HomeMy WebLinkAbout09/10/2025 Agreement GVS COURTq°
o: A Kevin Madok, CPA
-
�o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida
�z cooN
DATE: September 30, 2025
TO: Beth Leto, Airports
Business Manager, KWIA
FROM: Liz Yongue, Deputy Clerk
SUBJECT: September 10, 2025 BOCC Meeting
The following item has been executed and added to the record:
I9 Contract with Strong Tower Construction, in the amount of$1,274,817.95 for
construction of the Key West International Airport Noise Insulation Program (NIP) Group 2. The
FAA grant for this project is also on the September 10, 2025, agenda. All project costs will be
funded with FAA Grant 37-84 (90%) and Airport Operating Fund 404 (10%).
Should you have any questions please feel free to contact me at(305) 292-3550.
cc: County Attorney
Finance
File
KEY WEST MARATHON PLANTATION KEY
500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway
Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070
CONTRACT
Key West International Airport Noise Insulation Program
Construction of Group 2
THIS AGREEMENT made and entered into the 101h day of September 2025, by and between
Strong Tower Construction (hereinafter referred to as "CONTRACTOR"), and the Monroe County
Board of Commissioners, Key West, Florida, (hereinafter referred to as "OWNER").
WITNESSETH:
That the CONTRACTOR, for the consideration hereinafter fully set out, hereby agrees with the
OWNER as follows:
1. That the CONTRACTOR, shall furnish all the materials, and perform all of the work in the
manner and form as provided by the following enumerated documents; Instruction to
Bidders, Form of Proposal, General Provisions, Special Provisions, Technical
Specifications, Form of Contract, Form of Bond, Drawings and Addenda, which are
attached hereto and made a part hereof, as if fully contained herein, for the construction
of:
Key West International Airport Noise Insulation Program
Construction of Group 2
Monroe County, Florida
2. That the CONTRACTOR shall commence the work to be performed under this agreement
on a date to be specified in a written order of the OWNER and shall fully complete all work
hereunder within Two Hundred Fifteen (215) calendar days from the Notice-to-Proceed
— Permits pursuant to Special Provision No. 3.
3. The OWNER hereby agrees to pay to the CONTRACTOR for the faithful performance of
the agreement, subject to additions and deductions as provided in the specifications or
proposal in lawful money of the United States as follows:
Approximately One million, two hundred seventy-four thousand, eight hundred and
seventeen and 95/100 Dollars ($1,274,817.95) in accordance with unit prices attached
as Exhibit 6.
4. On or before the 151h day of each calendar month, the OWNER shall make partial payment
to the CONTRACTOR on the basis of a duly certified and approved estimate of work
performed during the preceding calendar month by the CONTRACTOR, less ten percent
(10%) of the amount of such estimate which is to be retained by the OWNER until all work
has been performed strictly in accordance with this agreement. County shall pay in
accordance with the Florida Local Government Prompt Payment Act, Florida Statute
218.735. Each Application for Payment shall be based upon the Schedule of Values for
CONTRACT Page 2 of 11
Key West International Airport Noise Insulation Program
Construction of Group 2
the project. 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 Airports may require. This schedule, unless
objected to by the Director of Airports, shall be used as a basis for reviewing the
Contractor's Applications for Payment. 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. Subject to the provisions of the Contract Documents, the
amount of each progress payment shall be computed as follows: 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, less retainage of ten percent 10%. Payment will be
made after delivery and inspection by County and upon submission of invoices with
supporting documentation acceptable to the Clerk, on a monthly schedule in
arrears. Acceptability to the Clerk is based on generally accepted accounting principles
and such laws, rules and regulations as may govern the Clerk's disbursal of funds.
5. Upon submission by the CONTRACTOR of evidence satisfactory to the OWNER that all
payrolls, material bills and other costs incurred by the CONTRACTOR in connection with
the construction of the work have been paid in full, final payment on account of this
agreement shall be made within twenty (20) days after the completion by the
CONTRACTOR of all work covered by this agreement and the acceptance of such work
by the OWNER.
6. It is mutually agreed between the parties hereto that time is of the essence in this contract
and in the event the construction of the work is not completed within the time herein
specified, it is agreed that from the compensation otherwise to be paid to the
CONTRACTOR, the OWNER may retain the amounts described in the Liquidated
Damages, Special Provision No. 3, per day for each day thereafter, Sundays and holidays
included, that the work remains uncompleted, which sum shall represent the actual
damages which the OWNER will have sustained per day by failure of the CONTRACTOR
to complete the work within the time stipulated and this sum is not a penalty being the
stipulated damages the OWNER will have sustained in the event of such default by the
CONTRACTOR.
7. It is further mutually agreed between the parties hereto that if at any time after the
execution of this agreement and the surety bond hereto attached for its faithful
performance, the OWNER shall deem the surety or sureties upon such bond to be
unsatisfactory, or if, for any reason, such bond ceases to be adequate to cover the
performance of the work, the CONTRACTOR shall, at its expense within five (5) days after
the receipt of notice from the OWNER so to do, furnish an additional bond or bonds in
such form and amount and with such surety or sureties as shall be satisfactory to the
OWNER. In such event, no further payment to the CONTRACTOR shall be deemed to be
due under this agreement until such new or additional security for the faithful performance
of the work shall be furnished in manner and form satisfactory to the OWNER.
8. 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 seven years from the termination of this agreement or three years from the
CONTRACT Page 3 of 11
Key West International Airport Noise Insulation Program
Construction of Group 2
submission of the final expenditure report as per 2 CRF 200.33. Each party to this
Agreement or their authorized representatives shall have reasonable and timely access
to such records of each other party to this Agreement for public records purposes during
the term of the Agreement and for seven years following the termination of this Agreement.
If an auditor employed by the OWNER or Clerk determines that monies paid to
CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by
this Agreement, 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.
9. PUBLIC ACCESS: 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 OWNER 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 OWNER and
CONTRACTOR in conjunction with this contract and related to contract performance. The
OWNER 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 OWNER 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 F.S. 119.0701 and the terms and conditions of this contract, the
CONTRACTOR is required to:
a) Keep and maintain public records that would be required by the OWNER to perform
the service.
b) Upon receipt from the OWNER's custodian of records, provide the OWNER 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.
c) 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 OWNER.
d) Upon completion of the contract, transfer, at no cost, to the OWNER all public records
in possession of the CONTRACTOR or keep and maintain public records that would
be required by the OWNER to perform the service. If the CONTRACTOR transfers all
public records to the OWNER upon completion of the contract, the CONTRACTOR
shall destroy any duplicate public records that are exempt or confidential and exempt
CONTRACT Page 4 of 11
Key West International Airport Noise Insulation Program
Construction of Group 2
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 OWNER, upon request from the OWNER's
custodian of records, in a format that is compatible with the information technology
systems of the OWNER.
e) A request to inspect or copy public records relating to this contract must be made
directly to the OWNER, but if the OWNER does not possess the requested records,
the OWNER shall immediately notify the CONTRACTOR of the request, and the
CONTRACTOR must provide the records to the OWNER or allow the records to be
inspected or copied within a reasonable time.
f) If the CONTRACTOR does not comply with the OWNER'S request for records, the
OWNER shall enforce the public records contract provisions in accordance with the
contract, notwithstanding the OWNER'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 OWNER or pursuant to a valid public records
request within a reasonable time may be subject to penalties under Section 119.10,
Florida Statutes. 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 THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12th STREET,
SUITE 408, KEY WEST, FL 33040, publicrecords@monroecounty-fl.gov, (305)292-3470.
10. HOLD HARMLESS AND INSURANCE: Notwithstanding any minimum insurance
requirements prescribed elsewhere in this agreement, CONTRACTOR shall defend,
indemnify and hold the OWNER and the OWNER'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 (including,without limitation, costs of remediation and costs
of additional security measures that the Federal Aviation Administration, the
Transportation Security Administration or any other governmental agency requires by
reason of, or in connection with a violation of any federal law or regulation, attorneys'fees
and costs, court costs, fines and penalties) 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 on the Construction Site during the term of this Agreement, (B) the negligence or
willful misconduct of CONTRACTOR or any of its employees, agents, contractors or other
invitees, or (C) CONTRACTOR' 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 OWNER or any of its employees, agents,
contractors or invitees (other than CONTRACTOR). The monetary limitation of liability
CONTRACT Page 5 of 11
Key West International Airport Noise Insulation Program
Construction of Group 2
under this contract shall be equal to the dollar value of the contract and not less than $1
million per occurrence pursuant to Section 725.06, Florida Statutes. 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 the completion of the project (including 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 OWNER from any and all increased
expenses resulting from such delay.
