender & Associates Architects to create Phase I construction documents. 8/21/19 BOCC approved a Resolution affirming its support of developing the Historic Jail into a museum. 10/16/19 BOCC approved an Amendment to the Task Order with Bender& Associates to add an environmental assessment. 1/22/20 BOCC approved a grant with DHR in the amount of$247,275.00. 4/15/20 BOCC gave approval to reject all bids and readvertise the project in a phased approach. Packet Pg.601 C.19 CONTRACT/AGREEMENT CHANGES: n/a STAFF RECOMMENDATION: Approval. DOCUMENTATION: REV Agreement_SeaTech—Historic Jail Roof contractor signed(7/2/20) Sea Tech Proposal Bid Tab 6.24.20 FINANCIAL IMPACT: Effective Date: 7/15/20 Expiration Date: 60 days after NTP issued Total Dollar Value of Contract: $111,525.00 Total Cost to County: $0 Current Year Portion: $0 Budgeted: Yes Source of Funds: 117-77040-530340-TM97362Y-530340 CPI: n/a Indirect Costs: n/a Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: no If yes, amount: Grant: Yes —TDC & DHR County Match: Using TDC funds as County match for DHR grant Insurance Required: Yes Additional Details: 117-77040-530340-TM97362Y-530340 07/15/20 117-77040 - TDC BRICKS & MORTAR 117 $111,525.00 TM97362Y REVIEWED BY: Kevin Wilson Completed 06/29/2020 1:14 PM Patricia Eables Completed 06/29/2020 2:25 PM Purchasing Completed 06/29/2020 3:02 PM Budget and Finance Completed 06/29/2020 4:05 PM Maria Slavik Completed 06/29/2020 4:14 PM Kathy Peters Completed 06/29/2020 4:18 PM Board of County Commissioners Pending 07/15/2020 9:00 AM Packet Pg.602 Peters-Katherine c.19.a e rox - k':"F' U 0 0 Peters- Katherine U N rase r Ir—Sep Tech Historic Jail Roof contractor signed . d N N U T) CD Xerox`' Packet Pg.603 C.19.a Between Owner and Contractor Agreement 0 Where the basis of payment is a STt U 2 c T) AGREEMENT Made as of the I Sth day of July U BETWEEN theOwner: Monroe County Board of County Commissioners 500 Whitehead Street Key West, Florida 33040 And the Contractor Sea Tech of the Florida Keys, Inc. 11 Palomino Horse Trail Big Pine Key, Florida 33043 N For the following Project-, MONROE COUNTY HISTORICJAIL ROOF REPLACEMENT v, c Scope of the Work The Scope of Work shall include, but not be limited to, all work shown and listed in the Project Drawings and Specifications The Contractor is required to provide a complete job c as contemplated by the drawings and specifications, which are a part of this bid package. The Contractor shall furnish all labor, supervision, materials, power, tools, equipment, supplies,; permits,and any other means of construction necessary or proper for performing and completing the Scope of Work, unless otherwise specifically stated. T Monroe County Historic Jail The work of this project involves a significant historic site. Care is to be taken during a demolition and removal of the existing roof from the site. Roof replacement includes repair of all deteriorated roof sheathing after removal of the existing roof. Match existing sheathing exactly, For bidding purposes, Contractor to E assume replacement of twenty percent (20%) of existing sheathing. All work activities must be undertaken with sufficient care to protect this historic resource and must be supervised by personnel who are familiar with the Secretary of Interior's LU Standards for Rehabilitation. No historic materials shall be removed from the site without prior approval of architect. Page 1 of 17 Packet Pg.604 C.19.a Acquire all necessary permits. Include as a part of the contractor bid the cost responsibility for any and all permit fees. Contractor shall supply all of the needed materials and hardware to complete the project and properly dispose of debris. ARTICLE1 y ContractThe 0 The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Proposal Documents, Addenda issued prior to execution of this Agreement, together with the response to RFP and all required insurance documentation, and Modifications issued after execution of this Agreement. The ) Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 9. In the event of a discrepancy between the documents, precedence shall be determined by the order of the documents as just listed. ARTICLE The Work of this Contract The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows. N/A 0 ARTICLE Date of Commencement and Substantial Completion i 3.1 The date of commencement is the date to be fixed in a notice to proceed issued by the Owner. The Contractor shall achieve Substantial Completion of the entire Work not later than Sixty (60) calendar days after the date of commencement or issuance of a Notice to 2 Proceed. The time or times stipulated in the contract for completion of the work of the contract or of specified phases of the contract shall be the calendar date or dates listed in y the milestone schedule. Liquidated damages will be based on the Substantial Completion Date for all work, modified by all approved extensions in time as set forth by the Director of Project Management's signature of approval on the Certificate of Substantial Completion. The U,i liquidated damages table below shall be utilized to determine the amount of liquidated damages. FIRST SECOND 31 ST DAY & CONTRACT AMOUNT 15 DAYS 15 DAYS THEREAFTER Under$ 0,000.00 50.00/Day $100.00/Day 250.00/Day LU $50,000.00-99,999,00 100.00/Day 200.00/Day 750.00/Day 100,000.00-499,9 ,00 200.00/Day 500.00/Day 2,000.00/Day Page 2 of 17 Packet Pg.605 C.19.a $500,000.00 and01 y 1,000.00/Day 3,500,00/Day Contractor'sThe c f I r le Owner shall be an extensioni tr 0 Uncontrollable it ny delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or falure was caused directly by an event beyond such rty's control, without such rt 's fault or negligence and that by its nature could not have been foreseen by such Party or, if it coin have been foreseen, was unavoidable: (a) acts of God, { } flood, fire, earthquake, y explosion, tropical storm, hurdcane or other declared emergency in the geographic area of the Project; (c)war, invasion, hostilities(whether war is declared or not),terrorist threats or acts, riot, or other civil unrest in the o r hic area of the Project; (d) government � order or law in the geographic area of the r j ct; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; { action by any governmental authority prohibiting wr in the geographic area of the Project-, (each, a "Uncontrollable Circumstance"), Contractor's financial inability to perform, changes in cost or availability of materials, components, or services, market conditions, or supplier actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shalt, give County written notice within seven (7) days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. W County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek additional time at no cost to the County as the Owner's Representative may determine, ARTICLE 4 Contract 4.1 The owner shall pay the Contractor in current funds for the Contractor's or n of 01 the Contract the Contract Sum of One HundredivHundred 0 Twenty-Five ! 1, ) Dollars, subject to additions and deductions as 0 provided in the Contract Documents.4.2 The Contract is basedupon the following ler s, if ny, which are described in 2 the Contract Documents and are hereby acceptedthe Owner: Unit Price for each additional Square Foot of Roof Sheathing: i Sevenn 511 ( 7. ) Dollars ger each additional! s oars fo ARTICLEa Progresst �i 5.1 Based upon Applications for Payment submitted y the Contractor to the Director of E Project Management, and upon approval for payment issued y the Director of Project 2 Management and Architect, the Owner shall make progress payments on account of the Contract u to the contractor as provided belown I h r in the Contract > Documents. Page 3 of 17 Packet Pg.606 C.19.a 5.2 The period covered by each Application for payment shall be one (1) calendar month ending on the last day of the month, or as follows: 5.3 Payment will be made by the Owner in accordance with the Florida Local Government Prompt Payment Act, Section 21 .75, Florida Statutes. o 0 5.4 Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall U allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Director of y Project Management may require. This schedule, unless objected to by the Director of Project Management, shall be used as a basis for reviewing the Contractor's Applications for Payment. 5.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 0 5.6.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the a total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of ten percent 10%. Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in Applications for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be the net cost to the Owner, N less Overhead, Profit and Documented Costs incurred prior to the change Request, as indicated in the corresponding line item in the Approved Schedule of Values for that line item as confirmed by the Director of Project Management.When both additions and credits covering related Work or substitutions are involved in a change, the allowance for 0 overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. o 5. .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed U construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage; y i 5.6.3 Subtract the aggregate of previous payments made by the Owner; and 5. .4 Subtract amounts, if any, for which the Director of Project Management has withheld or nullified a Certificate for Payment as provided in Paragraph 9.5 of the General Conditions. 5.7 Retainage of ten percent(10%)will be withheld in accordance with Section 218.735(8)(b), 0) Florida Statutes. 