Loading...
Agenda 05/12/2020 Item #16C 2 (Contract #19-7624 Marine Contracting Services)05/12/2020 EXECUTIVE SUMMARY Recommendation to award Agreements for Invitation for Qualification (“IFQ”) No. 19 -7624, “Marine Contracting Services,” for county-wide general contractor services to Quality Enterprises USA, Inc., Kelly Brothers, Inc., Marine Contracting Group, Inc., and TSI Disaster Recovery, LLC. OBJECTIVE: To qualify multiple marine contractors to provide an efficient and timely response to address maintenance, renovations and repairs to the County’s marine facilities. CONSIDERATIONS: The Parks & Recreation Division is responsible for maintaining county-owned marine facilities throughout the County. Securing services from marine contractors is necessary to efficiently and effectively address the maintenance, repair and construction projects, including the annual capital improvement program projects. On October 3, 2019, the Procurement Services Division solicited the notice of IFQ No. 19 -7624, to four thousand five hundred and two (4,502) vendors. One hundred and four (104) vendors downloaded the solicitation information and the County received eight (8) proposals by the November 21, 2019 deadline. Staff found six (6) vendors responsive and responsible and two (2) Vendors non -responsive (Adams Commercial Diving, Inc. and Ballard Marine Construction) for failure to submit required paperwork. A selection committee met on February 5, 2020 to evaluate and rank the proposals using the following IFQ selection criteria: cover letter/management summary, business plan, experience and capacity of the firm, specialized and expertise of team members. Respondents: Company Name City County State Final Rank Responsive/ Responsible Quality Enterprises USA, Inc. Naples Collier FL 1 Yes/Yes Kelly Brothers, Inc. Fort Myers Lee FL 2 Yes/Yes Marine Contracting Group, Inc. Punta Gorda Charlotte FL 3 Yes/Yes TSI Disaster Recovery, LLC Melbourne Brevard FL 4 Yes/Yes Capital Contractors, LLC Naples Collier FL 5 Yes/Yes NR Contractors, Inc. Naples Collier FL 6 Yes/Yes Adams Commercial Diving, Inc. Fort Myers Lee FL 7 No/Yes Ballard Marine Construction, Inc. Bradenton Manatee FL 8 No/Yes After ranking the firms, the selection committee recommends selecting the top four (1-4) ranked marine contractors from the six (6) responsive/responsible proposals submitted on the basis that a pool of four (4) contractors will provide for an equitable distribution of work to be performed. The contract is structured to include a FEMA grant compliance component and can be utilized for grant related repair work after declared emergencies and will be instrumental in supporting surtax funded projects. The work under this solicitation will be for projects with a value of up to $750,000. All work over $200,000 will be subject to approval by the Board of County Commissioners. The firms selected have proven competencies covering the range of marine contractor services customarily needed for County work. To obtain work assignments, County staff will include a Summary of Work, Project Plans, Technical Specifications, etc., to all the selected contractors along with a quote schedule for providing pricing. Fixed Price Lump sum quotes will be requested from each of the four (4) 16.C.2 Packet Pg. 217 05/12/2020 vendors for every project. The quotes will be reviewed and may be negotiated with the contractor who submits the lowest quote, if the quote is outside of the budget. The initial term of the agreement shall be for a three (3) year period with two (2) one -year renewal options, commencing upon the date of Board approval. This contract may be used by other County departments once awarded in accordance with the Procurement Ordinance. FISCAL IMPACT: Funds to maintain the County’s marine facilities are available within various cost centers in General Fund (001), MSTD General Fund (111), Fl. Boating Improvements (303) and Parks CIP Fund (306). LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: To award Agreements for Invitation for Qualification No. 19-7624, “Marine Contractor Services,” to Quality Enterprises USA, Inc., Kelly Brothers, Inc., Marine Contracting Group, Inc., and TSI Disaster Recovery, LLC and to authorize the Chairman to sign the attached Agreements. Prepared By: Bryan Vehovec, Project Manager, Facilities Management Division ATTACHMENT(S) 1. 19-7624_Solicitation_10-2-19 (PDF) 2. 19-7624 NORA (PDF) 3. 19-7624 Final Rank (PDF) 4. 19-7624 Kelly-Brother_Insurance_3-13-20 (PDF) 5. 19-7624 MarineContracting_Insurance_3-13-20 (PDF) 6. 19-7624-QualityEnterp_Insurance_3-30-20 (PDF) 7. 19-7624 TSI Disaster_Insurance_4-7-20 (PDF) 8. [Linked] 19-7624 Kelly_Brothers_Proposal (PDF) 9. [Linked]19-7624 Marine Contract_Proposal (PDF) 10. [Linked]19-7624 Quality_Proposal (PDF) 11. [Linked]19-7624__TSI_Disaster_Proposal (PDF) 12. 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (PDF) 13. 19-7624 MarineContracting_Contract_VendorSigned-rvsd (PDF) 14. 19-7624 QualityEnter_Contract_VendorSigned-rvsd (PDF) 15. 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (PDF) 16.C.2 Packet Pg. 218 05/12/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2 Doc ID: 12180 Item Summary: Recommendation to award Agreements for Invitation for Qualification ("IFQ") No. 19-7624, “Marine Contracting Services,” for county-wide general contractor services to Quality Enterprises USA, Inc., Kelly Brothers, Inc., Marine Contracting Group, Inc., TSI Disaster Recovery, LLC. Meeting Date: 05/12/2020 Prepared by: Title: Project Manager – Facilities Management Name: Bryan Vehovec 04/07/2020 5:19 PM Submitted by: Title: Director - Facilities Management – Facilities Management Name: Damon Grant 04/07/2020 5:19 PM Approved By: Review: Facilities Management Damon Grant Director - Facilities Completed 04/08/2020 12:45 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 04/08/2020 9:25 AM Procurement Services Barbara Lance Additional Reviewer Completed 04/10/2020 2:00 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 04/15/2020 7:50 AM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 04/15/2020 10:03 AM Procurement Services Evelyn Colon Additional Reviewer Completed 04/15/2020 2:58 PM Procurement Services Sandra Herrera Additional Reviewer Completed 04/27/2020 10:30 AM Facilities Management Ayoub Al-bahou Additional Reviewer Completed 04/28/2020 10:36 AM Parks & Recreation Barry Williams Additional Reviewer Completed 04/29/2020 9:45 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 04/30/2020 11:07 AM Grants Erica Robinson Level 2 Grants Review Completed 04/30/2020 12:16 PM Grants Carrie Kurutz Additional Reviewer Completed 04/30/2020 12:22 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 05/01/2020 5:39 PM Public Services Department Steve Carnell Additional Reviewer Completed 05/02/2020 10:05 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 05/03/2020 10:43 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 05/04/2020 8:13 AM 16.C.2 Packet Pg. 219 05/12/2020 Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 05/04/2020 8:29 AM Budget and Management Office Ed Finn Additional Reviewer Completed 05/04/2020 11:55 AM Grants Therese Stanley Additional Reviewer Completed 05/04/2020 4:15 PM County Manager's Office Sean Callahan Level 4 County Manager Review Completed 05/05/2020 8:32 AM Board of County Commissioners MaryJo Brock Meeting Pending 05/12/2020 9:00 AM 16.C.2 Packet Pg. 220 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION FOR QUALIFICATION (IFQ) FOR MARINE CONTRACTING SERVICES SOLICITATION NO.: 19-7624 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.2.a Packet Pg. 221 Attachment: 19-7624_Solicitation_10-2-19 (12180 : 19-7624 Marine Contracting Services) SOLICITATION PUBLIC NOTICE INVITATION FOR QUALIFICATION (IFQ) NUMBER: 19-7624 PROJECT TITLE: Marine Contracting Services IFQ OPENING DAY/DATE/TIME: November 6, 2019 at 3:00 pm PLACE OF IFQ OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Parks and Recreation/Facilities Divisions (hereinafter, the “Divisions or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation for Qualification (hereinafter, “IFQ”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the term s, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specificati ons or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The selected Marine Contractor(s) will be responsible for providing complete construction services for a wide range of projects and is responsible for the overall coordination of a project. The Marine Contractor provides material, labor, equipment, tools and services necessary for the project. The Marine Contractor may hire specialized subcontractors to perform all, or some portion of the construction work. The selected Marine Contractor(s) shall be responsible for knowledge of and compliance with all relative local, state, and federal codes and regulations. The selected Marine Contractor(s) will also be required to follow Collier County vertical standards, unless otherwise approved by the Facilities Management Division (copy of current vertical standards will be included with IFQ packets). The resultant Contract will be available, but not mandatory, for use by all County Departments in need of this service. Historically, County Departments have spent approximately $500,000 annually; however, this may not be indicative of future buying patterns. BACKGROUND Collier County is responsible for various County-owned marine facilities throughout Collier County. In order to maintain the integrity and continuous operations of these facilities, the County intends to qualify a pool of vendors to perform new marine con struction, repair and maintenance services. The Divisions currently have the following beach and beach access parks, although this is not meant to be an all -inclusive list: Barefoot Beach Preserve and Access, Bluebill parking lot access, Clam Pass Beach Park, Conner Park Beach, North Gulfshore Beach Access, South Marco Beach Access, Tigertail Beach, and Vanderbilt Beach. The Divisions have the following boat launches: Ann Olesky Park, Bayview Park, Caxambas Park, Cocohatchee River Park, Collier Boulevard B oat Ramp, Golden Gate Boat Ramp, Goodland Boat Ramp, Mar-Good Harbor Park, Port of the Islands Marina, and Isles of Capri Paddlecraft Park. Staff is seeking to contract with a qualified pool of Marine Contractors who will perform work as needed. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one-year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The intent of this solicitation is to qualify a pool of vendors to complete various marine facility projects in the County. All projects will be quoted to the qualified vendors using lump sum pricing. Quotes must be received within ten (10) business days or within timeframe dictated by project manager for non-urgent work requests. 16.C.2.a Packet Pg. 222 Attachment: 19-7624_Solicitation_10-2-19 (12180 : 19-7624 Marine Contracting Services) The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or de signee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term the n in effect. All goods are FOB destination and must be suitably packed and prepar ed to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goo ds by the COUNTY nonetheless remain with VENDOR. DETAILED SCOPE OF WORK The selected Marine Contractor(s) will be responsible for providing complete construction services for a wide range of projects and is responsible for the overall coordination of the project. The Marine Contractor provides material, labor, equipment, tools and services necessary for the project. The Marine Contractor may hire specialized subcontractors to perform all, or some portion of the construction work. Mark-up for Subcontractors shall not exceed 15%. The Marine Contractor must be qualified and is directly responsible for 100% of the contracted work including all work performed by the marine contractor’s in-house personnel or any subcontractors. In the event the Marine Contractor(s) does not “self-perform” any or all tasks within the specifications, and utilizes subcontractors, the Marine Contractor is directly responsible for all supervision, monitoring and compliance with one hundred percent (100%) of meeting schedule, cost, work, scope, plans and specification quality in the performance of a project for the County. Marine Contractors may be involved in: • Repairs/replacement; • New construction; • Demolition associated with repairs/renovations/retrofits; • Scheduling work and subcontractors in harmony with the County’s operations; and, • Estimating cost of future projects. Marine Contractor’s responsibilities may include, (these are not intended to represent the entire marine contractor portfolio, but rather, a sample of the various responsibilities that a Marine Contractor may be requested to participate in for a Collier County project) but not limited to: • Boardwalk structure repair or replacement (in marine and freshwater applications) including, but not limited to, decking, handrail system, substructure, pile wraps & jackets; • Seawall repair or replacement (including washout and sinkhole repairs); • Boat ramp repair or replacement; • Marine utilities (electric, water, etc.) services, including but not limited to testing, repair, or replacement; • Fueling station services, including but not limited to, maintaining, replacing or repairing; • Applying for permits (Collier County Building permit, Florida Department of Environmental Protection permi ts and exemptions, Army Corps of Engineers permits, coastal permits, i.e. vehicle on the beach); • Dock accessory installs (ladders, cleats, fenders, handlebars, dock boxes, etc.) and maintenance; • Floating dock repair, replacement, or inspection services; • Securing the property; • Managing personnel on site; • Providing site surveying and engineering services; • Disposing or recycling of construction waste, monitoring schedules and cash flows, and maintaining accurate records; • Removal of delinquent boats, pilings and waste; • Repairs or replacement of fish cleaning stations, pump out stations, and bait tanks, to include but not limited to items and regulatory signage associated with each; • Fish-kill clean-ups/Seaweed removal; • Maintenance mechanical dredging projects; • Channel structural pile driving; • Installation of channel markers; • Artificial reef deployments; 16.C.2.a Packet Pg. 223 Attachment: 19-7624_Solicitation_10-2-19 (12180 : 19-7624 Marine Contracting Services) In preparing a response/proposal, the selected Marine Contractors agree to the following: 1. Should any project that is active, extend past the contract termination date, the specific work order or purchase order shall be extended until the completion of the project and the work is deemed accepted by the County’s project manager. 2. Individual projects shall be quoted as lump sum for all work, as directed by the County’s Project Manager. The Marine Contractor is responsible for providing a lump sum quote and agrees to the lump sum price methodology, definitions and practices established by the Board of County Commissioners as stated below: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice, there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County’s project manager before payment for the fixed price contract is authorized. Generally speaking, these contracts are predictable and cost certain, easy to administer for the County and the Contractor, and foster higher levels of collaboration, and account for more than fifty (50%) percent of public sector projects. 3. For projects that require bonding (typically over $200,000); the bonding fee may be charged to Collier County. 4. For insurance related repairs/work, the Marine Contractor may be asked to provide an itemized breakdown of materials, labor and associated costs necessary to complete the repairs covered by the County’s insurance policy. 5. In the event, work is performed by a Subcontractor, a maximum fifteen percent (15%) markup for all overhead and profit for all subcontractors’ and sub-subcontractors’ direct labor and material costs and actual equipment costs shall be permitted. All compensation due Contractor and any Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. Contractor’s and sub-contractor’s bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 6. The County’s project manager will follow the procedure outlined below to receive price proposals from the awarded marine contractor: For Regularly Scheduled Work: • A summary of work will be offered to all Vendors under contract with anticipated completion schedules, price methodology, and may identify liquidated damages (if required). • The Vendor will respond with a price methodology and the requisite quote information requested by the County’s project manager which may include Performance and Payment Bonds requirements, within ten (10) working days. If required, the Project Manager shall attach the Bond paperwork to the SAP requisition and forward the original paperwork to Procurement Services. • The Vendors will respond by providing fixed price, lump sum quotes for the work. • The County’s project manager may negotiate terms and conditions; however, work may not commence without the issuance of a purchase order and Notice to Proceed. • The work will be given to the Vendor with the lowest responsive lump sum quote. 7. Additional Performance and Payment Bonds Requirement: When a work assignment is in excess of $200,000.00, the Contractor(s) shall be required to provide Performance and Payment Bonds, in the amount of 100% of the quoted work assignment amount; the costs of which is to be paid by Contractor. If the work assignment will be more than thirty (30) days in duration and less than $200,000.00, the County’s project manager may request Payment and Performance Bonds. All performance security under the subsequent work assignment shall be continued for a six (6) month period beyond the final completion of the project. General 1. Project Duration: For work that will not be completed within a thirty (30) day period, prior to submitting the first monthly Application for payment, the Contractors shall submit to the Owner, for their review and approval, a schedule of values based upon the total amount to be paid to the Contractor. The Schedule of Values will be formatted by the Contractor to provide for necessary cost breakdowns of the Work by trade category. After its approval by the Owner, that schedule of values shall be used as the basis for the Contractor’s monthly Applications for Payment. The first Application for Payment shall be submitted no earlier than thirty (30) days after the issuance of the purchase order and Notice to Proceed. 2. Insurance Related Repairs: For insurance related repairs/work, the Contractor may be asked to provide an itemized breakdown of materials, labor and associated costs necessary for submittal to Risk Management. 16.C.2.a Packet Pg. 224 Attachment: 19-7624_Solicitation_10-2-19 (12180 : 19-7624 Marine Contracting Services) For disaster related repairs/work, the Contractor may be asked to provide an itemized breakdown of mate rials, labor and associated costs necessary for submittal to Risk Management. If FEMA related, the Contract will be required to comply with the term and condition in the attached provisions (i.e. Lump Sum Only) and will be defined within the work assignment issued by the County as applicable. 3. Equipment Inventory: The Contractor(s) shall, under no circumstances, remove any equipment containing a County asset sticker, without written authorization from the County staff. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County staff member authorized to adjust equipment inventory records. 4. Facility Safety, Security and Standards: Work must be performed in accordance with industry standards and guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Viol ations by a Contractor may constitute cause for immediate termination of the Agreement. The Contractor(s) shall replace or repair any loss at their cost. The County may withhold payment or make such deductions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. Contractors will be expected to understand and comply with all applicable laws and regulations of any governmental entity and Collier County CMA’s, Standard Operating Procedures (SOP’s) or Job Safety Analysis (JSA’s) that that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. Contractor must agree that all work must meet or exceed the standards set forth in the Collier County Vertical Construction Standards - http://bit.ly/CCFM_Vertical_Standards and Collier County IT Construction Standards (if applicable) unless specifically exempted in writing by Facilities Management Division Representative or designee. The Contractor(s) must comply with Federal and State right -to-know laws if hazardous materials are used. Safety Data Sheets (SDS) will be made available and provided to the County per the County Representative’s direction. The Contractor is required to immediately report to the County Representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with t he cleanup of any such incidents. 5. High-Security Environments: The successful Contractor(s) will be asked to work in the Collier County Sheriff’s Office Correctional Facilities and other areas considered “high security”, which require thorough background checks of personnel and tools taken into such Facilities. 6. Warranty: All new equipment/parts warranty work shall be provided by the original warranty supplier . All warranty responsibility for parts or equipment previously purchased, but still under warranty, will continue to be provided by the original warranty supplier until expiration of the warranty period. Upon expiration of the warranty period, responsibility for maintenance shall automatically transfer to the contractor, unless otherwise directed by the County Representative or designee. 7. Trouble Calls: All trouble calls shall be initially reported to the Contractor. If the trouble call involves a warranty item, the Contractor shall notify the County Representative or designee, who will then have the responsibility of placing and tracking the warranty trouble call with the warranty supplier. Maintenance of the warranty inventory list and the notification of a warranty trouble call to the County Representative or designee shall be provided by the Contractor at no additional cost to the County. 8. Parts and fixtures: Parts and fixtures shall be new and warranted for a minimum of one (1) year or the maximum allowed by the manufacturer, whichever is greater. All labor for repairs shall have a minimum of a ninety (90) day warranty. All callbacks will be free of charge. No labor will be billed or allowable in the event defective parts were used. An extended warranty and/or service agreement may be purchased through the Contractor from the manufacturer without any markup being charged to the County. 9. Express Warranties: Contractor shall obtain and assign to the County all express warranties given to Contractor, or any subcontractors, by any subcontractor or material men supplying materials, equipment or fixtures, to be incorporated into the Project. Contractor warrants to the County that any materials and equipment furnished under the Contract shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract. Contractor further warrants to the County that all materials and equipment furnished under the Contract shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract, Contractor shall 16.C.2.a Packet Pg. 225 Attachment: 19-7624_Solicitation_10-2-19 (12180 : 19-7624 Marine Contracting Services) correct it promptly after receipt of written notice from the Count y. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, the County may commence to correct any defective Work, without prior notice to Contractor, at Contractor’s expense. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 10. Clean-up: The Contractor(s) shall be responsible for removing all debri s from the site and cleaning affected areas in the most environmentally friendly manner possible. The Contractor(s) shall keep the premises free of debris and unusable materials, resulting from their work and as work progresses; or upon request by the County’s representative, shall remove such debris and materials from the property. The Contractor(s) shall leave all affected areas as they were prior to beginning work. There will be no cost to the County for clean-up. 11. Additional Items and/or Services: Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 12. Use of Subcontractors: Bidders on any service-related project, including construction, must be qualified and directly responsible for 100% or more of the solicitation amount for said work. 13. County’s Right to Inspect: The County or its authorized Agent shall have the right to inspect the Company’s facilities/project site during and after each work assignment the Company is performing. INVITATION FOR QUALIFICATION (IFQ) PROCESS 1.1 The Proposers will submit a qualification’s proposal which will be scored based on the criteria in Grading Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and recommend multiple firms to establish a library for services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additiona l information after grading and before the final ranking. A contract will be developed with the selected firms, based on their qualifications and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Invitation for Qualification selection process. 1.3 The intent of the scoring of the qualification’s proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the qualifications, discussion, and clarifying questions, and recommend multiple firms in a library for quoting services. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 10 Points 2. Business Plan 25 Points 3. Experience and Capacity of the Firm 35 Points 4. Specialized Expertise of Team Members 30 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four 16.C.2.a Packet Pg. 226 Attachment: 19-7624_Solicitation_10-2-19 (12180 : 19-7624 Marine Contracting Services) (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive.*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (10 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicati ng the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification tha t the Vendor will accept any awards as a result of this RFP. • Provide the following information which does not exceed two (2) pages: • Acknowledge the scope of work and how the proposer will complete that scope of work, using a sample project. • List proposed subcontractors who may participate on the General Contractors team. EVALUATION CRITERIA NO. 2: BUSINESS PLAN (25 Total Points Available/6 Page Limitation) In this tab, provide the following information: • Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time. • Describe how your company typically manages project workloads when demand exceeds current staffing levels. • Provide your approach in coordinating a project that exceeds fifty thousa nd dollars ($50,000) • Provide a sample schedule, with milestones for a project that exceeds fifty thousand dollars ($50,000). EVALUATION CRITERIA NO. 3: EXPERIENCE AND CAPACITY OF THE FIRM (35 Total Points Available) In this tab, include but not limited to: • Provide information that outlines the process that the Contractors uses to assess subcontractor’s qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the Contractor’s various team members who deliver successful projects on time and on budget. Provide at least one (1) example. • Please provide proof that your company is licensed and insured as a Cont ractor in the State of Florida • Identify the number of “industry awards and/or recognitions” that the company has received from peer groups • Identify annual construction volume in dollars for each year over the past 5 years • Identify number of projects completed for each year over the past 5 years • Identify personnel currently employed - number of project managers, number of superintendents, number of estimators, number of principals, and number of support staff - that make up the local office and the entire organization. The County requires that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients during the past 5 years whose projects are of a similar nature to this solicitation as a part of thei r proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the reference form provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. The County also requests the following information of a sample project with a minimum value of $200,000.00: • Project Summary • Total cost and estimated calendar day duration (including projected hours) • Include a schedule of values and deliverables • Provide proposed fee schedule of principals and staff (including sub -vendors, and equipment rental) per attached • Position Schedule 16.C.2.a Packet Pg. 227 Attachment: 19-7624_Solicitation_10-2-19 (12180 : 19-7624 Marine Contracting Services) EVALUATION CRITERIA NO. 4: SPECIALIZED EXPERTISE OF TEAM MEMBERS (30 Total Points) In this tab, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached . All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.C.2.a Packet Pg. 228 Attachment: 19-7624_Solicitation_10-2-19 (12180 : 19-7624 Marine Contracting Services) 16.C.2.b Packet Pg. 229 Attachment: 19-7624 NORA (12180 : 19-7624 Marine Contracting Services) Selection Committee Scoring Sheet (STEP 1) RFQ #: 19-7624 Title: Marine Contractor Services Name of Firm Clint Perryman Michael Cherbini Ann Simpson Hector Sanchez Richard Darroux Total Scores Final Ranking Quality Enterprises USA, Inc.96 95 90 83 94 458.00 1 Kelly Brothers, Inc.95 85 89 82 95 446.00 2 Marine Contracting Group, Inc.86 90 88 75 96 435.00 3 TSI Disaster Recovery 84 85 79 70 85 403.00 4 Capital Contractors LLC 86 70 74 78 82 390.00 5 NR Contractors, Inc 82 55 58 70 70 335.00 6 Procurement Professional Barbara Lance Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their scoring of the Step 2: The procurement professional will review the mathematically tabulated scores determine if consensus is reached. Step 3: The Committee by concensus will determine the number of proposers to bring back for oral presentations. 16.C.2.c Packet Pg. 230 Attachment: 19-7624 Final Rank (12180 : 19-7624 Marine Contracting Services) 16.C.2.dPacket Pg. 231Attachment: 19-7624 Kelly-Brother_Insurance_3-13-20 (12180 : 19-7624 Marine Contracting Services) 16.C.2.dPacket Pg. 232Attachment: 19-7624 Kelly-Brother_Insurance_3-13-20 (12180 : 19-7624 Marine Contracting Services) 16.C.2.dPacket Pg. 233Attachment: 19-7624 Kelly-Brother_Insurance_3-13-20 (12180 : 19-7624 Marine Contracting Services) 16.C.2.dPacket Pg. 234Attachment: 19-7624 Kelly-Brother_Insurance_3-13-20 (12180 : 19-7624 Marine Contracting Services) 16.C.2.dPacket Pg. 235Attachment: 19-7624 Kelly-Brother_Insurance_3-13-20 (12180 : 19-7624 Marine Contracting Services) 16.C.2.dPacket Pg. 236Attachment: 19-7624 Kelly-Brother_Insurance_3-13-20 (12180 : 19-7624 Marine Contracting Services) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 3/13/2020 Brown &Brown Of Florida,Inc. 6611 Orion Drive Suite 201 Fort Myers FL 33912 Donna Trout 239-274-1433 dtrout@bbswfla.com The Continental Insurance Company 35289 00134010 Everest National Insurance CompanyMarineContractingGroup,Inc. Marine Contracting Management LLC 8260 Pascal Drive Punta Gorda FL 33950 Transportation Insurance Company 20494 Safe Harbor Polluton Insurance,LLC 1273250989 A X 1,000,000 X 250,000 X Contractural 10,000 1,000,000 2,000,000 X Y Y ML9780732 12/21/2019 12/21/2020 2,000,000 A 1,000,000 X X X Y Y 6075768024 12/21/2019 12/21/2020 A X X 4,000,000EX012451012/21/2019 12/21/2020 4,000,000 X 25,000 B X N Y 9700000376-191 12/21/2019 12/21/2020 1,000,000 1,000,000 1,000,000 A C D Protection &Indemnity/Hull Equipment /Inland Marine Pollution H0876607 6076043120 V1637120 12/21/2019 12/21/2019 3/13/2020 12/21/2020 12/21/2020 3/13/2021 Per Occurrence Leased/Rented Polution Limit 1,000,000 750,000 1,000,000 Certificate Holder is included as Additional Insured with respect to Marine General Liability Coverage. Workers Compensation Coverage includes USL&H and Jones ACt Bumbershoot /Umbrella Coverage -$4,000,000 Coverage Limit: Continental Insurance Company #6075768024 12/21/2019 -12/21/2020 (50%Participation) XL Specialty Insurance Company #UM00072561MA19A 12/21/2019 -12/21/2020 (50%Participation) PROJECT:19-7624 Annual agreement for marine contractor services Collier County Board of County Commissioners,OR,Board of County Commissioners in Collier County,OR,Collier County Government,OR Collier County are additional insured as respects to general liability,on a primary and non contributory basis as required under written contract.“ Collier County Board of County Commissioners 3327 Tamiami Trail E. Naples FL 34112 16.C.2.e Packet Pg. 237 Attachment: 19-7624 MarineContracting_Insurance_3-13-20 (12180 : 19-7624 Marine Contracting Services) INSURED COPY 16.C.2.e Packet Pg. 238 Attachment: 19-7624 MarineContracting_Insurance_3-13-20 (12180 : 19-7624 Marine Contracting Services) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 3/30/2020 A Marsh &McLennan Agency LLC 222 Central Park Avenue,Suite 1340 Virginia Beach VA 23462 Marsh &McLennan Agency LLC 757-456-0577 certificates@MarshMMA.com Zurich American Insurance Company 16535 XL Specialty Insurance Company 37885QualityEnterprisesUSA,Inc.& Quality Environment Company,Inc. 3494 Shearwater Street Naples FL 34117 Phoenix Insurance Company 25623 Travelers Prop &Casualty Co of America 25674 Evanston Insurance Company 35378 1977114434 C X 1,000,000 X 300,000 10,000 1,000,000 2,000,000 X Y CO7N91352A19 7/1/2019 7/1/2020 2,000,000 C 1,000,000 X X Comp $1,000 X Coll $1,000 8107N67219019 7/1/2019 7/1/2020 PIP 10,000 aggregate D X X 15,000,000CUP8N00458A7/1/2019 7/1/2020 15,000,000 X 10,000 A X N WC017931004 7/1/2019 7/1/2020 Incl USL&H 1,000,000 1,000,000 1,000,000 B B E Protection &Indemnity P&I Excess Pollution /Prof.Liability UM00077083MA19A UM00077085MA19A MMAENV001065 6/5/2019 6/5/2019 7/1/2018 6/5/2020 6/5/2020 7/1/2020 $1,000,000 each claim $1,000,000 $1M each claim $1,000,000 Aggre Excess $2M aggre. RE:For Any and All County projects *Jones Act coverage can be added when the contract is granted and coverage is essential to the work.* Board of County Commissioners in Collier County are included as additional insureds under the General Liability policy as respects to work performed by the insured as required by written contract Board of County Commissioners in Collier County 3925 Tamiami Trail East Naples FL 34112 16.C.2.f Packet Pg. 239 Attachment: 19-7624-QualityEnterp_Insurance_3-30-20 (12180 : 19-7624 Marine Contracting Services) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 03/12/2020 Amsley Insurance Services Inc 1617 13TH ST SAINT CLOUD FL 34769-4306 Lance Turck (407) 892-9645 (407) 892-7807 info@amsleyinsurance.com TSI Disaster Recovery, LLC. 2323 S Babcock St Melbourne FL 32901-5300 Colony Insurance Co 37150 American Alternative Insurance Co 19720 Liberty Mutual Insurance Co American Zurich Insurance Co Westchester Surplus Lines Ins Co A 6 6 6 X X 103 GL 0002946-06 03/14/2020 03/14/2021 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 B 6 6 X X 60A2FF0000254-10 03/14/2020 03/14/2021 4,000,000 C Marine General Liability Protection and Indemnity X X LSMP19-1038 07/01/2019 07/01/2020 Per Occurance $1,000,0000 General Aggregate $2,000,000 CSL $1,000,000 D Inland Marine/Equipment 68045055 09/23/2019 09/23/2020 Scheduled Equip Rented/Leased Equip $3,143,969 $3,186,900 E Pollution Liability G27909954 004 10/02/2019 10/02/2020 $2,000,000 Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County included as an additional insured under the captioned Commercial General Liability Policy on a primary and non-contributory basis if and to the extent required by written contract. 19- 7624- (TSI Disaster Recovery, LLC.) " Annual Agreement for Marine Contractor Services 3295 Tamiami Trail E Naples, FL 34112 Procurement Services Division Attn: Ana Reynoso Collier County Board of County Commissioners 16.C.2.g Packet Pg. 240 Attachment: 19-7624 TSI Disaster_Insurance_4-7-20 (12180 : 19-7624 Marine Contracting Services) CERTIFICATE OF LIABILITY INSURANCE Date Producer: Insured: This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder. This Certificate does not amend, extend or alter the coverage afforded by the policies below. Insurers Affording Coverage NAIC # Insurer A: Insurer B: Insurer C: Insurer D: Coverages The policies of insurance listed below have been issued to the insured named above for the policy period indicated. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of such policies. Aggregate limits shown may have been reduced by paid claims. INSR LTR ADDL INSRD Type of Insurance Policy Number Policy Effective Date (MM/DD/YY) Policy Expiration Date (MM/DD/YY) Limits GENERAL LIABILITY Commercial General Liability Claims Made Occur General aggregate limit applies per: Policy Project LOC Each Occurrence Damage to rented premises (EA occurrence) Med Exp Personal Adv Injury General Aggregate Products - Comp/Op Agg $ $ $ $ $ $ AUTOMOBILE LIABILITY Any Auto All Owned Autos Scheduled Autos Hired Autos Non-Owned Autos Combined Single Limit (EA Accident) Bodily Injury (Per Person) Bodily Injury (Per Accident) Property Damage (Per Accident) $ $ $ $ EXCESS/UMBRELLA LIABILITY Occur Claims Made Deductible Each Occurrence Aggregate Workers Compensation and Employers' Liability Any proprietor/partner/executive officer/member excluded? If Yes, describe under special provisions below. WC Statu- tory Limits E.L. Each Accident E.L. Disease - Ea Employee E.L. Disease - Policy Limits Other Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: CERTIFICATE HOLDER CANCELLATION A OTH- ER X Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E. INCLUDES USL&H. ISSUE 04-03-20 (SS) Lion Insurance Company Insurer E: Plymouth Insurance Agenc 2739 U.S. Highway 19 N. Holiday, FL 34691 4/3/2020 11075 Lion Insurance Company is A.M. Best Company rated A (Excellent). AMB # 12616 NAPLES, FL 34112 South East Personnel Leasing, Inc. & Subsidiaries 2739 U.S. Highway 19 N. Holiday, FL 34691 Client ID:92-70-447 Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s) Coverage does not apply to statutory employee(s) or independent contractor(s) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by faxing a request to (727) 937-2138 or email certificates@lioninsurancecompany.com Coverage only applies to active employee(s) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company": TSI Disaster Recovery, LLC Begin Date:6/30/2016 WC 71949 01/01/2020 01/01/2021 $1,000,000 $1,000,000 $1,000,000 Project Name: , while working in: FL. (727) 938-5562 NO 16.C.2.g Packet Pg. 241 Attachment: 19-7624 TSI Disaster_Insurance_4-7-20 (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 242 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 243 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 244 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 245 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 246 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 247 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 248 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 249 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 250 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 251 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 252 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 253 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 254 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 255 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 256 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 257 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 258 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.lPacket Pg. 259Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 260 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 261 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 262 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 263 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 264 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 265 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 266 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 267 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 268 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 269 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 270 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 271 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 272 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 273 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 274 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 275 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 276 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 277 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 278 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 279 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 280 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 281 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 282 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 283 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 284 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 285 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 286 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 287 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 288 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 289 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.l Packet Pg. 290 Attachment: 19-7624 Kelly_Brothers_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 291 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 292 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 293 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 294 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 295 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 296 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 297 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 298 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 299 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 300 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 301 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 302 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 303 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 304 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 305 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 306 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 307 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 308 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 309 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 310 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 311 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 312 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 313 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 314 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 315 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 316 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 317 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 318 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 319 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 320 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 321 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 322 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 323 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 324 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 325 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 326 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 327 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 328 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 329 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 330 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 331 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 332 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 333 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 334 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 335 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 336 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 337 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 338 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.m Packet Pg. 339 Attachment: 19-7624 MarineContracting_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 340 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 341 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 342 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 343 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 344 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 345 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 346 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 347 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 348 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 349 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 350 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 351 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 352 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 353 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 354 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 355 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 356 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.nPacket Pg. 357Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 358 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 359 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 360 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 361 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 362 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 363 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 364 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 365 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 366 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 367 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 368 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 369 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 370 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 371 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 372 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 373 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 374 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 375 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 376 