Loading...
Item D7 } D.7 `, County of Monroe �y,4 ' �, "tr, BOARD OF COUNTY COMMISSIONERS Mayor Michelle Coldiron,District 2 �1 `ll Mayor Pro Tem David Rice,District 4 -re Florida.Keys ��� � � Craig Cates,District 1 Eddie Martinez,District 3 w Mike Forster,District 5 County Commission Meeting February 17, 2021 Agenda Item Number: D.7 Agenda Item Summary #7820 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: STAFF CONTACT: Cary Vick(30) 292-4339 N/A AGENDA ITEM WORDING: Approval of an Agreement with Innovative Masonry Restoration, LLC for the West Martello Tower Citadel Hurricane Repairs. This project is funded by a DHR/NPS special grant. ITEM BACKGROUND: The West Martello Tower Citadel was damaged during Hurricane Irma. An RFP for the repairs was issued in December 2020. On January 28, 2021, five (5) bids were received/opened. Due to the unique and historic nature of this project, the RFP specified that some additional requirements be submitted as part of bids by the Architect including submission of evidence of prior work on historic structures and resumes/qualifications of key staff. County Staff and the Architect of Record discussed the proposals, and determined that Innovative Masonry Restoration, LLC was the lowest, responsive, responsible bidder The County received a special "2019 Hurricane Irma National Park Services Subgrant" to help fund the repairs to the Citadel in the amount of$500,000.00. The County does not have to provide a local match for that grant. The County anticipates applying for FEMA reimbursement for any project expense that exceeds the grant funds. PREVIOUS RELEVANT BOCC ACTION: 5/22/19 - BOCC gave approval by Resolution to submit a grant application to DHR for the Special Category Grant for the West Martello Tower Citadel. (Res. No. 151-2019) 4/15/20 — BOCC approved a Grant Agreement with the State of Florida, Department of State, Division of Historical Resources (DHR) in the amount of$500,000.00. CONTRACT/AGREEMENT CHANGES: n/a STAFF RECOMMENDATION: Approval of Agreement DOCUMENTATION: Packet Pg.743 D.7 Agreement_Innovative Masonry_legal stamped UPDATED 2.2.21 (signed) Proposal_Innovative Masonry Restoration Bid Tabulation Sheet-1.28.21 FINANCIAL IMPACT: Effective Date: 02/17/2021 Expiration Date: 150 days after NTP Total Dollar Value of Contract: $247,000.00 Total Cost to County: TBD (anticipate $0.00) Current Year Portion: $247,000.00 Budgeted: Yes Source of Funds: DHR/NPS Grant& FEMA funding if needed CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: N/A Revenue Producing: No If yes, amount: Grant: Yes County Match: TBD Insurance Required: Yes Additional Details: 125-0459110-530490-IRPG6677 125-0459110-530490-IRPG6677 02/17/21 125-0459110 - HURRICANE IRMA $247,000.00 REVIEWED BY: Kevin Wilson Completed 02/02/2021 9:47 AM Cary Knight Completed 02/02/2021 10:54 AM Joseph DiNovo Completed 02/02/2021 11:18 AM Purchasing Completed 02/02/2021 2:48 PM Budget and Finance Completed 02/02/2021 2:51 PM Maria Slavik Completed 02/02/2021 3:17 PM Liz Yongue Completed 02/02/2021 3:38 PM Board of County Commissioners Pending 02/17/2021 9:00 AM Packet Pg.744 D.7.a Agreement 0 Between Owner and Contractor Where the basis of payment is a STIPULATED SUM 0 AGREEMENT Made as of the 17t' day of February 2021 0 BETWEEN the Owner: Monroe County Board of County Commissioners 500 Whitehead Street Key West, Florida 33040 And the Contractor: Innovative Masonry Restoration, LLC 16264 Lakeside Avenue Southeast Prior Lake, Minnesota 55372 W cv cv For the following Project: WEST MARTELLO TOWER CITADEL HURRICANE cv REPAIRS Scope of the Work i The Scope of Work shall include, but not be limited to, all work shown and listed in the Project Documents and Specifications. The Contractor is required to provide a complete v, job as contemplated by the documents 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 repairs listed. Due to the sensitive historical nature of this project, general contractors and certain trades must meet prequalification requirements. The determination of whether general contractors, subcontractors or tradesmen have met the prequalification requirements is vested solely in the judgment of the architect. Take all appropriate measures necessary to correct inferior work as identified by the architect. Protect historical fabric during all operations. No historical materials shall be removed from the site without prior approval of architect. The architect reserves the right to have individual workmen removed from E individual activities or the project entirely, if in the architect's judgment, the quality of work being performed is inappropriate, inferior, or detrimental to historical materials. West Martello Tower Citadel Hurricane Repairs Page 1 of 34 Packet Pg.745 D.7.a The Scope of Work includes repair of Hurricane damaged historic masonry at the West Martello Tower Fort. The West Martello Tower is in a sensitive area. Excavation may be required for this work within the Fort confines. County Archaeologist to be onsite when excavation takes place onsite. Contractor is required to coordinate with County Archaeologist. The Scope of Work shall also include satisfaction of the requirements of contractors and > fulfilment of the obligations of contractors set forth in the Grant Agreement between the State of Florida, Department of State and Monroe County (20.h.fh.100.005), attached hereto, including, but not limited to, the possession of the requisite experience and training in historic preservation, the assurance that all project work is in compliance with the Secretary of the Interior's Standards and Guidelines for Archaeology and Historic Preservation available online at o htt s://www.n s. ov/sub sots/historic reservation/standards.htm and the provision of photographic documentation of the restoration activity according to the guidelines regarding photographic documentation available online at htt s://dos.m florida.com/historical/ rants/s ecial®cats or ® rants/. By careful study of the Contract Documents, determine the location and extent of selective demolition to be performed. In company with the Architect and County Project Manager, visit the site and verify the extent and location of selective demolition required. Mark interface surfaces as required to enable workmen also to identify items to be n! removed and items to be left in place intact. LU Acquire necessary permits, including any fees as a part of the bid. Contractor shall e® supply all of the needed materials and hardware to complete the project and properly CL dispose of debris. i ARTICLE 1 y The Contract Documents 76 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 2 The Work of this Contract Page 2 of 34 Packet Pg.746 D.7.a 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 ARTICLE 3 Date of Commencement and Substantial Completion 3.1 The date of commencement is the date to be fixed in a notice to proceed issued by the Owner. o The Contractor shall achieve Substantial Completion of the entire Work not later than One Hundred Fifty (150) calendar days after the date of commencement or issuance of a Notice to 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 the milestone schedule. ca 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 liquidated damages table below shall be utilized to determine the amount of liquidated damages. FIRST SECOND 31ST DAY & CONTRACT AMOUNT 15 DAYS 15 DAYS THEREAFTER Under $50,000.00 $50.00/Day $100.00/Day $250.00/Day $50,000.00-99,999.00 100.00/Day 200.00/Day 750.00/Day ni $100,000.00-499,999.00 200.00/Day 500.00/Day 2,000.00/Day $500,000.00 and Up 500.00/Day 1,000.00/Day 3,500.00/Day CL The Contractor's recovery of damages and sole remedy for any delay caused by the Owner shall be an extension of time on the Contract. Uncontrollable Circumstance. Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly y by an event beyond such Party's control, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was m unavoidable: (a) acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane 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 geographic area of the Project; (d) government order or law in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority prohibiting work 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 shall 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 0) Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable 2 Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The 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. Page 3 of 34 Packet Pg.747 D.7.a ARTICLE 4 Contract Sum 4.1 The owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of Two Hundred Forty-Seven Thousand and 00/100 Dollars ($247,000.00), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: N/A 4.3 Unit prices, if any, are as follows: N/A ARTICLE 5 Progress Payments c U 5.1 Based upon Applications for Payment submitted by the Contractor to the Director of Project Management, and upon approval for payment issued by the Director of Project Management and Architect, the Owner shall make progress payments on account of the Contract Sum to the contractor as provided below and elsewhere in the Contract Documents. 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: W cv 5.3 Payment will be made by the Owner, upon receipt of a proper invoice from the Contractor, in accordance with the Florida Local Government Prompt Payment Act, Section 218.735, Florida Statutes and Monroe County Code. The Contractor is to submit to the Owner invoices with supporting documentation that are acceptable to the Monroe County Office of Clerk and Comptroller (Clerk). Acceptability to the Clerk is based upon generally accepted accounting principles and such laws, rules and regulations as may govern the disbursal of funds by the Clerk. The Owner is exempt from sales and use taxes. A copy of the tax exemption certificate will be provided by the Owner upon request. 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 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 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 E payment shall be computed as follows: 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 total Contract Sum allocated to that portion of the Work in the Schedule of Values, less Page 4 of 34 Packet Pg.748 D.7.a retainage of five percent(5%). 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, 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 > overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.6.2 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 construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage; 5.6.3 Subtract the aggregate of previous payments made by the Owner; and 5.6.4 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 five percent (5%)will be withheld in accordance with Section 218.735 (8)(a), Florida Statutes. cv cv cv ARTICLE 6 Final Payment e® 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 and the work has been accepted by the Owner except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment, and (2) a final approval for n payment has been issued by the Director of Project Management. Such final payment shall be made by the Owner not more than twenty (20) 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 (3) Certificate of Substantial Completion > (4) Contractor's Affidavit of Debts and Claims (5) 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 (.PDF) format delivered on a common form (i.e. flash drive) of all the following, but not limited to: A. Project Record Documents (As Built Documents). Page 5 of 34 Packet Pg.749 D.7.a B. Operating and maintenance data, instructions to the Owner's personnel. C. Warranties, bond and guarantees. D. Keys and keying schedule. E. Spare parts and maintenance materials. > 0 F. Electronic copies of approved submittals. G. Evidence of payment and final release of liens and consent of surety to final release (includes final release from all utilities and utility companies). 0 H. Copies of either a Certificate of Completion or Certificate of Occupancy issued by the City of Key West Building Department. ARTICLE 7 Miscellaneous Provisions 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. cv 7.2 Payment shall be made according to the Florida Local Government Prompt Payment Act and Monroe County Code. 7.3 Temporary facilities and services: As described in Section 01500, Temporary Facilities, of the General Conditions. i 7.4 Annual Appropriation. Monroe County's performance and obligation to pay under this contract 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 n are withdrawn, this Agreement is terminated and the County has no further obligation under the terms of this Agreement to the Contractor beyond that already incurred by the termination date. 0 7.5 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, proposal, or reply 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 for the construction or repair of a public building or public work, may > not submit bids, proposals, or replies 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 287.017, 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: Page 6 of 34 Packet Pg.750 D.7.a a) Maintenance of Records. Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of ten (10) years from the termination of this Agreement or five (5) years from the submission of 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 four > (4) years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by 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 Statutes, running from the date the monies were paid by the Owner. Right to Audit_ 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 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 order files (including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence n! 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 LU related to this Agreement, and all other agreements, sources of information and e® matters that may in Owner's or the County Clerk's reasonable judgment have any CL 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 open to inspection and subject to audit and/or reproduction by Owner's representative 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 n the distribution of payroll, verifying payroll computations, overhead computations, observing vendor and supplier payments, miscellaneous allocations, special charges, i verifying information and amounts through interviews and written confirmations with employees, Subcontractors, suppliers, and contractors' representatives. All records shall be kept for ten (10)years after Final Completion of the Project. 