2 5.8 Reduction or limitation of retainage, if any, shall be as follows: > LU Monroe County is exempt from and not subject to Florida Statutes, Section 25.078, "Public Construction Retainage". Reduction or limitation of retainage, if any, shall be Page 4 of 17 Packet Pg.607 C.19.a reduced incrementally at the discretion of and upon the approval of the Director of Project Management. ` ARTICLE Final Payment Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1)the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming ork as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily y survive final payment, and ( ) a final approval for payment has been issued by the Director of Project Management. Such final payment shall be made by the Owner not more than twenty ( 0) days after the issuance of the final approval for payment. The following documents (samples in section 01027, Application for Payment) are required for Final Payment: (1)Application and Certificate for Payment (2) Continuation Sheet ( ) Certificate of Substantial Completion ( ) Contractor's Affidavit of Debts and Claims ( ) Contractor's Affidavit of Release of Liens (6) Final Release of Lien (7) Contractor shall provide two (2) hard copies in tabulated divided binders and one (1) saved electronically tabbed and indexed in Adobe Acrobat file (.P F) format delivered on a common form (i.e. flash drive) of all the following, but W not limited to: A. Project Record Documents ( s Built Documents). B. c Operating and maintenance data, instructions to the Owner's personnel. C. Warranties, bond and guarantees. 0 D. Keys and keying schedule. E. Spare parts and maintenance materials. F. Electronic copies of approved submittals. T) G. Evidence of payment and final release of liens and consent of surety to final i release (includes final release from all utilities and utility companies). ARTICLE 7 Miscellaneous Provisions 7.1 Where reference is made in this Agreement to a provision of the General Conditions or (3) another Contract Document, the reference refers to that provision as amended or 2 supplemented by other provisions of the Contract Documents. 72 Payment shall be made according to the Florida Local Government Prompt Payment Act and Monroe County Code. Page 5 of 17 Packet Pg.608 C.19.a 7.3 Temporary facilities and services: As described in Section 01500, Temporary Facilities, of the General Conditions. 7.4 Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. 7.5 A person or affiliate who has been placed on the convicted vendor fist following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity y for the construction or repair of a public building or public work, may not submit proposals on leases of real property to public entity, may not be awarded or perform work as 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 27.017, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 7.6 The following items are included in this contract: a} Maintenance of Records. Contractor shall maintain all books, records, and documents 0 directly pertinent to performance under this Agreement in accordance with generally U accepted accounting principles consistently applied. Records shall be retained for a a period of seven (7)years from the termination of this Agreement or five(5)years from the close out of the grant with the Division of Historical Resources or submission of W the final expenditure report as per 2 CFR§200.33, if applicable, whichever is greater. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for seven (7) years following the termination of this Agreement. Right to Audit 0 Availability of Records. The records of the parties to this Agreement relating to the Project, which shall include but not be limited to accounting records (hard copy, as o well as computer readable data if it can be made available; subcontract files(including _ proposals of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc); original estimates; estimating work sheets; correspondence; change U order files (including documentation covering negotiated settlements); backchrge logs and supporting documentation; general ledger entries detailing cash and trade T) discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by Owner or by the Monroe County Office of the Clerk of Court and Comptroller (hereinafter referred to as "County Clerk") to substantiate charges related to this Agreement, and all other agreements, sources of information and matters that may in Owner's or the County Clerk's reasonable judgment have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document (all foregoing hereinafter referred to as "Records") shall be 0) open to inspection and subject to audit and/or reproduction by Owner's representative 2 and/or agents of Owner or the County Clerk. Owner or County Clerk may also conduct verifications such as, but not limited to, counting employees at the job site, witnessing > LU the distribution of payroll, verifying payroll computations, overhead computations, observing vendor and supplier payments, miscellaneous allocations, special charges, Page 6 of 17 Packet Pg.609 C.19.a verifying information and amounts through interviews and written confirmations with employees, Subcontractors, suppliers, and contractors' representatives. All records shall be kept for seven (7)years after Final Completion. The County Clerk possesses the independent authority to conduct an audit of records, assets, and activities relating to this Project. If an auditor employed by the County or Clerk determines that monies 0 0 paid to Contractor pursuant to this Agreement were spent for purposes not authorized y this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03, Florida U Statutes, running from the date the monies were paid to Contractor. The Right to Audit provisions survive the termination or expiration of this Agreement. y ) Governing Law, Venue, Interpretation, Costs, and Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Contractor agree that venue shall lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. The Parties waive their rights to trial by jury. The County and Contractor agree that, in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation 0 prior to the institution of any other administrative or legal proceeding. -- c) Severability. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or W unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall N be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken 0 provision with a valid provision that comes as close as possible to the intent of the stricken provision. 0 ) Attorney's Fees and Costs. The County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any party U relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable aorney's fees and court costs as an award against the T) non-prevailing party, and shall include attorneys fees and courts costs in appellate proceedings. e) Binding Effect. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and assigns. f) Authority. Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. Each party agrees that it has had > ample opportunity to submit this Contract to legal counsel of its choice and enters into this agreement freely, voluntarily and with advice of counsel. Page 7 of 17 Packet Pg.610 C.19.a g) Claims for Federal or State Aid. Contractor and County agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. o 0 h) Adjudication of Disputes or Disagreements. County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer 2 sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to y seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. i) Cooperation. In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. o U j) Nondiscrimination. The parties agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically W terminates without any further action on the part of any party, effective the date of the court order. The parties agree to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are N not limited to: 1) Title VII of the Civil Rights Act of 19 (PL -352), which prohibit discrimination in employment on the basis of race, color, religion, sex, and national origin;2)Title IX of the Education Amendment of 1972, as amended(20 USC§§ 11- 163, and 16 -166), which prohibits discrimination on the basis of sex; 3) Section o 504 of the Rehabilitation Act of 1973, as amended (20 USC § 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as o amended ( 2 USC §§6101- 107), which prohibits discrimination on the basis of age; — 5) The Drug Abuse Office and Treatment Act of 172 (PL 92-25), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive .2 Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 0 (PL 91-61 ), as amended, relating to nondiscrimination on the basis of alcohol abuse y or alcoholism; 7) The Public Health Service Act of 1912, §§ 523 and 527 (42 USC §§ 90dd-3 and 20ee-3), as amended, relating to confidentiality of alcohol and drug abuse patent records; 8)Title Vlll of the Civil Rights Act of 1968 ( 2 USC §§ 3601 et se .), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC §§ 12101), as amended from time to time, relating to nondiscrimination in employment on the basis of disability and Sections 553.501- 5 .513, Florida Statutes; 10}Monroe County Code 0) Chapter 1 , Article II, which prohibits discrimination on the basis of race, color, sex, 2 religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) any other nondiscrimination provisions in any federal or > state statutes which may apply to the parties to, or the subject matter of, this Page 8 of 17 Packet Pg.611 C.19.a Agreement. The Contractor and any subcontractors shall include a similar provision in all of its subcontracts for services under this Agreement. k) Covenant of No Interest. County and Contractor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 1) Code of Ethics. County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and y employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency, unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. m) No Solicitation/Payment. The County and Contractor warrant that, in respect to itself„ it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or 0 other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that a the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such W fee, commission, percentage, gift, or consideration. n) Public ecor Compliance. Contractor must comply with Florida public records N laws, including but not limited to Chapter 11 , Florida Statutes and Section 24 of article 1 of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may U enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs T) associated with that proceeding, This provision shall survive any termination or i expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. U) Pursuant to Fla. Stat., Sec. 11 . 71 and the terms and conditions of this contract, the E Contractor is required to; 2 (1) Keep and maintain public records that would be required by the County to > perform the service. Page 9 of 17 Packet Pg.612 C.19.a ( ) Upon receipt from theCounty's custodian of records, provide the County with copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 0 0 ( ) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following 2 completion of the contract if the contractor does not transfer the records to the County. 