The extent of liability is in no way limited to, reduced, or lessened by the insurance
requirements contained elsewhere within this agreement.
CERTIFICATES OF INSURANCE. Original Certificates of Insurance shall be provided to
the OWNER at the time of execution of this Agreement and certified copies provided if
requested. Each policy certificate shall be endorsed with a provision that not less than
thirty (30) calendar days'written notice shall be provided to the OWNER before any policy
or coverage is canceled or restricted. The underwriter of such insurance shall be qualified
to do business in the State of Florida. If requested by the County Administrator, the
insurance coverage shall be primary insurance with respect to the OWNER, its officials,
employees, agents, and volunteers. Failure of CONTRACTOR to comply with the
requirements of this section shall be cause for immediate termination of this agreement.
11. NON-WAIVER OF IMMUNITY: Notwithstanding the provisions of Sec. 768.28, Florida
Statutes, the participation of OWNER and CONTRACTOR in this Agreement and the
acquisition of any commercial liability insurance coverage, self-insurance coverage, or
local government liability insurance pool coverage shall not be deemed a waiver of
immunity to the extent of liability coverage, nor shall any Agreement entered into by the
OWNER be required to contain any provision for waiver.
12. NO PLEDGE OF CREDIT: CONTRACTOR shall not pledge the OWNER'S credit or make
it a guarantor of payment or surety for any contract, debt, obligation,judgment, lien, or any
form of indebtedness. CONTRACTOR further warrants and represents that it has no
obligation or indebtedness that would impair its ability to fulfill the terms of this contract.
13. NOTICE REQUIREMENT: Any notice required or permitted under this agreement shall be
in writing and hand delivered or mailed, postage prepaid, to the other party by certified
mail, returned receipt requested, to the following:
FOR OWNER:
Pedro Mercado Richard Strickland, Director of Airports
Sr. Assistant County Attorney Key West International Airport
1111 12th Street, Suite 408 3491 S. Roosevelt Blvd.
Key West, FL 33040 Key West, Florida 33040
CONTRACT Page 6 of 11
Key West International Airport Noise Insulation Program
Construction of Group 2
FOR CONTRACTOR:
Benjamin Feinn, President
Strong Tower Construction
1901 South 7th Street
Louisville, KY 40208
14. GOVERNING LAW, VENUE, AND INTERPRETATION: This Agreement shall be
governed by and construed in accordance with the laws of the State of Florida
applicable to Agreements made and to be performed entirely in the State. In the
event that any cause of action or administrative proceeding is instituted for the
enforcement or interpretation of this Agreement, the OWNER and CONTRACTOR
agree that venue will lie in the appropriate court or before the appropriate
administrative body in Monroe County, Florida.
15. MEDIATION: The OWNER 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. Mediation proceedings initiated and
conducted pursuant to this Agreement shall be in accordance with the Florida
Rules of Civil Procedure and usual and customary procedures required by the
circuit court of Monroe County.
16. 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 OWNER 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.
17. ATTORNEY'S FEES AND COSTS: OWNER 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 attorney's fees,
in appellate proceedings. Each party agrees to pay its own court costs,
investigative, and out-of-pocket expenses whether it is the prevailing party or not,
through all levels of the court system.
18. ADJUDICATION OF DISPUTES OR DISAGREEMENTS: OWNER and
CONTRACTOR agree that all disputes and disagreements shall be attempted to
be resolved by meet and confer sessions between representatives of each of
OWNER and CONTRACTOR. If no resolution can be agreed upon within 30 days
after the first meet and confer session, the issue or issues shall be discussed at a
public meeting of the Board of County Commissioners. If the issue or issues are
CONTRACT Page 7 of 11
Key West International Airport Noise Insulation Program
Construction of Group 2
still not resolved to the satisfaction of OWNER and CONTRACTOR, then any party
shall have the right to seek such relief or remedy as may be provided by this
Agreement or by Florida law.
19. 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, OWNER 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. OWNER and CONTRACTOR specifically agree
that no party to this Agreement shall be required to enter into any arbitration
proceedings related to this Agreement.
20. BINDING EFFECT: The terms, covenants, conditions, and provisions of this
Agreement shall bind and inure to the benefit of OWNER and CONTRACTOR and
their respective legal representatives, successors, and assigns.
21. AUTHORITY: Each party represents and warrants to the other that the execution,
delivery, and performance of this Agreement have been duly authorized by all
necessary County and corporate action, as required by law.
22. 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 OWNER, when
performing their respective functions under this Agreement within the territorial
limits of the OWNER shall apply to the same degree and extent to the performance
of such functions and duties of such officers, agents, volunteers, or employees
outside the territorial limits of the OWNER.
23. LEGAL OBLIGATIONS AND RESPONSIBILITIES: 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 OWNER, except to the
extent permitted by the Florida constitution, state statute, and case law.
24. 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 OWNER and the CONTRACTOR agree that
neither the OWNER 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.
CONTRACT Page 8 of 11
Key West International Airport Noise Insulation Program
Construction of Group 2
25. NO PERSONAL LIABILITY: No covenant or agreement contained herein shall be
deemed to be a covenant or agreement of any member, officer, agent, or employee
of Monroe County in his or her individual capacity, and no member, officer, agent,
or employee of Monroe County shall be liable personally on this Agreement or be
subject to any personal liability or accountability by reason of the execution of this
Agreement.
26. 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 OWNER and
CONTRACTOR hereto may execute this Agreement by signing any such
counterpart.
27. NON-DISCRIMINATION: CONTRACTOR agrees 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. CONTRACTOR agrees to comply
with all Federal and Florida statutes, and all local ordinances, as applicable,
relating to nondiscrimination. These include but are not limited to:
a) Title VI I of the Civil Rights Act of 1964(PL 88-352)which prohibit discrimination
in employment on the basis of race, color, religion, sex, or national origin;
b) 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;
c) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC § 794),
which prohibits discrimination on the basis of handicaps;
d) The Age Discrimination Act of 1975, as amended (42 USC §§ 6101-6107)
which prohibits discrimination on the basis of age
e) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended,
relating to nondiscrimination on the basis of drug abuse;
f) 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;
g) The Public Health Service Act of 1912, §§ 523 and 527 (42 USC §§ 690dd-3
and 290ee- 3), as amended, relating to confidentiality of alcohol and drug
abuse patient records;
h) Title VIII of the Civil Rights Act of 1968 (42 USC § et seq.), as amended,
relating to nondiscrimination in the sale, rental, or financing of housing;
i) 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;
CONTRACT Page 9 of 11
Key West International Airport Noise Insulation Program
Construction of Group 2
j) Monroe County Code Chapter 14, Article II, which prohibits discrimination on
the basis of race, color, sex, religion, national origin, ancestry, sexual
orientation, gender identity or expression, familial status, or age; and
k) Any other nondiscrimination provisions in any federal or state statutes which
may apply to the parties to, or the subject matter of, this Agreement.
28. COVENANT OF NO INTEREST: OWNER and CONTRACTOR covenant that
neither presently has any interest, and shall not acquire any interest, which would
conflict in any manner or degree with its performance under this Agreement, and
that the only interest of each is to perform and receive benefits as recited in this
Agreement.
29. CODE OF ETHICS: OWNER agrees that officers and employees of the OWNER
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.
30. ETHICS CLAUSE: CONTRACTOR warrants that he/she/it had not employed,
retained or otherwise had act on his/her/its behalf any former officer or employee
of the OWNER subject to the prohibition of Section 2 of Ordinance No. 010-1990
or any officer or employee of the OWNER in violation of Section 3 of Ordinance
No. 020-1990. For breach or violation of this provision the OWNER 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 officer
or employee of the OWNER.