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 paid to Contractor pursuant to this Agreement were spent for > purposes not authorized by 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 Statutes, running from the date the monies were paid to Contractor. The Right to Audit provisions survive the termination or expiration of this Agreement. b) 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 Page 7 of 34 Packet Pg.751 D.7.a 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 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 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 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 provision with a valid provision that comes as close as possible to the intent of the stricken provision. d) 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 relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs as an award against the n! non-prevailing party, and shall include attorney's fees and court costs in appellate proceedings. LU e) Binding Effect. The terms, covenants, conditions, and provisions of this Agreement CL 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 n 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. 0 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. Any conditions imposed as a result of the funding that affect the Project will be provided to each party. > 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 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 seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of Section 7.4, Section 7.6 or Article 8 concerning termination or cancellation. Page 8 of 34 Packet Pg.752 D.7.a 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. > 0 j) Nondiscrimination/Equal Employment Opportunity. 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 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 not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352), 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 §§ 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 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 amended (42 USC §§ 6101-6107), which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of n! drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health e® Service Act of 1912, §§ 523 and 527 (42 USC §§ 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patent records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC §§ 3601 et seq.), 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; 10) Monroe County Code n Chapter 14, Article II, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, i 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 Agreement. During the performance of this Agreement, the Contractor, in accordance with Equal Employment Opportunity (30 Fed. Reg. 12319, 129357 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at i 41C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II, 0) ¶ C, agrees as follows: 2 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that Page 9 of 34 Packet Pg.753 D.7.a applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this > nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. -- 3. The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job W functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such n; disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted LU by the employer, or is consistent with the contractor's legal duty to furnish information. CL i 4. The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice ®i in conspicuous places available to employees and applicants for employment. 0 5. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 6. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the E Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. Page 10 of 34 Packet Pg.754 D.7.a 7. In the event of the Contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs(1)through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 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 n! 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 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. y m) No Solicitation/Payment. The County and Contractor warrant that, in respect to itself, i 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 y 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 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 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 ®i fee, commission, percentage, gift, or consideration. n) Employment or Retention of Former County Officers or Employees. Contractor warrants that it has not employed, retained or otherwise had act on its behalf any former County officer or employee subject to the prohibition of Section 2 of Monroe County Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Monroe County Ordinance No. 020-1990. For breach or violation of this Page 11 of 34 Packet Pg.755 D.7.a provision the County may, in its discretion, terminate this contract without liability 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. o) Public Records Compliance. Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I 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 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 associated with that proceeding. This provision shall survive any termination or 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. Pursuant to Fla. Stat., Sec. 119.0701 and the terms and conditions of this contract, the n! Contractor is required to: (1) Keep and maintain public records that would be required by the County to e® perform the service. (2) Upon receipt from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. n (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) 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 ®i 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 Page 12 of 34 Packet Pg.756 D.7.a County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must 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 the records to be inspected or copied within a reasonable time. > 0 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 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. The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING N THE APPLICATION OF CHAPTER 119, FLORIDA N STATUTES, TO THE CONTRACTOR'S DUTY TO N N PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, BRIAN BRADLEY AT PHONE# 305-292-3470 BRADLEY-BRIAN(kMONROECOUNTY-FL.GOV, MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH Street, SUITE 408, KEY WEST, FL 33040. p) Non-Waiver of Immunity. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the Contractor and the County in this Agreement and the ®i acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of y immunity to the extent of liability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. q) Privileges and Immunities. All of the privileges and immunities from liability, 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 0) of the County shall apply to the same degree and extent to the performance of such 2 functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. Page 13 of 34 Packet Pg.757 D.7.a r) Legal Obligations and Responsibilities: Non-Delegation of Constitutional or Statutory 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, except to the extent permitted by the Florida constitution, state statute, and case law. > 0 s) Non-Reliance by Non-Parties. No person or entity shall be entitled to rely upon the 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. t) 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. u) No Personal Liability. No covenant or agreement contained herein shall be deemed n! 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 e® personal liability or accountability by reason of the execution of this Agreement. v) 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 together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. n w) Hold Harmless, Indemnification, and Defense. Notwithstanding any minimum insurance requirements prescribed elsewhere in this Agreement, Contractor shall defend, indemnify and 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 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 Page 14 of 34 Packet Pg.758 D.7.a 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 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 cv 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 LU officers and employees, from liabilities, damages, losses and costs, including, but not e® 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. Federal Government and NPS Indemnification To the fullest extent permitted by law,the Contractor shall indemnify and hold harmless the Federal Government and the National Park Service, and its officers and i 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. FDEM Indemnification > 0 To the fullest extent permitted by law,the Contractor shall indemnify and hold harmless the Agency, the State of Florida, Department of Emergency Management, and its officers and employees, from liabilities, damages, losses and costs, including, but not E limited to, reasonable attorney'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. Page 15 of 34 Packet Pg.759 D.7.a This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the Federal Government, State of Florida and the (County) Agency's sovereign immunity. 0 x) Section Headings. Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. > 0 y) Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the County that DBE's, as defined in C.F.R. Part 26, 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 agree to ensure that DBE'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 DBE'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. 2 C.F.R. � 200.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS W cv a. If the Contractor, with the funds authorized by this Agreement, seeks to subcontract goods or services, then, in accordance with 2 C.F.R. §200.321, the CONTRACTOR shall take the following affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. b. Affirmative steps must include: i (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises y are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities m to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (6) Requiring the Prime contractor, if subcontractors are to be let, to take the affirmative steps listed in paragraph (1) through (5) of this section. z) Agreements with Subcontractors. In the event that the Contractor subcontracts any or all of the work in this project to any third party, the Contractor specifically agrees to 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. Page 16 of 34 Packet Pg.760 D.7.a aa) 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 bb) E-Verify System. Beginning January 1, 2021, in accordance with Section 448.095, Florida Statutes, the Contractor and any subcontractor shall register with and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status 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 E-Verify system to verify the work authorization status of all new employees hired by the subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Contractor shall comply with and be subject to the provisions of Section 448.095, Florida Statutes. cc) 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 n! and superseded hereby. Any amendment to this Agreement shall be in writing, approved by the Board of County Commissioners, and signed by both parties before LU it becomes effective. CL e® dd) Florida Green Building Coalition Standards. Monroe County requires its buildings to conform to Florida Green Building Coalition standards. Special Conditions, if any are detailed in Section 00100 of the Project Manual for this Project. n 7.7 Any written notices or correspondence given pursuant to this contract shall be sent by i United States Mail, certified, return receipt requested, postage prepaid, or by courier with proof of delivery. The place of giving Notice shall remain the same as set forth herein until y changed in writing in the manner provided in this paragraph. Notice shall be sent to the following persons: For Contractor: Innovative Masonry Restoration, LLC Attn: Jim Dolby, Principal 16264 Lakeside Avenue Southeast Prior Lane, Minnesota 55372 For Owner: Director of Project Management Assistant County Administrator, PW& E 1100 Simonton St., Room 2-216 1100 Simonton Street Key West, Florida 33040 Key West, Florida 33040 Page 17 of 34 Packet Pg.761 D.7.a 7.8 FEDERAL CONTRACT REQUIREMENTS 0 The Contractor and its subcontractors must follow the provisions, as applicable, as set forth in 2 C.F.R. §200.326 Contract provisions and Appendix II to @ C.F.R. Part 200, as amended, including but not limited to: 7.8.1 Davis-Bacon Act, as amended (40 U.S.C. §§3141-3148). When required by Federal program legislation, which includes emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program, all prime construction contracts in excess of $2,000 awarded by non- Federal entities must comply with the Davis-Bacon Act (40 U.S.C. §§3141-3144, and §§3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, c "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified 2 in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. If applicable, the County must place a current prevailing wage determination issued by the Department of Labor in each solicitation, a copy of which is attached hereto as Exhibit "A" and made a part hereof. The decision to award a contract or subcontract must be conditioned upon the acceptance of -S the wage determination. The COUNTY must report all suspected or reported violations to the Federal awarding agency. When required by Federal program legislation, which n! includes Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program (it does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program), the contractors must also comply with the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). As required by the Act, each contractor or subrecipient is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of LN®i the compensation to which he or she is otherwise entitled. The County must report all suspected or reported violations to the Federal awarding agency. (1) Contractor. The contractor shall comply with 18 U.S.C. § 8747 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any i subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring E the subcontractors to include these clauses in any lower tier 2 subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. Page 18 of 34 Packet Pg.762 D.7.a (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. 