2 ( ) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the 0 County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. N (5) A request to inspect or copy public records relating to a County contract must W be made directly to the County, but if the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow N the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A 0 Contractor who fails to provide the public records to the County or pursuant — to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. .2 0 The Contractor shall not transfer custody, release, alter, destroy or otherwise y dispose of any public records unless or otherwise provided in this provision i or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING U)i THE APPLICATION OF CHAPTER STATUTES, TO THE CONTRACTOWSE PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, ACT THE CUSTODIAN OF PUBLIC RECORDS, BRIAN BRADLEYN 3 S- -3 ? BRADLEY-BRIAN@,MONROECOUNTY-FL.GOV, Page 10 of 17 Packet Pg.613 C.19.a COUNTYMONROE , 1111 STREET, SUITE 408, KEY WEST, 33040. o) Non-Waiver of Immunity. Notwithstanding the provisions of Sec. 768.2 , Florida Statutes, the participation of the Contractor and the County in this Agreement and the o acquisition of any commercial liability insurance coverage,self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the 2 County be required to contain any provision for waiver. y ) Privileges and Immunities. All of the privileges and immunities from liability, 0 exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective functions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. q) Legal Obligations and Responsibilities: Non-Delegation of Constitutional or Statutory U Duties. This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the County, N except to the extent permitted by the Florida constitution, state statute, and case law. r) Non-Reliance by Non-Parties. No person or entity shall be entitled to rely upon the 2 terms, or any of them, of this Agreement to enforce or attempt to enforce any third- party claim or entitlement to or benefit of any service or program contemplated hereunder, and the County and the Contractor agree that neither the County nor the Contractor or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. �, s) Attestations. Contractor agrees to execute such documents as the County may reasonably require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. t) No Personal Liability. No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. > u) Execution in Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken Page 11 of 17 Packet Pg.614 C.19.a together shall constitute one and the same instrument and any of the parties hereto a, may execute this Agreement by signing any such counterpart. v) Hold Harmless, Indemnification, and Defense. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, Contractor shall 0 0 defend, indemnify and hold the COUNTY and the COUTY's elected and appointed officers and employees harmless from and against(i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury(including death), loss, damage,fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, y initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, ( ) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, ( )the negligence or recklessness, intentional wrongful misconduct,errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or(C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the COUNTY or any of its employees, agents, contractors or invitees (other than Contractor). The monetary limitation of liability under this contract shall be not less than 1 million per occurrence pursuant to Fla. Stat., Sec. 75. . -- Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement,this section will survive the expiration of the term of this Agreement or any W earlier termination of this Agreement. In the event that the completion of the project(to include the work of others) is delayed N or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications 0 provided by the Contractor, the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indemnify it from all losses occurring thereby 0 and shall further defend any claim or action on the County's behalf. The first ten dollars ($10.0 ) of remuneration paid to the Contractor is for the 2 indemnification provided for the above. T) The extent of liability is in no way limited to, reduced, or lessened by the insurance i requirements contained elsewhere within this Agreement. DIVISION Indemnification To the fullest extent permitted by law,the Contractor shall indemnify and hold harmless the State of Florida, Department of State, Division of Historical Resources, and its officers and employees, from liabilities, damages, losses and costs, including, but not E limited to, reasonable aorney's fees, to the extent caused by the negligence, 2 recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. > LU Page 12 of 17 Packet Pg.615 C.19.a ) Section Headings. Section headings have been inserted in this Agreement as a matter a, of convenience of reference only, and it is agreed that such section headings are not part of this Agreement and will not be used in the interpretation of any provision of this Agreement. 0 0 x) Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the County that DBEs, as defined in C.F.R. Part 2 , as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with County funds under this agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement.The County and its Contractor y agree to ensure that 's have the opportunity to participate in the performance of the Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that D E's have the opportunity to compete and perform contracts. The County and Contractor and subcontractors shall not discriminate on the basis of race, color, national origin or sex in award and performance of contracts, entered pursuant to this Agreement. y) Agreements with Subcontractors. In the event that the Contractor subcontracts any or ail of the work in this project to any third party, the Contractor specifically agrees to 0 identify the COUNTY as an additional insured on all insurance policies required by the -- County. In addition, the Contractor specifically agrees that all agreements or contracts of any nature with his subcontractors shall include the COUNTY as additional insured. z) Independent Contractor. At all times and for all purposes under this Agreement, Contractor is an independent contractor and not an employee of the Board of County Commissioners of Monroe County or the Division of Historical Resources of the State of Florida. No statement contained in this Agreement shall be construed so as to find Contractor or any of its employees, subcontractors, servants, or agents to be employees of the Board of County Commissioners of Monroe County or the Division of Historical Resources of the State of Florida. 0 aa)Annual Appropriation. The County's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County _ Commissioners. In the event that the County funds on which this Agreement is dependent are withdrawn, this Agreement is terminated and the County has no further 2 obligation under the terms of this Agreement to the Contractor beyond that already incurred by the termination date. y i bb)The Contractor shall utilize the U.S. Department of Homeland Security's -Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U. S. Department of Homeland Security's -Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. cc) Florida Green Building Coalition Standards. Monroe County requires its buildings to conform to Florida Green Building Coalition standards. > Page 13 of 17 Packet Pg.616 C.19.a Special Conditions, if any are detailed in Section 0010 of the Project Manual for this Project. 7.7 Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested, postage prepaid, or by courier with proof of delivery. The place of giving Noticeshall remain the same as set forth herein until changed in writing in the manner provided in this paragraph. Notice shall be sent to the following persons: 0 For Contractor: Sea Tech of the Florida Keys, Inc. y Robin Szansy. President 131 Palomino Horse Trail Big Pine ey,Florida 33043 ForOwner: Director of Project Management Assistant County Administrator PW& E U) 1100 Simonton St., Room 2-216 1100 Simonton St. Key West, Florida 3300 Key West, Florida 3040 7.8 Entire Agreement. This writing embodies the entire agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and c® superseded hereby. Any amendment to this Agreement shall be in writing, approved by the Board of County Commissioners, and signed by both parties before it becomes effective. 7.9 The Contractor is also bound by the terms and conditions of the State-Funded Agreement between The State of Florida, Department of State, Division of Historical Resources and Monroe County Board of County Commissioners, Grant Number 20.h.sc.10.022 for the Project known as, "Monroe County Historic Jail" 0 ARTICLE Termination or Suspension — .1 The Contract may be terminated by the Owner as provided in Article 14 of the General Conditions. T) .2 For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted a false certification under Section 287.135(5), Florida Statutes or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of (1) terminating the Agreement after it has i given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section E 27.15(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of 2 Section 27.135(4), Florida Statutes, are met. For Contracts of $1,000,000 or more, if the County determines that the Contractor/Consultant submitted a false certification under Section 27.15(5), Florida Statutes, or if the Contractor/Consultant has been placed on the Scrutinized Companies Page 14 of 17 Packet Pg.617 C.19.a with Activities in the Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria, the County shall have the option o (1) terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 87.15(5)(a), Florida Statutes, or(2)maintaining the Agreement if the conditions of Section 287.13 ( ), Florida Statutes, are are met. ARTICLE Enumeration f Contract Documents y 0 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: a) Drawings: AO.0, AO.1, A1.0, D 1. , A1.3, A2.1, A2. , A .1, A8.1, A8.2, A8. , 50.1, 51.3, & S5.1 dated March 4, 2020. b) Project Manual: Specifications for Monroe County Historic Jail— Roof Replacement dated March 2020. .1.1 The Agreement is this executed Standard Form of Agreement Between Owner and W Contractor. cv .1.2 The General Conditions are the General Conditions of the Contract for Construction. 