31. ATTESTATIONS: CONTRACTOR agrees to execute such documents as the
OWNER may reasonably require, to include a Public Entity Crime Statement, an
Ethics Statement, and a Drug-Free Workplace Statement.
32. MUTUAL REVIEW: This agreement has been carefully reviewed by the
CONTRACTOR and the OWNER; therefore this agreement is not to be construed
against either party on the basis of authorship.
. .
,.,. -;
.. :
a a 'in 1
CONTRACT Page 1 ; f I(::)ic, •rirs ' c:) i
t: !
Key West International Airport Noise insulation Program ,
,, :
Construction of Group 2 :zi
IN WITNESS WHEREOF, each party has caused.this Agreement to be executed- its du-r '1.71 '
authorized representatives on the day and date first above written. -M�.mil ii, : �.�..
. ;
:. -P
:g...... ,>., ''
r BOARD OF COUNTY COMMISSIONERS
/4-r. , --.1---,s% `at3, .14„ N'''.:(,1,',,,,
Y A F. ,1� ' VIN MADOK' CLERK: OF MONROE COUNTY, FLORIDA
,'--, : ,q. - .,,.,*,;h- :
1 ..✓� '" A,r
:-. ':5,.._::-,7.. ---,- ., -..-- " fili 0 ,
4 --,---7'41,,,?...,' ..., —.,.,,,,,,--, S A i
-''''-- '''..- --°'-/ f - Ar • . A
:-,,, A1-1/0 — .0.-. - .
.r,,,,..:2,--:f-,,,,,,fay+
•' � � ''Deputy Ierk . •� � � • ' � • � • � •� Ma Chairman
N10E COUfftli ATTORNEY
CONTRACTOR RAC
7/1i)
A l~ 011E a ipIT9 Fowl.
''' ..-e...-1! it / r(-6,L,c ,c,_ t___--
ka,,. .?'�>s.?3 ,_�,�. A:c't�'•,�,:Vim,
ASS! uNry ATTORNEY ' y.
t�n Ben a n Feinn
Date _ 8/19/25 ,,, ,. ja
f r:
i,!,
Title: President' •. ;S,• '� Date.: •
STATE OF: Kentucky ' - ,'`°•�,;�+,., '' ti
COUNTY OF: Jefferson.. :,
Subscribed and sworn to (or affirmed) before me, by means of physical presence or C] online
notarization, on August 11, 2025 (date) by Benjamin Feinn, (name of affiant . He is personally
known to me or has produced (N/A, Personally Known) . (type of identification) as
identification.
sNot4 N°.KYIV/3 _ ft) n i7-----\ , I ,..-:.... )
.041‘‘'‘‘fr,.3°H/V0).1 I'vt9 . . s "j/i{' i ,.'''' k, ,,/(Yii,lt/Piv in,/
0, ,
.......
,., 7 \i, ,,, __....- ./- .. i , 1 -
7(s. ),
,,
:tea;.• .• . .•.. ,, ,,, .. �aOTAR ' = NOTARY PUBLIu.� � '•. � - .. '
Lou E. Johnston
t ,04‘.. 1)(113t,‘° ..1. .,.? 1
,,,,4,.,,4
0,
•.••••••••• ,, ,
•
'�i,��� tARG '``‘��
is //iiliIIitt‘‘‘
--N EXPtRes•
CONTRACT Page 11 of 11
Key West International Airport Noise Insulation Program
Construction of Group 2
ATTACHMENTS
1. Acknowledgment of Change Orders
2. Insurance Agent's Statement
3. Certificate of Insurance for Strong Tower Construction
4. Certificate of Insurance for Southeast Abatement Services, Inc.
5. Corporate Acknowledgement
6. Unit Prices
7. Performance Bond
8. Payment Bond
9. Surety Acknowledgement
10. Power of Attorney
11. Drug-Free Workplace Form
12. Disclosure of Lobbying Activities
13. Disadvantaged Business Enterprise Assurance Form
14. Bidder's Affidavit in Compliance with the Florida Trench Safety Act
15. Public Entity Crime Statement
16. Sworn Statement Under Ordinance No. 10-1990, Monroe County (Ethics Clause)
17. Certification of Non-Segregated Facilities
18. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary
Exclusion
19. Non-Collusion Affidavit
20. Vendor Certification Regarding Scrutinized Companies Lists
21. Certification of Compliance with FAA Buy American Preferences
22. Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions
23. Affidavit Attesting to Noncoercive Conduct for Labor or Services
24. Approved Request for Waiver of Builder's Risk Insurance Requirement
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 1
ACKNOWLEDGMENT FOR CHANGE ORDERS
TO: Monroe County Board of Commissioners Key West, Florida
REF: Key West International Airport Noise Insulation Program Group 2
Ladies and Gentlemen:
In order to avoid the necessity of extensive amendments to the referred contract, the undersigned
acknowledges hereby that the following conditions are those for which change orders are allowed
under the Bid Law:
1 . Unusual and difficult circumstances which arose during the course of the execution of
the contract which could not have been reasonably foreseen.
2. Where competitive bidding for the new work for new money will work to the serious
detriment of the awarding authority.
3. Emergencies arising during the course of the work.
4. Changes or alterations provided for in the original bid and originals contract.
Contractor: Strong Tower Construction
Robert Yount ��, ,� �r.,. ,v—
m,
By:
Rob Yount D'.Z �:
Title: Project Manager
Key West International Airport
Noise Insulation Program
Group 2
EXH IB IT 2
INSURANCE AGENT'S STATEMENT
I have reviewed the insurance requirements with the Bidder named below. The following
deductibles apply to the corresponding policies:
POLICY: DEDUCTIBLES:
ndt
�LV�4�
Liability Policies are: Occurrence ❑ Claims Made
L �
Insurance Agency Signature
Printed Name and Title
BIDDER'S STATEMENT ON INSURANCE
I understand the insurance that will be mandatory if awarded the Contract and will comply in full
with all the insurance requirements of the Project.
Strong Tower Construction
Bidder Signature
Benjamin Feinn President
Printed Name and Title
EXHIBIT 3
DATE(MMIDD/YYYY)
A�" CERTIFICATE OF LIABILITY INSURANCE
08/08/2025
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Haley Wagoner
NAME:
H H Underwriters LLC A/CNN o Ext: (502)690-9790 a/c,No): (502)890-3073
400 Blankenbaker Pkwy E-MAIL hwagoner@hhunderwriters.com
ADDRESS:
Suite 301 INSURER(S)AFFORDING COVERAGE NAIC#
Louisville KY 40243 INSURERA: Amerisure Mutual Insurance Company 23396
INSURED INSURER B: Capitol Specialty Insurance Corporation 10328
Strong Tower Construction,LLC INSURER C:
1901 S.7th Street INSURER D:
INSURER E:
Louisville KY 40208 INSURER F:
COVERAGES CERTIFICATE NUMBER: 24-25 Master. REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCEAUULbUBK POLICY EFF POLICY EXP
LTR INSD WVD POLICY NUMBER MMIDD/YYYY MMIDD/YYYY LIMITS
X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
CLAIMS-MADE FX OCCUR PREM SDAMAGES Ea oNcurDreme $ 300,000
MED EXP(Any one person) $ 10,000
A Y CPP21165280402 12/31/2024 12/31/2025 PERSONAL&ADV INJURY $ 1,000,000
MOTHER
LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000
POLICYPRO ❑ LOC PRODUCTS-COMP/OPAGG $ 2,000,000
JECT: $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
Ea accident
X ANYAUTO BODILY INJURY(Per person) $
A X OWNED SCHEDULED Y CA21165290402 12/31/2024 12/31/2025 BODI LY I NJ U RY(Pe r accide nt) $
/� AUTOS ONLY AUTOS
X HIRED �/ NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY /� AUTOS ONLY Per accident
X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000
A EXCESS LAB CLAIMS-MADE CU 21165310402 12/31/2024 12/31/2025 AGGREGATE $ 5,000,000
X DED RETENTION $ 0 Coverage follows form $X
WORKERS COMPENSATION SPTER
EORH
AND EMPLOYERS'LIABI LI TY Y/N 1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $
AOFFICER/MEMBER EXCLUDED? N/A WC 21165320402 12/31/2024 12/31/2025
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000
If yes,describe under 1,000,000
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
Leased/Rented Equipment
A IM 21165300402 12/31/2024 12/31/2025 Leased/Rented Equip. $200,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Monroe County BOCC shall be named as additional insured with respect to General and Auto Liability coverages.