0 7.8.2 Contract Work Hours and Safety Standards Act (40 U.S.C. W701-3708). Where applicable, which includes all FEMA grant and cooperative agreement programs, all contracts awarded by the COUNTY in excess of$100,000 that involve the employment of mechanics or laborers must comply with 40 U.S.C.§§ 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. §3702 of the Act, each CONTRACTOR must compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide '✓ that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 7.8.3 Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or .2 subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the "' recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 7.8.4 Clean Air Act (42 U.S.C. �7401-7671 q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387). CONTRACTOR agrees to comply with all applicable standards, y orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. §§7401-7671 q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§1251-1387) and will report violations to FEMA and the Regional Office of the Environmental Protection Agency L11 (EPA). The Clean Air Act(42 U.S.C. 7401-7671 q.)and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—applies to Contracts and subgrants of amounts in excess of$150,000. 7.8.5 Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions E contains the names of parties debarred, suspended, or otherwise excluded by agencies, 2 as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Page 19 of 34 Packet Pg.763 D.7.a 7.8.6 Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any y agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. 7.8.7 Compliance with Procurement of Recovered Materials as set forth in 2 CFR � 200.322. CONTRACTOR must comply with section 6002 of the Solid Waste Disposal Act, as amended, by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. .N 7.8.8 Prohibition on certain telecommunications and video surveillance services or equipment as set forth in 2 CFR � 200.216. Recipients and subrecipients and their contractors and subcontractors may not obligate or expend any federal funds to (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential i component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video y surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). 0 (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. E Page 20 of 34 Packet Pg.764 D.7.a 7.8.9 Domestic preference for procurements as set forth in 2 CFR �200.322 The COUNTY and CONTRACTOR should, to the great extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). These requirements of this section must be included in all subawards including contracts and purchase orders for work or products under federal award. For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all > manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. Other Federal and FEMA Requirements (as applicable) 7.8.10 Americans with Disabilities Act of 1990, as amended (ADA). The CONTRACTOR will comply with all the requirements as imposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the CONTRACTOR pursuant thereto. 7.8.11 Access to Records. Contractor/Consultant and their successors, transferees, .N assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing the Department of Homeland Security (DHS) and the Federal Emergency Management Agency's (FEMA) access to records, accounts, n' documents, information, facilities, and staff. Contractors/Consultants must: (1) LU LU Cooperate with any compliance review or complaint investigation conducted by DHS; (2) Give DHS access to and the right to examine and copy records, accounts, CL and other documents and sources of information related to the grant and permit i access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance; and (3) Submit timely, complete, and accurate reports to the appropriate y DHS officials and maintain appropriate backup documentation to support the reports. 7.8.12 DHS Seal, Logo and Flags. Contractor shall not use the Department of Homeland y Security seal(s), logs, crests, or reproduction of flags or likeness of DHS agency officials without specific FEMA approval. 7.8.13 Changes to Contract. The Contractor understands and agrees that any cost resulting from a change or modification, change order, or constructive change of the agreement must be within the scope of any Federal grant or cooperative agreement that may fund this Project and be reasonable for the completion of the Project. Any E contract change or modification, change order or constructive change must be approved in writing by both the County and Contractor. 7.8.14 Compliance with Federal Law, Regulations, and Executive Orders. This is an acknowledgement that FEMA financial assistance will be used to fund the contract Page 21 of 34 Packet Pg.765 D.7.a only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. 0 7.8.15 No Obligation by Federal Government. The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the COUNTY/non- Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. > 0 7.8.16 Program Fraud and False or Fraudulent Statements or Related Acts. The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. 0 7.8.17 The Contractor shall utilize the U.S. Department of Homeland Security's E-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 E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 7.8.18 If this Agreement is funded by the Florida Department of Emergency Management (FDEM), the Contractor will be bound by the terms and conditions of the Federally- Funded Sub-award and Grant Agreement between County and the Florida Division n' of Emergency Management (Division) found at the following link on the Monroe County web page: p ://www.mcnrceccunty®fi. ov/ demrantareement ARTICLE 8 i Termination or Suspension 8.1 The Contract may be terminated by the Owner as provided in Article 14 of the General y Conditions. 8.2 In the event that the Contractor shall be found to be negligent in any aspect of service, the County shall have the right to terminate this Agreement after five (5) calendar days'written notification to the Contractor. 8.3 Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60) days' written notice of its intention to do so. 0 8.4 Termination for Cause and Remedies: In the event of breach of any contract terms, the County retains the right to terminate this Agreement. The County may also terminate this Agreement for cause with Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the County shall provide Contractor with seventy-two (72) hours' written notice and provide the Contractor with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the County terminates this Agreement with the Contractor, County shall pay Contractor Page 22 of 34 Packet Pg.766 D.7.a the sum due the Contractor under this Agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract; however, the County reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to Contractor shall not in any event exceed the spending cap y in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. 8.5 Termination for Convenience: The County may terminate this Agreement for convenience, at any time, upon thirty (30) days'written notice to Contractor. If the County terminates this Agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this Agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract. The maximum amount due to Contractor shall not exceed the spending cap in this Agreement. 8.6 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 given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section W 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. 8.7 For Contracts of $1,000,000 or more, if the County determines that the Contractor/Consultant submitted a false certification under Section 287.135(5), Florida Statutes, or if the Contractor/Consultant has been placed on the Scrutinized Companies 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 of (1) terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's y determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida ml Statutes, are met. 0 ARTICLE 9 Enumeration of Contract Documents 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: a) Drawings: West Martello Citadel Hurricane Repairs pages: A0, Al, A2, D1, A3, A4, A5, A6, A7 and A8 dated March 18, 2020. b) Project Manual: Specifications for West Martello Citadel Hurricane Repair dated March 18, 2020. Page 23 of 34 Packet Pg.767 D.7.a 9.1.1 The Agreement is this executed Standard Form of Agreement Between Owner and Contractor. 9.1.2 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 Request for Proposals. 9.1.4 The Addenda, if any, are as follows: Number Date # of Pages 1 1/20/21 3 This Agreement is entered into as of the day and year first written above and is executed in at least one (1) original copy. BALANCE OF PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE TO FOLLOW cv cv cv i 0 0 Page 24 of 34 Packet Pg.768 D.7.a i i I Execution by the Contractor must be by a person with authority to bind the entity. E SIGNATURE OF THE PERSON EXECUTING THE DOCUMENT MUST DE NOTARIZED. (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: Kevin Madok, Clerk OF MONROE COUNTY, FLORIA i 0 By: By: _ Deputy Clerk Mayor/Chairman Date M4hC}M ROE COUNTY ATTOMNEYS OfFiCE � (SEAL) APPROVED AS TO FORM � s 0 _ ST € U ATTORNEY CONTRACTOR'S Witnesses Attest: CONTRACTOR: 2 Innovative Masonry : Contractor mu provide two witnesses Restoration, LL�C � signatures Signature: . _ Signature: Print Name: ixn Daly Print Name: David LaPorte Title: Principal 04 cNi Gate: 2/2J2021 Date: 02/02/2 t uj and _ CL Signature: Print Name: � ��� CL C Date: STATE OF V'�j COUNT` OF ` 0—NCO tQ as On this day of 21) , before me, the undersigned ngtary public, by means of 0 physical presence or online, personally appeared C) 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 WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS for the purposes therein contained. 0 __ - — _ Notary Public [ Aiic�Mane ScbauPp _ L , NOTARY PtBtIG Print Name 7 -� i INE ETA My commission expires: 1 ' (Sear) My commission Exp m Jan 31,2 23 z� Page 25 of 34 1 Packet Pg. 769 D.7.a GENERAL REQUIREMENTS 0 Where Project Management is Not a Constructor 0 Section 00750 General Conditions Section 00970 Project Safety and Health Plan Section 00980 Contractor Quality Control Plan Section 01015 Contractor's Use of the Premises Section 01027 Application for Payment Section 01030 Alternates Section 01040 Project Coordination Section 01045 Cutting and Patching �-- Section 01050 Field Engineering Section 01200 Project Meetings Section 01301 Submittals Section 01310 Progress Schedules Section 01370 Schedule of Values Section 01385 Daily Construction Reports Section 01395 Request for Information— (RFI) .2 Section 01410 Testing Laboratory Services Section 01421 Reference Standards and Definitions ni Section 01500 Temporary Facilities "' Section 01520 Construction Aids Section 01550 Access Roads and Parking Areas Section 01560 Temporary Controls Section 01590 Field Offices and Sheds Section 01595 Construction Cleaning Section 01600 Material and Equipment Section 01630 Post-Proposal Substitutions y Section 01640 Product Handling Section 01700 Contract Closeout ml Section 01710 Final Cleaning Section 01720 Project Record Documents y Section 01730 Operation and Maintenance Data Section 01740 Warranties 0 Page 26 of 34 Packet Pg.770 D.7.a 0 EXHIBIT Davis Bacon Wages 0 N N N CL 0 Page 27 of 34 Packet Pg.771 D.7.a "General Decision Number : FL20210022 01/22/2021 0 Superseded General Decision Number : FL20200022 0 State : Florida Construction Type : Building County: Monroe County in Florida . BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Note : Under Executive Order (EO) 13658, an hourly minimum wage of $10 . 95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1 , 2015 . If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10 . 95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent `V performing on the contract in calendar year 2021 . If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process y set forth in 29 CFR 5 . 5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of y contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5 . 1 (a) (2) - ( 60 ) . Additional information on contractor requirements and worker protections under the EO is available at www. dol . gov/whd/govcontracts . E Modification Number Publication Date 0 01/01/2021 Page 28 of 34 Packet Pg.772 D.7.a 1 01/22/2021 0 ELEC0349-003 09/01/2020 0 Rates Fringes ELECTRICIAN . . . . . . . . . . . . . . . . . . . . . . $ 36 . 36 11 . 82 > 0 ----------------------------------------------------------- ENG10487-004 07/01/2013 Rates Fringes 0 OPERATOR: Crane All Cranes Over 15 Ton Capacity. . . . . . . . . . . . . . . . . . . . $ 29 . 00 8 . 80 Yard Crane, Hydraulic Crane, Capacity 15 Ton and Under . . . . . . . . . . . . . . . . . . . . . . . $ 22 . 00 8 . 80 ----------------------------------------------------------- IRON0272-004 10/01/2020 N N Rates Fringes `V IRONWORKER, STRUCTURAL AND REINFORCING . . . . . . . . . . . . . . . . . . . . . . $ 25 . 79 13 . 34 ----------------------------------------------------------- PAIN0365-004 08/01/2020 Rates Fringes m PAINTER: Brush Only. . . . . . . . . . . . . $ 20 . 21 11 . 83 * SFFL0821-001 01/01/2021 Rates Fringes 0 r- SPRINKLER FITTER (Fire Sprinklers) . . . . . . . . . . . . . . . . . . . . . . $ 29 . 88 20 . 