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the y Specifications and Drawings Dated March 2020. 9.1.4 The Addenda, if any, are as follows: 0 Number Date Number of Pages 1 5/27/20 1 This Agreement is entered into as of the day and year first written above and is executed in at least one (1) original copy. 2 0 T i BALANCE GINTENTIONALLY LEFT BLANKc, SIGNATURE PAGE TO FOLLOW i Page 15 of 17 Packet Pg.618 C.19.a Execution by the Contractor must be by a person with authority to bind the entity. SIGNATURE OF THE PERSON EXECUTING THE DOCUMENT MUST BE NOTARIZED. (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: Kevin Madok, Clerk OF MONROE COUNTY,FLORIDA 2 By: By: Deputy Clerk Mayor/Chairman T Date (SEAL) 99HIB&C-MA M02112ast: CONTRACTOR:SEA TECH OF THE Contractor must provide two witnesses FLORIDA KE signatures ) Signature: Signature. Print Name:_ Robin Sz ansky 0 Print Name: Becky Deutsch Tide: President �? Date: July 1,2020 Dom: July 1,2020 and `✓ Signature: y Print Name: David Hahn Date: July 1,2020 0 0 STATE OF Florida , COUNTY OF Monroe 2 On this 1 st day of July , 20 20, before me, the undersigned notary public, by means of®physical presence or 0 online, personally appeared_ Robin szmanksv y known to me to be the person whose name is subscribed above or who produced as identification, and acknowledged that he/she is the person who executed the above contract with Monroe County for Monroe County Historic Jail Roof Replacement for the r purposes therein contained. Notary Public Print Name Deuts esckY E NOTARY PUBLIC y commission expires: 2(e f {Seal} m'A�OF FLORIDA 2 Comm GGM754 4&E*res2rM024 > MONIMCOUITIYATIZIRNMORrA --� ` Paso As of i) ANT A CA Packet Pg.619 C.19.a GENERAL REQUIREMENTS Where Project Management is Not a Constructor 0 0 Section 00750 General Conditions Section 0070 Project Safety and Health Plan 2 Section 0080 Contractor Quality Control Plan Section 0 10 15 Contractor's Use of the Premises y Section 01027 Application for Payment Section 0100 Alternates Section 01040 Project Coordination Section 0105 Cutting and Patching Section 0100 Field Engineering Section 01200 Project Meetings Section 01301 Submittals Section 0110 Progress Schedules Section 01370 Schedule of Values c Section 0135 Daily Construction Reports Section 01395 Request for Information—( FI) Section 0110 Testing Laboratory Services Section 01421 Reference Standards and Definitions Section 0100 Temporary Facilities Section 01520 Construction Aids N Section 0150 Access Roads and Parking Areas Section 0150 Temporary Controls Section 01590 Field Offices and Sheds Section 0155 Construction Cleaning 0 Section 01600 Material and Equipment 0 Section 01630 Post-Proposal Substitutions c Section 01640 Product Handling — Section 01700 Contract Closeout Section 01710 Final Cleaning 2 Section 01720 Project Record Documents y_ Section 01730 Operation and Maintenance Data i Section 01740 Warranties i Page 17 of 17 Packet Pg.620 C.19.b MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT SECTION 00120 PROPOSALFORM PROPOSAL TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS c/o PURCHASING DEPARTMENT 1100 SIMONTON STREET ROOM 2-213 KEY WEST, FLORIDA 33040 PROPOSAL FROM: Sea Tech of the Florida Keys Inc. 131 Palomino Horse Trail Big Pine Key FI. 33043 The undersigned, having carefully examined the Work and reference Drawings, Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of: MONROE COUNTY HISTORIC JAIL 0 ROOF REPLACEMENT and having carefully examined the site where the Work is to be performed, having become familiar with all local conditions including labor affecting the cost thereof, and having familiarized himself/herself with material availability, Federal, State, and Local laws, ordinances, rules and regulations affecting performance of the Work, does hereby propose to furnish all labor, mechanics, superintendents, tools, material, equipment, transportation services, and all incidentals necessary to perform and complete said Work and work incidental hereto, in a workman-like manner, in conformance with said Drawings, Specifications, and other Contract Documents including Addenda issued thereto. The undersigned further certifies that he/she has personally inspected the actual location of where the Work is to be performed, together with the local sources of supply and that he/she understands the conditions under which the Work is to be performed. The successful proposer shall assume the risk of any and all costs and delays arising from the existence of any subsurface or other latent0. physical condition which could be reasonably anticipated by reference to documentary information 0. provided and made available, and from inspection and examination of the site. The Base Proposal shall be furnished below in words and numbers. If there is an inconsistency between the two, the Proposal in words shall control. One Hundred ElevenThousand, Five Hundred Twenty-five and No/100----------- Dollars (Total Base Proposal- words) 111,525.00 Dollars (Total Base Proposal—numbers) PROPOSAL FORM 00120- Page 26 of 217 Packet Pg.621 C.19.b MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT acknowledge Alternates as follows: N/A Unit prices, if any, are as follows: • Unit Price for each additional Square Foot of Roof Sheathing (base bid assumes twenty percent (20%fl) replacement) Sevenand 85/100---------------------------------------------------------------------------------Dollars (Unit price per Square Foot of Sheathing—words) 7.85 Dollars (Unit price per Square Foot of Sheathing — numbers) 0 0 1 acknowledge receipt of Addenda No.(s) — No. 1 Dated 5-27-20 2 c No. Dated u No. Dated No. Dated 0 0 0. 0 PROPOSAL FORM 00120- Page 27 of 217 Packet Pg.622 C.19.b MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT Proposer, states by his/her check mark in the blank beside the form and by his/her signature that he/she has provided the following requirements (located in Section 00120): 1. Proposal Form 2. Proposal Security (Bid Bond) 3. Non-Collusion Affidavit 4. Lobbying and Convict of Interest Clause 5. Drug-Free Workplace Form E 6. Local Preference Form and requirements (if applicable) V 7. Public Entity Crime Statement V 8. Vendor Certification Regarding Scrutinized Companies Lists 9. Subcontractor List Form 10. Proposer's Insurance and Indemnification Statement ✓ 2 11. Insurance Agents Statement (signed by agent) V 12. Answered Required Questions 0 13. Provided three (3) Customer References and three (3) Credit References V Provided three (3) years of Financial Statements in separate email marked 14. "CONFIDENTIAL" V a 15. Certified copy of Valid Florida Contractor's License 16. Current Monroe County Occupational License Business 0 Name: Sea Tech of the Florida Keys Inc. DBA: CJ Business FIN## 65-0126213 y 0 Business Mailing Address: 131 Palomino Horse Trail Address: CL City, State, Zip Big Pine Key FI. 33043 City,State,Zip Phone: 305-872-0888 Local Phone: .. The physical business address must be registered as its principal place of business with the Florida Department of State for at least one (1) year prior to the notice of request for bid or proposal. Date: 06-23-20 Signed: Printed: Robin Szm nsky Tit President Witness: J" PROPOSAL FORM 00120- Page 28 of 217 Packet Pg.623 C.19.b MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT BID (PROPOSAL) BOND Sea Tech of the Florida Keys, Inc. KNOW ALL MEN BY THESE PRESENTS, that we 131 Palomino Horse Trail Big Pine Key, Ftw 33Q43 (Here insert name and address or legal title of Contractor) United States Fire Insurance Company as Principal, hereinafter called the Principal, and 305 Madison avenue Morristown, New Jersey 07960 (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of Celawareas Surety, hereinafter called the Surety, are held and firmly bound unto Monroe County Board of County Commissioners W 500 Whitehead Street, Key West, Ft_ 33040 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Dollars ($5%_ ), for the payment of which sum well and truly to be made, the said Principal and the o said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Monroe County Historic Jail Roof Replacement •2 WHEREAS, the Principal has submitted a bid for Key west,Florida c� (Here insert full name, address and description of project) 0 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, o then this obligation shall be null and void, otherwise to remain in full force and effect. Any action instituted by a claimant under this bond must be in accordance with the notice and time limitations y provisions in Section 255.05(2), Florida Statutes. F +ffCL �,f*f 0. 