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 377 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 378 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 379 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 380 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 381 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 382 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 383 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 384 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 385 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 386 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 387 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.n Packet Pg. 388 Attachment: 19-7624 QualityEnter_Contract_VendorSigned-rvsd (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 389 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 390 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 391 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 392 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 393 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 394 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 395 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 396 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 397 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 398 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 399 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 400 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 401 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 402 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 403 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 404 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 405 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 406 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 407 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 408 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 409 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 410 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 411 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 412 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 413 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 414 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 415 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 416 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 417 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 418 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 419 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 420 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 421 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 422 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 423 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 424 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 425 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 426 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 427 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 428 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 429 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 430 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 431 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 432 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 433 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 434 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 435 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 436 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 16.C.2.o Packet Pg. 437 Attachment: 19-7624 TSI Disaster Recovery_Contract_VendorSigned-rvsd- (12180 : 19-7624 Marine Contracting Services) 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Response to Invitation for Qualifications Marine Contractor Services Solicitation No.: 19-7624 Created for Collier County Board of County Commissioners Procurement Services Division 3925 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 Submitted on November 21, 2019 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net November 21, 2019 Collier County, Board of County Commissioners Procurement Services Division 3925 Tamiami Trail, East, Bldg. C-2 Naples, FL 34112 Dear Ms. Barbara Lance: Kelly Brothers, Inc. (KBI) is excited for this opportunity to submit our response to your Invitation for Qualifications for Marine Contracting Services, Solicitation No. 19-7624. Our business philosophy is simple; helping our clients achieve their goals, for the best value, on-time, while delivering the highest quality craftsmanship. KBI is locally owned and operated. Our main office is located on Pine Ridge Road in Fort Myers with our industrial barge landing and staging yard located in Fort Myers Beach. We own and operate a fleet of water craft and heavy equipment, which includes barges, crew boats, cranes, excavators, loaders plus much more. We are an active member of the Florida Marine Contractors Association; whose mission is to “support, promote, and educate the professional marine construction industry in the State of Florida”. Dane Kelly, KBI’s President and Co-owner will be your authorized point of contact for proposals. Dane works in our main office; his phone number is 239-482-7300 and his email address is danek@kellybros.net. KBI’s project portfolio contains over 1,200 projects for private developers, engineering and consulting firms, federal, state, city and county municipalities such as the US Army Corp of Engineers, Florida Department of Environmental Protection, City of Cape Coral, City of Fort Myers, along with Lee, Sarasota and Charlotte Counties and multiple water management districts. We are proud of our repeat clientele, which speaks to the quality of our work and the integrity of our company; Tarpon Point Marina, Maximo Marina, Diversified Yacht Services, and Marina Jack to name just a few. Included in our response is just a small sampling of projects we are proud to have completed through the years to familiarize you with our capabilities and experience. You will quickly appreciate our extensive experience and thus realize Kelly Brothers should be included in your pool of qualified Marine Contractors to perform new marine construction, repair and maintenance services. We are experts in our field and have a proven track record of successful projects and satisfied clients. We also are pleased to provide you with references able to speak to the professionalism of our employees and excellent quality of our work. We acknowledge the Detailed Scope of Work information as specified on pages 5 thru 8 of your Invitation for Qualifications, Solicitation No. 19-7624, Marine Contracting Services. Once awarded a project, KBI will assign an experienced project manager from our staff. He/she will work directly with Travis Kelly, KBI’s Vice President and Co-owner, whom also serves as KBI’s General Superintendent. Travis oversees our field staff. Both KBI’s Project Manager and Travis work very closely with our Job Site Superintendent and their team of experienced crew members to flawlessly execute your project from start to finish. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Once a project is under contract, we will work with project stakeholders to develop a detailed schedule outlining major milestones and the respective responsible party. KBI’s professional project manager will ensure all paperwork and permits are in order prior to executing the work. Based on the schedule and scope of work we will determine the appropriate equipment needed and the availability of such equipment. For example, equipment for a vessel salvage project will include a barge, crane, push boat, crew boat, dewatering pumps, oil boom, absorbent pads, floating turbidity barrier, and lift bags. The scheduling and status of this equipment will be determined at the time of an executed contract. The necessary captain, crane operator, dive supervisor, certified divers and deckhands will be assigned to the project and be on the barge to complete the salvage operation. A dive supervisor as well as a stand by diver will be onsite during dive operations. Each diver will be continuously tended or in visual contact with another diver during all dive operations. The diver(s) will inspect the vessel for any visible damage that can be corrected at that time. A lift plan will be formulated between the diver(s), and the dive supervisor. After positioning the necessary rigging, we will begin to raise the vessel via crane or lift bags pending the site and vessel conditions. Once the vessel is raised close to the surface and has been stabilized, we will complete an additional survey detailing condition of vessel. The vessel will be raised just enough to break the surface and then we will attempt to dewater as much of the vessel as possible. At this time a determination of how to complete the salvage operation will be made. Option 1 would be if the vessel floats fine on its own. If so, KBI will hip tow vessel to our Beach Yard located at 1154 Main Street, Fort Myers Beach for proper demolition and disposal. Option 2 would be if the vessel cannot float on its own. KBI will then lift vessel onto our barge via crane, secure the vessel and then tow barge return to our Beach Yard for proper disposal. All required documentation for the salvage and disposal will be completed and filed with the appropriate authorities. The work will be billed and all project close out items will be finalized to complete the project. When a project involves specialty work, KBI will work with qualified subcontractors. We have developed strong working relationships with skilled subcontractors, their expertise strengthens our team approach and supplements the years of experience Kelly Brothers will bring to your project. Typical items we subcontract are utilities, surveying and fuel systems. Possible firms who may participate with our team will vary and be determined by the specific project requirements and scope of work for each project. When appropriate, we often subcontract work with such prominent and respected firms as Excel Electric, Dagostino & Wood, Lincoln Marine, and Petroleum Marine among others. Leveraging almost four decades of experience, we offer the expertise you need to complete your project on time and within the agreed upon budget. Kelly Brothers has the necessary facilities, ability, capacity, and financial resources to provide the work required for a successful completion. We look forward to hearing from you soon upon receipt of our ITQ. Please feel free to contact me with any questions or if you need additional information. Thank you again for your interest and consideration of Kelly Brothers. We look forward to being of service. Respectfully, Dane Kelly President and Co-Owner Kelly Brothers, Inc. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Evaluation Criteria NO. 2: Business Plan  Kelly Brothers (KBI) provides world-class marine construction services and offers decades of experience working in, on, under, over and around the waters of southwest Florida. KBI’s proven expertise has been acquired through the multitude of years and myriad of projects successfully completed during our 39 years in business. We have experience in managing multiple ongoing projects and prioritizing projects in order to successfully meet project milestones and completion timelines. We believe the process of prioritizing projects starts in the bidding process. Kelly Brothers will provide an honest assessment of our current and projected workload and provide a truthful timeline for a successful completion. It may not always be the preferred timeline; however, we feel it is best to be upfront and forthright in our abilities to accommodate a proposed schedule. If we feel a timeline is unachievable, whether it is due to workload commitments or the scope of work detailed cannot be successfully completed to our standard of quality within the desired timeframe, we will tell you so. We prefer to not be awarded the work rather than to make a commitment we may not be able keep. We tend to be conservative in our estimating timelines. This provides some flexibility in our scheduling to manage any unforeseen site conditions that may be lurking under the water. It is this approach that has made Kelly Brothers known as an ethical and respected leader in providing comprehensive commercial marine construction services. This well-deserved reputation was built on our team‘s uncompromising commitment to quality, service, safety and integrity. Once KBI is awarded a project, President, Dane Kelly, and Vice President, Travis Kelly, start the process of incorporating the work into our existing workload. An experienced project manager is assigned. He/she will coordinate with all project stakeholders to develop a realistic schedule that will be in the best interest of all involved. Project Management personnel meet weekly and as needed with the Dane and Travis to review the status of each project, discuss upcoming work, and how best to incorporate and prioritize new work into our existing workload. Client communication and feedback are important aspects of these scheduling meetings and are taken into consideration when prioritizing scheduling. Work under contract is typically given a higher priority than work pending award. Again, we believe in open and honest communication when changes in our workload alter projected schedules. We do our utmost to accommodate our client’s needs and honor our commitments.  Kelly Brothers has the expertise to manage project workloads when demand exceeds current staffing levels. However, we work tirelessly to be proactive in managi ng project schedules to avoid the pitfalls of over scheduling. During our 39 years in business, KBI has completed over 1,200 multifaceted projects; we have learned from this experience to be efficient in our planning and the execution of our work. We also know to expect the unexpected. Our knowledge and expertise amassed over the years have proven to be invaluable in dealing with the varied and complex aspects of scheduling individual projects. Again, as stated earlier, Project Management personnel meet weekly and as needed with Dane and Travis to review the status of each project, discuss upcoming work, and how best to incorporate and prioritize new work into KBI’s existing workload. This meeting also includes a review of equipment availability, staffing levels along with crew assignments, work hours, and deadlines. When we foresee the need for additional staff we work to recruit and hire qualified personnel to meet the demands of our workload. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Furthermore, we stand behind our commitments; our dedicated team is willing to do what it takes to get the job done as promised. Our people are our strength. KBI employees are willing to work long hours and weekends as needed to complete a project on time. Kelly Brothers is not just another company nor is your project just another job to Dane and Travis, their work is the family’s namesake. They are proud of Kelly’s Brothers’ outstanding reputation and are committed to its future success. They inspire and impart that same sense of pride and commitment to their team; an incredible team dedicated to your success.  Kelly Brothers will approach each of your projects with the expertise derived through our countless successful projects completed throughout southwest Florida. Whether it is a project estimate that exceeds $50,000 or $500,000 our approach to deliver a quality product on time and within budget is the same. We will utilize our staff, equipment, and knowhow to organize, implement, and construct the scope of work as detailed in project requirements, drawings and specifications. The scope of work detailed in the IFQ is primarily marine work, which is our company’s specialty and our focus. The field of marine construction is what we do and the only thing we do. Our company has the ability to successfully manage a project from start to finish. Our material suppliers work closely with KBI to ensure competitive pricing, and the availability and delivery of the materials. Both vital in keeping your project within budget and on schedule. KBI has invested in plant and equipment to further enhance our abilities to control cost and deliver a top- notch quality product while adhering to the schedule. We have the equipment necessary for the various types of work outlined in this IFQ. Kelly Brothers owns and operates various barges, tug boats, and work boats needed for maneuvering and executing the work of projects in, on and around the waterways of southwest Florida. Further, Kelly Brothers has an extensive collection of equipment and tools, such as pile driving equipment, rock drills and punches, and other miscellaneous items too numerous to mention at our disposal. Kelly Brothers always views a project as an opportunity to share our expertise. We scrutinize each project, examining areas we feel there may be the potential for adding value. We work jointly with all involved, taking into account public access, pedestrian traffic, and safety measures when executing our work. We will protect job sites, adjacent properties, work, and product at all times. We are experienced in working in the sensitive and highly visible environments of marine construction. Our team understands and delivers the attention to detail essential in maintaining safe, organized yet productive worksites. For example, Kelly Brothers offers innovative solutions; such as the construction method utilized on the restoration project of the prestigious Naples Pier. To meet the timeline of this project and to minimize the disruption for public access, much of the work took place on dry land in Fort Myers. The pier superstructure and decking were fabricated off site at our shop; the preassembled sections were then delivered to the job site via barge. Once onsite the 30-foot sections were lifted into place via crane and bolted to the piers. The method worked flawlessly. Both Manhattan Construction, the prime contractor for this project, and the City of Naples were extremely pleased with the results. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Once awarded a project, KBI will assign an experienced project manager from our staff, which will oversee every aspect of a project. He/she will work with project stakeholders to develop a schedule. The level of detail will be dependent upon the complexity of the project. The Project Manager will also ensure all applicable permits, licenses, and insurances are in place as needed to perform the scope detailed in the drawings and specifications. Our staff has a thorough knowledge of Federal and Florida State statutes, laws, regulations, and permitting requirements relative to marine construction. Our work has included projects for the various water management districts, Florida’s Department of Environmental Protection and the West Coast Inland Navigation District. Commercial marine construction work is our livelihood, each and every project involves our navigating the legalities and permitting associated with the job. As contract are being executed the KBI team conducts final reviews of material quantities and a preliminary outline of the project schedule is drafted. At the time of contract execution, procurement of all project material begins with focus on long lead and custom fabricated items. If appropriate based on the scope of the project, subcontractors are selected, subcontracts are drafted, sent and are executed as quickly as possible. Permit applications are filled out and submitted upon receipt of final construction drawings. Commencement of the project is then determined by lead time for critical material, permit timelines, and availability of crew and equipment. Once a schedule has been finalized and all permits are received, the project would commence. Dependent on the scope and scale of the project, segments of the work could commence either simultaneously or in stages. He/she will work directly with Travis Kelly, KBI’s Vice President and Co-owner, whom also serves as KBI’s General Superintendent. Travis oversees our field staff. Both KBI’s Project Manager and Travis work very closely with our Job Site Superintendent and their team of experienced crew members to flawlessly execute your project from start to finish. KBI personnel and equipment would be mobilized to the job site. Subcontractors would be scheduled and work completed as needed and when the timing is appropriate to incorporate their portion of the project into the overall schedule. As with typical construction, work would be managed so that work flow was continuous and efficient allowing each aspect of the project to transition with little or no delay. All work would be executed to plans and specifications. Inspections would be scheduled and conducted with appropriate personnel on site. Permits are closed out as necessary. Upon substantial completion walkthroughs would be conducted to close out the phase or the project as applicable. During the walkthroughs a punch list would be generated; any items listed would be addressed as quickly as possible. Upon completion of the punch list a final walkthrough would be conducted to confirm all work is complete and satisfactory. All project close-out items remaining open are then completed, such as demobilization, final billings, etc.  Following this page is Kelly Brothers, Inc (KBI) sample project schedule with milestones for a project over $50,000. KBI has the manpower and equipment capacity together with the expertise to effectively incorporate your projects onto our existing and projected work assignments. The following a sample preliminary schedule with milestones for a project that exceed fifty thousand dollars ($50,000.00). Jelly Brothers has the manpower, equipment and expertise to incorporate your projects into our existing and projected assignments. Time is an importance aspect of every project and we understand each project is unique in it's requirements and specifications. Our team will work with project stakeholders to develop a project schedule to the level of detail needed to effectively execute the work and complete the project within the agreed upon timeline. Your satisfaction is of the utmost importance; we will do our best to deliver on our promises.Sample Schedule CGC1519780 15775 Pine Ridge Road, Fort Myers, FL 33908P: (239) 482-7300  F: (239) 482-8014www.kellybros.net 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Evaluation Criteria NO. 3: Experience and Capacity of the Firm  Kelly Brothers (KBI) has been in the marine construction business for over 39 years; we have developed strong working relationships with a variety of specialty marine subcontractors in the southwest Florida area. Their expertise strengthens our team approach and complements the years of experience Kelly Brothers will bring to your projects. KBI has a well-established a pool of qualified skilled subcontractors experienced in the intricacies of marine work. We choose subcontractors based on the specific project requirements; we know which companies we can trust to deliver a quality product, on time and within budget. We have a group of qualified subcontractors in every discipline necessary to successfully complete any scope of work we may subcontract.  