27 ----------------------------------------------------------- E SHEE0032-003 12/01/2013 2 Rates Fringes Page 29 of 34 Packet Pg.773 D.7.a SHEETMETAL WORKER (HVAC Duct Installation) . . . . . . . . . . . . . . . . . . . . $ 23 . 50 12 . 18 ----------------------------------------------------------- 0 SUFL2009-059 05/22/2009 Rates Fringes CARPENTER. . . . . . . . . . . . . . . . . . . . . . . . $ 15 . 08 5 . 07 0 CEMENT MASON/CONCRETE FINISHER. . . $ 12 . 45 0 . 00 FENCE ERECTOR. . . . . . . . . . . . . . . . . . . . $ 9 . 94 0 . 00 0 LABORER: Common or General . . . . . . $ 8 . 62 0 . 00 LABORER: Pipelayer . . . . . . . . . . . . . . $ 10 . 45 0 . 00 OPERATOR: Backhoe/Excavator . . . . . $ 16 . 98 0 . 00 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) . . . . . . . . . $ 9 . 58 0 . 00 N OPERATOR: Pump . . . . . . . . . . . . . . . . . . $ 11 . 00 0 . 00 PAINTER: Roller and Spray. . . . . . . $ 11 . 21 0 . 00 i PLUMBER. . . . . . . . . . . . . . . . . . . . . . . . . . $ 12 . 27 3 . 33 ROOFER: Built Up, Composition, Hot Tar and Single Ply. . . . . . . . . . . . . . . . . . . . . . . $ 14 . 33 0 . 00 0 SHEET METAL WORKER, Excludes HVAC Duct Installation . . . . . . . . . . . $ 14 . 41 3 . 61 TRUCK DRIVER, Includes Dump and 10 Yard Haul Away. . . . . . . . . . . . $ 8 . 00 0 . 15 ----------------------------------------------------------- 0) WELDERS - Receive rate prescribed for craft performing 2 operation to which welding is incidental . Page 30 of 34 Packet Pg.774 D.7.a Note : Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017 . If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year . Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www. dol . gov/whd/govcontracts . N N Unlisted classifications needed for work not included `V within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5 . 5 (a) (1) (ii) ) . i ----------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination . The classifications y are listed in alphabetical order of ""identifiers" " that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . i Union Rate Identifiers E A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or " "UAVG" " denotes that the union Page 31 of 34 Packet Pg.775 D.7.a classification and rate were prevailing for that classification in the survey. Example : PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers . 0198 indicates the local union number or district council number where applicable, i . e . , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination . 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014 . 0 U Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate . Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate ._ that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification . As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates . Example : SULA2012-007 5/13/2014 . SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates . LA indicates the State of Louisiana . 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination . 5/13/2014 indicates the survey y completion date for the classifications and rates under that identifier . Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers E Classification (s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the Page 32 of 34 Packet Pg.776 D.7.a classifications was union data . EXAMPLE : UAVG-OH-0010 08/29/2014 . UAVG indicates that the rate is a weighted union average rate . OH indicates the state . The next number, 0010 in the example, is an internal number used in producing the wage determination . 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier . > 0 A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. o ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1 . ) Has there been an initial decision in the matter? This can be : * an existing published wage determination * a survey underlying a wage determination `V * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including y requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the y response from this initial contact is not satisfactory, then the process described in 2 . ) and 3 . ) should be followed. 0 r_ With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations . Write to : E Branch of Construction Wage Determinations Wage and Hour Division U . S . Department of Labor Page 33 of 34 Packet Pg.777 D.7.a 200 Constitution Avenue, N.W. Washington, DC 20210 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 . 8 and 29 CFR Part 7) . > 0 Write to : Wage and Hour Administrator U . S . Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party' s position and by any information (wage payment data, project description, area practice material, etc . ) that the requestor considers relevant to the issue . 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the `V Administrative Review Board (formerly the Wage Appeals Board) . Write to : Administrative Review Board U . S . Department of Labor 200 Constitution Avenue, N.W. y Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final . ----------------------------------------------------------- END OF GENERAL DECISION" Page 34 of 34 Packet Pg.778 D.7.b MASONRY RESTORATION, LLC INNOVATIVE 16264 Lakeside Ave SE Prior Lake, MN 55372 612-548-5589 0 Monroe County 1100 Simonton Street y Key West, Florida 33040 RE: West Martello 0 Innovative Masonry Restoration is pleased to submit our proposal for the above referenced bid. We believe we will provide the highest level quality of work within the specified scope. IMR intends, if we are the selectected bidder for the project, we will make our best effort to participate/subcontract with Minority Owned Business in the execution of the work at West Martello. Innovative Masonry Restoration appreciates the opportunity to submit this proposal for your consideration. If you have any questions please contact me at our office number listed above and/or by email at ?im im restoration.co . y Best Regards, Innovative Masonry Restoration 0 0. Jim Dolby, Principal Packet Pg.779 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS SECTION 00120 PROPOSALFORM The Proposal shall be submitted on the forms included in this section of the Proposal Documents as previously instructed herein. Item Description Pages 1. Proposal Form 27-28 2. Bid Bond (Proposal Security) 30 3. Non-Collusion Affidavit 31 c 4. Lobbying and Conflict of Interest Clause 32 5. Drug-Free Workplace Form 33 6. Public Entity Crime Statement 34 7. Vendor Certification Regarding Scrutinized Companies List 35 0 8. Minority Owned Business Declaration 36 9. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion 37 10. Subcontractor Listing Form 38 11. Insurance Requirements and Checklist 39-40 12. Workers Compensation and Employers' Liability 41 13. General Liability 42 14. Vehicle Liability 43 15. Proposer's Insurance and Indemnification Statement 44-46 16. Insurance Agent's Statement 47 c 17. Contractor License: A Current Copy to be submitted with Proposal. Subcontractor Licenses to be Submitted Prior to Award of Notice to Proceed. INFORMATION REQUIRED TO BE PROVIDED 1. In order to determine if the persons or entity submitting proposals are responsible, all y Proposals for contracts to be awarded under this section must contain the following 0. information: A. A list of the entity's shareholders with five percent (5%) or more of the stock or, if a general partnership, a list of the general partners; or, if a limited liability company, a list of its members; if a solely owned proprietorship, names(s) of owner(s). A Jim Dolby, David LaPorte- Principals PROPOSAL FORM 00120- Page 24 of 281 Packet Pg.780 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS copy of documentation demonstrating that the entity is a legally viable entity shall be attached. B. A list of the officers and directors of the entity. C. Relevant Experience: The number of years the person or entity has been operating and, if different, the number of years it has been providing the service, goods, or construction services called for in the proposal specifications (include a list of similar projects). see attached D. The number of years the person or entity has operated under its present name and any prior names. 7 years 0 E. Answers to the following questions regarding claims and suits: a. Has the person or entity ever failed to complete work or provide the goods for which it has contracted? (If yes, provide details of the job, including where the job was located and the name of the owner.) 0 YES NO 0 b. Are there any judgments, claims, arbitration proceeding or suits pending or outstanding against the person, principal of the entity, or entity, or its officers, directors, or general partners (this specifically includes any present or prior entities in which the person, 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)? (If yes, provide details, include enough information about the ca judgment, claim, arbitration or suit so that the Owner will able to obtain a copy of the judgment or claim or locate the suit by location and case 2 number.) YES NO 0 c. Has the person, principal of the entity, entity, or its officers, major 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 ®i partner of the proposing entity has been involved as a person, principal, entity, officer, director or general partner in the last five (5) years. (If yes, 0. provide details, include enough information about the judgment, claim, CL arbitration or suit so that the Owner will able to obtain a copy of the judgment or claim or locate the suit by location and case number.) YES NOFJ PROPOSAL FORM 00120- Page 25 of 281 Packet Pg.781 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS d. Has the person, principal of the entity, or its officers, owners, partners, major shareholders or directors, ever initiated litigation against Monroe County or been sued by Monroe County in connection with a contract to provide services, goods or construction services?This specifically includes any present or prior entities in which the person, principal, entity, officer, director or general partner of the proposing entity has been involved as a person, principal, entity, officer, director or general partner. (If yes, provide details, include enough information about the judgment, claim, arbitration or suit so that the Owner will able to obtain a copy of the judgment or claim or locate the suit by location and case number.) YES NO , e. Whether, within the last five (5) years, the Owner, an officer, general partner, controlling shareholder or major creditor of the 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 y 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.) YES NO F f. Customer references (minimum of three), including name, current address and current telephone number. Credit References (minimum of three), including name, current address and current telephone number. �? g. Financial statements for the prior three (3) years. Please provide in a separate email for the Contractor's confidentiality, and clearly label the email as "CONFIDENTIAL". ("Any financial statement that an agency requires a prospective bidder to submit in order to prequalify for bidding or for responding to a bid for a road or any other public works project is exempt from F.S. 119.07(1) and s.24(a), o Art. 1 of the State Constitution.") However, any financial information the Contractor includes in the proposal packet, which is not marked as "Confidential", may be disclosed in any public records request and will not be treated as "Confidential." > 0 0 0. 0 PROPOSAL FORM 00120- Page 26 of 281 Packet Pg.782 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS 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: Innovative Masonry Restoration LLC 16264 Lakeside Ave SE Prior Lake, MN 55372 The undersigned, having carefully examined the Work and reference Drawings, Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of: 0 WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS 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 U 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 latent 2 physical condition which could be reasonably anticipated by reference to documentary information 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. Two hundred forty seven thousand and 00/100 Dollars (Total Base Proposal- words) > 0 $ 247,000.00 Dollars ®' (Total Base Proposal — numbers) 0. 0 CL I acknowledge Alternates as follows: N/A Unit prices, if any, are as follows: N/A PROPOSAL FORM 00120- Page 27 of 281 Packet Pg.783 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS I acknowledge receipt of Addenda No.(s) No. 1 Dated 1-20-2021 No. Dated No. Dated No. Dated i3 0 0 0 0 0 0 0 0 0 0 PROPOSAL FORM 00120- Page 28 of 281 Packet Pg.784 D.7.b REQUEST FOR PROPOSALS FOR THE WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS RFP-352-0-2020/la c� ADDENDUM NO. 01 January 20, 2021 The information contained in this Addendum modifies,supplements or replaces information contained in the RFP and is hereby made a part of the Contract Documents. QUESTION#1: Is the removal of the steel plates at the stairwell wall included? 0 ANSWER#1: Yes—as per the plans, remove all existing metal plates, including abandoned screws and metal fittings from all walls filling the gaps with mortar. The intent is to stabilize the walls as much as possible without completely dismantling them. E 0 QUESTION#2: The Landscape Note on sheet A3 says that the Garden Club will coordinate plant removal. Does "Coordinate" mean that the Garden Club is responsible for moving or relocating all landscaping during the project to 0 allow access to the work areas? 0 ANSWER#2: The Garden Club shall attempt to move as many of the plants as they can. The Contractor shall assist Garden Club as required to move large plants. For purposes of bidding, Contractor shall assume providing direct assistance in the moving and temporary relocation of up to 7 large shrubs. The Contractor will also have to work around several trees that are too valuable to relocate. 