APPV T
DATE-__8.11..25 _ .....
A W6 —
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS.
1100 Simonton St.
AUTHORIZED REPRESENTATIVE
Key West FL 33040
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
EXHIBIT 4
DATE(MMIDD/YYYY)
A�" CERTIFICATE OF LIABILITY INSURANCE
08/13/2025
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Amanda Smith
NAME:
Brown&Brown Insurance Services,Inc. a/cNro Ext: (727)461-6044 a/c,No: (727)442-7695
140 Fountain Parkway N E-MAIL Amanda.Smithl @bbrown.com
ADDRESS:
Suite 600 INSURER(S)AFFORDING COVERAGE NAIC#
St.Petersburg FL 33716 INSURERA: Nautilus Insurance Company 17370
INSURED INSURER B: Key Risk Insurance Company 10885
Southeast Abatement Services,Inc. INSURER C: Great Divide Insurance Company 25224
230 Commerce Drive N. INSURER D: Southern-Owners Insurance Company 10190
INSURER E:
Largo FL 33770 INSURER F:
COVERAGES CERTIFICATE NUMBER: 25-26All Lines REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCEAUULbUBK POLICY EFF POLICY EXP
LTR INSD WVD POLICY NUMBER MMIDD/YYYY MMIDD/YYYY LIMITS
COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
CLAIMS-MADE FX OCCUR PREM SDAMAGES Ea oNcurDreme $ 100'000
X Environmental Services Package MED EXP(Any one person) $ 5,000
A X Pollution Liability Y ECP2047487-10 07/06/2025 07/06/2026 PERSONAL&ADV INJURY $ 1,000,000
MOTHER
LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000
POLICYFRI PRO ❑ LOC PRODUCTS-COMP/OPAGG $ 2,000,000
JECT: $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
Ea accident
X ANYAUTO BODILY INJURY(Per person) $
B OWNED SCHEDULED Y BAP2047485-10 07/06/2025 07/06/2026 BODILY INJURY(Per accident) $
AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY Per accident
PIP-Basic $ 10,000
UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000
A X EXCESS LAB CLAIMS-MADE FFX2047488-10 07/06/2025 07/06/2026 AGGREGATE $ 1,000,000
DED I X1 RETENTION $ 0 $
WORKERS COMPENSATION ER/� STATUTE EORH
AND EMPLOYERS'LIABI LI TY Y/N 1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $
C OFFICER/MEMBER EXCLUDED? N/A WCA2047486-10 07/06/2025 07/06/2026
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000
If yes,describe under 1,000,000
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
Contractors Equipment Any One Item $2,500
D 20840360-25 07/06/2025 07/06/2026 Occurence $10,000
Scheduled Equipment $1,952,789
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Monroe County Board of County Commissioners is Additional Insured with respect to General Liability and Auto Liability if required by written contract.
AP 181C T
bY..... - S w.
DAi 8.13 25
A
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS.
1100 Simonton St.
AUTHORIZED REPRESENTATIVE
Key West FL 33040 �M
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
K(,,y West Hternational Airport
Noise InsWation Prograrn
Construction of Gfoup 2
EXHIBITS
CORPORATE ACKNOWLEDGEMENT
STATE OF Kentucky
COUNTY OF Jefferson
..............
On this 8 day ot_Auqust 025, me personally ca B n�i rne cqtnin Feinn to,
2, before
nic known, who being by me duty sworn, did depose and say he is the Presidlen' of Stron Tower
�....................
Construction the corporation desoribed in and wh h executed the above instrurnent, that he
knows, the, seal of said corporation; that the, sea affixed to said! instrument is such corporate seal;
that it was so, affixed by the Boord of Directors of said corporation and the pie signed his earne
thereto by like order.
V,
Notary P blicr 'r),1911J 0
L o u 'E ohn& on
04koN NO,kt�/
04
s= %A "bSoc
4ARGF,
R/01,
1111111110
"pMes,
Key West International Airport EXHIBIT 6 Page 1 of 3
Noise Insulation Program UNIT PRICES
Group 2
Bidder's Firm Name: Strong Tower Construction
Item No. 2824 STAPLES AVENUE-LASWELL
1 Item Description Unit Est.Qty Unit Price Total Price
Windows Materials LS 1 $32,000.00 $ 32,000.00
Windows Installation Labor LS 1 $5,000.00 $ 5,000.00
Doors Materials LS 1 $13,000.00 $ 13,000.00
Doors Installation Labor LS 1 $2,000.00 $ 2,000.00
Interior Finishes&Trim LS 1 $5,000.001 $ 5,000.00
Exterior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
General&Special Provisions LS 1 $23,520.96 $ 23,520.96
Overhead & Profit LS 1 $20,000.00 $ 20,000.00
SUBTOTAL $105,520.96
Item No. 2816 STAPLES AVENUE-ANDERSON
2 Item Description Unit Est.Qty Unit Price Total Price
Windows Materials LS 1 $30,000.00 $ 30,000.00
Windows Installation Labor LS 1 $6,000.00 $ 6,000.00
Doors Materials LS 1 $21,000.00 $ 21,000.00
Doors Installation Labor LS 1 $5,000.00 $ 5,000.00
Interior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
Exterior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
HVAC Materials LS 1 $4,000.00 $ 4,000.00
HVAC Labor LS 1 $3,000.00 $ 3,000.00
Electrical Materials LS 1 $4,000.00 $ 4,000.00
Electrical Labor LS 1 $3,000.001 $ 3,000.00
General&Special Provisions LS 1 $22,343.521 $ 22,343.52
Overhead & Profit LS 1 $20,000.001 $ 20,000.00
SUBTOTAL $128,343.52
Item No. 2815 FLAGLER AVENUE-PICKETT
3 Item Description Unit Est.Qty Unit Price Total Price
Windows Materials LS 1 $37,000.00 $ 37,000.00
Windows Installation Labor LS 1 $7,000.00 $ 7,000.00
Doors Materials LS 1 $10,000.00 $ 10,000.00
Doors Installation Labor LS 1 $2,000.00 $ 2,000.00
Interior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
Exterior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
HVAC Materials LS 1 $13,000.00 $ 13,000.00
HVAC Labor LS 1 $4,000.00 $ 4,000.00
Electrical Materials LS 1 $4,000.00 $ 4,000.00
Electrical Labor LS 1 $2,000.00 $ 2,000.00
Asbestos&Lead Paint Remediation LS 1 $30,000.00 $ 30,000.00
General&Special Provisions LS 1 $29,301.49 $ 29,301.49
Overhead & Profit I LS 1 1 $20,000-001 $ 20,000.00
SUBTOTAL $168,301.49
Key West International Airport EXHIBIT 6 Page 2 of 3
Noise Insulation Program UNIT PRICES
Group 2
Item No. 2820 STAPLES AVENUE-SWAN
4 Item Description Unit Est.Qty Unit Price Total Price
Windows Materials LS 1 $45,000.00 $ 45,000.00
Windows Installation Labor LS 1 $7,000.00 $ 7,000.00
Doors Materials LS 1 $15,000.00 $ 15,000.00
Doors Installation Labor LS 1 $2,000.00 $ 2,000.00
Interior Finishes&Trim LS 1 $5,000.001 $ 5,000.00
Exterior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
General&Special Provisions LS 1 $24,861.41 $ 24,861.41
Overhead & Profit LS 1 $20,000.00 $ 20,000.00
SUBTOTAL $123,861.41
Item No. 3009 FLAGLER AVENUE-SHORES
5 Item Description Unit Est.Qty Unit Price Total Price
Windows Materials LS 1 $54,000.00 $ 54,000.00
Windows Installation Labor LS 1 $7,000.00 $ 7,000.00
Doors Materials LS 1 $6,000.00 $ 6,000.00