Kelly Brothers has the in-house personnel and knowhow to perform the work of this contract. Team members range from estimators, project managers, office support staff, site superintendents, shop and field personnel. Dane Kelly and Travis Kelly are the Co-owners of Kelly Brothers. They will be the team leading your projects and are KBI’s key staff members charged with delivering exceptional-quality projects, on time and within budget. Resumes have been provided Dane and Travis in the Evaluation Criteria NO. 4 section summarizing their vast and varied experience in the specialty of marine construction. They will be available to handle and support any and all aspects of your projects. KBI recently completed the Bayshore Gardens Park and Recreational District boat ramp renovations. This project is an example of a project successfully delivered on time and on budget by our dedicated team of professionals. Kelly Brothers was contracted to remove and replace the existing boat ramp and boarding pier. The project included 75 LF of concrete seawall and cap, and a 1,445 sq. ft. boat ramp with a 384 sq. ft. armor-mat scour protection pad, widening the new ramp by 2 feet. The addition of ADA parking and sidewalk now allows for handicap access to the new 64 ft. long boarding pier. The project was completed within budget and was finished approximately three weeks ahead of the schedule. Ms. Jodie Lawman, District Manager, had this to say about our work: “I highly recommend Kelly Brothers, Inc. who recently completed the installation of a boat ramp, which was widened by two feet, and an accompanying ADA dock. The job was completed approximately 22 days prior to the projected finish date, which made our residents extremely pleased. The communication was open and ongoing. Inquiries were responded to timely and professionally. During construction, the site was maintained, kept clean and organized. The on- site crew was professional and responsive to questions. The quality of workmanship is reflected in the finished product with attention to detail obvious. Site visits and questions from our District Project manager were acknowledged with respect and addressed with detail. It was a pleasure working with Kelly Brothers, Inc. We are pleased with the work on this project and would recommend this group of professionals as a commercial marine contractor.” These is just one example of the many successful projects completed by our company. At KBI we strive to deliver a product of the highest quality craftsmanship at the best value while adhering to schedule and budget constraints. As you review our reference forms and associated letters of recommendation provided in this section you will see we have a history of satisfied clients and a proven track record in our ability to deliver quality and customer service all while controlling cost and managing schedules. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net  Following this page is a copy of Dane Kelly’s Certified General Contractor License along with a copy of our Certificate of Insurance as proof that our company is licensed and insured as a Contractor in the State of Florida.  Kelly Brothers was featured on the cover of Marine Construction Magazine, Issue #3 – 2018. The photo was taken at Tin City in Naples, where we were working on the waterfront restoration after Hurricane Irma caused massive seawall and boardwalk damage. In addition to the cover photo, the same issue included an article highlighting the reopening of the Naples City Dock Marina after their major reconstruction project. KBI was the prime contractor responsible for successful execution of the multi-million-dollar renovation project for the City of Naples.  Kelly Brothers’ annual construction volume in dollars for each year over the past five years is as follows: 2014: $9,310,395 2015: $7,483,405 2016: $8,155,068 2017: $11,797,205 2018: $12,061,766  Kelly Brothers’ number of projects completed for each year over the past five years is as follows: 2014: 22 2015: 28 2016: 25 2017: 28 2018: 24  Personnel currently employed that make up our local office and the entire organization is as follows: o Project Managers: 4 o Superintendents: 6 o Estimators: 2 o Principals: 2 o Support Staff: 5 o Shop and Field Staff: 30 KBI has submitted completed reference forms in this section from clients during the past five years whose projects are of similar nature. The projects represent projects of similar scope to the detailed scope of work provided on page 5 of this solicitation. The size, scope and complexity of the projects provided vary to demonstrate the breadth and depth of our experience in marine construction. Along with the completed reference form we have provide project information sheets and letters of recommendation. This information is just a very small sampling of our past performance to validate our ability to deliver a successful outcome. Paraphrasing from a letter of recommendation from the City of St. Marks, Kelly Brothers has the dedication and tenacity to make your project a success and the end product exceed your expectations. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Reference Questionnaires, Project Information, and Letters of Recommendation 95.5 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Naples City Dock Naples, Florida Kelly Brothers (KBI) recently completed work on the prestigious Naples’ City Dock reconstruction. The work consisted of dredging, demolition/disposal of 19,490 sq. ft. existing wooden fixed docks, overwater buildings, and fend off piles. Along with demo, work included the installation of 21,262 sq. ft. of new concrete floating docks, installation of 3,571 sq. ft. of heavy timber & IPE fixed docks, reconstruction of three overwater/floating buildings, design-build fuel system, and all utilities (fire, water, electric and waste). Dock boxes, signage and fish cleaning stations were provided as part of the finishing touches for this new and improved docking facility for the City of Naples. KBI worked in conjunction with the City of Naples utilizing the City’s direct purchase program to generate a sales tax savings for the project. This multi-million dollar project was completed on time and under budget. Location: 735 8th Street South Naples, FL Owner: City of Naples Engineer: Turrell, Hall & Associates, Inc. 3584 Exchange Avenue Suite B Naples, FL 34104-3732 Contract: Prime Date Completed: February 2018 Final Contract Amount: $5,901,805.05 To whom it may concern: It is with pleasure I write this letter of recommendation for Kelly Brothers, Inc. I wish to acknowledge the high standard of performance, professionalism, and diligence exhibited by Kelly Brothers during their work on the Naples City Dock multi-million dollar renovation project. The task included a combination of fixed and floating docks, the reconstruction of three overwater/floating buildings, design-build fuel system, and all utilities (fire, water, electric and waste). Kelly Brothers was responsible for the oversight of the entire project; they self-performed 64% of the work and directed multiple subcontractors. Particularly noteworthy was the attitude and cooperative reactions by key Kelly Brothers’ personnel to difficult and tenuous conditions caused by the intricacies of marine construction. Their employees kept the site clean and tidy, and were always polite and professional to inquisitive members of the public. During construction Kelly Brothers proved their expertise in marine construction by value engineering various components of our multi-faceted project, which resulted in a considerable cost savings to the City of Naples. They have a knowledgeable staff with a strong work ethic and the specialized equipment to deliver a quality product at a competitive price. I feel confident Kelly Brothers will do an outstanding job. They will be able to assist with any challenge your unique project may present, as they did with ours. My experience working with Kelly Brothers over the course of this 10-month project clearly demonstrated to me the City made the right decision to use their outstanding firm. I would recommend Kelly Brothers to anyone demanding quality workmanship for projects in and around the water. Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 6ROLFLWDWLRQ&ROOLHU&RXQW\ $0 S 19-7624 - Marine Contractor Services Kelly Brothers, Inc. Dane Kelly, President Steve Boutelle Lee County BOCC December 2016Punta Rassa Boat Ramp $609,840.00 120 sboutelle@leegov.com 239-485-8408 239-533-8128 10 10 10 10 10 10 9 10 10 10 99 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Punta Rassa Boat Ramp Fort Myers, Florida Kelly Brothers (KBI) was contracted to renovate the most widely used public boat ramp facilities in Lee County. The project was completed in two phases to keep the facility open during construction due to the heavy use. KBI installed two 26’ x 73’ concrete panel boat ramps, 2,400 sq. ft. of armormat scour protection, 2,260 sq. ft. of fixed dock with composite decking along with 26 linear ft. of bulkhead. Work also included upland site work and environmental protection during the construction. Location: 15001 Punta Rassa Rd Fort Myers, FL 33908 Owner: Lee County BOCC Engineer: Coastal Engineering Consultants 3106 S Horseshoe Drive Naples, FL 34104 Contract: Prime Date Completed: December 2016 Final Contract Amount: $609,840.00 January 18, 2017 Reference for Kelly Brothers, Inc. RE: Punta Rassa Boat Ramp Construction To Whom It May Concern: Kelly Brothers, Inc. (KBI) provided construction services for the replacement of the four-lane Punta Rassa Boat Ramp during the second half of 2016. This was a complete rebuild including dock replacement, seawall replacement, upland site work, precast and cast in place ramp components, and armormat scour protection. The site is the single most important ramp access in Lee County and serves a variety of recreational and commercial boating interests. Because of that, we also required that the facility remain operational throughout construction. KBI did an excellent job of understanding our needs and meeting them. When minor issues came up, they were proactive in communicating with us and our engineer and implementing corrective actions. We also changed a number of details mid-project, and KBI was understanding and cooperative in implementing the new requirements. KBI was also able to work safely and effectively despite the requirement to keep the ramp open to public use. The result was a final product that came in on time and within budget and represents a significant long-term benefit to the boating public of Lee County. We consider KBI to have been an excellent partner on this project and would be pleased to entertain bids from them on any future similar work we might have. Please feel free to contact me at the phone number or e-mail address below if you need any additional information. Sincerely, Stephen Boutelle Marine Operations Manager sboutelle@leegov.com (239) 533-8128 BOARD OF COUNTY COMMISSIONERS John Manning District One Cecil L Pendergrass District Two Larry Kiker District Three Brian Hamman District Four Frank Mann District Five Roger Desjarlais County Manager Richard Wm. Wesch County Attorney Donna Marie Collins Hearing Examiner P.O. Box 398, Fort Myers, Florida 33902-0398 (239) 533-2111 Internet address http://www.leegov.com AN EQUAL OPPORTUNITY AFFIRMATIVE ACTION EMPLOYER 10 10 9 10 9 10 10 10 9 10 97 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net The Landings, Yacht, Golf & Tennis Club Fort Myers, Florida Kelly Brothers (KBI) was contracted to mechanically dredge and dispose of over 1,100 cubic yards of spoil from existing dock facility and entrance channel for this prestigious yachting community. KBI was responsible for the pre (lay-out) survey and post surveys, removal and reinstallation of marker piles and tie-off piles in the basin, coordination of temporary vessel navigation, turbidity barriers, collecting and recording turbidity readings twice a day during in-water construction activities and property restoration after the work was completed. Additional work was added to the contract involving the repair of the lower fuel dock. This work consisted of removing and replacing all cap boards and a stringer on the lower dock, which measured approximately 5’ x 45’. Location: 4420 Flagship Drive Fort Myers, FL Owner: The Landings, Yacht, Golf & Tennis Club, Inc. Engineer: Turrell, Hall & Associates, Inc. 3584 Exchange Avenue Suite B Naples, FL 34104-3732 Contract: Prime Date Completed: August 2016 Final Contract Amount: Dredge: $117,833.00 Fuel Dock: $9,153.00 Administration (239) 482-3211 the HEIM CIUB Restaurant (239) 482-3224 theTENNlS CtUB (239) 482-0515 the Landinp Yacht, Golf & Teffiis 4420 Flagship Drive Fort Myers, Florida 33919 CIub, Inc. the GOIF CIUB (239) 482-0242 the MARINA (239) 481-7181 January 25,2017 To Whom lt May Concern, The Landings Marina has had the opportunity to work with Kelly Brothers over the past years in projects ranging from dredging our marina to rebuilding our docks. I can say without hesitation, it was one of the easiest contractors we have worked with. Projects were started earlier than promised. Were completed as per specs, came in under budget, and property was cleaned up as good if not better than before work was started. I would not hesitate to have Kelly Brothers perform more work in our marina in the future. Marina Director The Landings, Yacht, Golf & Tennis Club, Inc. 239-481-7181 office Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 6ROLFLWDWLRQ&ROOLHU&RXQW\ $0 S 19-7624 - Marine Contractor Services Kelly Brothers, Inc. Dane Kelly, President Randy Richards.Richards & Martin December 2018Mangrove Bay $1,762,892.92 218 randy@richardsandmartin.com 239-939-5117 239-963-9307 10 10 10 10 10 10 10 10 10 10 100 239.250.8687 10-30-2019 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Mangrove Bay, Phase I and II Naples, Florida Kelly Brothers (KBI) removed and disposed of the boat house structure including roof, framing, support piles and docks in Phase I. Once demolition was complete KBI then installed a new covered dock system along with fire and water services in the same foot print of the original structure. The roof frame was a pre-engineered scissor truss system with a 3” to 12” pitch, exterior plywood, asphalt paper underlayment and green 5 vee crimp metal roofing to match existing structures. The project also included environmental signage, and step down dock ladders. Upon completion of the work, the Owner contracted with KBI to reroof a 2nd structure. Phase II included demolition, mangrove removal, and nearly 900 cubic yards of dredging. Furthermore, the installation work included approximately 735 linear ft. of concrete seawall with 160 ton of riprap installed at toe of the seawall panels, fixed docks, a floating dock and gangway, as well as boat and kayak ramps. The concrete seawall is comprised of 8” x 4’-6” panels, an 8” x 10” waler, and a 2’ x 2’ cap topped with an 8” thick knee wall, which varies in elevation. The docking facilities include 2600 sq. ft. of fixed docks with PT decking and pile strips along with a community designated fixed dock, which is 380 sq. ft. and includes a 65 linear ft. ADA compliant ramp connected to a 30’ long aluminum gangway leading to a 300 sq. ft. aluminum floating dock supported by three 14” square x 30’ long FDOT concrete pilings. In addition, a 56’ x 12’ kayak launch was constructed using 57 stone and articulating block mat. Denso 400 and 500 pile jackets were furnished and installed. Location: 101-201 Goodlette Frank Road, S Naples, FL Owner: Mangrove Bay Development LLC Engineer: Turrell, Hall & Associates, Inc. 3584 Exchange Avenue Suite B Naples, FL 34104-3732 Contract: Prime Date Completed: Phase I: June 2015 Phase II: January 2019 Final Contract Amount: Phase I: $526,602.42 Phase II: $1,762,892.92 Richards & Martin, Inc. 1333 3rd Avenue South, #102 Naples, FL 34102 Tel: 239.597.5308 e-mail: info@richardsandmartin.com website: www.richardsandmartin.com CGC 038553      May 24, 2019 Transmitted via email Randy@RichardsAndMartin.com Cell: 239.777.3873 Kelly Brothers, Inc. 15775 Pine Ridge Road Fort Myers, FL 33908 Re: Letter of Recommendation Dear Dane & Travis: On behalf of Mangrove Bay Development, LLC, acting as the Developer’s Representative, I am honored to provide you with this letter of recommendation for your outstanding performance at Mangrove Bay in downtown Naples. The developer and I couldn’t be more pleased with your performance of casting and placement of 600 feet of new seawall, kayak ramp, boat docks, repairing old docks and mangrove removal and mitigation – all items on budget and ahead of schedule. Due to the complexity of the structural design, the limited space to implement new construction, and the variable soil conditions, it was imperative that the marine contractor chosen must be experienced in dealing with sensitive site conditions, the governing state and federal codes and guidelines to construct such complex designs. Kelly Brothers’ expertise coupled with the long-standing relationship with the marine engineering design firm Turrell, Hall and Associates provided invaluable clarity with the minute details of the project. The Kelly Brothers’ team delivered the most professional estimating, project management, and job supervision to ensure the project success. Kelly Brothers went well above and beyond the contracted scopes with assisting the developer, architect, and structural design team in merging the marine construction activities with the upland construction tasks. Kelly Brothers’ field crews displayed excellent organizational skills and abilities for complex planning. The jobsite was operated safely and cleaned daily. Kelly Brothers’ team was free from scheduling delays, budget overruns and quality control issues. I would like to extend my personal thanks to Mr. Dane Kelly, Mr. Travis Kelly, Mr. Bob DeMeo, the project management staff and the field crews for providing me the professional encounter that in today’s market is very rare. A job well-done. I have included my contact information above and would be glad to discuss your work with any prospect you may have that is considering utilizing your services. Kind Regards, Randy Richards President Richards & Martin, Inc. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Seawall Repairs, Three Locations Fort Myers Beach, Florida Kelly Brothers (KBI) performed stormwater related seawall repairs at three separate locations on Fort Myers Beach. Damaged elements of the stormwater system and sections of seawall were removed and replaced. The combined length of seawall at the three sites totaled 130 linear ft. constructed with pre-cast concrete panels. A 13 ft. by 20 ft. dock was replaced to match an existing dock, 84 ton of rip rap was installed between two of the sites, pipe penetration, and restoration of a Stormtech Retention System was also as part of the work. Locations: 1) Jefferson Ct. Fort Myers Beach, FL 2) Ostego Dr. Fort Myers Beach, FL 3) Estero Blvd. Fort Myers Beach, FL Owner: Town of Fort Myers Beach Engineer: Coastal Engineering Consultants 3106 S. Horseshoe Drive Naples, FL 34104 Contract: Prime Date Completed: May 2018 Final Contract Amount: $311,402.40 5HIHUHQFH4XHVWLRQQDLUH 6ROLFLWDWLRQ 5HIHUHQFH4XHVWLRQQDLUHIRU  1DPHRI&RPSDQ\5HTXHVWLQJ5HIHUHQFH,QIRUPDWLRQ   1DPHRI,QGLYLGXDOV5HTXHVWLQJ5HIHUHQFH,QIRUPDWLRQ  1DPH (YDOXDWRUFRPSOHWLQJUHIHUHQFHTXHVWLRQQDLUH  &RPSDQ\ (YDOXDWRU¶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³´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oshua W. Maxwell 1&5VSSFMM )BMM"TTPDJBUFT *OD .BSDI    Josh!UIBOBQMFTDPN   5JO$JUZ3FTUPSBUJPO 10 10 9 10 10 10 10 9 10 10 98 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Tin City Naples, Florida Kelly Brothers (KBI) was the construction team responsible for the waterfront restoration of Tin City after Hurricane Irma caused massive seawall and boardwalk damage at this historical restaurant and shopping complex. The project started with the demolition of the failed seawall and boardwalk. The new 392 linear ft. of seawall was constructed as a resilient H-Pile Combi-Wall. Steel H-piles were drilled deep into rock, steel sheet piles were driven into the rock, all topped with concrete cap. The seawall was engineered to cantilever on its own; independent of tie backs. Zinc anodes were welded onto the steel sheet piles below the water line. Over 1,900 sq. ft. of new IPE boardwalk was installed, supported seaside by the concrete cap and landward by new pressure treated pilings driven into the land. Over 400 LF of hand railing was also installed. Two mooring facilities were constructed with 14” wood fender piles, along with the removal and replacement of a floating dock. Construction of two decks, backfill restoration and utilities were also part of the KBI’s responsibilities in the restoration efforts. Location: 1200 5th Ave. S Naples, FL Owner: Herbert Chas Pohlmann Jr. Engineer: Turrell, Hall & Associates 3584 Exchange Ave., Suite B Naples, FL 34104 Contract: Prime Date Completed: December 2018 Final Contract Amount: $1,547,311.03 TURRELL, HALL & ASSOCIATES, INC. Marine & Environmental Consulting 3584 Exchange Avenue ● Naples, Florida 34104-3732 ● 239-643-0166 ● Fax (239) 643-6632 ● tuna@thanaples.com To whom it may concern: I am pleased to provide this letter of recommendation for Kelly Brothers, Inc. I have worked with Kelly Brothers, Inc. (KBI) on several diverse projects; most recently on the historic Tin City Waterfront Shops’ seawall and boardwalk reconstruction. Tin City’s waterfront promenade required major restoration after Hurricane Irma devastated the area causing the seawall and boardwalk to fail. We designed the reconstruction of the seawall and boardwalk and bid the work out to qualified marine contractors. Kelly Brothers was recommended and selected over other bidders for the project due to their experience working in very difficult site conditions, their competitive pricing and heavy equipment needed to perform the complex installation. KBI worked very well with the various business owners to ensure their work had as little impact as possible. Regular site meetings were held and any concerns were promptly, professionally and fairly addressed. The project workmanship was excellent and their dedication to the prompt completion of this $1.5 million project was greatly appreciated by all. Consistent with previous work experience, I found their staff to be skilled and knowledgeable. Everyone goes above and beyond to satisfy the client. The quality of the service provided as well as the level of professionalism and integrity demonstrated by their employees is outstanding. I highly recommend Kelly Brothers for any marine construction project you may be proposing. I am impressed with the quality of their work and will certainly utilize their firm in the future. If you require additional information please contact me at (239) 643-0166 or via email at patrick@thanaples.com. Regards, Patrick Scheele, Staff Engineer / Project Manager Patrick@THAnaples.com 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Charter Club Resort of Naples Bay Naples, Florida Kelly Brothers (KBI) completed the construction of a 1,315 sq. ft. over-water fixed dock with Weardeck (composite) decking and handrails for this resort complex. It included four boat slips and fishing pier with two fishing/entertainment