0 QUESTION#3: If handling plant removal and relocation is the responsibility of the contractor, can the Garden Club provide a map or legend that identifies all plants in the project area and their associated cost or value? ANSWER#3: See response to Question#2. The Garden Club and Owner shall show the successful bidder exactly where — the plants are in the project area, and which plants they are requesting that the contractor work around, as they are too 0 valuable to move. The successful bidder shall provide a project schedule, including an updated 3-week look ahead and staging plan to allow the Garden Club to plan for day-to-day operations, assistance with plant relocation, as well as special events. QUESTION#4: May we use a different brick mortar recipe? 0 ANSWER#4: The plans and specifications present the mortar recipe used as the basis of design. If a bidder wants to propose something different, a substitution request must be submitted including samples, materials testing results, including mortar hardness testing, and a completed substitution request form (see General Conditions)explaining the life cycle cost implications as well as the durability and aesthetics of the proposed substitution. The County, the Architect 0. and perhaps the NPS will have to agree to the substitution. The contractor shall pay for all testing and no additional 0 CL contract time will be awarded for the testing and review period. m QUESTION#5: How will the bricks at the tower be finished after the removal and demolition of the concrete? 0 ANSWER#5: Coat the newly exposed brick masonry/rubble at the top of the stair tower with structural repair mortar. See cutsheet on 2/A8. REQUEST FOR PROPOSALS FOR THE WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS Packet Pg.785 D.7.b QUESTION#6: Regarding landscaping, the drawings and specifications ask for the removal/protection/replacement to be coordinated with the County and The Garden Club. Will all the removal/protection/replacement required to access the work areas be performed by the County and/or The Garden Club? c� ANSWER#6: See responses to Questions#2 and#3 QUESTION#7: Regarding the reconstruction of new walls, the drawings state that the center of the wall is to be composed of local oolitic limestone rock of varying sizes mixed with historic mortar.The specifications are clear on the mortar material (Us Heritage NHL3.5 Hydraulic Lime Mortar) but does not specify the characteristics of the limestone or sizes. Please advise the limestone sizes, if necessary, the local quarry to be contacted and the mortar/aggregate mix ratios. ANSWER#7: The Architect's advice is to recycle what is therefrom the areas of wall that need to be demolished. Historically, the Oolitic limestone fill is local cap rock. If additional fill is required, the ratio of mortar to limestone, including the size of the rocks, should match, as close as feasible, the existing rock in the mix. This fill is all non- structural. The Architect and selected Contractor will meet onsite to determine the ratio of mortar to local rock. If new rock is needed, Toppino&Sons is one, but not the only, possible source. If new rock is brought in, the selected Contractor will be required to prepare a mock-up, using the proposed limestone and mortar mix, to verify a match, prior to placing the new fill. 0 QUESTION#8: It is our intent to close off the perimeter of the work areas restricting access to non-construction personnel for the duration of the project. Please advise if this is acceptable. ANSWER#8: No-this is unacceptable. The West Martello Tower& Gardens will remain open during construction. The Contractor will stage the work so that only portions of the site are closed or cordoned off during the normal operating hours of each day. QUESTION#9: Landscape note on sheet A3 implies that owner and garden club will assume full responsibility and cost for moving and replanting all plants &trees around the citadel. Please confirm that this is correct. ANSWER#9: See responses to Questions#2 and#3 — 0 QUESTION#9: Please confirm that the contractor is not to include any costs for moving landscape trees & plants around the citadel. ANSWER#9: See responses to Questions#2 and#3 y QUESTION#10: It was stated at the site visit that some of the landscape plants trees are very valuable or irreplaceable. Please confirm if the owner and garden club will move all landscape trees and plants that may be in harm's way out of the area to ensure no harm is done to them during the progress of work. ANSWER#10: See responses to Questions#2 and#3 0 0. QUESTION#11: Can a schedule be provided with the relative value of all landscape plants/trees in the work area? CL ANSWER#11: No. See also responses to Questions#2 and#3 QUESTION#12: Please confirm where the contractor will be permitted to stage materials and equipment? ANSWER#12: There is a small parking area immediately north of the West Martello and near the double iron gate entrance to the Martello grounds, which may be used for staging and storage. If the Contractor chooses to provide REQUEST FOR PROPOSALS FOR THE WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS Packet Pg.786 D.7.b security fencing of this area, all fence supports shall be "non-ground-penetrating"type. The existing sidewalk, bicycle and vehicle travel lanes shall not be blocked and shall remain open at all times. QUESTION#13: How much space around or in proximity to each work area will the contractor be permitted to occupy to conduct repairs on the walls? ANSWER#13: See response to Question#8. Some areas may be temporarily cordoned off from the visiting public. However, any remaining areas or walkways required for access, shall maintain enough space for two people to pass side by side comfortably. QUESTION#14: How will the owner provide the archeologist referenced in the plan sheets for observation? Or is the contractor responsible for the cost of the archeologist? ANSWER#14: The County will provide qualified archeological monitors, who are County employees, during periods of 0 excavation. If more highly qualified archeologists are required, the County will obtain such services at no additional cost 6 to the Contractor. QUESTION#15: What type of safety barricades are acceptable for keeping visitors and general public out of the work areas? ANSWER#15: The type of safety barricades used shall comply with ADA, OSHA and other requirements. See also the y response to Questions#8 and#13. QUESTION#16: Please confirm that the Permit from the City of Key West Building Department has already been issued (#BLD2020-2413) and paid for. Please confirm that contractor should not include cost of permit in bid package. ANSWER#16: The City of Key West building permit has been approved. The cost of the permit is dependent on the cost of construction as proposed by the successful bidder. Please see the City's schedule of permit fees. As specified in the RFP and General Conditions, the Contractor is responsible for paying for and picking up the permit. 0 QUESTION#17: Please confirm cost of Project Sign is to be included in bid by contractor. ANSWER#17: As specified in Section 00100, 5.Special Provisions of the RFP and the General Conditions, the Contractor shall provide the project sign at their expense. QUESTION#18: Please confirm the Public Construction Bond listed is same as Performance and Payment Bond 0 ANSWER#18: Yes.As specified in Section 00100, 5. Special Provisions of the RFP, the Contractor will be required to submit a certified copy of the recorded Payment and Performance Bonds pursuant to Section 255.05, Florida Statutes. 0 All other items remain as called for in the documents. End of Addendum No. 01 ®� 0 0. 0 CL Cary Knight Director of Project Management REQUEST FOR PROPOSALS FOR THE WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS Packet Pg.787 D.7.b _ a- INNOVATIVE MASONRY `� LC 16264 Lakeside Ave SE, Prior Lake, MN 55372 612-548-5589 (0) 888-751-5402 (F) www.imrestoration.com January 28, 2020 Monroe County 1100 Simonton Street Key West, Florida 33040 RE: West Martello Historic Masonry Restoration y Per bidding requirements, the shareholders of Innovative Masonry Restoration are: James Dolby David LaPorte IMR has provided relevant work, including historic restoration projects. reference contact information. Included are the reference contact information. IMR has never failed to complete work it has contracted. c? No principal of the entity has been a party to any lawsuit in the past 5 years. No person or principal has ever initiated litigation against the County or has been sued by the county. We look forward to the opportunity of working with you and your staff on this project. y If you have any questions please contact me at our office number listed above or by emailing me at dave@imrestoration.com. Innovative Masonry Restoration appreciates the opportunity to submit this proposal for your consideration. If you have any questions please contact me at our office number listed above and/or by email at dave@imrestoration.com. �I 0 0. Best Regards, L. CL Dave LaPorte, Principal Packet Pg.788 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS 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 X 2. Proposal Security (Bid Bond) X 3. Non-Collusion Affidavit X 4. Lobbying and Conflict of Interest Clause X 5. Drug-Free Workplace Form X 6. Public Entity Crime Statement X 0 7. Vendor Certification Regarding Scrutinized Companies Lists X 8. Minority Owned Business Declaration X 9. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion X 0 4- 10. Subcontractor List Form X 11. Proposer's Insurance and Indemnification Statement X 12. Insurance Agents Statement (signed by agent) X 13. Answered Required Questions X 14. Provided three (3) Customer References and three (3) Credit References X Provided three (3) years of Financial Statements in separate email marked X 15. "CONFIDENTIAL" 16. Certified copy of Valid Florida Contractor's License X 17. Current Monroe County Occupational License X Business Innovative Masonry Restoration LLC Name: DBA: Business 46-4320585 EIN# Business 16264 Lakeside Ave SE Mailing Same as business address Address: Address: 0 City, State, Zip Prior Lake MN 55372 City,State,Zip Phone: 612-548-5589 Local Phone: > 0 r_ The physical business address must be registered as its principal lace of business with the Florida p Y 9� p p p i Department of State for at least one (1) year prior to the notice of request for bid or proposal. y Date: 1-27-2021 Signed: GC= 0. CL Printed: Jim Dolby Title: Principal Witness: PROPOSAL FORM 00120- Page 29 of 281 Packet Pg.789 D.7.b WEST MARTI LLO TOWER CITADEL HURRICANE REPAIRS SECTION 00120 N N-COL.LUSION AFFIDAVIT �s I, of the city a according to law on my oath, and under penalty of perjury, depose and say that: I am Princi al a of the firm of Innovative Masonry Restoration L.L the proposer raking the Proposal for the project described in the notice for calling for proposals for. 6 a and that I executed the said proposal with full authority to do so; - 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 a a . 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 a by the proposer prior to proposal opening, directly or indirectly, to any other proposer or > to any competitor; and a 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 L . The statements contained in this affidavit are true and correct, and made with full knowledge of said project. (Signature of Proposer) (Date) a STATE OF. COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of CI physical presence or online notarization, on � _- _ (date) by __ (name of affiant). He/She is personalty ®� known to me or has produced l"�,� � �� - - type of identifications as 0 identification, 0 a NOTARY PUBLIaC QA aJ9c+�i t '3 s urryp utfiart ntreLdc�"IINNESOrA My commission expires:PROP . _y 001 0- Page 31 of 281 Packet Pg. 790 D.7.b WEST MARTELL D TOWER CITADEL (HURRICANE REPAIR LOBBYING AND CONFLICT OF INTEREST'CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-19 � {A R E COUNTY, FLORIDA ETHICS CLAUSE Innovative Masonry Restoration LLC (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. i -i gg . For breach or y violation of this provision the County may, in its discretion, terminate this contract without liability 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 raker or employee". (Signature) 0 Date. _ `_ - ca I c I � STATE F: COUNTY F: Subscribed and sworn to (or affirmed) before me, by means of 0 physical presence or nline notarization, on �^ (date) by (name of ffiant), He/She is personally known to me or has produced k - (type of identification) as idratifatiora, 0. , c s , Ali � Scht ;.a NOTARY PUBLIC - - w, a= WARY PUBUG MMESOTA E ( -" PVt G 9 mss Exo"'!j1n 31,2023 Idly commission expires. PROP SAL F+C RM 001 - Page 32 of 281 Packet Pg. 791 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that,: Innovative lasonry Restoration LLC (Faroe of Business) 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 p€ohibition- 2. lnforrns 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. . Gives each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (1). 0 , 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 polo contendere to, any violation of Chapter 393(Florida Statutes)or of any controlled substance law of the united States or any state, for a violation occurring in the workplace no later than five( )days after such conviction. Imposes a sanction on, or require the satisfactory participation in a dreg abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. . Makes a good faith effort to continue to maintain a drug-free workplace through implernentaton of this section........., 0 U As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. / _ 0 Proposer's Signature Date STATE F. COUNTY F: Subscribed and sworn t (or affirmed) before me, by means of 0 physical presence or online notarization, ran (date) by IN � (name of affiant). 