Doors Installation Labor LS 1 $2,000.00 $ 2,000.00
Interior Finishes&Trim LS 1 $5,000.001 $ 5,000.00
Exterior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
General&Special Provisions LS 1 $30,045.11 $ 30,045.11
Overhead & Profit LS 1 $20,000.00 $ 20,000.00
SUBTOTAL $129,045.11
Item No. 3041 FLAGLER AVENUE-MIEVES
6 Item Description Unit Est.Qty Unit Price Total Price
Windows Materials LS 1 $28,000.00 $ 28,000.00
Windows Installation Labor LS 1 $5,000.00 $ 5,000.00
Doors Materials LS 1 $18,000.00 $ 18,000.00
Doors Installation Labor LS 1 $4,000.00 $ 4,000.00
Interior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
Exterior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
HVAC Materials LS 1 $6,000.00 $ 6,000.00
HVAC Labor LS 1 $3,000.00 $ 3,000.00
Electrical Materials LS 1 $8,000.00 $ 8,000.00
Electrical Labor LS 1 $7,000.00 $ 7,000.00
General&Special Provisions LS 1 $24,962.23 $ 24,962.23
Overhead & Profit LS 1 $20,000.00 $ 20,000.00
SUBTOTAL $133,962.23
Item No. 2828 STAPLES AVENUE -PERKINS
7 Item Description Unit Est.Qty Unit Price Total Price
Windows Materials LS 1 $65,000.00 $ 65,000.00
Windows Installation Labor LS 1 $10,000.00 $ 10,000.00
Doors Materials LS 1 $19,000.00 $ 19,000.00
Doors Installation Labor LS 1 $3,000.00 $ 3,000.00
Interior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
Exterior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
Asbestos&Lead Paint Remediation LS 1 $5,000.00 $ 5,000.00
General&Special Provisions LS 1 $28,421.56 $ 28,421.56
Overhead & Profit LS 1 $20,000.00 $ 20,000.00
SUBTOTAL $160,421.56
Key West International Airport EXHIBIT 6 Page 3 of 3
Noise Insulation Program
UNIT PRICES
Group 2
Item No. 2707 FLAGLER AVENUE -GRACE LUTHERAN
8 Item Description Unit Est.Qty Unit Price Total Price
Windows Materials LS 1 $46,000.00 $ 46,000.00
Windows Installation Labor LS 1 $10,000.00 $ 10,000.00
Doors Materials LS 1 $18,000.00 $ 18,000.00
Doors Installation Labor LS 1 $4,000.00 $ 4,000.00
Interior Finishes&Trim LS 1 $5,000.001 $ 5,000.00
Exterior Finishes&Trim LS 1 $5,000.00 $ 5,000.00
General&Special Provisions LS 1 $28,393.72 $ 28,393.72
Overhead & Profit LS 1 $20,000.00 $ 20,000.00
SUBTOTAL $136,393.72
Item No. ADDITIVE BID ITEM NO. 1 -UNIT PRICES FOR BASE BID PROPERTIES
9 Item Description Unit Est.Qty Unit Price Total Price
01021-1 Construction Laborer HR 472 $59.15 $ 27,918.80
01021-2 Carpenter HR 472 $84.50 $ 39,884.00
01021-3 Treated Wood Lumber &
Connectors 2x4 2x6 LF 7080 $1.76 $ 12,460.80
01021-4 Treated Wood Lumber &
Connectors 2x8,2x12 LF 3540 $4.40 $ 15,576.00
01021-5 Exterior Wall Finish,
Including but not limited to
Waterproofing Membrane &
Sheathing- Materials and Labor SF 1475 $27.50 $ 40,562.50
01021-6 Interior Wall Finish, Including
but not limited to Insulation, Furring,
Texture and Paint - Materials and
Labor SF 1475 $23.80 $ 35,105.00
01021-7 Painter Labor HR 177 $76.05 $ 13,460.85
01021-8 Licensed Electrician Labor HR 40 $100.00 $ 4,000.00
SUBTOTAL $188,967.95
TOTAL CONTRACT AMOUNT $1,274,817.95
Abbreviations: HR=Hour LS=Lump Sum LF=Linal Feet SF=Square Feet
By signing below,the Bidder agrees to the accuracy of the information presented and agrees to the terms and conditions of this bid. Attach the
signed hardcopy of these sheets with Bid Form Submittal.
Strong Tower Construction
Bidder's Firm Name:
rri111^ dI,R 11
Robert Yount ONr_r F Nan g ,,t_Pgp. 3n e.
OU iU5,1 Pd�=FEah t
Authorized Signature: p .Aaz „nrl�� aaA°'
Rob Yount Project Manager
Name and Title:
Key West International Airport
Noise Insulation Program
Construction of Group 2
EXHIBIT 7
PERFORMANCE BOND
Wlillll be Ipirovlidled Ipirlicir° to INTP_Co nstir U Cticirn
Key West International Airport
Noise Insulation Program
Construction of Group 2
EXHIBIT 8
PAYMENT BOND
Wlillll be Ipirovlidled Ipirlicir° to INTP_Co nstir U Cticirn
Key West International Airport
Noise Insulation Program
Construction of Group 2
EXHIBIT 9
SURETY ACKNOWLEDGMENT
Wlillll be Ipirovlidled Ipirlicir° to INTP-Con stir Uctlicirn
STATE OF
COUNTY OF
On this this day of 2025, before me personally came
to me known, who being by me duly sworn, did depose and
say he/she is the Attorney-in-Fact of described in and which
executed the above instrument; that he/she knows the seal of said corporation; that the seal affixed
to the said instrument is such corporate seal;that he/she signed the said instrument and affixed the
said seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by
authority of this office under the Standing Resolutions thereof.
Notary Public Signature
EXHIBIT 10
POWER OF ATTORNEY
U e S
POWER OF ATTORNEY 171372.
KNOB'ALL MEN BY THESE PRESENTS:That United Casualty and Surety Insurance ornpany,a corporation of the State of Nebraska,and US Casualty and Surety Insurance
Company and United Surety losurartccr Company,assumed n�anaes of United casualty and Surety Insurance Cornpany,(collectively,the Companles),do by these Presents
rnake,constitute sand appolntt
Kelig Specht,Kandis Grefioey,Anthony Bahama,foAnn Smith,CyntlMla 5.Richter,nlcharr J,Taylor,Madeline Brown,Zachary n,Bradley,Gonna Stolzameach
Felicia Thomas,Dawn L Girton%Rick Rredow,Ralph Kart Brown rR,Ann Robertson,Bends freemen,Alerts Estrada,Deborah parry,Shaun Sullivan
Its true and lawful Att'orney(s)-in-Pact,each in their,separate capacity if more than one Is earned above,with full power and authority hereby conferred In Its name,
place and stead,tc execute,acknowledge and dedWer any and all brands,recog ibeances,undertakings or other instruments or contracts of suretysbip to include
riders,amendmer-ts,and consents of surety,providing the bond penalty does not exceed Three,Milhon Flue Hundred Tftousand&00/100 Dollars
( 3,500,000.00 This power of Attorney shall expire without further action on 1'3eremmrlaer f4�i"',2026.
This power of Attu^nay Is granted under and by aW hority of the foliowfng resolutions adopted by the Board of Mrectors of the Curnpani[es at ameeting duly calf
and held on the Y"day of July,1953;
Resolved that the Pre or Secretary be and they are hereby authoriked and empowered to appoint Attornays-In-Factof the Company,In Its narnn and as
its acts to execute and acknowledge for and on its behalf as Surety any and all bonds, contracts of Indemnity,waivers of 6wtion and all other writings
obt4gatory In ilia nature thereof,with power to attach thereto the seal of the Company,Any such writing'$so executed by such AttorneyOn=fact shah b,w bindkrR
upon tine Compeasy as if they had been duly executed and acknowledged by the regulady erected officers of the Company In their own loopo,lsersons.