platforms. Sixty-two piles, varying in length from 16 ft. to 35 ft., were installed penetrating six ft. of solid rock using KBI-owned specialty equipment. Dock utilities included LED dock lighting, underwater fish lights, power pedestals, and water supply for each slip. Construction took approximately nine weeks to complete and finished ahead of the scheduled timeline. Location: 1000 10th Ave. S. Naples, FL Owner: Charter Club of Naples Bay Owners Association, Inc. Engineer: Turrell, Hall & Associates, Inc. 3584 Exchange Ave Naples, FL 34104 Contract: Prime Date Completed: May 2019 Final Contract Amount: $265,335.00 Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Project Budget: _______________________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 6ROLFLWDWLRQ&ROOLHU&RXQW\ $0 S 19-7624 - Marine Contractor Services Kelly Brothers, Inc. Dane Kelly, President Zachary J. Lozano Company: (Evaluator’s Company completing reference) Delnor Wiggins Boardwalk $306,241.60 zachary.lozano@dep.state.fl.us 239-597-6196 State of Florida Department of Environmental Protection 239-597-8223 Completion Date: _____________________________November 2017 Project Number of Days: _______________________210 8 8 10 8 10 10 9 8 10 10 91 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Delnor-Wiggins Pass State Park, Phase II Naples, Florida Kelly Brothers (KBI) was contracted for Phase II of the removal and construction of ADA compliant boardwalks and sidewalks at Bath House No. Two. The project involved the removal of 1,900 sq. ft. of boardwalk and the installation of nearly 2,100 sq. ft. of elevated boardwalks, at-grade boardwalks, and sidewalks for Area # 5. Signage, relocate of water, sewer, and electrical was also part of the original contract. Additional work was added due to Hurricane Irma damage, which included the repair of 85 LF of sidewalk, downed signage, and general cleanup of debris. Location: 11135 Gulfshore Drive Naples, FL 34108 Owner: State of Florida Department of Environmental Protection (FDEP) Engineer: Stantec 1441 Maclay Commerce Drive Suite 101 Tallahassee, FL 32312 Contract: Prime Estimated Completion: September 2017 Current Contract Amount: $306,241.62 Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 6ROLFLWDWLRQ&ROOLHU&RXQW\ $0 S 19-7624 - Marine Contractor Services Kelly Brothers, Inc. Dane Kelly, President Lesli Haynes Lee County BOCC June 2019 Chris Koepfer Artificial Reef $119,800.00 105 lhaynes@leegov.com 239-533-8566 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Chris Koepfer’s ARC Reef Fort Myers Beach, Florida Kelly Brothers (KBI) was contracted by Lee County to load, transport and deploy 1000+ tons of precast concrete structures and debris to create a new artificial reef at Chris Koepfer’s ARC Reef, which is named in memory of the pioneer of Lee County’s artificial reef program. The project was funded using a $120,000 grant from the Florida Fish and Wildlife Conservation Commission and donated concrete. Seven-hundred (700) tons of concrete debris was provided by Lee County from local construction sites; an additional 300 tons of material was provided by KBI from jobsite stock piles and local precast vendors. The material weighing from 500 to 10,000 lbs. each was loaded on flatbed trucks and transported from Cape Coral and Fort Myers to the KBI Beach Yard located in Fort Myers Beach. The concrete was then loaded via crane onto KBI’s 140’ x 40’ barge. Two loads, of over 500 tons each, were transported to the reef location, approximately 25 nautical miles offshore. Upon arrival at the site, the concrete reef materials were then deployed using an excavator. Materials were placed per the direction of Lee County. Location: 25 nautical miles off Matanzas Pass Owner: Lee County Board of County Commissioners 1500 Monroe Street Fort Myers, FL 33901 Contract: Prime Date Completed: June 2019 Final Contract Amount: $119,800 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net MarineMax Naples, Florida Kelly Brothers (KBI) was contracted by GCG Construction to repair 90 linear ft. of concrete seawall and cap destroyed by Hurricane Irma at the MarineMax, Naples location. The original seawall had separated and shifted approximately 3 ft. from its original location. KBI removed the existing concrete panels and installed a vinyl sheet pile wall using 13 helical anchors to securely anchor the wall. A 20” x 24” concrete cap and new concrete deck were installed, along with seven 10” x 25’ marine piles with caps, wrap, pile stripping and fenders. Location: 1146 6th Avenue S. Naples, FL Owner: MarineMax, Inc. Engineer: Reuben Clarson Consulting 750 94th Avenue N., Ste. 213 St. Petersburg, FL 33702 Contract: Subcontract Prime Contractor: GCG Construction, Inc. 6819 Porto Fino Circle, Suite 1 Fort Myers, FL 33912 Date Completed: February 2018 Final Contract Amount: $193,098.00 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Evaluation Criteria NO. 3: Experience and Capacity of the Firm Sample Project with a minimum value of $200,000 Project Summary: Naples Land Yacht Harbor (NLYH), Naples Kelly Brothers (KBI) worked to remove and replace 240 LF of seawall, which was severely pushed out of alignment during Hurricane Irma. The failed concrete wall was replaced with 12 x 8 Truline vinyl U-Channel panels, which were set to rock and cut to grade. Prior to tremie pouring concrete into each panel the existing tieback rods were modified with a HDG pivoting termination inserted through the panels to secure a composite exterior waler. Concurrently, a temporary sheet pile wall was installed in front of each home prior to removing short sections of damaged wall to prevent further soil erosion beneath the homes located in the immediate vicinity of the repairs. A steel reinforced concrete cap was installed followed by a french drain / well point system and then backfilled. The NLYH was pleased with the end result and shared this sentiment in a letter of recommendation, a portion of the letter is as follows: The management and construction team appointed to perform this work was excellent and contributed to the success of the project's execution and completion time frame. Special care was required for this repair since homes are located in the immediate vicinity of the severely damaged seawall. KBI took great care in preventing additional damages to these homes by demolishing the seawall in small sections and installing effective temporary shoring as erosion control. The team kept the site clean and tidy, and were always polite and professional to inquisitive members of the community. The completed seawall exceeded our expectations. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Total cost and estimated calendar day duration (included projected hours) o Total Cost: $281,650.00 o Estimated calendar day duration: 90 days per the original contract. An additional 12 days were added per Change Order # 1 for Owner-requested additional work for a total of 102 calendar days. o Projected Hours: 3,420. Projected hours are calculated using a five-man crew at 76 working days with an average 9-hour work day. Schedule of Values and deliverables: Item Description Quantity Unit 1 Mobilization / Demobilization 2 EA 2 New Seawall Installation (including demo of existing wall) 240 LF 3 French Drain 240 LF 4 Site Restoration 1 LS 5 As-built Survey 1 LS CO # 1 Owner- requested Additional Work and Materials 1 LS Kelly Brothers competitively quote projects based on the scope of work detailed in the project’s drawings and specifications. We do not typically provide a fee schedule of principals and staff, subcontractors and equipment rental as an option for pricing prospective work. However, we would be happy to discuss this possibility if selected as one of the firms to be included in your pool of qualified Marine Contractors for Solicitation 19-7624. Position schedule: Position Hours Superintendent: 811.50 Operator: 25.75 Skilled: 1,143.50 Unskilled: 1,111.75 Truck Driver: 96.75 Total Hours: 3,189.25 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Evaluation Criteria NO. 4: Specialized Expertise of Team Members  Kelly Brothers, Inc. (KBI) has an unrivaled reputation as a leading provider of comprehensive commercial marine construction services. KBI was founded over 39 years ago through the vision and passion of Danny Kelly, a commercial hard hat diver with vast marine experience and a propensity for problem solving and customer satisfaction. Dane and Travis Kelly joined the family business, and are now the co-owners of Kelly Brothers, which continues to grow and prosper under their leadership. Dane and Travis are passionate about the business and legacy created by their father and share in the responsibility of shaping KBI for the future. They promote strong core values and hard work. Dane and Travis oversee company operations and provide strong executive leadership. They have been in and around the marine construction business their entire lives. Dane serves as the company’s President, in addition to his executive management experience and job cost control expertise he has worked in project management, site supervision. Travis serves as our Vice President as well as our General Site Superintendent and Safety Officer, he is responsible for leading the company’s field operations. Dane and Travis are both licensed general contractors; their emphasis is on quality and customer service while maintaining schedule and budget. They will be available to handle and support any and all aspects of your various projects. Detailed resumes have been provided for Dane and Travis summarizing their vast and varied experience in the specialty of marine construction. Resume have also been provided for two of our Project Managers along with three Site Superintendents. Additional resumes are available upon request for our remaining Project Management team as well as our Site Superintendents. The Kelly’s foster a family atmosphere here at Kelly Brothers; employees are treated with respect, fairly, and yet tough when needed. Their expectations are set high for every member of the company. This results in a longevity seldom seen in the modern work place. Our management group and site superintendents have over 200 years of combined experience. The majority of that time being served with Kelly Brothers, working locally in the marine construction business. Four of our site superintendents have worked for KBI for 20 plus years; of which two have over 29 years of experience with our company. Many of our field personnel have also been with Kelly Brothers for numerous years. Working together for many years and in the local marine environment provides an exceptional combination of experience and expertise. Kelly Brothers’ personnel have the competency to efficiently and effectively execute the work outlined in your IFQ. Our key staff members as well as our field personnel are well-versed in the construction methods required and are experienced in the various aspects of outlined in the IFQ’s Detailed Scope of Work section. Attention to detail is a company trait, which is demonstrated in our job performance. As a testament to the value and exceptional quality of our work, we have received an A+ rating from the Florida Department of Transportation (FDOT) for our performance on the Myakka Bridge. Our people have a steadfast dedication to achieving excellence and work diligently to deliver impeccable customer service. We are experts in our field and partner as needed with skilled and knowledgeable subcontractors to provide the fuel supply systems, along with fire, water, and electrical services. Kelly Brothers often manages and coordinates the work of various subcontractors as part of our client contracts. We understand the importance and value of their contributions to the success of each project and have developed a great working relationship with each of our subcontractors noted in Evaluation Criteria NO. 4, Specialized Expertise of Team Members. KBI will work in accord with subcontractors, utility contractors, and material/equipment suppliers to provide project management, installation, and the successful completion of your projects. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Dane Kelly President, Co-owner AREAS OF EXPERTISE Licensed General Contractor Project Planning / Management Value Engineering Staff Supervision Resource Management Contract Administration Estimating Job Cost Control OSHA Construction and Safety Training OSHA Certified Rough Terrain Extending Boom Operator Certified Crane Operator Up to 150 Ton OSHA Compliant Qualification Rigger/Signal Person – Hand/Voice Department of Environmental Protection, (DEP) Qualified Stormwater Management Inspector United Safety Council Intermediate Maintenance of Traffic Course, Meeting FDOT Requirements Open Water / Enriched Diver American Heart Association Heart Saver First Aid, CPR, AED AFFLIATIONS Florida Marine Contractors Association Summary Proven leader in the marine construction industry with a track record of ensuring projects are delivered to the highest quality, within budget and on time. Years of trade experience in every facet of marine construction. Projects include marina construction, bridge construction, dredge operations, fender system replacement, pile driving, bulkheads, seawalls, rip rap revetment, slope protection, erosion control, weirs, box culverts, wood and concrete piers, subaqueous cable and pipe crossings, artificial reef construction, under-water construction, barge and crane service, marine salvage and commercial diving. Transitioned from a Laborer to Job Site Superintendent, then Procurement Manager, General / Project Manager, Vice President, and now serves as the company’s President and Licensed General Contractor. Recognized by clients and colleagues as a business professional with a high degree of personal integrity. Known for compassionate leadership, a persuasive passion for excellence, and a talent for resourceful business solutions. Consistently maintains a quality- standard performance record via exceptional service, follow-through, and attention to detail. President and Co-owner 2019 – Present Oversees day to day operations of the company Leads all aspects of the firm’s business development and operations Collaborates with key personnel on business strategy, long range planning and determining company objectives Acquires new business through strategic marketing efforts, competitive bidding processes, and client referrals Uses knowledge from previous experience to gain a clear understanding a client’s exact needs Explores value engineering opportunities Works with Vice President /General Superintendent to clearly define and communicate project goals and objectives Creates effective, informed, and highly motivated teams focused on customer requirements, safety, and quality Promotes team work, integrity, and strong work ethic Ensures the best value is obtained for each project while providing a quality product Works with key personnel to estimate, review, and approve bid submittals, pricing, and change orders. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Vice President 2012 – 2019 Kelly Brothers, Inc. Oversaw day to day operations of the company Managed all aspects of critical projects and provides managerial support for all other projects Ensures the best value is obtained for each project while providing a quality product Estimates, oversees, and approves bid submittals and change orders General / Project Manager 2011 – 2012 Kelly Brothers, Inc. Responsible for costing, estimating and planning projects Managed multiple projects from the office and the field Coordinated job site personnel, equipment and materials Updated project plans to include agreed upon changes and facilitated change orders as needed Procurement Manager 2009 – 2011 Kelly Brothers, Inc. Negotiated pricing for job materials and subcontracts Planned and coordinated material deliveries and subcontracted work Prepared material take-offs from drawings to obtain material quotes Assisted estimators with bids to ensure accurate and competitive pricing Site Superintendent 2002 – 2009 Kelly Brothers, Inc. Oversaw all on-site site activities, including daily work assignments, coordination of project materials, subcontracts, and job site inspections Acted as liaison between the corporate office and owner’s representative, engineering firms, and permitting entities 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Dane Kelly Relevant Project Experience Full service marine construction firm headquartered in Fort Myers Locally owned and operated since its incorporation in 1980. Over 39 years in business, serving a variety of public and private clients throughout Southwest Florida. Over 1200 projects completed. With Kelly Brothers, you are working with a family owned and operated company, we have a vested interest in our client‘s satisfaction. We take immense pride in our work and value our business reputation. Our philosophy is simple, “Get it done and do it right the first time." 75% of our business is referral work from previously satisfied customers. We have a long and established track record for delivering a quality product, on time and within budget. Bayshore Gardens Park and Recreation District Boat Ramp, Bradenton Tin City, Naples Naples Land Yacht Harbor, Naples City Dock, Naples MarineMax, Naples, Fort Myers, Sarasota Pahokee Marina Reconfiguration, Pahokee Naples Pier Restoration, Naples Manatee Park, Canal Bank Reinforcement, Fort Myers Punta Rassa Boat Ramp Replacement, Fort Myers Tampa Yacht and County Club, Tampa Tarpon Point Marina, Phase I and II, Cape Coral Boulevard Apartments, Largo Marathon Marina, Marathon Mangrove Bay, Phase I and II, Naples Pine Island Commercial Marina, St. James City Marina Jack, Multiple Phases, Sarasota Maximo Marina, Phase I and II, St. Petersburg Jiggs Landing, Bradenton City of St. Marks Municipal Bulkhead and Pier, St. Marks Sanibel Harbor Yacht Club, Fort Myers SFWMD, FAKA Union Canal, Naples Tom Adams Bridge, Phase II, Englewood Diversified Yacht Services, Fort Myers Beach Tropical Isle Condominium, Marco Island Shell Isle, Marco Island Delnor-Wiggins Pass, Phase I and II, Naples South Seas Club, Marco Island Newton Park, Fort Myers Beach Doctors Pass North Jetty Rehabilitation, Naples Nathan Benderson Park Pedestrian Bridges, Sarasota Boca Grande Isles, Emergency Repair, Boca Grande Sanibel Causeway Bridge, Sanibel Mallory Square, Key West 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Travis Kelly Vice President, Co-owner AREAS OF EXPERTISE Licensed General Contractor Project Management Staff Supervision Resource Management Job Cost Control OSHA Construction and Safety Training OSHA Certified Rough Terrain Extending Boom Operator Certified Crane Operator Up to 150 Ton OSHA Compliant Qualification Rigger/Signal Person – Hand/Voice Department of Environmental Protection, (DEP) Qualified Stormwater Management Inspector United Safety Council Intermediate Maintenance of Traffic Course, Meeting FDOT Requirements Open Water / Enriched Diver American Heart Association Heart Saver First Aid, CPR, AED AFFLIATIONS Florida Marine Contractors Association Summary Dedicated, quality-focused, and safety-driven marine construction leader. Utilizes exceptional leadership and excellent communication skills to motivate field personnel to deliver a quality product in a safe environment. Ability to read drawings and to monitor work for adherence. Knowledgeable in marine construction sub-trades to effectively manage subcontractors ensuring strict compliance with plans and specs. Fifteen years of experience inspiring team members to give nothing less than their best. Promotes teamwork, safety, and excellence as a group effort. Utilizes creative problem solving skills, remains patient, yet persistent, in order to achieve project and company objectives. Experience includes work on marinas, dredge operations, piers, boardwalks, fender systems, boat ramps, floating docks, bulkheads, seawalls, artificial reefs, aerial crossings, water control structures, salvage operations, and bridge construction. Transitioned from a Laborer to Job Site Superintendent, to General Superintendent and Safety Officer, and now serves as Vice President and KBI’s Licensed General Contractor Secondary Qualifier. Vice President, Co-owner 2019 – Present Works with President and Project Managers to clearly define and communicate project goals and objectives Creates effective, informed, and highly motivated teams focused on customer requirements, safety, and quality Oversees all projects’ on-site activities, including daily work assignments, coordination of project materials, subcontracts, and job site inspections along with all other responsibilities as the General Superintendent and Safety Officer as listed below General Superintendent and Safety Officer 2005 – 2019 Oversees all projects’ on-site activities, including daily work assignments, coordination of project materials, subcontracts, and job site inspections. Acts as liaison between the corporate office and owner’s representative, engineering firms, permitting entities and subcontractors. Provides project progress reports in conjunction with Site Superintendent Utilizes time management skills to ensure timely completion of projects. Establishes and manages work schedules, adjusts as needed Ensures all site personnel and subcontractors provide quality workmanship in accordance with plans and client needs. Monitors on-site personnel and subcontractors to ensure safety guidelines are met. Ensures personnel and subcontractor time is accurately accounted for Works with executive management and Site Superintendent to make critical decisions about construction activities. Interviews and hires field personnel 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Travis Kelly Relevant Project Experience Full service marine construction firm headquartered in Fort Myers Locally owned and operated since its incorporation in 1980. Over 39 years in business, serving a variety of public and private clients throughout Southwest Florida. Over 1200 projects completed. With Kelly Brothers, you are working with a family owned and operated company, we have a vested interest in our client‘s satisfaction. We take immense pride in our work and value our business reputation. Our philosophy is simple, “Get it done and do it right the first time." 75% of our business is referral work from previously satisfied customers. We have a long and established track record for delivering a quality product, on time and within budget. Naples Land Yacht Harbor, Naples City Dock, Naples MarineMax, Naples, Fort Myers, Sarasota High Point Place, Fort Myers Pahokee Marina Reconfiguration, Pahokee Harborwalk at Gilchrist Park, Punta Gorda Manatee Park, Canal Bank Reinforcement, Fort Myers Punta Rassa Boat Ramp Replacement, Fort Myers Tampa Yacht and County Club, Tampa Tarpon Point Marina, Phase I and II, Cape Coral Boulevard Apartments, Largo Chokoloskee Bridge, Everglades City Pine Island Commercial Marina, St. James City Naples Pier, Pier Restoration, Naples Marina Jack, Multiple Phases, Sarasota Maximo Marina, Phase I and II, St. Petersburg Marathon Marina, Marathon Jiggs Landing, Bradenton City of St. Marks Pier & Bulkhead, St. Marks Central Avenue Bridge over Booker Creek, St. Petersburg SFWMD, FAKA Union Canal, Bank Maintenance, Naples Tom Adams Bridge, Phase