0. ,4 `°, Sea Tech of the Florida Keys,Inc.1A J . �'�( ``• i 1`� (Principal) •ram SEA ( o : ; , c 7; 1989 (Witness)] - ='t+] • m (Tile) s, 4 United Slates Fire Insurance Company ' µ {Surety) (Seal) w. _ ..w. (Witness) Olga Iglesias h— (Title} Charles J.Niel on;Atty`llact PROPOSAL FORM 00120- Page 29 of 217 Packet Pg.624 -- C.19.b 1OWI ROh'A`ITORNEI IINITEDSTA'I'F,S DIRT:INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEWJEI RSLY I109274II2020 KNOW ALI,MEN BY TIIESE PRFSENTS:Thal Unitcd States Fire Insurance Company,a corporation dulyordani'red and existing under the laws ol'theslate of Delaware, has made, constituted and appointed,and does hereby makc, conslituleand appoint, lust A. Nipper, Drain Russell hoover, Joseph Peniehei Nielson, Charles Davin]Nielson, Charles Jackson Nielson, :shoran Alan ]tartan,Jarrell Aferlacci each, its trio and law4ol Attorttcy(s)-In-Pact, wilh ]ill] power and authority hereby corn-cd in its name, place turd stead, to execute,acknowledge and deliver:Any and all bonds told undertakings of surely and other documents that the ordinary course ol'surety business may require, and to bind Unite Slates Fire hnsurance Company thereby as lolly and to the same extent as it such honds or undertakings had been duly execute and acknowladgcd by tine regularly Owed olliu'rs ol'Uniled Stites Fire Insurance Company at its principal office, in announts or penalties not excc^eding: Seven Million,hive Hundrml`thousand Dollars(S7,500,000). This Power ot'A1lonley limits the act of those named therein to the bonds and undertakings Specifically nntned therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent fhercin stilted. .N This Power ol-Atlomey rcvokas all previous Powers ol-Altomcy issued on behall'ot'the Atiomcys-In-Fact name above and expires oil.hanuary 31,2021. Gi This Power ofAttomey is g"mte pursuant to Article IV of the By-Laws orllnited States Fire Insurance Company as now in Bill force and efk^ct,and consistent with Article Ill thereof; which Articles provide, in pertinent]Hart! Article 1V, C'xecution ofhastruments-Except as the Board of Directors may authorial by resolution, tine Chairman ofllac Board, President,any Via;-President, � any Assistant Vice.President, the Secretary,or any Assistant Secretary shall have power on behalf ofthe Corporation: O (a) to execute, allix the corporate seal manually or by tacsimile to, acknowlcdgc, verily and deliver any contrnts, obligations, instruments and documents O whatsoever in connection with its business it,cluditle,, without limiting the&nregoing, any bonds,guanmtees, undertakings, recogtni'rances, powers ofattorucy or revocations ofany powers of attontcy,stipulations, policies ollnsumnce,deeds, Icaws,mortgages, releases, satisSrctions and agency agreements; � h) to appoint, in writing, one or more persons form or all ofthe purposes mentioned inn the preceding paragraph n including Ilixin the scat ofthc O ( FP g, I '� y P � F 6 paragraph a l (t), 1; a g ':m. Corporation. O U) Article lll, Officers, Section 3,11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign aaay bonds, guarantees, undertakings, rccogni7ances, stipulations, powers ol'altomey ur revocations of any powers ol'attorney and policies ofinsumnce issued by tlnc Corporation array L- be printed, bcsitni]e, lithographed or otherwise produced. ]n addition, Wand as antlimiaed by tine Board o('Diretitors, dividend warrants orchecks,orother 0 numerous Instruments similar to one another in li)nn, may be signed by tine La7SlmilC.signature or signatures, lithOgraI)he or othcrvvise produced, o1'such >= officer or officers of'the Corporation as Fiona time to time may be aulhoriae to sign such instruments on behall'ol'the Corporation. The Corporation may O continnc to use k)r the purposes herein started the 6csimile signature ofany person or persons who shall have been such ollreer or o Ili con,ofthc Corporation, F® notwithstanding the Sect that he may have ceased to be such at the time when such instruments shall be issued. t8 IN WITNESS WHEREOF, United Slates Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal herCnnt9 affixed this 22"''day ofAugust 2019, I F, OV �11je IN STATES FIRE INSURANCE COMPANY j / {, ��, ry u Anthony R.Slintomicr., Executive Vice President N State ol'Pcnnsylvania } O Colulty of Philadelphia } 0 tin CIL Can this 22" day of August 2019, before me, a Notary Public of Cite State of Pennsylvania, carte the above named officer of Utlited States Fire Insurance Company,to the personally knovtn to lx tine individual and officer described heroin, and acknowledged 111s11 he exccutcd the foregoing instrument and affixed O the seal of Unitcd States Fire Insurance Company thereto by the authority of lvs office. F® �-� Coantuontiveaalth of I"cnrrsylvaaula—Notary Scat t. � Tainam Watkins,Notary Public Philadelphia County Tatuara Watkins _ (Notary Public) E My commission ex piers August 22,2023 U Commission number 134H843 1,the undersigned orlicerorUnited States Fire fnsuramcc Company,a l)cl mm-c corporation,do hereby certify that tltc original Potwr of Attorney of Wiich the Ioregoing is a lull, true and correct copy is still in force and effect and has not been revoked, IN NV I'INENS Will 1,R11)la', I have hereunto set my handand affixed the corporate seal of United States Firc Insurance Company on the 23 day or .tune 2(32() UN111,:t) S'I'A'IT'S' FIRE INS URANC.COMPANY On Al Wright,Senior Vice President Packet Pg.625 C.19.b MONROE COUNTY HISTORIC .SAIL ROOF REPLACEMENT SECTION 00120 NON-COLLUSION AFFIDAVIT 1 Robin Szmansky of the city Pig Pine Key according to law on my oath, and under penalty of perjury, depose and say that: 1 1 am President of the firm of Sea Tech of the Florida Keys Inc the proposer making the Proposal for the project described in the notice for calling for E proposals for; Monroe County Historic.tail Roof Replacement and that I executed the said proposal with full authority to do so; 0 0 2. The prices in this proposal have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other proposer or with any competitor; and 2 0 3. Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to proposal opening, directly or indirectly, to any other proposer or to any competitor; and 4. No attempt has been made or will be made by the proposer to induce any other person, partnership or corporation to submit, or not to submit, a proposal for the purpose of restricting competition; and 5. The statements contained in this affidavit are true and correct, and made with full kn d f id--project. 6/23/2020 (Signature Proposer) (Date) 0. 0 CL STATE OF: Florida COUNTY OF: Monroe Subscribed and sworn to (or affirmed) before me, by means of Vphysical presence or El online notarization, on 06-23-2020 (date) b Robin Szmansky 'o y (name of affiant). He/She is personally known to me or has produced Known (type of identification) as identificati Becky L.Deutsch NOTARY PU$LIC STATE OF FLORIDA m < . Comm#GG962754 NOTARY P66LIC Expires 2/26/2024 (SEAL) My commission expires: 02-26-2024 PROPOSAL FORM 00120- Page 30 of 217 Packet Pg.626 C.19.b MONROE COUNTY HISTORIC .TAIL ROOF REPLACEMENT LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE Sea Tech of the Florida Keys Inc. ifm (Company) warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1090. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability 2 and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". V--rl� —k (Signature) Date: 06-23-2020 0 STATE OF: Florida 0 0 COUNTY OF: Monroe CL Subscribed and sworn to (or affirmed) before me, by means of Yphysical presence or ❑ online notarization, on 06-23-2020 (date) by Robin Szmansky (name of afFiant). He/She is personally known to me or has produced Known (type of identification) as identification. Becky L.Dautach NOTARY PUBLIC $TAPE OF FLORIDA NOTARY PUbLIC *e 't;EAL)(pires Comm#GG962754 212�!"'a024 My commission expires: 02-26-2024 PROPOSAL FORM 00120- Page 31 of 217 Packet Pg.627 C.19.b MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: Sea Tech of the Florida Keys Inc. (Name of Business) 1. Publishes a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Informs employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Gives each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notifies the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo (n_ contendere to,any violation of Chapter 893 (Florida Statutes)or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no Eater than five (5) days after such conviction. 5. Imposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Makes a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. - y 0. roposer's Signature CL 06-23-2020 Date STATE OF: Florida COUNTY OF: Monroe Subscribed and sworn to (or affirmed) before me, by means of q/physical presence or El online notarization, on 06-23-2020 (date) by Robin Szmansky (name of affiant). FIe/She tersonjV1kr?.\ to me or has produced known (type of identification) kyL. f?eutschas ideNOTARY PUBLIC STATE OF FLORIDA Comm#GG962754 Expires 2/26/2024 NOTARY P LIC (SEAL) My commission expires: 02-26`2024 PROPOSAL FORM 00120- Page 32 of 217 Packet Pg.628 C.19.b MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT LOCAL PREFERENCE FORM A. Vendors claiming a local preference according to Ordinance 023-2009, as amended by Ordinance No. 004-2015 and 025-2015, roust complete this form, Name of Bidder/Responder Sea Tech of the Florida Keys Inc. Date: 06-23-2020 1. Does the vendor have a valid receipt for the business tax paid to the Monroe County Tax Collector dated at least one(1)year prior to the notice of request for bids or proposals? Yes (Please furnish copy.) 2. Does the vendor have a physical business address located within Monroe County from which the vendor operates or performs business on a day to day basis that is a substantial component of the goods or services being offered to Monroe County? Yes (The physical business address must be registered as its principal place of business with the Florida Department of State for at least one (1) year prior to the notice of request for bid or proposal.) g Y 131 Palomino Horse Trail. Big Pine Key, FL 33043 0 List Address: � Telephone Number: 305-872-0888 0 B. Does the vendor/prime contractor intend to subcontract 50% or more of the goods, services or construction to local businesses meeting the criteria above as to licensing and location? no If yes, please provide: 1. Copy of Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated 0 at least one (1) year prior to the notice or request for bid or proposal. 0 2. Subcontractor's physical business address within Monroe County from which the subcontractor operates: (The physical business address must be registered as its principal place of business with the Florida Department of State for at least one (1) year prior to the notice of request for bids or proposals) E Tel. Number 0 Adrss f C4 ftj Print Name: Robin Szmansky 0. Signatur a�d Title of Authorized Signatory for Bidder/R sponder CL 0 STATE OF: Florida COUNTY OF: Monroe 0 Subscribed and sworn to (or affirmed) before me, by means of t/physical presence or 0 online m notarization, on 06-23-2020 (date) 0 b Robin Szmansky y (name of affiant), He/She is personally known to me or has produced Known (type of identification} as " e tificatia_n. tApy Becky L. Deutsch (17 A NOTARY PUBLIC NOTARY P IC STATE OF FLORIDA Comm#GG962754 My commission expires: 02-26-2024 E t Expires 212612024 PROPOSAL FORM 00120- Pate 33 of 2-17 Packet Pg.629 C.19.b MONROE COUNTY HISTORIC .TAIL ROOF REPLACEMENT PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR 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, Florida Statutes, for CATEGORY TWO for � a period of 36 months from the date of being placed on the convicted vendor list." s Inc 1 have read the above and state that neither Sea Tech of the Florida Keys (Proposer's name) nor any Affiliate has been placed on the convicted vendor list within the last thirty-six (36) months. c� (Signature) 0 Date: 6/23/2020 STATE OF. Florida 0 COUNTY OF: Monroe c, Subscribed and sworn to (or affirmed) before me, by means of physical presence or CI online 0. 