That the slitnature of any officer euthonzed by Resolutlons of this Board slid Lisa Company seal may be affixed by facsimile to any power of attorney or special power of
attonre-tar certification of elther given for the execution of any bond,undertaking,racatGaltaitt ear other written obhgadon in the nature thereof;such stgnmore and seal,
when sc used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the
Corrrpary with the same force and effect as though manually.affixed.
IN WITNESS WHEREOF,the Companies have caused this instrument to bes'igned w,id their corporate seals to be hereunto affixed,this d,dth day of March,2(f25
UNITED CASUALTY,AND SURETY INSURANCE COMPANY
US Casualty and Surety Insurance Company
^ " United Surety Insurance Company
tic^a�' ,tit^sw*,a� trt�fa
Corpofe°ate Seals Rt Kyle r ler',"rreasur"el"
CornmonwenIth of Massnrhusetts
County of Suffalk€,s:
dry tlals Tritb da ,af March 202S5 �m before me,Colleen'A,.Cochrane„a not"public,personaliy,appeared,R,lfyle Fowler,Treasurer of Up4ed Casualty and
Sur ety tnsurance Company,US Casualty and Surety Insurance Cr ntpany and United Surety InsuranceCurta"pany,who proved tome on tire basis of satisfactory evidence,
to be the person whose„name is subscribed to the wiithlrr Instrumook and acknowiadged to,are that,he,executed the Barrie in his authorized capacity,and that by his
signature on the laskrument the per'son(s),or the entRy-on behalf of which the pers'dn(a)acted,execotedThe Dnstrument.
I certify under PENALTY OF PERJURY under the Taws of the Commonwealth of Massachusetts that the'foregaing paragraph is true and c�trr'rect.
WITNCSR my hand and seal
C4LtEEMJ��t�WAAME
(Seal) ffarfarMigCa t�tgl6ltftatMwteks
ptarypuhllC Camrttls' oobxplres;10A27✓ 025 � gVYitatfCW"atdil9
1,Robert F.Thom ,President of Ignited Casualty and Surety Insurance Company,US Casualty and Surety Insurance Company and United Surety insurance Company do
hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Companles,which Is still In,full force and effect,
furthermore,the relaalutions of the Board of Directors,sot not in the power of Attorney are In full force and effect"
In'W fitness Whereof,I have here!onto set my hand and affixed the seals of said Companies at Boston,Massachusetts this th day of
Mrh2025
00�
Corporate Seals tip" Robert F.Thomas President
it,i CONFIRM a'UTHCN'TiOTYCarIHrSDONOEARfa0CUMENTEMARt CoNirfin M BOND@ UNITEi3CASUALN"1".COM
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 11
DRUG FREE WORKPLACE FORM
The undersigned Contractor, in accordance with Florida Statute 287.087, hereby certifies that:
Strong Tower Construction
(Name of Business)
1 . Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such prohibition..
2. Inform, such employees about the dangers of drug abuse in the workplace„ the business`
policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation
and employee assistance programs and the penalties that may be imposed upon
employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that are
under bid a copy of the statement specified in Sub-section (1).
4. In the statement specified in Sub-Section (1),, notify the employees that as a condition of
working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the employer of any conviction of or plea
of guilty or nolo contendere to any violation of Chapter 893 (Florida Statutes) or of any
controlled substance law of the United States or any state for a violation occurring in the
workplace no later than five (5) days after such conviction.
5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance
or rehabilitation program if such is available in the employee's community or any employee
who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section..
As a person authorized) to sign the statement, I certify that this firm complies fully with the
above requirements. Digitallyisigne dbyRobertYourtc U:Strom y tmu r [;aus a:PraecaRober Yount Mamageu,Cu=Siratg Tower,CN-Robert Yount
DaaW 2025.08.08 11 M:17-04'00'
(Signature)
Rob Yount Project Manager
(Printed Name and Title)
March 26, 2025
(Date)
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 12
DISCLOSURE OF LOBBYING ACTIVITIES
Certification of Contracts, Grants, Loans and Cooperative Agreements
The undersigned certifies, to the best of his or her knowledge and belief, that:
(1 ) No federal appropriated funds have been paid or will be paid by or on behalf of the
undersigned to any person for influencing or attempting to influence an officer ore ployee
of any agency, a member of Congress, an officer ore ployee of Congress or an employee
of a member of Congress in connection with the awarding of any federal contract, the
making of any federal grant, the making of any federal loan, the entering into of any
cooperative agreements and the extension, continuation, renewal, amendment or
modification of any federal contract, grant, loan or cooperative agreement.
(2) If any funds other than federal appropriate funds have been paid or will be paid to any
person for influencing or attempting to influence an officer oremployee of any agency, a
member of Congress, an officer ore ployee of Congress or an employee of a member of
Congress in connection with this federal contract, grant, loan, or cooperative agreement,
the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying
Activities", in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the
award documents for all sub-awards at all tiers (including subcontracts, sub-grants and
contracts under grants, loans, and cooperative agreements) and that all sub-recipients
shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who
fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and
not more than $100,000 for each such failure.
17
........... --—_--
(Sig
Rob Yount Pr
.................. ect Man��,......................................................... .................. .................
(Printed Name and Title)
M.arch"2'E 2'025
(Date)
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 13
DISADVANTAGED BUSINESS ENTERPRISE ASSURANCE FORM
Project Name: ................
The Bidder shall complete the following statement by checking the appropriate box (check only
one box). Failure to complete this statement shall be grounds for rejection of the Bid.
X The Bidder is able to assure meeting the requirements of the DBE Provisions,
included in SECTION 150, DISADVANTAGED BUSINESS ENTERPRISE PROGRAM, and shall
utilize not less than the prescribed goal of.19.971 DBE participation.
The Bidder is unable to assure DBE participation of 19.97% in this Contract
but shall provide for a minimum amount of __% DBE participation. (if this box is checked,
Bidder shall fill-in the percentage blank and document on a separate attachment to this Assurance
SEGItOWtfifi, BISADV-AHffrAGEiDiBUSNEABf-N-TEP&RIBE PROGRAfillo)Gls as instructed in
Strong Tower Construction
-
(Company Name of Bidder)——————————————————————-
(Printed or Typed)
26-2970059
'k§__F__E__I _N_u_rn__b__e_r)_----------------------------------------------------------F
Benjamin Feinn
(Printed Name of Person Signing)
By:
(Signature)*
Title: President
Date: March 26, 2025
*Must be same signature as Bid Proposal
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 14
BIDDER'S AFFIDAVIT IN COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT
(SECTION 553.60-553.64, FLORIDA STATUTES)
STATE OF Kentucky
COUNTY OF Jefferson
BEFORE ME, the undersigned authority, personally appeared:
Benjamin Feinn
(Name of Person)
who is personally known to me or who has produced
as identification, who, being duly sworn, deposes and says as follows:
That he/she is the duly authorized representative of:
Strong Tower Construction
(Name of Bidder)
being its Partner and President
(Owner, Partner, President, or other Corporate Officer)
and as such, has full authority to execute this Bidder's Affidavit.
1. The full legal name and business address of the person or entity submitting this bid:
Strong Tower Construction
1901 South 7th Street
Louisville KY 40208
2. By submission of this bid and subsequent execution of this Contract, the undersigned bidder
certifies that as successful bidder(Contractor) all trench excavation done within his/her control
(by his/her own forces or by his/her subcontractors) shall be accomplished in strict adherence
with OSHA Trench Safety Standards contained in 19 CFR, s.1926.650, Sub-part P, including
all subsequent revisions or updates to these Standards as adopted by the Department of
Labor and Employment Security.
Key West International Airport
Noise Insulation Program
Group 2
3. The bidder acknowledges that included in the various items listed in the Schedule of Prices
Bid and in the Total Amount Bid are costs for complying with Florida Trench Safety Act
(Sections 553.60-553.64, Florida Statutes). The bidder further identifies the costs to be
summarized below:
Trench Safety Measure Unit of Unit Unit Extended
(Description) Measure(L F, S Y) Quantity Cost Cost
A --------------------................................................................................................................ ...................................................................................................................................................................................
B
...........................................................................................................................................................................................................................................................................................
C .............................................................................................................................................................11..........................................................................................................................
TOTAL:
....................................................................................................................................................................................................................................................