II, Englewood Delnor-Wiggins State Park, Phase I and II, Naples Diversified Yacht Services, Fort Myers Beach Tropical Isle Condominium, Marco Island Newton Park, Fort Myers Beach Shell Isle, Marco Island Neal Preserve Boardwalk, Bradenton South Seas Club, Marco Island Boca Grande Isles, Emergency Repair, Boca Grande Sanibel Causeway Bridge, Sanibel Mallory Square Wharf, Key West Jack Morgan Project Manager / Estimator AREAS OF EXPERTISE Business Management Scottsdale Community College Project Planning and Management Staff Supervision Resource Management Contract Administration Estimating and Job Cost Control Cox Profiligraph Machine Certification ATSSA Florida Advanced Refresher Course ATSSA Traffic Control Supervisor ATSSA Traffic Control Technician ATSSA Flagman Instructor OSHA Subpart A (Excavations Competent) OSHA Crane Operation and Inspection OSHA 10 hour Safety Course OSHA 30 hour Safety Course Competent Person Training Certified Deep Water Diver Field Engineering (Theolite, Total Station) SUMMARY Accomplished project manager and estimator with a focus on customer satisfaction. Years of experience, adept in marine construction and FDOT highway and bridge construction, scheduling, safety practices and project supervision. Skilled in managing complex projects with the ability to assess client needs and convey necessary information with clarity. Ability to collaborate effectively with stakeholders, consultants, site superintendents, crew, and subcontractors. Strong work ethic, excellent organizational skills, and proven expertise to consistently complete projects on time and within the agreed upon budget. Project Manager / Estimator 2011 – Present  Provides job site project management oversight  Monitors project schedule and adjusts, as necessary, to achieve on time completion  Monitors budget, negotiates cost effective pricing, and approves invoices  Prepares daily progress reports and communications  Obtains project permits in accordance with regulations for local, state, and federal agencies. Coordinates inspections and approvals  Estimates and provides assistance with bid preparation and takeoffs Area Manager / Project Manager 2006 – 2009 Astaldi Construction Corporation ($80M project)  Managed intricate, multi-million dollar projects for various clients, exceeding profitability goals by 10%  Implemented safety incentive plan and improved safety by 39% within three year period  Received WRAP Award from Collier County Commissioners for recycling practices  Awarded Silver Step Safety Award for 2007 and 2008 Project Manager 2005 – 2006 Marine Contracting Group ($3M Project)  Managed beach restoration project for Collier County, which consisted of multiple jetties  Responsible for every aspect of a project, from start to final acceptance  Zero lost time accidents Vice President 2000 – 2004 Minnielli Concrete Construction, Inc. ($10M project)  Managed quality and cost control programs, safety, labor relations, scheduling, equipment, procurement of materials and man power  Supervised estimators on all projects  Successfully completes six FDOT bridge/roadway projects, widening, emergency repair, and historic rehab  Awarded safety bonus each year for zero lost time accidents Regional Field Operations Manager 1999 – 2000 Baker Heavy & Highway Construction ($5M project)  Managed safety, man power, estimating, scheduling, and procurement of equipment and materials  Supervised all field operations  Successfully completed the first land bridge built in Florida Division Manager / General Superintendent 1991 – 1999 Anderson Columbia Co., Inc. ($42M project)  Completed 25 bridge/roadway projects on time and under budget  Received Supervisor of the Year award, 1993  Assumed responsibility for requisitioning crews, subcontractors, equipment assets, and all field operations for newly established bridge division Area Superintendent 1990 – 1991 Blyth Industries, Inc. ($12M project)  Assumed responsibility for crew hiring, equipment, and oversight of $12M bridge/roadway project  Construction included installation of 100,000 square feet of Hilfixer retaining wall  Received yearly award in recognition of outstanding safety record General Superintendent 1984 – 1990 Structures Inc. ($80M project)  Superstructure Superintendent on the Skyway Bridge, Managed labor and equipment on 7 miles of setting beams and form and pouring the bridge deck. ($50M project)  Substructure Superintendent on the Mark Clark / I-26 interchange in Charleston SC., Managed labor and equipment on all pile driving, footer’s (F&P), column’s (F&P), and caps (F&P). ($39M project) Jack Morgan Relevant Project Experience MARINE CONSTRUCTION IS OUR PASSION Full service marine construction firm headquartered in Fort Myers Locally owned and operated since its incorporation in 1980. Over 39 years in business, serving a variety of public and private clients throughout Southwest Florida. Over 1200 projects completed. With Kelly Brothers, you are working with a family owned and operated company, we have a vested interest in our client‘s satisfaction. We take immense pride in our work and value our business reputation. Our philosophy is simple, “Get it done and do it right the first time." 75% of our business is referral work from previously satisfied customers. We have a long and established track record for delivering a quality product, on time and within budget.  Temporary Construction Bridge, Boca Grande  Boca Grande Isles, 16th Street Bridge, Boca Grande  Chokoloskee Bridge, Everglades City  Tom Adams Bridge, Phase II, Englewood  City of St Marks Municipal Bulkhead and Pier, St. Marks  SFWMD, FAKA Union Canal, Naples  Arcadia Bridge FDOT T1AO7, Arcadia  Central Avenue Bridge over Booker Creek, St. Petersburg  Cherry Estates, St. James City  Boca Grande Isles, Emergency Bridge Repairs, Boca Grande  CONS-LOCK Fender, Punta Gorda  Aerial Crossings, Naples  Lely Area Stormwater Improvement (LASIP), Naples  Nathan Benderson Park Pedestrian Bridges, Sarasota  Culvert Constructions FDEP, Sanibel  Myakka Bridge FDOT T1425, Sarasota  Jiggs Landing, Bradenton  Ding Darling National Wildlife Refuge, Sanibel  NBANC Island Bridges, Sarasota  Fort Myers County Club Weir, Fort Myers  Rock Ridge Bridge, Lakeland  Immokalee Road Construction, Collier County  6 Bridge Widenings, FDOT, Hillsboro County  6 Bridge Widenings FDOT, Marion County  8 Bridge Widenings FDOT, Alachua County  16 Bridge Widenings FDOT, Columbia County  1.500’ Fishing Pier, Walton County  4 Bridge Replacements, Columbia County  Collage Parkway/McGregor Interchange, Lee County  Cape Coral Bridge FDOT, Lee County  Skyway Bridge, FDOT, Pinellas County 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Chelsey Cash Project Manager AREAS OF EXPERTISE Bachelor of Science Ocean Engineering Florida Atlantic University Project Planning and Management Staff Supervision Resource Management Contract Administration Estimating Job Cost Control SUMMARY Accomplished project manager with a focus on customer satisfaction. Over 15 years of experience in Coastal Engineering / Construction and Civil Land Development. Adept in marine construction, engineering technology, site layout design, stormwater drainage design and grading. Proficient in AutoCAD, RTK Survey, and Mesotech Sonar operation and troubleshooting. Skilled in managing complex marine projects with the ability to assess client needs and convey necessary information with clarity. Ability to collaborate effectively with stakeholders, co nsultants, site superintendents, crew, and subcontractors. Strong work ethic, excellent organizational skills, and proven expertise to consistently complete projects on time and within the agreed upon budget. Project Manager 2018– Present 2014 – 2019  Provides job site project management oversight  Monitors project schedule and adjusts, as necessary, to achieve on time completion  Monitors budget, negotiates cost effective pricing, and approves invoices  Prepares daily progress reports and communications  Obtains project permits in accordance with regulations for local, state, and federal agencies. Coordinates inspections and approvals  Estimates and provides assistance with bid preparation and takeoffs Project Manager 2016 – 2018 Titan Marine LLC  Managed multiple marine construction projects in Maryland and California that consisted of distributing sand and clay materials evenly on lake/river bottoms to create a seal against pollution, stop unintentional draining or provide natural habitat for spawning fish  Project tracking and management of a multi-section boardwalk and elevated restroom access ramp construction including; material purchasing, crew supervision, pile driving/daily reporting, client interface, scheduling and budgeting  Prepared start-up documentation consisting of material submittals, work plan, environmental protection plan, accident prevention plan, quality control plan, barge loading plan, severe weather plan and crane lift plan for a Navy base boat ramp/dock improvement project 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Marine / Civil Project Manager 2012 – 2014 ARO Engineering  Managed intricate projects for various municipal clients  Created Civil Land Development project designs utilizing AutoCAD, focusing on site layout, storm water drainage, and grading  Applied Coastal Engineering design principles for both structural and civil elements of docks, piers, and boat ramps in varying marine environments  Obtained project permits in accordance with regulations for local, state, and federal agencies Marine Project Manager 2011 – 2012 Gator Dredging  Coordinated multiple team projects to meet deadlines, complete survey collection and analysis, and obtain permits  Imported survey data into AutoCAD thus creating a master dredging plan for the City of Cape Coral Entrepreneur 2009 – 2012 Seacash Consulting Group  Owned / operated marketing business assisting individuals as well as corporate clients  Developed team building, leadership, and business expertise  Successful expansion across Florida and into the Midwest Marine Project Engineer 2006 – 2009 Gunderboom, Inc.  Field Project Management, ensured technical equipment (survey, sonar, GPS, etc.) functioned properly. Collected / analyzed data  Managed all phases of 20 slip floating dock project, coordinated with City officials, management, and subcontractors delivering project on time and within budget  Set up and performed trouble shooting on Mesotech 1000 sonar system for underwater logging operation in the Panama Canal. Trained crew in use of sonar equipment and data collection  Utilized Trimble RTK survey system to collect and analyze data for precise placement of 12 acre artificial reef. Responsible for field engineering and design modifications during construction phase  Topcon Total Station/Berger Level Specialist and Lead Surveyor on bridge reconstruction project  Primary engineering assistant for anchoring and removal of a 500 foot floating marine life exclusion boom system  Ensured survey data was imported into AutoCAD to create as-builts Intern / Staff Engineer 2004 – 2006 Engenuity Group, formally SFRN Inc. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Chelsey Cash Relevant Project Experience MARINE CONSTRUCTION IS OUR PASSION Full service marine construction firm headquartered in Fort Myers Locally owned and operated since its incorporation in 1980. Over 39 years in business, serving a variety of public and private clients throughout Southwest Florida. Over 1200 projects completed. With Kelly Brothers, you are working with a family owned and operated company, we have a vested interest in our client‘s satisfaction. We take immense pride in our work and value our business reputation. Our philosophy is simple, “Get it done and do it right the first time." 75% of our business is referral work from previously satisfied customers. We have a long and established track record for delivering a quality product, on time and within budget.  Cons-Buckley Channel Access, Punta Gorda  Bayshore Gardens Park and Recreation District Boat Ramp, Bradenton  Ville de Marco West, Marco Island  440 West Condominiums, Clearwater  Levi Residence, Fort Myers Beach  Central Avenue Bridge over Booker Creek, St. Petersburg  Pine Island Commercial Marina, St, James City  Maximo Marina, Phase II, St. Petersburg  Jiggs Landing, Bradenton  Naples Pier Restoration, Naples  NAS Navy Base, Dock and Boat Ramp Improvements, Key West  Salt Springs State Park, Boardwalks, Port Richey  Middle River, River Bottom Capping, Middle River, Maryland  Machado Lake, Lake Bottom Capping, Los Angeles, California  Laguna Lake, Lake Bottom Capping, Fullerton, California  Clam Bayou, Boardwalk & Pier Design, St. Petersburg  Demen’s Landing, Boat Ramp Design, St. Petersburg  Lake Maggiore Picnic Park, Boat Ramp Design, St. Petersburg  City Master Dredging Plan, Cape Coral  Underwater Logging Operations, Panama Canal  Marlin Pier, Floating Dock Design/Build, Key West  Artificial Reef, Venice  Nela Avenue Bridge, Bridge Reconstruction, Belle Isle  Lovett Power Plant, Marine Life Exclusion Boom, Hudson River, New York 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net William (Bob) Horne Site Superintendent AREAS OF EXPERTISE Project Scheduling and Coordination On-site Supervision Resource Management Job Cost Control Promotes Quality and Safety OSHA Construction and Safety Training OSHA Certified Rough Terrain Extending Boom Operator Certified Crane Operator Up to 150 Ton OSHA Compliant Qualification Rigger/Signal Person – Hand/Voice Crane Inspection and Certification Bureau (CICB) Safety Training for NCCCO Preparatory Training, Mobile Cranes NCCCO Certified Operator for Lattice Boom Crawler (LBC) and Lattice Boom Truck (LBT) State of Florida, Class A CDL American Heart Association Heart Saver First Aid, CPR, AED Summary More than 30 years of trade experience in every facet of marine construction, including marinas, dredge operations, piers, boardwalks, fender systems, boat ramps, floating docks, bulkheads / seawalls, artificial reefs, aerial crossings, water control structures, bridge construction, jetty construction; sheet pile dams and retaining walls and installation of navigational aids such as channel markers, buoys, and lights. Deep knowledge of construction tools, machinery and equipment. Familiar with operation, maintenance, and repair of most heavy equipment and marine vessels. Familiar with ACOE, DOT, State of Florida, and various county, city construction and environmental procedures and requirements. Dedicated to delivering a quality project, on time, within budget, and one that exceeds the customers’ expectations. Site Superintendent 2010 – Present  Manages on-site activities, including daily work assignments, coordination of project materials, subcontracts, and job site inspections.  Aids scheduling of project and coordinates subcontract work  Supervises crew and oversees subcontractors to ensure compliance with budget, scope and schedule  Maintains field personnel records, equipment, and activity logs  Interprets drawings and specifications; establishes construction grades and work lay out  Scrutinizes field work and conveys job site quality and safety control checks  Ensures all field personnel has and utilizes proper safety equipment  Evaluates environmental restrictions, implements proper procedures, and maintains reporting documentation  Operates a wide range of heavy construction equipment. Site Superintendent 2000 – 2010 Nelson Marine Construction, Inc.  Managed on-site site activities, including daily work assignments, coordination of project materials, subcontracts, and job site inspections. Site Foreman 1985 – 2000 Kelly Brothers, Inc.  Job responsibilities noted with current Site Superintendent position detailed above. Heavy Equipment Operator 1982 – 1985 Robert T. Campbell, Inc. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net William (Bob) Horne Relevant Project Experience MARINE CONSTRUCTION IS OUR PASSION Full service marine construction firm headquartered in Fort Myers Locally owned and operated since its incorporation in 1980. Over 39 years in business, serving a variety of public and private clients throughout Southwest Florida. Over 1200 projects completed. With Kelly Brothers, you are working with a family owned and operated company, we have a vested interest in our client‘s satisfaction. We take immense pride in our work and value our business reputation. Our philosophy is simple, “Get it done and do it right the first time." 75% of our business is referral work from previously satisfied customers. We have a long and established track record for delivering a quality product, on time and within budget.  Naples Landing Dock Renovations, Naples  Old Naples Seaport, Naples  Lofton’s Island, Fort Myers  Villa de Marco West, Marco Island  Artificial Reef Creation, Chris Koepfer’s, Lee County  WCIND, Abandoned Vessel Removal, Lee County  Derelict Vessel Removal, Collier County  Naples City Dock, Naples  The Boathouse on Naples Bay, Naples  Mangrove Bay Development, Phase I and II, Naples  Pahokee Marina Reconfiguration, Pahokee  Naples Pier Restoration, Naples  Regatta Landing, Naples  Tampa Yacht and County Club, Tampa  Brookside Marina, Naples  Boulevard Apartments, Largo  Pine Island Commercial Marina, St. James City  Maximo Marina, Phase II, St. Petersburg  Maximo Marina, Phase I, St. Petersburg  Sanibel Harbor Yacht Club, Dredging, Fort Myers  Old Pelican Bay Dredge, Fort Myers  Diversified Yachts Services, Fort Myers Beach  Cherry Estates, St. James City  Tropical Isle Condominium, Marco Island  Florida Gulf Coast University, Fort Myers  Newton Park, Fort Myers Beach  Sanibel Harbor Yacht Club, Floating Docks, Fort Myers  US Coast Guard Pier Addition, Fort Myers Beach  Key West Express, Fort Myers Beach  Zambelli Fireworks, Marco Island 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Dale Bird Site Superintendent AREAS OF EXPERTISE Project Scheduling and Coordination On-site Supervision Resource Management Job Cost Control Promotes Quality and Safety OSHA Construction and Safety Training OSHA Certified Rough Terrain Extending Boom Forklift Operator OSHA Compliant Qualification Rigger/Signal Person – Hand/Voice Lattice Boom Crawler (LBC) Safety Training DDC-4 Defensive Driving Course National Safety Council American Heart Association Heart Saver First Aid, CPR, AED Summary More than 30 years of trade experience, of which 29 years has been with Kelly Brothers, Inc. Starting as a skilled laborer, progressing to Site Superintendent, learning every facet of the marine construction business. Vast industry experience including work on Bridges, marinas, dredge operations, piers, boardwalks, fender systems, boat ramps, floating docks, bulkheads, seawalls, artificial reefs, aerial crossings, water control structures, jetties, sheet piles, retaining walls, and installation of navigational aids such as channel markers, buoys, and lights. Capable of supervising both large and small crews. Skilled in the use of construction tools, machinery, and equipment. Competent in the operation, maintenance, and repair of most heavy equipment and marine vessels. Familiar with various county, city, ACOE, and FDOT construction / environmental procedures and requirements. Dedicated to delivering a quality project, on time, within budget, and one that exceeds the customers’ expectations. Site Superintendent 1990 – Present  Manages all on-site activities, including daily work assignments, coordination of project materials, and job site inspections  Aids scheduling of project and coordinates subcontract work  Supervises crew and oversees subcontractors to ensure compliance with budget, scope, and schedule  Maintains field personnel records, equipment, and activity logs  Interprets drawings and specifications; establishes construction grades and work lay out  Scrutinizes field work and conveys job site quality and safety control checks  Ensures all field personnel has and utilizes proper safety equipment  Evaluates environmental restrictions, implements proper procedures, and maintains reporting documentation  Operates a wide range of heavy construction equipment Foreman 1989 – 1990 Fort Myers Pilings  Managed various piling installation projects, including work assignments, coordination of project materials, subcontracts, and job site inspections  Supervised crew and oversaw subcontractors to ensure compliance with budget, scope and schedule Skilled Laborer 1988 – 1989 Fort Myers Pilings 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Dale Bird Relevant Project Experience MARINE CONSTRUCTION IS OUR PASSION Full service marine construction firm headquartered in Fort Myers Locally owned and operated since its incorporation in 1980. Over 39 years in business, serving a variety of public and private clients throughout Southwest Florida. Over 1200 projects completed. With Kelly Brothers, you are working with a family owned and operated company, we have a vested interest in our client‘s satisfaction. We take immense pride in our work and value our business reputation. Our philosophy is simple, “Get it done and do it right the first time." 75% of our business is referral work from previously satisfied customers. We have a long and established track record for delivering a quality product, on time and within budget.  Temporary Construction Bridge, Boca Grande  Boca Grande Isles, 16th Street Bridge, Boca Grande  Chokoloskee Bridge, Everglades City  Boulevard Apartments, Largo  Jiggs Landing, Bradenton  Arcadia Bridge FDOT T1AO7, Arcadia  Aerial Crossing, Naples  St. Marks Municipal Bulkhead and Pier, St. Marks  Tom Adams Bridge, Phase II, Englewood  Cherry Estates, St. James City  Diversified Yacht Services, Fort Myers Beach  US Coast Guard Pier Addition, Fort Myers Beach  Boca Grande Isles, Emergency Bridge Repairs, Boca Grande  Berth 26A, Tampa Port Authority, Tampa  Mallory Square Wharf, Key West  Key West Express, Bulkhead and Wharf, Fort Myers Beach  NBANC Island Bridges, Sarasota  Myakka Bridge FDOT T1425, Sarasota  Sumter Boulevard Bridge, North Port  Centennial Marina, Fort Myers  Marina Jack, Multiple Phases, Sarasota  Sanibel Causeway Bridge, Sanibel  Koskinski Bridge Substructure and Concrete Sheet Pilings, Placida  Anne Mary Bridge Replacement, Oviedo  Aqua Pelican Isle Seawall, Naples  Corkscrew Canal, Water Control Structure, SFWMD, Collier County  Mullock Creek, Water Control Structure, Fort Myers  CR 951, Water Control Structure, SFWMD, Collier County 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Charles (Hoss) Jones Site Superintendent AREAS OF EXPERTISE On-site Supervision Resource Management Job Cost Control Promotes Quality and Safety OSHA Construction and Safety Training OSHA Certified Rough Terrain Extending Boom Operator 100 Ton Captain License with Towing Endorsement Certified Crane Operator Up to 150 Ton OSHA Compliant Qualification Rigger/Signal Person – Hand/Voice Crane Inspection and Certification Bureau (CICB) Safety Training for NCCCO Preparatory Training, Mobile Cranes NCCCO Certified Operator for Lattice Boom Crawler (LBC) and Lattice Boom Truck (LBT) American Heart Association Heart Saver First Aid, CPR, AED Summary More than 40 years of trade experience of which 29 years has been with Kelly Brothers, Inc. Starting in the industry as a skilled laborer, progressing to equipment operator, tug boat captain, and now serves as KBI’s Site Superintendent, learning every facet of marine construction along the way. Experience includes marinas, dredge operations, piers, boardwalks, fender systems, boat ramps, floating docks, bulkheads / seawalls, artificial reefs, aerial crossings, water control structures, bridge construction, jetty construction; sheet pile dams and retaining walls and installation of navigational aids such as channel markers, buoys, and lights. Licensed 100-ton unlimited Captain’s License with towing endorsement. Broad knowledge of construction tools, machinery and equipment. Familiar with operation and maintenance of most heavy equipment and marine vessels. Familiar with ACOE, DOT, State of Florida, and various county, city construction and environmental procedures and requirements. Dedicated to delivering a quality project, on time, within budget, and one that exceeds the customers’ expectations. Site Superintendent 1990 – Present  Manages on-site activities, including daily work assignments, coordination of project materials, and job site inspections.  