0 notarization, on 06 23`2020 (date) CL by Robin Szmansky (name of affiant). He/She is personally known to me or has produced Known (type of identification) as identification. E Becky L.Deutsch q. kNOTARY PUBLIC STATE of FLORIDA NOTARY P IC Comm#GG962754 E(KAtjpires 2/26/2024 My commission expires: 02-26-2024 PROPOSAL_ FORM 00120- Page 34 of 217 Packet Pg.630 C.19.b MONROE COUNTY HISTORIC MAIL ROOF REPLACEMENT' VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Descriptions): _ Monroe County Historic Jail Roof Replacement Respondent Vendor Name: Sea Tech of the Florida Keys Inc. Vendor FEItV: 55-0126213 Vendor's Authorized Representative Name and Title. Robin Szmansky, President Address: 131 Palomino Horse`Grail City: Big Pine Key State: Florida zip: 33043 E Phone Number 305-872-0888 Email Address: robins@seatech.cc 0 .Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or o entering into or renewing a contract for goods or services of any amount if, at the time of contracting or — renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also 2 prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of$1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473, 'Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria. 0 1 understand that pursuant to Section 287,135, Florida Statutes, the submission of a false certification may c, subject company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the County may be terminated, at the option of the County, if the company is found to have submitted a y 0 false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in 0. 0 a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized CL Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria, Certified By: Robin Szmansky who is authorized to sign on behalf of the eef rerrcedm copany. Authorized Signature: ' Print Name: Rabin Szmansky Title: President Note: The List are available at the following Department of Management Services Site: q [t]rf2ljsine W CPpr 1Lions/ytate Mfl h`➢e`in,,IZ, [,d l 4p9-OriTiaLioiilcoroltic€eCl Est. e'i?ded d1`'C,::rsminert ry {orniirfl hits v€-.[.doer lists PRpPOSAL FORM 00120- Page 35 of 2117 Packet Pg.631 C.19.b Monroe County Historic Jail Roof Replacement SUBCONTRACTOR LISTING FORM Ph#w Division Subcontractor Contact Person area code Fax: Address Gary The Carpenter Gary 305-292-0261 800 Simonton St. Key West FI w 0 0 c� 0 0 CJ 0 0. 0 CL Packet Pg.632 C.19.b MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT SECTION O0130 INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES General Insurance Requirements for Construction Contractors and Subcontractors Prior to the commencement of work governed by this contract (including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in the attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Sub-Contractors engaged by the Contractor. As an alternative, the Contractor may require all Subcontractors to obtain insurance e consistent with the attached schedules, — The Contractor will not be permitted to commence work governed by this contract (including pre- staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in any attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended, except 76 for the Contractor's failure to maintain the required insurance, The Contractor will be held responsible for all deductibles and self-insured retentions that may be contained in the Contractor's Insurance policies. CL The Contractor shall provide,to the County, as satisfactory evidence of required insurance, either: Certificate of Insurance or A Certified copy of the actual insurance policy. However,the Contractor shall provide to County Project Management a valid Certificate of Insurance and a certified complete copy of any and all Builder's Risk Insurance Policies and policies covering County-owned property with all endorsements, amendments, exclusions and notice of changes to the policy. On any and all Builder's Risk Insurance Policies and policies covering County-owned property, the Monroe County Board of County Commissioners will be named as a named insured, additional insured and loss payee.. The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. INSURANCE REQUIREMENTS AND FORMS 00130- Page 37 of 217 Packet Pg.633 C.19.b MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT All insurance policies must specify that they are not subject to cancellation, non-renewal, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. The Monroe County Board of County Commissioners, its employees and officials will be included' as "Additional Insured" on all policies, except for Workers' Compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management, 0 0 U 0 0 0 0 0. 0 CL INSURANCE REQUIREMENTS AND FORMS 00130- Page 38 of 217 Packet Pg.634 C.19.b MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR MONROE COUNTY HISTORIC JAILROOF REPLACEMENT BETWEEN MONROE COUNTY, FLORIDA AND Sea Tech of the Florida Keys Inc. Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance with limits sufficient to respond to the applicable state statutes and the requirements of Florida Statutes, Chapter 440. In addition, the Contractor shall obtain Employers' Liability Insurance with limits of not less than: U $1,000,000 Bodily Injury by Accident $1,000,000 Bodily Injury by Disease, policy limits $1,000,000 Bodily Injury by Disease, each employee 0 Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. If the Contractor has been approved by the Florida's Department of Labor, as an authorized self- insurer, the County shall recognize and honor the Contractor's status. The Contractor may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insurance Program. If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund 0. upon request from the County. CL INSURANCE REQUIREMENTS AND FORMS 00130- Page 39 of 217 Packet Pg.635 C.19.b MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT GENERAL LIABILITY INSURANCE REQUIREMENTS FOR MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT BETWEEN MONROE COUNTY, FLORIDA AND Sea Tech of the Florida Keys Inc. Prior to the commencement of work governed by this contract, the Contractor shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: • premises Operations • Products and Completed Operations • Blanket Contractual Liability • Personal Injury Liability The minimum limits acceptable shall be: $500,000 Combined Single Limit 0 An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County. CL The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. INSURANCE REQUIREMENTS AMC) FORMS 00130- Page 40 of 217 Packet Pg.636 C.19.b MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT BUSINESS AUTOMOBILE LIABILITY INSURANCE REQUIREMENTS FOR MONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT BETWEEN MONROE COUNTY, FLORIDA AND Sea Tech of the Florida Keys Inc. � Recognizing that the work governed by this contract requires the use of vehicles, the Contractor, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: 2 • Owned, Non-Owned, and Hired Vehicles The minimum limits acceptable shall be: $300,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $200,000 per Person ) $300,000 per Occurrence $200,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all e policies issued to satisfy the above requirements. 0 0. 0 CL INSURANCE REQUIREMENTS AND FORMS 00130- Page 41 of 217 Packet Pg.637 C.19.b IV ONROE COUNTY HISTORIC JAIL ROOF REPLACEMENT PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Worker's Compensation Statutory Limits Employers Liability $1,000,000 Bodily Injury by Accident $1,000,000 Bodily Injury by Disease Policy Limits $1,000,000 Bodily Injury by Disease, each employee General Liability, including $500,000 Combined Single Limit Premises Operations Products and Completed Operations Blanket Contractual Liability 0 Personal Injury Liability Vehicle Liability (Owned, non-owned, and hired vehicles) $300,000 Combined Single Limit 2 c If split limits are preferred: $200,000 per Person $300,000 per Occurrence $200,000 Property Damage Builder's Risk: Not Required The contract shall require a Public Construction bond equal to the contract cost. The bond must be issued by an A rated surety company doing business in the State of Florida. c Hold Harmless, Indemnification, and Defense. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, Contractor shall defend, indemnify and 0 hold the COUNTY and the COUNTY's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including i death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by .. reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or (C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the COUNTY or any of its employees, agents, contractors or invitees (other than Contractor). The monetary limitation of liability under this contract shall be not less than $1 million per occurrence pursuant to Fla. Stat., Sec. 725.06. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this INSURANCE REQUIREMENTS AND FORMS 00130- Page 42 of 217 Packet Pg.638 C.19.b MONROE COUNTY HISTORIC .JAIL ROOF REPLACEMENT section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement, In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor s failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor, the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The first ten dollars ($10.00) of remuneration paid to the Contractor is for the indemnification provided for the above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this AGREEMENT. DIVISION Indemnification U To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the State of Florida, Department of State, Division of Historical Resources, and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. e® PROPOSER'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all of the requirements herein. I fully accept the indemnification and 'hold harmless and duty to defend as set out in this proposal, 0 CL Sea Tech of the Florida Keys Inc. PROPOSER Signature INSURANCE REQUIREMENTS AND FORMS 00130- Page 43 of 217 Packet Pg.639 C.19.b INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the proposer named above. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES General Liability $5000.00 E Workers Compensation $0.00 0 0 U Liability policies are V Occurrence Claims Made Keys Anchor Insurance Agency Insurance Agency Si n ture ) g 0 0 0. 0 CL INSURANCE REQUIREMENTS AND FORMS 00130- Page 44 of 217 Packet Pg.640 C.19.b 4; t 1 s;y l h OF THE FLORIDA KEYS LICENSED BUILDING CONTRACTORS Monroe County Historic Nail Roof Replacement Information required to be Provided A. A list of the entity's shareholders with five percent or more of the stock. Robin Szn1ansky- 100% E B. A list ofofficers and directors of the entity. • Robin Szrnansky, President, Vice President, Secretary,Treasurer 0 C. Relevant Experience: The number of years the person or entity has been operating. e 30 years, a list ofjobs is attached D. The number-of years or entity has operated. • 30 years E. Answer to the following questions regarding the claims and suits. a. Has the person or entity ever failed to complete work or provide the goods for which it has contracted? Yes • Seca Tech contracted with the Arm ,('OE at Patrick AFB, Florida. . Fier the contract was more than 50% complete, the Surety on the payment and perforrnanee bonds went hankrupt. Sea Tech s new surety ir,ould not provide replacement bonds without documentation ftorn Army � ME. The Armv ME would not provide the doc•umenlation. The Army ('OE terminated the contract for dqf hill duce to lack ol'honds. U b. Are there any judgments, claims, arbitration proceeding or suits pending or outstanding y against the person, principal of the entity, or entity, or its officers, directors,or general partners (this specifically includes any present of prior entities in which the person, principal, entity officer, director or general partner of the proposing entity has been involved as a person, CIL principal, entity, officer, director or general partner in the last five(5)years)? Yes • Space Crust General(ontraclvrs, Inc-, v, Sea Tech gfthe Florida Keys, Inc., Case No.: 05- � 2012-C'A-064831,pending in Brcvard County, Florida. The Federal Government, through the United .States Arn y Corp of Erts;ineers ("ACE"), alvarded a contract ("Prime ('ontract") to Sea Tech to serve as the general contractor on afederal construction I?roject taking place at the fiderullrr owned Patrick Air Force Base in Brevard ('ounty, Florida E (the "Project). On Azuqust 21, 2010, Space Coast suhmitied a proposal to,Sea Tech to do � certain steel work Comprising part ql'the Prince Contract. On March 15, 2011, upon commencement of the work, Space Coast advised Sea Tech that it needed additional monev dale to an increase in Steel prices. Becixrase A('E alr'eaill,(i4t,urtle(l the Prrrnc. (rnitr(ret to Sca Tech, Sea Tech could not unilaterally increase the subcontract with Space (oast. Sea Tech advised Space ('oast accordingly, and the parties agreed to process the increase in steel prices via change order rr,ilh A('E. ACF' did not approve the change order and ultimately sought additional information from ,Space Coast to support the change order. To date, Space('oast has not suhmitted additional doe ume ntation. Thus, ACE has not paid ,Sea Tech.for•the increase in.steel prices, and, in lure, Sea Tech has not paid Space ('oast PO Box 420529, Sunlmerland Key, FL 33042 Phone: (305)872-0888 lax: (305)872-8898 Packet Pg.641 C.19.b for the increase in steel prices. Despite the understanding between the parties, Space Coast filed suit against Sea Tech seeking the monies in connection with the increase in steel prices directly from Sea Tech, and we are eurrently defending Sea Tech in that lawsz�it. �'Yettled vier anediaation 111412019 • National Fire Protection Ine v Sea Tech of the Florida Kevs Inc., Lase No: CACE15002243,pending in Broward County, Florida. Settler/via mediation 12120116. • Inclan Painting& Waterproofing Inc v Sea Tech of the Florida Kevs Inc ,settled 12121118 E c. Has the person, principal of the entity, entity, or its officers, ma_}or shareholders, or directors within the last five (5) years, been a party to any law suits or arbitrations with regard to a contract for services, goods or construction services similar to those requested in the specifications with private or public entities? This specifically includes any present or prior entities in which the person,principal,entity,officer,director or general partner of the proposing e entity has been involved as a person, principal, entity, officer, director or general partner in the last five (5)years? • Yes, see b above .2 c c� d. Has the person, principal of the entity,or its officers,owners,partners,major shareholders or directors,ever initiated litigation against the County or been sued by the County in connection with a contract to provide services, goods or construction services"? This specifically includes any present or prior entities in which the persona, principal, entity, officer, director or general partner of the proposing entity has been involved as a person, principal, entity, officer, director or general partner in the last five (5) years. • No e. Whether, within the last five (5) years, the Owner, an officer, general partner, controlling shareholder or major creditor of person or entity was an officer, general partner, controlling shareholder or major creditor of any other entity that failed to perform services or furnish goods similar to those;sought in the request for bids. (If yes,provide details and information about the failure to perform services or furnish goods that will enable the Owner to thoroughly consider the matter.) c No CL U f, Customer References Name Address Phone MCBCCISteve Sanders 500 White St,Key West,FL 33040 305-295-4338 NAVFACflleana Wolski PO Box 9018 Key West, FL 33040 305-293-2359 NPSIWilliam Vazquez 40001 SR9336, Homestead, FL 33034 305-242-7793 g. Credit References Name Address Phone Bella Construction, Inc 35 Diamond Drive, Key West, FL, 33040 305-292-9888 Monroe Concrete Products PO Drawer 1149, Key West, FL, 33040 305-296-9934 Manley DeBoer 1 109 Caton St., Key West, FL 33040 305-294-5900 h. Financial statements for the prior three years (In separate email) Packet Pg.642 SEA TECH, INC. JOB LIST Client Name Owner's Contact Start End Contract Brief Summary of Project Amount Location Owner's Phone# Date Date Florida DEP James Post Provide all labor,materials,supervision and equipment required to complete the Tallahassee,FL 305-853-3571 10/17/18 05101/20 1,023,549 site work,foundations construction,and installation coordination of the new bathhouse and restroom. Monroe County BOCC Dan Bensley Provide labor,supervision,materials and eqt to replace 300 tore chillers, Stock Island Jail HVAC 305-292-4468 07127/16 11130119 1,675,880 AHU's chilled water pumps,upgrade cooling towers,including all associated work,and upgrade the building automation system in two occupied buildings. Provide permits,labor and material to install drywall,insulation and paint in all walls and ceilings where it was removed,remove all Floor finishes and wall Monroe County BOCC Matthew Howard MCSO Headqtrs Irma Repairs 305-850-8123 04104l19 08118119 507,902 base, install an HTC 5uperfioor Polish System for the Floor on 1st&2nd Floor, Install new rubber base on 1 st&2nd floors. Furnish&install casework,cabinets,sinks,replace all acoustical ceiling tile Monroe County School District Jeff Barrows Provide all engineering,labor&materials to strip,waterproof,and repaint two Paint Marathon Schools 305-360-1424 07/41116 06l30118 2i4,795 school bldgs to include removal of stucco grooves,clean all caulked joints. St Augustine Boardwalks Wifliam Vazquez 04113/17 02128118 446,465 Repair&replace sub structure and pilings,retread deck with trex,construct 305-242-7793 all new rails. All must be ADA compliant US Navy Survey&Design all spalls&cracks of airfield. Apply herbicide to required Slung Seal Airfield Overruns Mary Thompson 08/06/15 08130116 1,002,000 areas,repair spalls&cracks,slurry seal existing asphal runway overruns, 0 Key West,FL 305 293.25Q4 repaint chevrons. All on operating air field. 0 US Navy Design&Budd to improve the functionality of the United Street Entry to Upgrades United St Gate Ileana Wolski 09/03114 04130/16 531,000 include demolition,install new gates,fence,barricades,barriers,card reader, � NAS Key West,FL 305-293-2359 traffic controls,implementing ADA compliance. US Navy Provide material,labor,supervision and equipment to provide a complete& Roof Repairs Mary Thompson 06130115 11127/15 240,000 effective watertight roof system on entire facility. Install a roof access ladder, Dania Bch,FL 305.293.2504 repair&certify lightning protection system and reseal all windows, NAVMWR Paul W.Stecker Design&Build a 112 mile long Jogging Trail using poured in place bonded D/B Jogging Trail gQ1-874 fi54Q 02/03/15 09/30/15 620,000 NAS Sigsbee,Key West,FL rubber,with concrete curbs and fitness stations. US Navy DesignlBuild concrete repairs to five magazine bidgs. All work was primed0. Concrete Re airs Ma azine Ileana Wolski 04115114 04/20115 283,000 and coated with a two-coat elastomeric coating system, Repair work NAS Key West,FL included cracking and spatting and exposed rebar. CL U5 Nav Design&Build to increase the classroom size modify restrcoms and add an y Ileana Wolski exterior concrete slab&electrical connections Included demolition,site work, 0) Classroom&Bathroom Enlargement 305-293-2359 09118/13 11/05/14 371,000 concrete,fence,electrical,plumbing,HVAC,fire protection,metal framing, NAS Key West,FL drywall,paint,ACT,Ceramic the VCT fife,bathroom partitions&accessories. Monroe County BOCC Provide all labor,material,supervision and equipment necessary to remove Bill Grant t8 Hazmat Storage Sheds 04/16114 09/19/14 203,000 existing canopy sheds with new metal canopy sheds in two locations Cudjoe Key&Long Key,FL 305.664.2949 Contractor had to obtain permit from county for the work. US Navy Provide all labor,materials,supervision and equipment required to replace Replace Doors JIATF Ileana Wolski 08/07113 06104/14 273,000 21 doors that comply with SCIF requirements. Includes demo existing doors, NAS KeyWest FL 3D5-293-2359 , patching and repairs to areas,specialty lock systems,electrical. US Navy Provide labor,materials,supervision and equipment to implement energy Lighting Replacement I lean a Wolski 06l21113 02116/14 285,000 conservation improvements to buildings in two locations.Includes replacing NAS West Palm&Hialeah,FL 305-293-2359 all