0. FlelShe is personally known to me or has produce e fit' 9fti � (type of identification) as identification. CL A36a Made cha NOTARY - OTARY PUBLIC NOTARY PUBLIC � (SEAL) ° MINNESOTA My commission expires: •a PROPOS 00120-page 33 of 28 Packet Pg. 792` WEST - RTELLO TOWER CITADEL HURRICANE REPAIR 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 gonads 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.' I have read the above and state that neitherInnovative Masonry r"Y Restoration LLC (Proposer's name) nor any Affiliate has been placed on the convicted vendor list within the last thirty-six ( ) months, 0 y (Signature) Date: , 0 0 STATE OF, COUNTY OF: Subscribed and sworn to (far affirmed) before me, by means of 0 physical presence nMine a notarization, on 1 - - (date) b (name of affrant). He/She is personally known to me or has produced CA (type of identification) as 0 identifkcation. 0 /'ji i. Mir - e AsWA202 *1'� wirrnYPUBIOTARY UBLItvJ T C. r y � s 3SEAy commission expires:. f ROP SAL FORA 00 1 g- Page 34 of 281 Packet Pg. 793 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Description(s): WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS Respondent Vendor Name: Innovative Masonry Restoration LLC Vendor FEIN: 46-4320585 Vendor's Authorized Representative Name and Title: Jim Dolby,Principal Address: 16264 Lakeside Ave SE a, City: Prior Lake State: MN Zip: 55379 Phone Number 612-548-5589 Email Address: jim@imrestoration.com o .Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or 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 prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for y 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. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may 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 false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: who is authorized to sign on behalf of the above referenced company. > 0 Authorized Signature: = �i S i Print Name: Jim Dolby v 0 0. 0 Title: Principal CL Note: The List are available at the following Department of Management Services Site: tt# :Ilwww.ds. �florida. olusiess oeratioslstate urctasi /vendor information/convicted suss ended discriminatory �its vendor lists PROPOSAL FORM 00120- Page 35 of 281 Packet Pg.794 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS � xL, Fa S' E Minority Owned Business Declaration a sub-contractor engaged by Monroe County during the completion of work associated with the below indicated project (Check one) U is a minority business enterprise, as defined in Section 288.703,Florida Statutes or X is not a minority business enterprise, as defined in Section 288.703, Florida Statutes. 0 F.S.288.703(3) "Minority business enterprise"means any small business concern as defined in subsection(6)(see below)which is organized to engage in commercial transactions,which is domiciled in Florida,and which is at least 5 1-percent-owned by minority persons who are members of an insular group that is of a particular racial,ethnic,or Ch gender makeup or national origin,which has been subjected historically to disparate treatment due to identification in and with that group resulting in an underrepresentation of commercial enterprises under the group's control,and whose management and daily operations are controlled by such persons. A minority business enterprise may primarily involve the practice of a profession. Ownership by a minority person does not include ownership which is 0 the result of a transfer from a nonrninority person to a minority person within a related immediate family group if the combined total net asset value of all members of such family group exceeds$1 million.For purposes of this subsection,the term"related immediate family group"means one or more children under 16 years of age and a parent of such children or the spouse of such parent residing in the same house or living unit. F.S 288.703(6)"Small business"means an independently owned and operated business concern that employs 200 or fewer permanent full-time employees and that,together with its affiliates,has a net worth of not more than$5 million or any firm based in this state which has a Small Business Administration 8(a)certification. As applicable to 0 sole proprietorships,the$5 million net worth requirement shall include both personal and business investments. c Contractor may refer to F.S. 288.703 for more information. Contractor Sub-Recipient: Monroe County Signature Signature Print Name: Jim Dolby Printed Name: Title: Principal Title/OMB Department: C Verified via: ®i hLt s:JJos s.m lori .coo irec Ties y 0 0. Address: 16264 Lakeside Ave SE DEM Contract: Z0002 c CL City/State/Zip Prior Lake, MN 55372 Date: 1-27-2021 FEMA Project Number: PROPOSAL FORM 00120- Page 36 of 281 Packet Pg.795 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion 0 Contractor Covered Transactions Jim Dolby (1) The prospective contractor of the Recipient, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Recipient's contractor is unable to certify to the above statement,the prospective contractor shall attach an explanation to this form. 2 CONTRACTOR: Innovative Masonry Restoration LLC 0 Signature Recipient's Name o Jim Dolby, Principal 0 Name and Title Division Contract Number 16264 Lakeside Ave SE Street Address FEMA Project Number Prior Lake, MN 55372 City, State, Zip 0 Date 1-27-2021 0 0 0 0 0 0 0. 0 CL PROPOSAL FORM 00120- Page 37 of 281 Packet Pg.796 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS SUBCONTRACTOR LISTING FORM Division Subcontractor Contact Person Ph#w/area code Fax: Cell: Address NA 0 0 0 CL 0 CJ 0 0 0 ®I PROPOSAL FORM 00120- Page 38 of 281 Packet Pg.797 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS 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. Innovative Masonry Restoration LLC PROPOSER Signature i3 0 0 0 0 0 0 0 0 0 0 INSURANCE REQUIREMENTS AND FORMS 00130- Page 46 of 281 Packet Pg.798 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS 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 Policy No. CTC04P65049AIND20 Bodily Injury&Property Damage:$25,000 _ CJ Auto Liability Policy No. 8104P1574342026G Collision: $1,000/Comprehensive: $1,000 Worker's Compensation Policy No. UB4P1432692026G Liability policies are Occurrence Claims Made CSDZ, LLC Insurance Agency Signature c c c End of Section 00120 0 ®I 0. INSURANCE REQUIREMENTS AND FORMS 00130- Page 47 of 281 Packet Pg.799 AO � CERTIFICATE OF LIABILITY INSURANCE °ATE`° °7 b' 12/9/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsec If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement of . this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Glen Mlron CSDZ, LLC PHONE FAX 225 South Sixth Street, Suite 1900 A/C No Ext: 612-322-6013 A/c,No): E-MMinneapolis MN 55402 ADDRESS: gmiron@csdz.com U INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Travelers Indemnity Company 25658 INSURED INNMASPC INSURER B:Travelers Property Casualty Co.America 25674 Innovative Masonry Restoration, LLC INsuRERc: Charter Oak Fire Insurance Company 25615 16264 Lakeside Ave �. Prior Lake MN 55372 INSURER D7 (� INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:80881068 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO1 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI: CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM,, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY Y Y DTC04P65049AIND20 12/17/2020 12/17/2021 EACH OCCURRENCE $1,000,000 O CLAIMS-MADE � OCCUR PREMISES DAMAGE TO N PREMISES Ea occurrence $300,000 t8 X Contr Liab Per MED EXP(Any one person) $10,000 X Policy Form/XCU PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO- ECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY Y Y 8104P1574342026G 12/17/2020 12/17/2021 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ ¢' U OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident O $ _ B X UMBRELLA LIAB X OCCUR Y Y CUP4P1580982026 12/17/2020 12/17/2021 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 ¢, DED X RETENTION$in nnn $ C WORKERS COMPENSATION PER H- Y UB4P1432692026G 12/17/2020 12/17/2021 X AND EMPLOYERS'LIABILITY STATUTE ER N Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below I I I E.L.DISEASE-POLICY LIMIT $1,000,000 O A Leased/Rented Equipment DTC04P65049AIND20 12/17/2020 12/17/2021 Ded:$1,000 $250,000 N DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) O ®I O t. O L_ CL CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II U ACCORDANCE WITH THE POLICY PROVISIONS. Sample AUTHORIZED REPRESENTATIVE @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Packet Pg.800 D.7.b WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS BID (PROPOSAL) BOND KNOW ALL MEN BY THESE PRESENTS, that we Innovative.Masonry Restoration LLC, 16264 Lakeside Ave. SE,Prior Lake,MN 55372 (Here insert name and address or legal title of Contractor) as Principal, hereinafter called the Principal and Granite Re, Inc., 14001 Quailbrook Dr., Oklahoma City, OK 73134 j (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of MN as Surety, hereinafter called the Surety, are held and firmly bound unto Monroe County Board of County Commissioners c/o Purchasing Department,1100 Simonton Street, Room 213, Key West, FL 33040 (Here insert full name and address or legal title of Owner) Five Percent of the Bid Amount t8 as Obligee, hereinafter called the Obligee, in the sum of -g%ofhiaamount) [dollars ($ , XX_), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for WEST MARTELLO TOWER CITADEL HURRICANE REPAIRS,KEY WEST, FL (Here insert full name, address and description of project) 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 bird, 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 o Obligee may in good faith contract with another party to perform the Work covered by said bid, 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 provisions in Section 255.05(2), Florida Statutes. y Innovative Masonry Restoration LLC "�r r 0 (Principal) (S a (Witness) ... Ie) Jim Dolby, P cipal Granite Re, Inc. ®� (Surety) (Seal) (Witness) _— o CL (Title) Troy Staples,Attolrn�i,-i-fact" E PRC P03AL FORM 00120-Page 3D,cf 2$1 , Packet Pg.801 D.7.b ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of ) } County of } On this day of in the year before me personally come(s) .� _ to me known and known to me to be the person(s)who (is) (are)described in ' and executed the foregoing instrument and acknowledge(s)to me that® e_executed the same, Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) County of On this day of in the year before me personally come(s) a member of the co-partnership of 0 to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he executed the same as for the act and deed of the said co-partnership. y Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of Minnesota) County of Dakota ) 0 On this 21st day of January in the year 2021 before me personally come(s) Jim Dolby to me known,who, being duly sworn, deposes and says that he is the Principal of the Innovative cc LG Masonry Restoration L the corporation described in and which executed the foregoing instrument,that he knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that It was so affixed by the order of the Board of Directors of said corporation,and that he y signed_h s name thereto by like order, 0 NOTARypUBLiC- jj,jNESpTA Notary Public My commission Exfsires Jar,,31,2022 � ACKNOWLEDGMENT OF SURETY State of Minnesota ) c County of Dakota ) ®i On this list day of January, in the year 2021,before me personally come(s)Troy Staples,Attorney(s)-in-Fact of Granite teJ,Inc.with whom I 0. 0 am personally acquainted, and who, being by me duly sworn,says that he is(are)the Attorney(s)-in-Fact of Granite Re. Inc. company described in and CL C` which executed the within instrument; that he know(s) the corporate seal of such company, and that seal affixed to the within instrument is such corporate sea[and that it was affixed by order of the Board of Directors of said company,and that he signed said instrument as Attorney(s)-in-Fact of the m said company by like order. 55 3} 9 4 p lr.` s.4 NC)7:ARY pUBLlf:_Ai1NN Notary Public § 's PA Packet Pg.802 t D.7.b i I GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing Gander the laws of the State of MINNESOTA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint; s JONATHAN PATE;WANDA FRANZ,TOM LAHL; USA M. FRANCOUR;JENNIFER BOYLES: ZACHARY PATE;TROY STAPLES; Nil HOLAS HOCHBAN its .2 true and lawful Attorney-in-Fact(s)for the following purposes,to wit: To sign Its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC, a certified copy of which is hereto ! annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and 0 confirms all and whatsoever the said: — J€JNATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR;JENNIFER BOYLES; ZACHARY PATE;TROY STAPLES; NICHOLAS HOCHSAN may lawfully do in the premises by virtue of these presents. ' In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be seated with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer,this 3rd day ,of January,2020. s c� Kenneth D,Whlttin ton, President STATE OF OKLAHOMA � � SS: ? COUNTY OF OKLAHOMA ) Kyle'P,McDonald,Treasurer 1, � On this 3rd day of January, 2t120, before me personally came'Kenneth D. Whittington, President of the GRANITE RE, INC. Company Il and Kyle P, McDonald, Secretary/Treasurer of said Company,with both of wham I am personally acquainted,who being by me severally duly } sworn, said,that they,the said Kenneth D.Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney;,that they each knew the seal of said r corporation;that the seal affixed to said Power of Attorney was such corporate seal, that it was so foxed by order of the Board of Directors of U said corporation,and that they signed their name thereto by like order as President and Secretary/Treasurer,respectively, of the Company. � O *kE 0 tJiy Comm issaon Expires: ' August 8 2021 Notarubr 1 �U flhn y Commission#:0101 3257 GRANITE RE,INC. Certificate THE UNDERSIGNED being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., a Minnesota Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite ' Re; Inc, and that said Power of Attorney has not been revoked and is now in full force and effect. I � "RESOLVED,that the President,any Vice President,the Secretary, and any Assistant Vice President shall,each have authority to appoint TBI individuals as attorneys-in--fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business,' On any Instrument 0. making or evidencing such appointment,the signatures may be affixed by facsimile. On any Instrument conferring such authority or CL 0- on any bond or undertaking,of the seal; or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;'provided, however, t,tAt LhO,s hall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF,the u.ndersigmd`has subscribed t' is Certificate and affixed the corporate seal of the Corporation this 2Ist day of_ January' -1021 . 