�'
(Signa#e)
Benjamin Feinn President
(Printed Name and Title)
March 26, 2025
(Date)
STATE OF. Kentucky
COUNTY OF: Jefferson
Subscribed and sworn to (or affirmed) before me, by means of 2-physical presence or 0 online
2 ...........
notarization, on ....................................... (date) by 006 , 01A
(name of affiant)�Be/She is personally known to ueor has produced
................
ID 00
111y NA (type of identification) as identification.
NO11ARY PUBLIC
fill
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 15
PUBLIC ENTITY CRIME STATEMENT
"A person or affiliate who has been placed on the convicted vendor list following a conviction for
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a
public building or public work, may not submit bids on leases of real property to a public entity,
may not be awarded or perform work as a CONTRACTOR, supplier, subcontractor, or consultant
under a contract with any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017 of the 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 neither Benjamin Feinn (Respondent's name)
nor any Affiliate has been placed on the convicted.............vendor.......... list............within-—-the-"last- 36 months.
.................. ...............
(Signa�t6re)
(Printed Name and Title)
March 26, 2025
................................................................................................................................................................................................................................................................................................................................................................................................--------—
(Date)
STATE OF: Kentucky
COUNTY OF: Jefferson
................. .................
Subscribed and sworn to (or affirmed) before me, by means of T.dphysical presence or 0 online
".7 ............
�11),,11101...........
notarization, on........................... (date) by 2 -------
(name of affiant),.'HIel/1-Sh,is is personally known to un or has produced
10# (type of identification) as identification,
HO P1J1tt5;--
'00
AN .. ........
oil
qk NOTARY,PlubL`iC
..................................................
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 16
SWORN STATEMENT UNDER ORDINANCE NO. 10-1990 MONROE COUNTY, FL
ETHICS CLAUSE
Benjamin Feinn warrants that he/she/it has
not employed, retained, or otherwise had act on his/her/its behalf any former County officer or
employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee
in violation of Section 3 of Ordinance No. 10-1990. For breach or 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 officer or employee.
——----------
re)
Benjamin Feinn President
..........................................................................................................................................................................................................................................................................................................................................................................................................................................................
(Printed Name and Title)
March 26, 2025
.....................
(®ate)
STATE OF: Ken tak,
COUNTY OF: Jefferson
...................................................................................................
Subscribed and sworn to (or affirmed) before me, by means of ephysical presence or El online
I...........
notarization, on ,L A�J (date) by ............(..
(name of affiant). of She is persona,g known me or has produced
(type of identification) as identification.
*P-
NN G Z .........
'00 NCO MA Y—P U B L I C
......................................
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 17
CERTIFICATION OF NON-SEGREGATED FACILITIES
(As Required by Division III, Section 160 Subsection 160-02
Equal Employment Opportunity Requirements of the General Provisions)
The federally assisted construction contractor certifies that he/she does not maintain or provide
for his/her employees any segregated facilities at any of his/her establishments, and that he/she
does not permit his/her employees to perform their services at any location, under his/her control,
where segregated facilities are maintained. The federally assisted construction contractor certifies
further that he/she will not maintain or provide for his/her employees any segregated facilities at
any of his/her establishments, and that he/she will not permit his/her employees to perform their
services at any location, under his/her control, where segregated facilities are maintained. The
federally assisted construction contractor agrees that a breach of this certification is a violation of
the equal opportunity clause in this contract. As used in this certification, the term "segregated
facilities" means any waiting rooms,work areas, restrooms and washrooms, restaurants and other
eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact segregated on the basis of
race, color, religion, disability, sex,age, ancestry, marital status,familial status,sexual orientation,
gender identity expression, or national origin, because of habit, local custom, or any other reason.
The federally assisted construction contractor agrees that (except where he/she has obtained
identical certifications from proposed subcontractors for specific time periods) he/she will obtain
identical certifications from proposed subcontractors prior to the award of subcontracts exceeding
$10,000 which are not exempt from the provisions of the equal opportunity clause, and that he/she
will retain such certifications in his/her files.
Cigna )e
Pf�21arr�in Feinn President
.........................................................................................................................................................................................................................................................................................................................................................................(Printed Name and Title)
March 26, 2025
...........................................................................................................................................................................................................................................................................................................................................................................................................................................................
(Date)
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 18
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND
VOLUNTARY EXCLUSION - 49 CFR PART 29
(Version 1, 5/901
The Bidder/Offeror certifies, by submission of this Proposal or acceptance of this Contract, 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. It further agrees by submitting this Proposal that it will include this clause without
modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts.
Where the Bidder/Offeror/Contractor or any lower tier participant is unable to certify to this
statement, it shall attach an explanation to this Solicitation/Proposal.
........... .......................
(Si( 41,
(Printed Name and Title)
March 26, 2025
...........................................................................................................................................................................................................................................................................................................................................................................................................................................................
(Date)
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 19
NON-COLLUSION AFFIDAVIT
1, Benjamin Feinn"I..........................................................................................................................— ——------------- (name)
according to law on my oath, and under penalty of perjury, depose and say that:
1) 1 am President ............ (title)
of the firm of-Strong Tower Construction (company name)
the Bidder making the bid proposal for the project described in the Notice for Calling for bids
for:
Key West International Airport
Noise Insulation Program
Group 2
and that I executed the said proposal with full authority to do so:
2) The prices in this bid 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 bidder or with any competitor;
3) Unless otherwise required by law, the prices which have been quoted in this bid have not
been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder
prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and
4) No attempt has been made or will be made by the Bidder to induce any other person,
partnership, or corporation to submit, or not to submit, a bid for the purpose of restricting
competition;
5) The statements contained in this affidavit are true and correct, and made with full knowledge
that Monroe County relies upon the truth of the statements contained in this affidavit in
awarding contracts for said project.
(Signat��,�6
Dg.oLamin Fe i n n........... .
r.P e s"i d e n t.................................................................................................................. —— —————-(Printed Name and Title)
March 26, 2025
(Date)
Key West International Airport
Noise Insulation Program
Group 2
STATE OF: Kentucky
................................................................................................................................................WM............
COUNTY OF: Jefferson
........................................................................................................
Subscribed and sworn to (or affirmed) before me, by means of tl�physical presence or 0 online
notarization on (date) by
----------------- ...........
(name of affiant)�,,,'Hll, e/She is personally known to me�or has produced
............................... ....................................... (type of identification) as identification.
K
o01111110
%V Z&
..................................................................
OOTAO?�. NOTARY PUBLIC
too
..............................................
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 20
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
Project Description(s): Key West NIP Group 2
Respondent Vendor Name: St Cloud Window LLC
Vendor FEIN:99-0620884
Vendor's Authorized Representative Name and Title:
Gary Thell Regional Sales Manager
Address: 390 Industrial Blvd.
City: Sauk Rapids State: MN Zip: 56379
Phone Number: 320-257-3579
Email Address: gthell@stcloudwindow.com
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 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.
Key West International Airport
Noise Insulation Program
Group
Certified By: Gary TheU '
who io authorized hu sign on behalf of the above referenced company.
Authorized Signature:
Printed Name: Gary Thell
Title: Regional Sales Manager
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 21
CERTIFICATE OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE
As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit
this certification statement with their proposal. The bidder or offeror must indicate how they intend
to comply with 49 USC § 50101, and other Made in America Laws, U.S. statutes, guidance, and
FAA policies by selecting one on the following certification statements. These statements are
mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓)
or the letter'X".
❑ Bidder or offeror hereby certifies that it will comply with 49 USC §50101, BABA and other
related U.S. statutes, guidance, and policies of the FAA by:
a) Only installing steel and manufactured products produced in the United States,
b) Only installing construction materials defined as: an article, material, or supply—
other than an item of primarily iron or steel; a manufactured product; cement and
cementitious materials; aggregates such as stone, sand, or gravel; or aggregate
binding agents or additives that are or consist primarily of non-ferrous metals;
plastic and polymer-based products (including polyvinylchloride, composite
building materials, and polymers used in fiber optic cables); glass (including optic
glass); lumber or drywall that have been manufactured in the United States.
c) Installing manufactured products for which the Federal Aviation Administration
(FAA) has issued a waiver as indicated by inclusion on the current FAA
Nationwide Buy American Waivers Issued listing; or
d) Installing products listed as an Excepted Article, Material or Supply in Federal
Acquisition Regulation Subpart 25.108.