exit lightinglsignage with LED,upgrades and cleaning to Fluorescent lighting. Packet Pg.643 SEA TECH, INC. C.19.b JOB LIST Client Name Owner's Contact Start End Contract Brief Summary of Project Amount Location Owner's Phone# Date Date Provide labor,materials,supervision and equipment to provide renovations to DOD an operational facility. Includes removal and installation of concrete pads, JCESE Bldg HVAC Upgrade 04111/12 01/24/14 933,000 underground piping,and trees. Demo and replace chillers and chilled water Miami,FL system. Demo and replace air handlers,ductwork,controls,fire alarm system,and selective architectural elements needed for the upgrades. Monroe County BOCC Provide labor,materials,supervision and equipment to provide an interior Freeman Justice Ctr Lobby Ann Riger expansion of 800 sf to the existing main entry lobby. Work to be performed Expansion 305 292 4439 06/24113 12/12/13 236,000 to an operational facility. Includes demo of concrete slab and CMU wall, install new granite floor tiles,drywall, g paint,wood trim, lass electrical,HVAC Key West,FL and fire protection, E Staples Katie Prentice Provide labor,materials,supervision and equipment to obtain permits and Commercial Modular Home katieprentice@juna.co 10123/12 02/10/13 421,000 install a new modular structure to accommodate employee housing. Includes' Key West,FL m demo of existing house,install auger piles,set modular Bldg on columns, electrical,HVAC,plumbing,construct entrance stairway,finish installation. US Navy Ileana Wolski DesignlBuiid project to provide concrete repairs and complete exterior JIATF Concrete Repairs 09128/11 10127112 204,000 NAS Key West,FL 305-293 2359 painting to four buildings. Includes repairs to delaminated stucco, ct1 DOD DesignlBuild project to supply all necessary materials,tools equipment and qualified personnel to provide site work,concrete pad,PEMB,interior finishes HP Addition 09/22111 08131112 471,000 North Carolina including stud walls,drywall,doors,windows,ACT ceiling,ceramic tile, signage,bathroom accessories,plumbing,electrical,HVAC,fire protection. DOD Provide labor,materials,supervision and equipment to provide seiective HP Addition NA 06/24111 06/23/12 268,000 demolition of existing building and install new sidewalks,concrete North Carolina foundations,roofs,and windows and electrical work. �. U US Navy,NAVFAC Southeast Repair to Mullicell Magazine A-996 including earth removal to access and Ileana Wolski Repair Mullicell Magazines 305-293-2359 09/29/10 01/17/12 1,400,000 repair corrugated steel roof,Also replacing steel door hinges and refurbishing Key West,FL all doors. City of Key West Design&Construct a 2-Story Concrete building to be utilized as a retail store y Doug Bradshaw with storage room/office on 2nd floor.Including Demo of existing,new D/B Key West Bight Retail Shop 05116/11 11/16/11 363,0000. Key West,FL 305-809-3792 exterior stairway with balcony,electric,hvac,plumbing,site work all to be y constructed within the Florida Green Building Standards. CIL Department of Defense DIB Bldg 723 Hotel 09116/10 09/16111 774,000 DesignlBu�fid new metal building with several office spaces,including paved Hertford,NC driveway&parking lots,electric,HVAC,plumbing,sewer drainage Department of Defense Bldg 3-36 Bunker Renovations Install Helical Anchors to repair foundation.Remove existing wood flooring of &Foundation Repairs 08/09110 08/08/11 490,000 30 bunkers and replacing with concrete flooring and all associated work. Hertford,NC City of Key West Remove existing generator enclosure and replace with a sound attenuated Replace WWTP Generator Enclosure 11/01/10 07131/11 282,000 walk-in weather tight enclosure rated to withstand 175mph winds with Key West,FL associated electrical and I&C and with all related work&appurtenances. US Navy,Ni Southeast Ileana Wolski Task order of IDIQ,Concrete Repairs at multiple locations in Concrete Repairs bIdg A-936&A- 305-293-2359 07/02/10 07/17111 673.000 bidgs A-936&A-931 931,NAS Key West,FL Joint Interagency Task Farce Ileana Wolski Remove existing cooling towers.Design&Install new foundation&cooling D1B Replace Cooling Towers 305-293.2359 06/04/10 02128/11 629,000 towers in new location. Key West,FL Packet Pg.644 SEA TECH, INC. C.19.b JOB LIST Client Name Owner's Contact Start End Contract Brief Summary of Project Amount Location Owner's Phone# Date Date Build&Install Metal Bldg to include concrete foundations,underground US Army,96 CONS utilities,water tank,interior finishes including,ceramic tile,walls,ceilings, Construct Building C•74 09/25/09 07/15/10 535,000 paint,cabinets,toilet partitions,new mechanical,plumbing,fire suppression, Eglin AFB,FL fire alarm,communications,electrical,site work including parking lot, sidewalks,&landscaping. US Navy,NAVFAC Southeast IleAssessment&Presentation of Sewer System, Replacement of Sewer Pipes, Design-Build Sewer System 305-2 W235 11/06/09 07/07/10 1,700,000 including repairs to manholes,wet wells,cleaneuts,concrete&pavement Key West,FL 305-293-2359 replacements as needed,&installation of gravity sewer trenchless system. 0 0 0 W 0 0 CJ 0 0. 0 L. CIL Packet Pg.645 C.19.b RICK SCOTT,GOVERNOR JONATHAN ZACHEMI,SECRETARY � +Jk dbpr f� es ire * 0 STATE OF FLORIDA 0 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 2 CONSTRUCTION INDUSTRY LICENSING BOARD THE BUILDING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHANTER 489, FLORIDA STATUTES o LACHAPELLE, RYON ANTHONY SEA TECH OF THE FLORIDA KEYS, INC. 173 GALLEON LN 2 CUDJOE KEY FL 33042 LICENSE NUMBER:CC12531 c E EXPIRATION [SATE: AUGUST 31,2020 CL Always verify licenses online at MyFloridal-icense.corn o I � + ) i Do not alter this document in any form. r This is your license. It is unlawful for anyone other than the licensee to use this document. 0 Packet Pg.646 C.19.b 2019 / 2020 MONROE COUNTY - TAX RECEIPT EXPIRES SEPTEMBER 30, 202 RECEIPT# 30140-23837 Business Name: SEA TECH OF THE FLORIDA KEYS INC Owner Name: ROBIN SZMANSKY, RYON LACHAPELLE Business Location: MO CTY Mailing Address: QUALIFER SUMMERLAND KEY, FL 33042 PO BOX 420529 Business Phone: 305-872-0888 SUMMERLAND KEY, FL 33042 Business Type: CONTRACTOR(GENERAL& BUILDING CONTRACTOR) U Employees 10 STATE LICENSE: CBC1259331 Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid 25.00 mo 25.00 0.00 0.00 0.00 25.00 2 c� Paid 000-18-00030713 09/04/2019 25 . 00 THIS BECOMES A TAX RECEIPT aanise D. Henriquez, CFC, Tax Collector THIS IS ONLY A TAX. WHEN VALIDATED PO Box 1129, Key West, FL 33041 YOU MUST MEET ALL COUNTY AND/OR MUNICIPALITY PLANNING AND ZONING REQUIREMENTS. CJ 0. CL 6yiONROE COUNTY BUSINESS TAX RECEIPT P.O. Box 1129, Key West, FL 33041-1129 m EXPIRES SEPTEMBER 30, 2020 Business Name: SEA TECH OF THE FLORIDA KEYS INC RECEIPT# 30140 23837 M O CTY Business Location: SUMMERLAND KEY, FL 33042 Owner Name: ROBIN SZMANSKY, RYON LACHAPELLE Mailing Address: QUALIFER Business Phone: 305-872-0888 PO BOX 420529 Business Type: CONTRACTOR(GENERAL&BUILDING SUMMERLAND KEY, FL 33042 CONTRACTOR) Employees 10 STATE LICENSE: CBC1259331 Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid 25.00 0.00 25.00 0.00 0.00 0,00 25.00 Paid 000-18-00030713 09/04/2019 25 .00 Packet Pg.647 U�,. 9.b SEATE-1 14 R� FDATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE02/28/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL. INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate dons not confer ri hts to the certificate holder in lieu of such endorsements. PRODUCER 305_741-7373 cITACT Rebecca Horan Keys Anchor Insurance Agency PT+onEie - l�nx Rebecca Horan (Arc)Nor Extl:305-741-7373 (A1c,Na?;844�2fi9-7923 PO BOX 420308 Summeriand Key, FL 33042 Rebecca Horan .INSURER(S)AFFORDING COVERAGE NAIL# _ .. _- _._ -INSURER A;Kinsale Insurance Co �Ns Continental Casualty Company eaTeEch of the FI Keys Inc INSUItRlf< 131 Palomino Horse Trail INSURERC: Big Pine Key,FL 33043 - INSURER D_:. .....- INSURER E: >� INSURER F COVERAGES CERTIFICATE NUMBER: 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 O 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. IN3R _ _ AOOL SUBR� -_ POLICY EFF POLICY EXP ___.. .... TYPE OF INSURANCE POLICY NUMBER LIMITS ,® A X COMMERCIAL GENERAL LIABILITY LACH OCCURRENCE_... S....... 1,000,00 CLAIMS-MADE ff..X OCCUR DAMAGE'TO RENTED 100,00 aLn I_. � X X fl14Qi}$1fi1$41 03I01I2p2A G31Q112{121 I pREMISEs(�a���urr�ntR�} � _ PERSONALD EXP IAny one paean) $ ex(.... ...._._._ &ACV INJURY .__. 1,Q00,00 GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE_ € � 2,000,00. � POLICY w_.. PE° 1 LOG PRODUCTS-..COMP1OPA_Gv S 2,000,00. I® OTHER_ - S AUTOMOBILE LIABILITY COMBINED SINGLE:LIMIT a (Era Oc�.�dentl_ � .-- ,,,-�ANY AUTO OWNED SCHEDULED S ( BODILY INJURY(Pr parson) A D _- NON N D I ` BODILY INJURY(I?er arc dont) AUTOS ONLY _ AUTOS ` i LRR�� pp PROPERTYOAMAGE 705 ONLY I _ AUTOS%NIEY � r $ m is UMBRELLA LIAG _ OCCUR I$.... _.. U _ EACH OCCURRENCE EXCESS LIAR CLAIUAS-MADE 1. _ AGGREGATE_ D ....RETENTION S I $ _ O L D B WORK£RSCOMPENSATION _-. PER - --ERFI _ 0. AND EMPLOYERS'UAeILI'rY --. STATUTE - __- ANY PROPRIETOR/PARTNERIEXECUTIVC YIN 4{i-$85792-t11- 7 ,,f13l4112020 03101/2021 E.L CACI-I ACCIDENT 1.,000,001 OFFICE RIMEMPF R EXCLUDED? ,N 1 A l . ... (Mandatary In NH) 1,000,001 11 yes,describe un far E_I_.DISEASE-POLICY LOYE; $ E.L. DIs�As�-EAEMP DESCRIPTION OF OPERATIONS b0ow_ A - LIMIT J $ 1,000,001 I � � U) D£SCRITTYON OF OTERATlONS 1 LOCATIONS!VEHICLES (AGGRO 101,Additional Remark®Schedule,maybe attached If more space Is required) ty License#CTC-1269331 U CERTIFICATE HQWER CANCELLATIQN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Rebecca Horan ff ACORD 26(2016103) 0 19$$-201S ACO C?CORPORATION. Ali rights reserved. The ACORD mane and logo are registered marks of ACORD Packet Pg.648 (4u9w93ejd9U looU n r 3IJ04 1 JOI q38-L BGSA PB4uO ) `t ` q p' :4u9wq3e44V M of i�m r U a' m N S a } N } O � V pi � O O J O 0 0 0 0 0 _ � U Q Ln O O O Ln -� 00 Ln lfl O N 0 O Ln O Ln o N U 7-1 LN � ,7-1 O N ,�-+ to g vi- vi- V� A& A& o W o O W Q a O c}n W O IL Q' o_ U Z O pLU 72 Q W M W rn NLU GC2Q JD 0 o L z ° Q W Z NO rQ'1 00 o 0 0 0 0 0 } Z C U 0 Ln Ln Ln Ln Ln 'o � C7HM GCS m i Cy)-a LLJN JN � O o GQppW i CL iU J O � m H in } 0 ELU o Q H a z Q = Q U U L oCy) C J c o H U 40 4- — } Z LU W v o o Z L o U O N O U Q > O V z � z ��, c c LL L > o 0 W O L O Q) --a L cn U a U +-j W C O N L., O o W 0 cn � I- O n M OE o *-� a 0 Q J U H cn s° o con m o- � L N m H m