4 1:^A lib}✓:>�P sLAV I r Kyle P. McDonald, Secretary/Treasurer GROB00--1 Packet Pg.803 D.7.b STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ' CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 2601 BLAIR STONE ROAD c� TALLAHASSEE FL 32399-0783 m Congratulations! With this license you become one of the nearly one million Floridians licensed by the E Department of Business and Professional Regulation. Our professionals and businesses range from architects 6 to yacht brokers, from boxers to barbeque restaurants, STATE OF FLORIDA DEPARTMENT and they keep Florida's economy strong. dbpr OF BUSINESS AND PROFESSIONAL REGULATION o Every day we work to improve the way we do business in order to serve you better. For information about our CG ISSUED:08/28/2020 CERTIFIED 79 GENERAL CONTRACTOR services, please log onto www.myfloridalicense.com. DOLBY,JAMES CLIFFORD There you can find more information about our INNOVATIVE MASONRY RESTORATION LLC divisions and the regulations that impact you, subscribe to department newsletters and learn more about the y Departments initiatives. Signature LICENSED UNDER CHAPTER489,FLORIDASTATUTES Our mission at the Department is: License Efficiently, EXPIRATION DATE: AUGUST 31,2022 Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! --------------------------------------------------------------------- Ron DeSantis,Governor Halsey Beshears,Secretary STATE OF FLORIDA 0 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER: CGC1529479 EXPIRATION DATE: AUGUST 31,2022 y THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES 0 C DOLBY, JAMES CLIFFORD y INNOVATIVE MASONRY RESTORATION LLC � o 16264 LAKESIDE AVENUE SOUTHEAST PRIOR LAKE MN 55372 CL Always verify licenses online at MyFloridaLicense.com ISSUED:08/28/2020 cJ Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Packet Pg.804 :Iuewg3elIv Ula N Ln ua C 00 V LS Inr a ,-V Lsue_ C) � t LC;s v" rujLu :. T CD r Cdz tnn t ! k ; w _ ,��. t k _; LO mm }" C" r '. QL b , .. ., r x w mco , #q , 0tti a III *,,,, D.7.b J 5 , INNOVATIVE UNI OWN MASONRY RESTORATION , LLC Jeff Thompson I::�Ir iect Foreman Tarpon o tfngs City all_Lead roje t Foreinan National Historic Registration: 77843716 Email: Project Amount: $190,190 jeff@imrestoration.com Project Description: Tuckpointing, mortar repair, is reinforce concrete base, sidewalk repair, Cell: window replacement on a historical building. (813) 245-3069 Fax: David Z. Tippin Watt Treatinent Facility (888) 751-5402 Building Structural Rehabilitation Project Amount: $247,455 I:M y Project Description. Slab restoration, concrete floorbeam repair, cove sealant installation, exterior beam coating,replacement of wall coating, repair of plaster, restoration of cast stone and installation of joint sealants. St. Petersburg VA.- Sealing building 47,building envelope Project Amount: $118,700 P Project Description: Cleaning, water repellent, and sealant replacement. Richard A Heyinan Env. Facility and FleiningBridge �a 1f, ' , 0 Project Amount: $1,663,975 Project Description: Concrete and structural repairs to floors, walls, columns and underside of the floors. 0 0 0. 0 16264 Lakeside Avenue SE • Prior Lake, MN • 55372 • Office (612) 548-5589 5913 Woodson Road • Suite 301 • Kansas City, KS • 66202 • Office (816) 841- 7455 Fax (816) 888-751-5402 • www.imrestoration.com Packet Pg.806 David (DJ) Kerkow, Project Foreman 341 St Lane NW ■ Cambridge,MN 55372 612-636-9659 ■ dj@imrestoration.com With 34 years of masonry restoration experience,DJ has worked extensively on all types of brick restoration including many historic properties.As foreman,DJ has deep knowledge of a broad range of work requiring specialized skills,certifications and experience.He is experienced working under the Secretary of Interior's Standards for the Treatment of Historic Properties.He has worked in the Florida Keys where there are unique 0) requirements to consider for safety,compliance and hurricane planning,this includes working with the US 0) Navy and Coast Guard. These experiences make DJ an ideal fit for this project. West Martello Towers Historic Ammunition Bunker, Key West FL6 0ft National Historic Registration: 72000341 ",Project Total: $223,0002 ,meProject Description: Structural stabilization of historic fort's ammunition bunker portion of the tower. Fulford by the Sea,North Miami Beach National Historic Registration: 10000937 Project Total: $500,000 Project Description: Concrete restoration on monument. This included preservation of the mosaic dome. Cleaned and re-set the tiles,re-grouted and ; water repellent was applied. ,} 0 Historic Federal Courthouse, Bruce M VanSic - Minot, ND National Historic Registration: 80002930 Project Total: $131,450 Description: Masonry and limestone wall and coping repairs and repointing. '�� �' U Restoration and patching of spalling limestone. Injection repairs to cracking limestone. Cleaning of limestone and masonry surfaces. c Racine City all- Racine, WI National Historic Registration: 80000179 � f Project Total: $153,620 I 0 Project Description:Stone repair including injection crack repairs, stone patching and removal/rebuilding of stone structures.Pointing of joints with dolomitic hydrated lime putty and cleaning of stone surfaces. 0 Richard Heyman Environmental Protection Facility- Key West, FL Project Total: $1,491,095 Project Description: Concrete repair of patching of spalling concrete. Vertical and overhead concrete repairs, shoring and repair of concrete 0 columns.Shotcrete repairs. Joint sealant repair and replacement. Fleming ♦ � aCL bridge repairs of spalling concrete.Project included working with the u City of Key West, US Navy and US Coast Guard as it relates to the area of Key West Florida and it's waterways. Innovative Masonry Restoration,LLC ■ 16264 Lakeside Ave SE ■ Prior Lake, MN 5537 Packet Pg.807 D.7.b fINNOVATIVE Rpu all RESTORATION , LLC WNW PROJECT REFERENCES NATIONAL REGISTER OF HISTORIC PLACES 0 Bossardt Corporation Project: Union Storage and Transfer Remodel C ili Phone Number: (952)837-3305 y Contact: Mr.Mark Hovelson Address: 1026 NP Avenue Fargo,ND Contract Amount: $985,000 Est.Start: September 2014 Est.Compl'etion: April2015 Project Description: 100%tuckpointing,cleaning,graffiti removal,brick replacement and re-building, lintel replacement,thru-wall Flashing,cast stone and terra cctta replacement. CJ City of New Smyrna Beach, Florida y 0 Project Central Business Office u l" ',-,O CQ'ti..17 I 0 Phone Number: (986)427-1361 Contact: Caleb Fishery aty Address: 200 Canal Street ��— New Smyrna Beach, FL r � Contract Amount: $2,140,302.00 l l- Est Start: January 2017 Est Completion: January 2018 ®� 0 Project Description: Building Envelope Repairs. ]MR self-performed 75%of the project 0. 0 CL 16264 Lakeside Avenue SE• Prior Lake, MN •55372.Office(612)548-5589 5913 Woodson Road Suite 301 .Kansas City, KS.66202.Office(816)841-7455 Fax(816)888-751-5402- � www.imrestoration.com Packet Pg.808 D.7.b Tarpon Springs City Hall Project: City Hall Ext. Rehab &Window Rel. `''...m„r ,.TI a 1_.„,.u�� -Pi I. w .�t�d�twr�, .9,.�.��i 1 s7 .�}y.'i � 0 Phone Plumber: (813)200-8340 � Contact: Lazaro Fernandez V U Address: 4906 N.Manhattan Ave � Tampa, FL Contract Amount: $190,190 Est.Start: August 2016 Est.Completion: January 2017 tJ Description: Masonry washing,tuckpointing, back replacement/rebuilding,thru-wall flashing, concrete patching, masonry facade replacement,window replacement, sealant replacement and Waterproofing 0 0 CJ CL ®I Packet Pg.809 D.7.b INNOVATIVE MASON RY RESTORATION , LLC FLORIDA MARKET Z ROM CYPRESS STREET, 1-1-C Project Name: West Bay Business Park Phone Number: 336-524-1906 Contact: Shane Gray Address: 5660-5840 W Cypress St '�' Tampa FL 33607 Contract Amount: $343,280 Estimated Start: Jan 2019 Estimated Comp: June 2019 � � Project Description: Concrete column restoration. Restoration of4 x the concrete structure and overhead slab and slab edges. � aA e' PALM BEACH COUNTY Project Name: Palm Beach Garden Library �r, W Phone Number: 561-233-0705 Contact: Stuart Patterson — Address: 11303 Campus Drive Palm Beach Gardens FL 33410 Contract Amount: $168,000 "` Estimated Start: Feb 2019 ff �`" Estimated Comp: June 2019 Project Description: Waterproofing, tuckpointing and adding sealant to y the building. Power washing and painting. STATE OF FLORIDA 0 Project Name: Winterhaven- DEO '�� Phone Number: ' 813-410-1099 Contact: Charles Coe Address: 500 East Lake Howard Drive C- Winterhaven FL 33881 Contract Amount: § 03 $104,200 � Estimated Start: Dec 2019 Estimated Comp: Mar 2019 Project Description: Pressure cleaning and waterproofing masonry units. Packet Pg.810 D.7.b MONROE CNTY BOARD OF COMMISSIONERS Project Name: West Martello Towers Historic Ammunition ' Bunker Repair Phone Number: 305-295-4339 Contact: Cary Vick �- Address: 1100 Atlantic Blvd Key West FL 33040 �r,� . _ Contract Amount: $223,000 Estimated Start: Dec 2019 ���� � �� '� U Estimated Comp: Mar2019 � �' Project Description: NTL REGISTER OF HISTORIC PLACES. Structural stabilization of historic masonry and concrete at the Ammunition Bunker portion of the tower. 0 0 PASCO COUNTY Project Name: West Pasco Government Center Phone Number: 727-834-3292 ext. 3914 Contact: Jesse Bednarik Address: 8731 Citizens Drive, New Port Richie FL 34654 Contract Amount: $42,000 Estimated Start: Aug 2018 Estimated Comp: Nov 2018 �-- Project Descriptin: Re-caulk windows, doors and joints. Pressure washing. CITY OF NORTH MIAMI BEACH Project Name: Fulford by the Sea Monument Phone Number: 305-948-2967 ext. 2017 Contact: Frank Ruiz 3 n r_ $500,000 Address: North Miami Beach, FL 33162 ;t Contract Amount: �,in� � Estimated Start: Dec 2018 ; �'� 0 Estimated Comp: April 2019 � CL Project Description: *NATIONAL REGISTER OF HISTORIC PLACES Concrete restoration on monument, this included preservation of the mosaic dome. Cleaned and re-set the tiles, re-grouted and water repellent was applied. Inspection/restoration of the masonry work as needed. Packet Pg.811 D.7.b „ „ CITY OF NORTH MIAMI BEACH ADDITIONAL PHOTOS , FULFORD-BY-THE-1 i , }r, �It ,ys, r 1� �12 At;,SSs I s s J t J J � s�t}'1 s��#����i+1��tit S}J���{����tlt4�Ss �t �����t•���JJ� ! t8 r } 0 CLEARWATER KEY ASSOCIATION Project Name: Elevator Pit Restoration Phone Number: 727-313-2799 Contact: Ali Mustafa c Address: 1400 Golf Boulevard, Clearwater FL Contract Amount: $28,696.31 Estimated Start: Nov 2018 Estimated Comp: Jan 2019 � Project Description: Structural concrete restoration for the elevator pit t c walls, installation of waterproofing and related �lttl'i4 work to keep the area in sound condition 0 IMPERIAL EMBASSY CONDO III Project Name: Imperial Embassy Condo III Phone Number: 727-895-9119 0 Contact: Ali Mustafa " Address: 4742 Azalea New Port Richie, FL 33652 °' n Phone Number: (727) 895-9119 Contract Amount: $74,561 0 CL Estimated Start: April 2018 1+ r'j Estimated Comp: July 2018 Project Description: Concrete Restoration on walkway Packet Pg.812 D.7.b l Il Y OF Il A 71 P,1, k Project Name: David L. Tippin WTF Building Structural Rehabilitation Phone Number: 813-393-7885 {� Contact: Robert (Bob)Schumucker , Address 7125 N 30TH Street, Tampa FL 33610 Contract Amount: $247,455 Estimated Start: December 2017 Estimated Comp: July 2018 Project Description: Slab restoration, concrete floor beam repair, exterior concrete beam repair, cove sealant installation, ,n exterior beam coating, replacement of wall coating, 0 repair of plaster,restoration of cast stone and , installation of joint sealants. 0 Il Y O F S Il, PC Il C BEACH Project Name: Don Vista Building Stucco Repairs ,$q Phone Number: 727-363-9254 Contact: Brett E. Warner Address: 3300 Golf Boulevard N St. Pete Beach, FL 33706 � Contract Amount: $146,360 Estimated Start: Jan 2018 � Estimated Comp: Mar 2018 c Project Description: Provide stucco repair and historic building restoration Also includes 600 LF of crack caulking, 3000 SF of complete stucco replacement and gap caulking. 0 Project Name: E Clearwell WTP Repairs P Phone Number: 561 586-1798 Contact Julie Parham `���� E� , 0 Addres: 7 North Dixie Highway Lake ®� Worth, FL 33460 Contract Amount: $468,185 0. 0 Estimated Start: October 2017 CIL Estimated April 2018 - Completion: Repair and cleaning of concrete, patching Project and feathering. Description: Packet Pg.813 Project Name: Imperial Embassy Condo U| (727) Phone Number: 885-8118 � Contact: A]iMustofa Address: 4742Aza|ea Dr New Port Rinhie. FL33052 - Contract Amount: $74.501 Estimated Start: April 2018 � Estimated Completion: xu|v 2018 Project Description: Concrete Restoration onwalkways. 