By selecting this certification statement, the bidder or offeror agrees:
1. To provide to the Airport Sponsor or FAA evidence that documents the source
and origin of the steel and manufactured product.
2. To faithfully comply with providing U.S. domestic product.
3. To furnish U.S. domestic product for any waiver request that the FAA rejects.
4. To refrain from seeking a waiver request after establishment of the contract,
unless extenuating circumstances emerge that the FAA determines justified.
® The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American
Preferences of 49 USC § 50101(a) but may qualify for a Type 3 waiver under 49 USC §
50101(b). By selecting this certification statement, the apparent bidder or offeror with the
apparent low bid agrees:
1. To submit to the Airport Sponsor or FAA within 15 calendar days of being
selected as the responsive bidder, a formal waiver request and required
documentation that supports the type of waiver being requested.
2. That failure to submit the required documentation within the specified timeframe
is cause for a non-responsive determination that may result in rejection of the
proposal.
Key West International Airport
Noise Insulation Program
Group 2
3. To faithfully comply with providing U.S. domestic products at or above the
approved U.S. domestic content percentage as approved by the FAA
4 To refrain from seeking a waiver request after establishment of the contract,
unless extenuating circumstances emerge that the FAA determines justified.
Required Documentation
Type 3 Waiver ®The cost of the item components and subcomponents produced in the United
States is more that 60 percent of the cost of all components and subcomponents of the "item."
The required documentation for a Type 3 waiver is:
a) Completed Content Percentage Worksheet and Final Assembly Questionnaire
including:
b) Listing of all product components and subcomponents that are not comprised of 100
percent U.S. domestic content (Excludes products listed on the FAA Nationwide Buy
American Waivers Issued listing and products excluded by Federal Acquisition
Regulation Subpart 25.108 (products of unknown origin must be considered as non-
domestic products in their entirety).
c) Cost of non-domestic components and subcomponents, excluding labor costs
associated with final assembly at place of manufacture.
d) Percentage of non-domestic component and subcomponent cost as compared to total
"item" component and subcomponent costs, excluding labor costs associated with final
assembly at place of manufacture.
Type 4 Waiver (Unreasonable Costs) ® Applying this provision for iron, steel, manufactured
goods, or construction materials, would increase the cost of the overall project by more than 25
percent. The required documentation for this waiver is:
a) Completed Content Percentage Worksheet and Final Assembly Questionnaire from
b) At minimum two comparable equal bidders and/or offerors;
c) Receipt or record that demonstrates that supplier scouting called for in Executive Order
14005, indicates that no domestic source exists for the project and/or component;
d) Completed waiver applications for each comparable bid and/or offer.
False Statements: Per 49 USC§47126,this certification concerns a matter within the jurisdiction
of the Federal Aviation Administration and the making of a false, fictitious, or fraudulent
certification may render the maker subject to prosecution under Title 18, United States Code.
March 26, 2025
Date Signa I
Strong Tower Construction Rob Yount Project Manager
Company Name Printed Name and Title
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 22
CERTIFICATION OF OFFEROR/BIDDER REGARDING TAX DELINQUENCY AND
FELONY CONVICTIONS
Certifications
1. The applicant represents that it is is not(X)a corporation that has any unpaid Federal
tax liability that has been assessed, for which all judicial and administrative remedies have
been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to
an agreement with the authority responsible for collecting the tax liability.
2. The applicant represents that it is is not ( X) is not a corporation that was convicted
of a criminal violation under any Federal law within the preceding 24 months.
Note
If an applicant responds in the affirmative to either of the above representations, the applicant is
ineligible to receive an award unless the sponsor has received notification from the agency
suspension and debarment official (SD }that the SDO has considered suspension or debarment
and determined that further action is not required to protect the Government's interests. The
applicant therefore must provide information to the Sponsor about its tax liability or conviction to
the Sponsor, who will then notify the FAA Airports District Office, which will then notify the
agency's SD O to facilitate completion of the required considerations before award decisions are
made.
Term Definitions
Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24)
months of a felony criminal violation under any Federal law and includes conviction of an offense
defined in a section of the U.S. code that specifically classifies the offense as a felony and
conviction of an offense that is classified as a felony under 18 U.S.C. § 3559.
Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed,
for which all judicial and administrative remedies have been exhausted, or have lapsed, and that
is not being paid in a timely manner pursuant to an agreement with the authority responsible for
collecting the tax liability.
March 26, 2025
---------------------
Date SignaY//
Strong Tower Construction Benjamin Feinn President
-- ------------
Company Name Printed Name and Title
Key West International Airport
Noise Insulation Program
Group 2
EXHIBIT 23,
AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT
FOR LABOR OR SERVICES
Entity/Vendor Name: Strong Tower Construction
Vendor FEIN: 26-206699.............................................
.................................................................................................................................................................................................--—-----—"—'............................... ..........---............
................................................................................................................. Benjamin Feinn President
Vendor's Authorized Representative: -11.....,.................I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I...............I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I...............I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I.I...............
Address: 1901 South 7th Street (Name and Title)
u....................FI..............................................................................................................................................---- ------ --------------------------
city: Lo isvi e State: KY Zip: 40208
........................................................................ ............................................
Phone Number: 502-636-3571
..........................................................................................................
Email Address:
As a nongovernmental entity executing, renewing, or extending a contract with a government
entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor
does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes.
As defined in Section 787.06(2)(a), coercion means:
1. Using or threating to use physical force against any person;
2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any
person without lawful authority and against her or his will;
3. Using lending or other credit methods to establish a debt by any person when labor or
services are pledged as a security for the debt, if the value of the labor or services as
reasonably assessed is not applied toward the liquidation of the debt, the length and
nature of the labor or service are not respectively limited and defined;
4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual
or purported passport, visa, or other immigration document, or any other actual or
purported government identification document, of any person;
5. Causing or threating to cause financial harm to any person;
6. Enticing or luring any person by fraud or deceit; or
7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section
893.03 to any person for the purpose of exploitation of that person.
As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that Vendor
does not use coercion for labor or services in accordance with Section 787.06. Additionally,
Vendor has reviewed Section 787.06, Florida Statutes, and agrees to abide by same.
Certified By: _Benjamin Feinn...................................................... who is
authorized to sign on behalf of the above referenced company.
) AQ
Authorized Signature: "'v
Print-N. ameBe[j-a.i.n. Fe-in-I
..............................................
Title: Presid .ten
................ ............... ....................
EXHIBIT 24 2018 Edition
MONROE COUNTY, FLORIDA
REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS
It is requested that the insurance requirements, as specified in the County's Schedule of Insurance
Requirements,be waived or modified on the following contract.
ContractorNendor: Strong Tower Construction, LLC
Project or Service• Construction of Noise Insulation Program (NIP) Group 2
rNendor
Address&Phone#: 1901 South 7th Street Louisville, KY 40208
Address
502-636-3571
General scope of Work: Replace existing windows and doors with acoustical
products; and p rovl die'`addiTi"onal'm"odi ic�a 1"o'ns"if re"q'ired,
Jo reduce the...interiof.nolse.,,,.level...of homes in the vicinity,of
the Key West International Airport.
Reason for Waiver or Work will be performed in homes owned by private
Modification: "i'ffdWicfuals.Properties are-not 6wned'by-Vonro6 County.
Policies Waiver or
Modification will apply to: Requirement for Builder's Risk Insurance as stated in Bid
Documents Volume lof 4 Section 140 general ....
of surance uIrements for ontrac�ors andm
.........
ubcon"tractors QNm 9
Signature of ContractorNendou Robert Yount oa;z; , b.—1
Date„ 8/12/25 Approved X Not Approved
Risk Management Signature: 7
Date:
County Administrator appeal;
Approved: Not Approved,,
Date:
Board of County Commissioners appeal:
Approved„ Not Approved-.
Meeting Date:
Administrative Instruction'7500.7
q tF