0 FLORIDA MARKET PASTPROJECTS b V A � Project Name: Sealing building 47 building envelope Phone Number: (813)8544850 Contact: Biospere International Manny Campo Address: 14230Cadson Cirn|e, Building K'7 Tampa, FL33020 � � Contract Amount: $ 118.700.00 Estimated Start: Onoober2010 Estimated Completion: oenemeueruo1a Project Description: Cleaning,water repellent and sealant replacement. OF IL Project Name Concrete Repairs atthe Richard A Heyman � � Environmental Facility and Flemming Bridge Phone Number: (305)432'8124 Contact: Sean McCoy Address: 04105thStreet CT",or MAY WENT Key West, FL � Contract Amount: $ 1.003.875 —| Estimated Start: xanuaryuo1a Estimated Completion: xanuaryuo17 Project Description: Structural repairs to the floors,walls, columns, and � underside of the floors and misnareas. o- D.7.b c� I r r )j,t 11 ' =r;a Afda,l'ediil'c 1, A,,il'i,'D,otii,.1 Project Name: Ramrod and Stock Island Pump Stations Structural Repair �= Phone Number: (305)296-2454 „ Contact: Tony Walker Address 1100 Kennedy Drive , Key West, FL s Contract Amount: $ 146,550 `' Estimated Start: January 2016 ' Estimated Completion: January 2017 � Project Description: Concrete wall repairs r r�' of T a r p o,),,,V pr S,-I',9s Project Name: City Hall Ext. Rehab &Window Repl. �a Phone Number. (813)200-8340 Contact: Lazaro Fernandez , Address: 4906 N. Manhattan Ave Tampa, FL 33614 r 0 Contract Amount: $ 190,190 Estimated Start: August 2016 Estimated Completion: January 2017 Project Description: Historical restoration, mortar repair, tuckpointing and cleaning 'Town of lllph,�,Piter TO Project Name Water Treatment Plant/Concrete Repairsi� 4 Phone Number. (561)746-5134 `<� ,r., � \4 � Contact: Amanda Barnes Address 210 Military Trail �� � Jupiter, FL 33458 Contract Amount: $ 135,115c �cr' Estimated Start: January 2017 � # Estimated Completion: March 2017 t''` �r Project Description: Repair eroded concrete, clean by water blasting all floors and walls,apply block sealer on select pipe ', support walls and epoxy grout cracks. DeparSi}rinient of Mr;tnagemient Service Project Name: Holland Building Renovation of Exterior Stonet Panels Phone Number: (850)488-6233 Contact: Ryan Meikenhous s ®I Address 4050 Esplande Way � ;i y Tallahassee, FL 32399 _t Contract Amount: $ 367,000 Estimated Start: January 2017 C- Estimated Completion: June 2017 Project Description: Stone removal and replacement Packet Pg.815 I-Aahfax I-Aealth ("'-.erfter Project Name: Halifax Health Center Facade Repairs Phone Number: (380)425'7882 c� Contact: Fred Humphrey Associates Address: 808 South Orlando Avenue Winter Park, 32788 Contract Amount: $80.000 Estimated Start: January2017 � Estimated Completion: April 2017 Project Description: Remove and replace existing sealant and grout/seal the exterior fayade. repair the exterior walls tv prevent water intrusion and replace interior finishes demolished for this repair � E oard of ("'-.omndssioners Project Name: San Domingo Monument Sign Phone Number: (841)575.3075 Contact: Gary Grossman Address: 7000 Florida Street � Punta Gorda, FL33850 Contract Amount: $ 35.500 Estimated Start: Marnh2017 ' Estimated Completion: May2017 Project Description: Monument sign repair. Pressure wash cleaning � and paint. ("'-.ity of Tampa Project Name: Sulphur Springs Pumping Station Phone Number: (813)274'8456 Contact: Jim Greiner Address: 300EJackson Street. 4N Tampa, FL33002 Contract Amount: $280.530 Estimated Start: Marnh2017 � � Estimated Completion: mavuo17 Project Description: Remove damaged concrete and failed coating systems, restore all damaged concrete including columns, walls and beams, apply new protective � coating systems oo restored areas. ("'-.i�� �� �J��� ��[����� ������, Florida � -" Project Name: Central Business Office | Phone Number: (880)427'1301 Contact: Caleb Fisher Address: 200 Canal Street New Smyrna Beach, FL CIL � Contract Amount: $ 2.140.302.00 Estimated Start: January2017 Estimated Completion: January2018 Project Description: Building Envelope Repairs D.7.b f � F I.P.P. TTER TOWN 0 UTILITIES PO BOX 8900 JUPITER, FL 33468-8900 � FAX (561) 747-5634 May 25, 2017 — Mr.Jim Dolby, principal 16264 Lakeside Avenue SE Prior Lake, MN 55372 RE; Innovation Masonry Restoration—Letter of Recommendation 0 To Whom it May Concern: 0 The purpose of this letter is to offer my recommendation on behalf of Innovative Masonry Restoration (IMR) with regards to their outstanding performance on our Water Treatment Plant Concrete Repairs (W1624) project, the scope of which entailed structural concrete repairs and coatings necessary to restore integrity to two watertight structures, an acid containment area, structural concrete columns, pump supports and pipe trenches within our reverse osmosis (RO) and ion exchange water treatment plants, Additional work included grinding areas of corrosion and flaking paint from approximately 224 locations on steel RQ train vessel supports and metal base plates, including surface preparation, re- coating, and re-grouting. 0 Throughout the project, IMR's staff worked efficiently and professionally with the Town. They were �? attentive to detail as evidenced by the result of their work product, which was outstanding. IMR planned and coordinated their work well with our water plant operations and maintenance staff to ensure minimal down time of our water treatment plant facilities. IMR's staff was forward thinking and brought potential issues to our attention before they became problems or delays to their work. Their diligence and attention to detail enabled IMR to complete the project ahead of schedule. Town initiated requests for change order proposals were handled by IMR in a timely and professional manner, pricing was fair and reasonable. Jim Dolby, Dave LaPorte, DJ Kerkow, and Bryan Beck were respectful to the Town's needs and a pleasure to with. I highly recommend IMR as a top quality concrete restoration contractor. Should you have any questions or need any additional information, please do not hesitate to contact me at your convenience. Sincerely 0. , CL Amanda Barnes, P.E. Assistant Director of Utilities Packet iPg. 817 D.7.b 361 W. Government St. Taylors Falls, Minnesota 55084 July 31, 2017 Dave LaPorte, Principal Innovative Masonry Restoration, LLC 16264 Lakeside Ave. SE Prior Lake, MN 55372 2 U c City Hall and Sheldon Auditorium Masonry Restoration Projects Dear Dave: This letter is a positive recommendation for your firm based your performance on the Red Wing City Hall and Sheldon Theatre masonry restoration projects. The work was professionally done and on time. Your project superintendents were cooperative and professional. 0 Submitted by, CLAYBAUGH PRESERVATION ARCHITECTURE INC l L) Robert J. ClaybLgh AIA, President File: RED-DL-073117 c 0 0 0 0. 0 CL Packet Pg.818 D.7.b .w,. HumanIowa Department of ices c� August 15, 2014 Mike Mann tJ Innovative Masonry Restoration 591 Woodson Road Kansas City, lbs. 666 Dear Make, For the past several months your company has had a crew working at our facility. I just wanted to let you know that I would recommend them to anyone. Carlos Morales was the foreman and I believe Jose blares and Jay Ibanez were the other two gentlemen working with Carlos. It is very obvious that they tape much pride in their work and make a great effort to please the customer. They also have very good work ethics. They show up on time even day and work all day, about the only thing that stopped there was pouring rain. It is very rare for a construction crew to work on this campus and me not get some complaints from the employee, but I didn't receive any the entire time they worked here. � I hope your company can work for us in the future. If anyone would call me and ask, I would give them an A+ rating. Sincerely, y e s 0 James Stowater Plant Operations Manager Cherokee Mental health Institute > 1251 West Cedar Loop Cherokee, 151012 ®� Phone--71 - -1gg y ax-71 - 5-6966 0. stowat s.state,ia has CL CHERO EE MENTAL, HEALTH INSTITUTE CHRIS TOFTEBERG, ACTING SUPERINTENDENT 1251 West Cedar loop Cherokee. IA 51012.1599 7.42-225-259 Packet Pg.819 D.7.b First United Methodisthunch August 4, 2015 � i3 To tNxn Tt May CAin rn 2 The First: United M thOdi.St ChUrch of Ilse contracted witIl Innovati,ve Wasonry+ Restorition, UC to clean, rnpnir and son] this exteri,or stone on our d ui di.n ,. They xlere very ( to it and produced excellent results. They were very professional, and easy to w rar, with. T would r c.oraxmd this company to anyone needled this type of sere done-. > Sincerely, Don Forsslx-rg Rnan i al Secretary c 0 0 0 0. 0 CL Packet Pg.820 D.7.b ORANGE COUNTY NAVIGATION & PORT DISTRICT IN F " 4y 1201 Childers Road - P.C. Box 2410 - Orange Texas 778;11 2418, USA i Phone (409)883 4363 - Fax (409) 883 880r www partcaforange coo �r t \4 Gene Bouillion, Part Director CEO � July 22,.201 U On October 14, 2014, the Port of Orange awarded a contract to Innovative Masonry Restoration, LLC � (Innovative Masonry) for concrete well repairs Qn one of our warehouses. Innovate Masonry was very quirk to take care of completing all appropriate documents as required by us for auditing purposes. 0 Once all of the documents were completed Innovative Masonry mobilized quickly to begin the work. All of the employees worked steady and were very professional. The ernplayees were quick to communicate with ors if there were any problems with the project as well as assisting with problem solving recommendations. The Part of Orange never encountered any problems during the three (3) months Innovative Masonry worked on the project. The repairs were completed in a timely manner y with no delays. The Port of Orange would definitely use and recommend Innovative Masonry for any concrete repairs. repairs:. XF . � wad ebbie Britne4, Project Coordinator State of Texas County of Orange 0 Before rye, 'Shirley Zimmerman, notary public, State of rexas, can this day, personally appeared Debbie Britnell Known to me to be the person whose narne is subscribed to the foregoing instrument and who acknowledged to me that she executed the same for the purposes and consideration expressed herein, 0 Given under my hand and seal of office thri � ay of July, 2015, t 0 Signature of i ark k lic ®I r y — 0 CL Printed narra fNotary'Public .fNotwy Pubk STATE Of TEXASNOTARY PUBLIC, STATE OF TEXAS k 2019 i3'uu'#X4`des+ti'ttkks:.ss'%d.�!=:'4t4t\\fink@t?'�Ysk.f...,.s#tt1,Y uL'Sk' ds:' .�-`'3`.-.�.�-`•"�"tom-Spd:?y;rdua--Y,y i#14+�:r3.':^,.� '£m'iSrt�, 3e sL��- �Hktkz:3-^-�`*< 'i"utts�seia nUr�»sK.nkry"tm�t.)`dt�Utttf�;.G�\£Wak-?�xi'..id\�G"�\\UtsNMid�s�.&"va4kS�#'n't,d4ffdti?,wddhCka%E3;�ie.-'a`:+`iE�'�::�„���"�"='.'`��.-`#....=`ems BOARD OF GOMMISSI NER5. Jerry G. Hughes, Sr.,President • James A. Smith,Vice Pre5i lent - Keith Wn lace, Secretary Barbara Wini'reo,Treasurer - John w.Young,,jr,, Comrrus5i nor Packet Pg.821 D.7.b Pt SEA T HILL R-111DISTRICT WESLEY TOWNS ND,Ed-D, BECKY' GALLAGHER, Fd, D� Superintendent of Schools Q � ) Assistant Superintendent cat sh oal Improvement JOHN GRIFFITH Assistant;Superintendent � .laxly 23, 2015 To Whorn, It MayConcern: c 1 as pleased to waste:this letter of recommendation for Innovative Masonry Restoration (IMR). [MR recently slid, a project on our high school. The project involved tuck pointing and scaling the split face block on our exterior walls. The ownership ip and niafnagenient of the company was c 0 ootstandim-- to work with. One ofthe owners met with ine on site and I had direct accs ss to himse if pen, ;onsally and his project manager. The forernaan on the jots was very caasy to work with, very professional, and, very accommodating to meet o r r e ds. The project began on time, came in on budget and we have been very pleased with the results. I luok forward to the opportunity to work with 1MR in the future, 1 f youneed any Vurther infoarmation, please feel free, to call me 11 0 any time at my office 316- 4 m31 to 1 or cetl 81 6-365-2402i Respectfully,, Sys #i$Vl�* ��; * 5k1S •; , John L!Griith, d.1 y Assistant SuperinwndentZ. Pleasant ]°fill It-111 School District � l #/�rk'I�p F111 M�11� ry E L. CL U 10EDAR, PLEASANT RILL, MO 64080 (815) 540- 1 - Fa ( 1 ) 40- 135 -_ Packet Pg.822 BONDINGPATE 1 7.) �o, I,€�heN 9t. G,V(,sl fit. Ilmi I, '��t." i118 � f hone: u7_il1 -1�;� 60LI-) � 1,1v (0 I� E,,'-i5 i 1 � 11`�fr,,ftt>: f �ti�ti��I���[s�l�rk�ul�ii�;�,t�s,�ll M February 12, 2016 RE: Innovative Masonry Restoration LLC Prior Lake, M c To Whom It May Concern: We are writing to you at the request of Innovative Masonry Restoration LLC. Pate Bonding, Inc. has handled the bond needs for Innovative Masonry Restoration LLC since 2013. Innovative Masonry Restoration LLC has a current bond prograrn of $4,000,000.00 Single and $8,000,000.00 Aggregate. If a contract is awarded to Innovative Masonry Restoration LLC it is our present intention to become Surety on the Performance and Payment Bonds required by the contract. This is contingent upon our satisfaction with the contract documents and Innovative Masonry Restoration LLC continuing to satisfy other undervwiting considerations. Any arrangement for Bonds required by the contract is a matter between Innovative Masonry Restoration LLC and the Surety and we assume no liability to you or your third �? parties, if for any reason we do not execute these Bonds. Please feel free to contact me should you require any additional information regarding Innovative Masonry Restoration LLC current bond program. Sincerely, Troy Staples TS:tlf ®� cc: Innovative Masonry Restoration LLC Kraus-Anderson Insurance Packet Pg. 823 D.7.b f!9 F"BA NdK4 U June 23, 2015 tJ 0 To Whom It May Concern. Tease consider this letter an endorsement of Innovative Masonry Restoration, LLC and its ownership/management. The owners bring a wealth of industry and general business experience to the company. Since my initial meeting with the principals, they have provided accurate and timely financial information, Furthermore, management has demonstrated a commitment to maintaining a well- capitalized business and has demonstrated adequate liquidity and financial reserves. These factors have all contributed to Fidelity flank's extension of credit to assist the company with its operational and growth plans in the coming years. 0 If you need additional info, please feel free to contact me directly at( 52) 8 0-7221 Regards, r y � f Jeff Campbell Vice President 0 0 0 0 0. 0 CL Packet Pg.824 D.7.b I M I N N OVAT I V E f . RESTORATION ?all www.imrestoration.com 16264 Lakeside Ave SE, Prior Lake, MN 55372 Tel. 612 548-5589 5913 Woodson Road, Suite 301, Kansas City, KS 66202 Tel. 816 841-7455 c Trade References: 0 Esch Construction Supply 561 Phalen Blvd St Paul, MN 55130 651-487-1880 Phone 651-487-1889 Fax Geodecke 812 E. Taylor Ave St. Louis, MO 63147 314-652-1810 Phone 314-652-9480 Fax Brock White Company 2575 Kasota Ave St Paul, MN 55108 651-647-0950 Phone 651-644-5245 Fax c 0 0. 0 Packet Pg.825 1 P 4! ®11 JOB O n14 nO I / 4a a4uO ) L - -L-4a u O!} Inq p! :4uewgoe44 ca N n: co o � a m ac N rtC ' S a } } z > •� p O O O O O a o O O O O O 0 a Q O d' r*-. O O H °� 0 m O d' O O co r*-. to N O O -0 u Q o LU 0 Ix LU o W -0 -0 W V cn -0 Z o > Z W I— A -a Q W Q 2 �- W L L N Z W O � � � � � � � •° � W a � O pw C° n n n n n o s G W Z N Q 0 o } Qpm00 i~iF'' co W N J } o C7mpGC WO CLCO o— coQz0 -� UI— GC Cro � � ¢ a W J Q w u J w o W c u - G~C 0 u L O . O v 1 p � U L o Q Lf) U a-+ h -a V W u D > L N L OL N � 5 o u > o W w °� rn 3 _ L. N C O J N U Ln o :3 ~ -� � > tn L V Wo o1 N a > U u u j � L s o f0 N O L � U } V } L CL 0