Aids scheduling of project and coordinates subcontract work  Supervises crew and oversees subcontractors to ensure compliance with budget, scope and schedule  Maintains field personnel records, equipment, and activity logs  Interprets drawings and specifications; establishes construction grades and work lay out  Scrutinizes field work, conveys job site quality and safety control checks  Ensures all field personnel has and utilizes proper safety equipment  Evaluates environmental restrictions, implements proper procedures, and maintains reporting documentation  Operates a wide range of light and heavy construction equipment and marine vessels Self Employed 1987 – 1990 SW FL Seawall Repair  Owned / operated marine construction business  Heavy Equipment Operator / Tug Boat Captain Site Foreman 1985 - 1987 Coastal Marine 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Charles (Hoss) Jones Relevant Project Experience MARINE CONSTRUCTION IS OUR PASSION Full service marine construction firm headquartered in Fort Myers Locally owned and operated since its incorporation in 1980. Over 39 years in business, serving a variety of public and private clients throughout Southwest Florida. Over 1200 projects completed. With Kelly Brothers, you are working with a family owned and operated company, we have a vested interest in our client‘s satisfaction. We take immense pride in our work and value our business reputation. Our philosophy is simple, “Get it done and do it right the first time." 75% of our business is referral work from previously satisfied customers. We have a long and established track record for delivering a quality product, on time and within budget.  Cons Buckley Pass, Punta Gorda  Gulf Star Marina, Fort Myers Beach  Clearwater Harbor Marina, Clearwater  440 West Condominiums, Clearwater  Villa de Marco West, Marco Island  Heinrich Residence, Fort Myers  Levi Residence, Fort Myers Beach  Boca Grande Isles, 16th Street Bridge, Boca Grande  Harborwalk at Gilchrist Park, Punta Gorda  Naples Pier Restoration, Naples  Artificial Reef, Charlotte County  Villas at Fortune Place, Kissimmee  Harbour Heights Boat Ramp, Punta Gorda  Mangrove Bay, Phase II, Naples  Regatta Landing, Naples  Naples Land Yacht Harbor, Naples  Central Bridge over Booker Creek, St. Petersburg  Zambelli Fireworks, Naples  SWFMD, FAKA Union Canal, Naples  Tarpon Point Marina, Phase I, Cape Coral  NBANC Island Bridges, Sarasota  CONS-LOCK Fender, Punta Gorda  Paradise Point Marina, North Fort Myers  Dean Hicks Artificial Reef Formation, Lee County  Matlacha Bridge Reef, Bokeelia  Coral Creek Bridge Reef, Placida  Raveena Docks and Seawall, Fort Myers  Hamilton Harbor Marina, Naples  Horton Park Seawall, Cape Coral  Lemon Bay Preserve, Venice 3825 BECK BLVD. SUITE 725 NAPLES, FLORIDA 34114 239.389.0026 | FAX: 239.389.0093 November 6, 2019 Collier County 3295 Tamiami Trail East Building C-2 Naples, FL 34112 Subject: Letter of Intent, for Collier County, Invitation for Qualifications Marine Contracting Services, Solicitation No. 19-7624 To Whom It May Concern, Please consider this letter of intent as confirmation that Marco Surveying and Mapping, Naples FL intends to perform work as a subcontractor, as needed and agreed upon, for Kelly Brothers, Inc. (KBI). This letter of intent encompasses future projects that may require our services awarded to KBI as a result of the Invitation for Qualifications for Marine Contracting Services, Solicitation No. 19-7624 for Collier County. Our companies have a well-established, long-standing working relationship. Our vast expertise in providing surveying and mapping services complements KBI’s years of experience in the marine construction industry as a GC. This document shall not serve in any manner as an actual subcontract between the two companies. A separate subcontractor agreement will describe in detail the contractual obligations of Kelly Brothers and Marco Surveying and Mapping on a project by project basis. Thank you for the opportunity to serve Collier County. Sincerely, David J. Hyatt President A LIMITED LIABILITY COM PANY 3825 BECK BLVD. SUITE 725 NAPLES, FLORIDA 34114 239.389.0026 | FAX: 239.389.0093 Capabilities: Marco Surveying & Mapping is a limited liability company that was founded in 2008 by David J Hyatt, PSM The uniquely experienced team members of Marco Surveying and Mapping follow detailed processes and quality control procedures to ensure that every project we undertake is completed in a professional, timely, and cost effective manner. Our project managers and team members have significant experience in serving homeowners, builders, developers, municipalities, landfills, and utility companies. Our company offers 3 extremely well versed professional surveyors: Principal, David Hyatt, PSM (Licensed Professional Surveyor & Mapper) who has over 30 years of experience in the surveying profession, with 28 of those years being here in Collier County. John Pacetti, PSM and Project Manager, is a Naples Native, a Graduate of the University of Florida Geomatics Program and obtained his PSM license in 2008 David Bruns,PLS formerly of Bruns & Bruns has been a well-known licensed surveyor in Collier County since 1972 In addition to their qualifications, Marco Surveying & Mapping is equipped with the latest, state of the art modern surveying equipment. This includes GPS, multiple Total Stations both robotic and non robotic, electronic data collection equipment, fully equipped survey vehicles as well as the latest survey support software. All equipment is rigorously maintained and calibrated to industry and manufacturers criteria. The management, staff and equipment of Marco Surveying & Mapping seamlessly combine to bring only the strongest surveying component to your team. We are look forward to serving on your team to and appreciate your having chosen our firm for your project. A LIMITED LIABILITY COM P ANY 120 E. Oakland Park Blvd, Suite 105 Ft Lauderdale, Florida 33334 Office 954-533-1199 Mobile (561) 248-0389 www.petrolerummarineconstruction.com www.facebook.com/PetroleumMarine Page 1 of 1 November 6, 2019 Collier County 3295 Tamiami Trail East Building C-2 Naples, FL 34112 Subject: Letter of Intent, for Collier County, Invitation for Qualifications Marine Contracting Services, Solicitation No. 19-7624 To Whom It May Concern, Please consider this letter of intent as confirmation that Petroleum Marine Construction, LLC, Fort Lauderdale FL intends to perform work as a subcontractor, as needed and agreed upon, for Kelly Brothers, Inc. (KBI). This letter of intent encompasses future projects that may require our services awarded to KBI as a result of the Invitation for Qualifications for Marine Contracting Services, Solicitation No. 19-7624 for Collier County. Our companies have a well-established, long-standing working relationship. Our vast expertise in providing fueling station services complements KBI’s years of experience in the marine construction industry as a GC. This document shall not serve in any manner as an actual subcontract between the two companies. A separate subcontractor agreement will describe in detail the contractual obligations of Kelly Brothers and Petroleum Marine Construction on a project by project basis. Thank you for the opportunity to serve Collier County. Sincerely, Paul J Doyle Vice President for Project Development paul@petroleummarine.com Affiliations; International Code Council The Association of Marina Industries The Florida Marine Contractors Association, Inc Chairman & Co-Author; Petroleum Equipment Institute RP1000-09 Installation for Marina Fueling Systems Principal Committee Member for National Fire Protection Association (NFPA30A) Automotive and Marine Service Stations Principal Committee Member for National Fire Protection Association (NFPA303) Fire Protection Standard for Marinas & Boatyards 120 E. Oakland Park Blvd, Suite 105 Ft Lauderdale, Florida 33334 Office 954-533-1199 Mobile (561) 248-0389 Page 1 of 4 Background – Biography-Resume Paul J Doyle & Petroleum Marine Construction, LLC Paul Joseph Doyle E-mail paul@petroleummarine.com Background; With more than 40 years of experience as a Fueling Expert, with both a General Contractor and a Pollutant Storage Specialty Contractors license in multiple States, Petroleum Marine Construction’s unsurpassed experience, knowledge & technical education enables unrivaled excellence within the marine/petroleum industry. Paul Doyle is personally involved as co-writer and chairman for the committee responsible for The Petroleum Equipment Institute RP-1000 Recommended Practices for Marina Fueling Systems and a longstanding member of The National Fire Protection Association and Technical Committee Member of (NFPA30A) Automotive and Marine Service Stations, this assures that Paul and the team at Petroleum Marine Construction is always up to date and involved in the code requirements and design of compliant fueling systems. Our Key individuals are Educated, certified, trained and field experienced, as lead for multiple installation for all major fuel storage tank and piping manufactures. Education; University of Maine Bachelor of Science - Business Management Bachelor of Science – Mechanical Engineering Continuing Education; University of Wisconsin Engineering School; Rehabilitaing Docks and Marina Facilities Corpus Christi Spill School; Cleanup and Management of Hazardous Materials Northeast Convex; Leaking Underground Storage Tanks Petcon Inc.; Underground Storage Systems Marine Oil Management Course Dresser Wayne Management School 40 Hour DOT Training OSHa 1 International Code Council 120 E. Oakland Park Blvd, Suite 105 Ft Lauderdale, Florida 33334 Office 954-533-1199 Mobile (561) 248-0389 Page 2 of 4 Experience; 2017- Present Vice-President for Project Development - Petroleum Marine Construction, LLC Petroleum Marine Construction, LLC is an internationally recognized leader in design/build for marina fuel systems with successful completion site specific fueling of over 500 marinas in the United States and around the world. Paul is continuing his responsibility to assure that all fueling systems provide a safe, efficient, and economical system for storing and dispensing the required quantity of fuel into specific watercrafts. Petroleum Marine Constructions, LLC’s , and Paul’s site specific designs, use only state of the art equipment specific to the harsh environments found at marina fueling locations. The design and implementation must exceed the three distinct requirements for addressing these unique conditions at marinas. Fire safety Environmental protection Worker health and safety. Licenses / Training District of Columbia Active UST-16105 State of Colorado Active UC2017fl12213 State of Florida Petroleum Contractors License Active PSSC-056756 State of North Carolina General Contractors License Active 61583 State of South Carolina General Contractors License Reciprocates w/ North Carolina State of Indiana UC2017FL12213 State of Maryland Petroleum Contractors License Inactive MDIC 2010-2000 State of Iowa Inactive 1270 State of Texas Inactive CR0000098 International Code Council UST Installer/Retrofitting Inactive 8143602 2004- 2016 CEO/General Manager - Petroleum Marine Consultants, LLC Paul has first-hand been responsible for over 500 site specific fuel systems. Specializing over the last 12 years in Marina fueling, I have pioneered the advancement of marina fueling systems from just an aspect of the petroleum industry too its own fueling entity.Petroleum Marine Consultants,LLC has become the leader for the design and implemtation of site speciifc fuel systems providing turnkey solutions for your marina fueling needs. As the most experienced full service marina fueling contractor in the United States, Petroleum Marine Consultants, LLC provides you with the confidence and peace of mind, that upon completion of your project you will be in compliance with the Federal EPA, State and local Agencies, as well as all Local Authorities having jurisdiction. Paul is engaged in projects in Arkansas, California, Connecticut, Colorado, District of Columbia, Florida, Maryland, Massachusetts, Michigan, North and South Carolina, Rhode Island, and Texas. Internationally, responsible for projects within The Bahamas, USVI, BWI, BVI, and Costa Rica, Panama, Mexico, Turkey and Dubai. 120 E. Oakland Park Blvd, Suite 105 Ft Lauderdale, Florida 33334 Office 954-533-1199 Mobile (561) 248-0389 Page 3 of 4 1980-2004 Vice President -Service Station Maintenance Corporation Worcester, Ma. Paul gained experienced in all phases of the business operation through successive promotions within the company. Obtained revenues from independent and major oil companies, formulated bid figures and supervised multiple construction projects. Marina Knowledge and Experience 2009 -Present Co- Author and Chairman of the Petroleum Equipment Institute RP-1000 Marina Fueling Systems Installation Committee Appointed by PEI President Bruce Larson Chairman for the Petroleum Equipment Institute Committee for the inception, writing, and publication of the standards for Marina Fueling 2011-Present Principal Committee Member for National Fire Protection Association (NFPA30A) Automotive and Marine Service Stations Appointed Principal Committee member based on PEI Committee RP-1000 and 35 years experience in Design/Build of Marina Fuel Systems 2013-Present Principal Committee Member for National Fire Protection Association (NFPA303) Fire Protection Standard for Marinas and Boatyards Appointed Principal Committee member based on PEI Committee RP-1000, NFPA 30A, and 40 years experience in Design/Build of Marina Fuel Systems Contributing Author/Speaker Marina Dockage Magazine 2009- 2018 Marina World Magazine 2009-2018 The Marina- Sustainable Solutions for Profitable Business 2012 Association of Marine Industries – Weathering The Storm “Nuts & Bolts” Fuel Systems for Hurricane Preparedness Affiliations; The Texaco Marina Council The Association of Marina Industries The South Carolina Marina Association The Marine Industries Association of South Florida The Florida Marine Contractors Association Petroleum Equipment Institute American Institute of Architects International Code Council National Fire Protection Association 120 E. Oakland Park Blvd, Suite 105 Ft Lauderdale, Florida 33334 Office 954-533-1199 Mobile (561) 248-0389 Page 4 of 4 Partial Client List; • Applied Technology and Management • Balfour Beatty • Bellingham Marine Industries • Brothers Properties • Cianbro Corporation • City Marina Charleston SC • F3 Marinas • Island Global Yachting ( IGY) • Kelly Brothers • Lauderdale Marina • Marinetek • Moffatt & Nichol • Morningstar Properties • NUPI Americas • RCI Marinas • Safe Harbor Marinas • SBG-EEG • SF Marinas • Suntex Marinas • Turrell Hall & Associates • United States Coast Guard • United States Navy • United States Air Force • Wharf DC “Know your product and your competition better than anyone; never promise your customer anything you cannot deliver and build relationships through trust and honesty.” Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: 6ROLFLWDWLRQ&ROOLHU&RXQW\ $0 S Kelly Brothers, Inc. Dane Kelly President 15775 Pine Ridge Rd. Fort Myers, FL 33908 239-482-7300 estimating@kellybros.net All same as above Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 384325 The parties to this agreement are the Department of Homeland Security (DHS) and the Kelly Brothers, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 384325 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 384325 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 384325 Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 384325 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 384325 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 384325 Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 384325 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 384325 Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 384325 Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 384325 Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G.The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 384325 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print)Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print)Title Signature Date 384325 Kelly Brothers, Inc. Marilyn Anderson Electronically Signed 01/11/2011 USCIS Verification Division Electronically Signed 01/11/2011 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 384325 Kelly Brothers, Inc. 15775 Pine Ridge Rd. Fort Myers, FL 33908 15775 Pine Ridge Rd. Fort Myers, FL 33908 LEE 592069592 238 Kelly Brothers, Inc. 20 to 99 1 3DJHRI(9HULI\028IRU(PSOR\HUV_5HYLVLRQ'DWH &RPSDQ\,'1XPEHU $UH\RXYHULI\LQJIRUPRUHWKDQVLWH",I\HVSOHDVHSURYLGHWKHQXPEHURIVLWHVYHULILHGIRULQ HDFK6WDWH 384325 FLORIDA 1 site(s) 3DJHRI(9HULI\028IRU(PSOR\HUV_5HYLVLRQ'DWH &RPSDQ\,'1XPEHU ,QIRUPDWLRQUHODWLQJWRWKH3URJUDP$GPLQLVWUDWRU V IRU\RXU&RPSDQ\RQSROLF\TXHVWLRQVRU RSHUDWLRQDOSUREOHPV 384325 Name Ann Marie Aeschliman Phone Number (239) 482 - 7300 Fax Number (239) 482 - 8014 Email Address annmariea@kellybros.net 3DJHRI(9HULI\028IRU(PSOR\HUV_5HYLVLRQ'DWH &RPSDQ\,'1XPEHU384325 Page intentionally left blank JONATHAN ZACHEM, SECRETARYRICK SCOTT, GOVERNORSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESKELLY, DANE PDo not alter this document in any form.KELLY BROTHERS, INCLICENSE NUMBER: CGC1519780EXPIRATION DATE: AUGUST 31, 2020This is your license. It is unlawful for anyone other than the licensee to use this document.15775 PINE RIDGE ROADFORT MYERS FL 33908Always verify licenses online at MyFloridaLicense.com Detail by Entity Name Florida Profit Corporation KELLY BROTHERS, INC. Filing Information Document Number 656515 FEI/EIN Number 59-2069592 Date Filed 02/20/1980 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 09/17/2015 Event Effective Date NONE Principal Address 15775 PINE RIDGE ROAD FT. MYERS, FL 33908 Changed: 01/13/1993 Mailing Address 15775 PINE RIDGE ROAD FT. MYERS, FL 33908 Changed: 01/13/1993 Registered Agent Name & Address KELLY, DANE P, PRES 15775 PINE RIDGE ROAD FT. MYERS, FL 33908 Name Changed: 02/08/2019 Address Changed: 01/20/1994 Officer/Director Detail Name & Address Title PSTD KELLY, DANE P 15775 PINE RIDGE ROAD FT. MYERS, FL 33908 Title VP, Asst. Secretary, Director KELLY, TRAVIS E 15775 PINE RIDGE ROAD FT. MYERS, FL 33908 Annual Reports Report Year Filed Date 2017 04/21/2017 2018 04/27/2018 2019 02/08/2019 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1  FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub-Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub-Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative’s access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives’ access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. 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 non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 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. EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2  Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Termination: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Contractor’s recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 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 County 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 County 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. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg- program Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary 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: (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 are solicited whenever they are potential sources; EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3  (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities 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; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: I. 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 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. II. 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. III. 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 functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. 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 in conspicuous places available to employees and applicants for employment. V. 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. EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4  VI. 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 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. VII. 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. VIII. The contractor will include the provisions of paragraphs (1) through (8) 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 may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5  (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.” Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall 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 recipient.” State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list 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 a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee’s access to such records upon request. Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 1391238 The parties to this agreement are the Department of Homeland Security (DHS) and the Marine Contracting Group Inc (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 1391238 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 1391238 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 1391238 Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 1391238 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 1391238 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 1391238 Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 1391238 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 1391238 Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 1391238 Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 1391238 Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 1391238 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 1391238 Marine Contracting Group Inc Jennifer Fairbanks Electronically Signed 03/14/2019 USCIS Verification Division Electronically Signed 03/14/2019 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 1391238 Marine Contracting Group Inc 8260 Pascal Dr Punta Gorda, FL 33950 CHARLOTTE 650869775 238 20 to 99 1 Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 1391238 FLORIDA 1 site(s) Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 1391238 Name Jennifer Fairbanks Phone Number (941) 505 - 0221 Fax Number (941) 505 - 0320 Email Address jfairbanks@mcgfl.com Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 1391238 Page intentionally left blank Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 1391238 The parties to this agreement are the Department of Homeland Security (DHS) and the Marine Contracting Group Inc (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 1391238 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 1391238 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 1391238 Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 1391238 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 1391238 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 1391238 Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 1391238 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 1391238 Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 1391238 Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 1391238 Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 1391238 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 1391238 Marine Contracting Group Inc Jennifer Fairbanks Electronically Signed 03/14/2019 USCIS Verification Division Electronically Signed 03/14/2019 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 1391238 Marine Contracting Group Inc 8260 Pascal Dr Punta Gorda, FL 33950 CHARLOTTE 650869775 238 20 to 99 1 Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 1391238 FLORIDA 1 site(s) Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 1391238 Name Jennifer Fairbanks Phone Number (941) 505 - 0221 Fax Number (941) 505 - 0320 Email Address jfairbanks@mcgfl.com Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 1391238 Page intentionally left blank Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 1391238 The parties to this agreement are the Department of Homeland Security (DHS) and the Marine Contracting Group Inc (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 1391238 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 1391238 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 1391238 Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 1391238 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 1391238 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 1391238 Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 1391238 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 1391238 Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 1391238 Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 1391238 Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 1391238 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 1391238 Marine Contracting Group Inc Jennifer Fairbanks Electronically Signed 03/14/2019 USCIS Verification Division Electronically Signed 03/14/2019 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 1391238 Marine Contracting Group Inc 8260 Pascal Dr Punta Gorda, FL 33950 CHARLOTTE 650869775 238 20 to 99 1 Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 1391238 FLORIDA 1 site(s) Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 1391238 Name Jennifer Fairbanks Phone Number (941) 505 - 0221 Fax Number (941) 505 - 0320 Email Address jfairbanks@mcgfl.com Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 1391238 Page intentionally left blank CONTACT Phone 239.435.7200 Fax 239.435.7202 contact@qeusa.com ADDRESS QUALITY ENTERPRISES USA, INC. 3494 Shearwater St. Naples, FL 34117 IFQ # 19-7624 Statement of Qualification qualification Package Marine Contracting Services NOVEMBER 21, 2019 Collier County, FL Cover Letter and Management Summary Business Plan Experience and Capacity of the Firm Specialized Expertise of Team Members Required Forms 1 2 3 4 5 table of contents Dear MS. Lance AND COMMITTEE MEMBERS, Quality Enterprises USA, Inc. (QE) is pleased to submit this Qualification Package for IFQ #19-7624, Marine Contracting Services, to the Collier County Board of County Commissioners. We have received, reviewed, and understand the requirements of RFQ # 19-7624, including Addendum 1 dated October 31, 2019 and Addendum 2 dated November 6, 2019, and are confident in our abilities to perform all work on time, within budget, and at high levels of quality. Quality Enterprises USA, Inc. has successfully completed millions of dollars worth of marine projects for various local government agencies and self performed over 90% of each respective project. These projects involved repairs, replacements, new construction of seawalls and associated docks, boat ramps, and dredging. QE has a thorough understanding of Collier County’s procurement process; from bonds and contracts, submittals and acquisition of materials, to field construction and restoration, QE has the staff and resources to ensure project success. Quality Enterprises prioritizes the use of advanced construction technology, maintains a large equipment fleet, holds the required licenses and certifications for work under this IFQ, and has extensive project experience in the local area. More information on the Firm’s Qualifications and Resources is provided in Section 2 of this Qualification Package. STRUCTURE & CONSTRUCTION RESOURCES QE’s management team is efficiently structured and is focused on strong communication, coordination, and decision making. With over 250 local employees and 300+ pieces of modern heavy construction equipment, QE has the resources of large competitors but an attentive and responsive management structure characteristic of a small firm. Quality Enterprises is prepared for all projects under IFQ #19-7624, Marine Contracting Services, and is hopeful for the opportunity to team with Collier County to meet the goals of this contract. Respectfully, LOUIS J. GAUDIO Vice President Initial point of contact Phone 239.435.7200 lgaudio@qeusa.com RE: #RFQ 19-7624 MARINE CONTRACTING SERVICES Barbara Lance, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 NOVEMBER 21, 2019 SELF PERFORMANCE Quality Enterprises USA, Inc. is proud of their versatility as a contractor, self-performing over 90% of each project. This cost saving practice allows for flexibility in scheduling, adaptability to rapid project changes, and guarantees that a diverse and skilled workforce is available throughout an entire project. QE’s leading services include: • Asphalt utilizing: 3D Paving Technology • Aviation Construction • Bridge Construction • Concrete Recycling • Earthwork utilizing: 3D Grading Technology • Horizontal Directional Drilling • Marine Contracting Services • Pipe Bursting • Pipe Ramming • Storm Piping • Structural Concrete • Underground Utilities • Wastewater Pump Station Repairs and Renovations QUALITY ENTERPRISES WILL WORK TO PROVIDE COLLIER COUNTY WITH THE MOST COST EFFECTIVE AND SUCCESSFUL CONSTRUCTION SERVICES. QE WILL: • Work closely with Collier County to identify and meet all project goals • Provide industry-proven, construction, and management expertise • Use local resources to meet the County’s desired project schedule • Identify and mitigate risks to avoid delays • Be available to the County at all times Scope of Work acknowledgment Quality Enterprises USA, Inc. acknowledges the scope of work outlined in IFQ #19-7624. QE has indicated their capability as a marine contractor through the Sample Projects: Pirates Bite Outfall Pipe and Seawall Replacement and Bayview Park Improvements. Pirates Bite Outfall Pipe and Seawall Replacement included mechanical dredging, boardwalk structure repair and replacement including decking, handrail system and sub-structure, seawall repair, marine utilities, permit application, site security, management of on-site personnel, site surveying and engineering services, disposal and recycling of construction waste, monitoring of schedules and cash flows, and maintaining accurate records. A detailed project form for Pirates Bite Outfall Pipe and Seawall Replacement is provided in Section 3 of this Qualification Package and a project description for Bayview Park has been provided on the following page. QE will retain the services of the following subcontractors for projects under this IFQ: Alpha Electric Services, Inc., Simmonds Electrical of Naples, Inc., GradyMinor & Associates, P.A., and Carter Fence Company, Inc. **It should be noted that while Quality Enterprises holds a valid Electrical Contractor’s License and has the ability to self-perform the electrical portion of projects under IFQ #19-7624, QE will likely retain Alpha Electric Services, Inc. or Simmonds Electrical of Naples, Inc. for electrical work. A more detailed list of Project Specific Roles under IFQ #19-7624 is provided in the chart below. QE’S SCOPE OF WORK Boardwalk structure repair or replacement including, but not limited to, decking, handrail system, substructure, pile wraps & jackets Seawall repair or replacement Boat ramp repair or replacement Marine Utilities services, including but not limited to testing, repair or replacement Applying for permits Dock accessory installs and maintenance Floating dock repair, replacement, or inspection services Securing the property Managing personnel on site Providing site surveying and engineering services Disposing of recycling of construction waste, monitoring schedules and cash flows, and maintaining accurate records Removal of delinquent boats, pilings and waste Repairs or replacement of fish cleaning stations, pump out stations, and bait tanks, to include but not limited to items and regulatory signage associated with each Fish-kill clean-ups/ Seaweed removal Maintenance mechanical dredging projects Channel structural pile driving Installation of channel markers Artificial reef deployments QE QE QE QE + Alpha Electric or Simmonds for electrical work QE QE QE QE + Carter Fence QE QE + GradyMinor QE QE QE QE QE QE QE QE COMPANY COMPANYRESPONSIBILITY RESPONSIBILITY LOCATION Naples, FL OWNER Collier County Parks Contact: Clint Perryman GENERAL CONTRACTOR Quality Enterprises USA, Inc. SUBCONTRACTORS Alpha Electric Services, Inc.| Park Lighting Installation Carter Fence| Site Security GradyMinor| Survey Layout and As-Builts CONTRACT VALUE $650,000.00 PROJECT SUMMARY Quality Enterprises USA, Inc. completed improvements at Bayview Park, located at the west end of Danford Street in Naples, Florida, and retained GradyMinor, Alpha Electric Services, and Carter Fence Company as subcontractors on the project. Grady Minor provided survey layout and As- builts. The improvements included an expansion of the onsite vehicle/trailer parking spaces and the addition of offsite (parallel parking along Danford Street.), a sidewalk along the north side of Danford Street, adjustment of pathways and designated playground area, floating dock ramp improvements, landscape and lighting improvements. SCOPE OF WORK| SAMPLE PROJECT Quality Enterprises USA, Inc. is proud of their versatility as a contractor, self-performing 90% or more of each respective project. However, when necessary, typical subcontracted work includes: electrical, fencing, irrigation and landscaping, and survey. This is done to ensure that projects are completed on time, within budget and at high levels of quality. The project below, Bayview Park Improvements, was successfully completed by Quality Enterprises, GradyMinor, Alpha Electric Services, and Carter Fence Company. This is the same team that QE proposes for IFQ #19-7624 and is a group with proven success. Bayview Park Improvements 2 Business Plan QUALITY ENTERPRISES USA, INC. | A LOCAL LEADER Quality Enterprises USA, Inc. (QE) is a leading construction firm based in Southwest Florida that focuses on major civil, building, and specialized construction in both the private and public sectors. Celebrating 50 years of service, QE prides itself on completing projects on time, within budget, and at high levels of quality. Backed by experienced personnel and a modern fleet of heavy equipment, QE is prepared to complete a wide range of multidisciplinary construction projects including: QE + SWFL PROJECTS | A PROVEN PARTNERSHIP QE has worked in Collier County since 2002 on a variety of infrastructure projects and has a dynamic knowledge and understanding of SWFL construction and regulatory conditions, directly pertaining to dewatering, sandy soils, rock excavation, traffic control, erosion control, and wildlife sensitivities. With the ability to self-perform over 90% of each project, QE maintains job site control and has never been assessed liquidated damages for project delays. QE has successfully completed hundreds of projects for Collier County and has held both the Collier County School Board Contract and Collier County Utility Emergency Contract since 2007 and 2008, respectively. Additionally, QE has maintained an Annual Contract for Bridge Repairs and Maintenance with Collier County since 2014. With key players from QE and Collier County involved on many of the same projects, a strong relationship has been formed. This shared understanding of work structure will prove advantageous for all projects under IFQ #19-7624. Aviation Roads and Bridges Heavy Highway Underground Utilities & Storm Piping Water Treatment and Storage Many other types of specialized construction QE AT A GLANCE FIRST JOB WITH COLLIER COUNTY 2002 FIRST PROJECT IN FLORIDA 1997 $60M REVENUE FROM COLLIER COUNTY IN 2018 $6M COLLIER COUNTY UTILITY EMERGENCY CONTRACT STARTED IN AND HELD EVERY YEAR SINCE 2008 COLLIER COUNTY SCHOOL BOARD CONTRACT STARTED IN AND HELD EVERY YEAR SINCE 2007 TOTAL REVENUE IN 2018 QE | A NATIONAL FIRM QE understands the importance of meeting project deadlines and adhering to strict regulations. Exemplified in 2008 when QE was called to assist with post Hurricane Katrina relief work, the team mobilized resources to Mississippi and New Orleans and were instrumental in completing over $100 Million worth of projects for the US Army Corps of Engineers. Rehabilitation efforts included mechanical dredging, installation of steel sheet piles, battered H-Piles, and concrete for over 10 miles worth of flood walls. QE’s attentiveness and punctuality will prove beneficial for all projects under IFQ # 19-7624, Marine Contracting Services. QE’S UNIQUE ABILITY| SELF PERFORMANCE With over 250 employees and a 300+ piece heavy equipment fleet, Quality Enterprises is confident in their ability to successfully complete any project under IFQ #19-7624. QE’s crews have extensive experience in: marine repairs, and replacements, new construction, demolition associated with repairs, renovations and retrofits, scheduling work and subcontractors in harmony with the County’s operations, and estimating the cost of future projects. Quality Enterprises has a strong understanding of local environmental and regulatory conditions and can provide material, labor, equipment, tools and services necessary to ensure that all projects are successfully completed. QE’s Preparation for the Job Quality Enterprises USA, Inc. is prepared to provide Collier County with Marine Contracting Services. With ample manpower, equipment, office resources and the experience to back it up, Collier County can be assured that QE is the right choice for this job. QE has experienced significant growth over the past few years, increasing in total number of pieces of equipment owned, personnel employed, and number of jobs completed. The company has come to find that as their resources increase, so does their number of successfully completed jobs. It is because of this that QE will continue to invest in the newest equipment for enhanced job performance. Since its founding, Quality Enterprises has been cautious about over exerting their materials and personnel, leading to the completion of ALL jobs on time, within budget, and at high levels of quality. QE has never been debarred or failed to complete a project and has the ability to obtain performance and payment bonds. It is important for Collier County to know that QE has successfully completed all of their past Marine Construction Projects. QE has taken the necessary steps to create an unparalleled, state of the art equipment fleet and maintains a premiere management and support staff to ensure that all projects are performed to the highest degree. A list of QE’s Heavy Equipment Available for Service can be found in Section 5, Required Forms. QE is a trusted, versatile contractor and will not disappoint. The following graphs demonstrate QE’s growth from 2016 – Present: Number of Employees 190 209 250 New Equipment + Vehicles Purchased $2,579,732 $3,156,383 $15,327,185 Number of Jobs 118 167 194 2016 2017 2018 -Present As one of the largest local utility contractors, QE is prepared for all projects under IFQ #19-7624. With over 250 employees, including nine utility crews, 2 marine crews, 2 concrete crews and carpenter crews, the company has a large and skilled workforce and is proud to celebrate 50 years of service this year. QE is knowledgeable of local conditions, can acquire materials in a timely fashion, and can provide machinery from the company’s heavy equipment fleet for all projects under this contract. CATEGORY QTY. Broom Tractors Crawler Cranes Crushing & Screening Equipment Dozers Dump Trucks Epi Rock Drum Cutter Excavators Excavators with Hammers Fusing Machine Graders Horizontal Directional Drilling Rigs Lowboys 05 02 10 03 08 01 35 03 03 02 02 05 CATEGORY QTY. Loaders Milling Machine Articulated Truck Asphalt Pavers Rollers Rubber Tire Excavator Skid Steer Sheet Pile Vibratory Hammer Trailers Tractors VAC Truck, Tankers, Mud Reclaimer QE Mechanics & Lube Trucks 30 02 01 03 14 01 04 02 38 05 06 06 CORPORATE OFFICE LOCATION Quality Enterprises USA, Inc. 3494 Shearwater Street Naples, FL 34117 239.435.7200 qeusa.com EQUIPMENT YARD LOCATION Quality Enterprises USA, Inc. 3489 Shearwater Street Naples, FL 34117 location QE’s corporate office and equipment yard are both located in Naples’ White Lake Corporate Park; therefore, personnel can be on location quickly for all projects under IFQ #19-7624. QE’s corporate office can serve as a central meeting place between QE and Collier County staff, and meetings can be easily followed by projects site visits if requested. Additionally, QE’s central location allows for prompt equipment mobilization, resulting in significant cost savings for Collier County. A map has been provided to show the location of QE’s corporate office and equipment yard from which projects under IFQ #19-7624 will be served. KEY RESOURCES KEY The shows the location of both QE’s Corporate Office and Equipment Yard, as they are less than 200 ft. apart. QE | An Experienced and local contractor Quality Enterprises USA, Inc. is well established in Collier County, having successfully completed hundreds of projects in the local area over the past 20 years. QE is the right company to perform Marine Contracting Services for Collier County, evidenced by continual project success. HOW QE PRIORITIZES PROJECTS WHEN MULTIPLE REQUESTS FOR SERVICES ARE MADE SIMULTANEOUSLY: Quality Enterprises has experienced significant growth over the past few years (in number of pieces of equipment owned, personnel hired, and successfully completed jobs) to ensure that the company has the capacity to perform multiple projects simultaneously. QE currently maintains 2 marine crews, nine utility crews, 2 concrete crews and carpenter crews all capable of performing the type of work required under this contract. However, should several projects require multiple crews at the same time, QE’s management team reviews project schedules and moves crews to the highest priority project as needed. This is where QE’s ability to self-perform and versatility as a contractor comes into play. In order to keep projects moving and meet the pre-assigned schedule, QE has the ability to shift crews of different disciplines (sitework, grading, concrete work, asphalt paving, etc.) from one project to another to ensure that all projects are completed on time, within budget, and at high levels of quality. HOW QE TYPICALLY MANAGES PROJECT WORKLOADS WHEN DEMAND EXCEEDS CURRENT STAFFING LEVELS: Quality Enterprises schedules all projects to meet contract requirements. QE’s crews are assigned based on the technical needs and schedule demands of each project. When a project approaches a milestone that requires specialized or additional crews, QE management arranges the schedule to ensure that the appropriate crew is dispatched to that respective job. Should the need arise, QE also has the ability to pull crews from its South Carolina regional office to assist in covering higher demands. Finally, QE has forged strong relationships with other firms who can be retained as a subcontractor if needed. QE’S APPROACH TO COORDINATING A PROJECT THAT EXCEEDS $50,000: Quality Enterprises is experienced with coordinating projects over $50,000. Upon receipt of contract, QE holds an internal pre-construction meeting where the following items are dicussed: internal review of project documents and scope with team members, permit requirements, submittal and acquisition of materials, crew and equipment availibility, schedule and alloted contract time, safety and quality control requirements, environmental issues and concerns, and public outreach impacts and concerns. Upon Notice to Proceed, QE performs any necessary surveying, installation of erosion control devices, and site security. Crews and equipment then mobilize to the project site to perform contract work, which is monitored daily by the on- site superintendent. The superintedent communicates closely with the assigned QE Project Manager and various County personnel, monitors the project schedule, keeps records of daily reports, and updates as-builts using QE’s advanced technology, Vista by Viewpoint. Upon completion of contract work, the site is restored to pre-construction or better conditions. Prior to final completion, QE also performs an internal Punch List in an effort to minimize the County’s own Punch List. In closing a project, QE provides as-builts, final payment checklists, final payment, and consent of surety as required. QUALITY ENTERPRISES USA, INC. | MARINE CONTRACTING SERVICES Sample Project Schedule with milestones for a project that exceeds $50,000 ID Task Name 1 Notice to Proceed 2 Material Submittals and Procurement 3 Survey and Layout 4 Install Erosion Control 5 Mobilize Equipment 6 Demo Existing Seawall 7 Dismantle Dock and electrical Lighting 8 Construct Cofferdam Wall for Dewatering 9 Install new seawall Panels 10 Set outfall pipe within new wall 11 Install Tie Backs 12 Form/Rebar/Pour Seawall Cap 13 Remove cofferdam 14 Mechanical Dredging 15 Sod and restoration  16 Demobilize Equipment 17 Final Survey Month1 Month 2 Month 3 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Quality Enterprises USA, Inc.Sample Project SchedulePirates Bite Outfall Pipe and Seawall Replacement Page 1 Project: Sample Project ScheduDate: Fri 11/1/19 3 Experience and Capacity of the Firm LOCATION Naples, FL OWNER Collier County Parks Contact: Clint Perryman GENERAL CONTRACTOR Quality Enterprises USA, Inc. SUBCONTRACTORS Alpha Electric Services, Inc.| Park Lighting Installation Carter Fence| Site Security GradyMinor| Survey Layout and As-Built Drawings CONTRACT VALUE $650,000.00 PROJECT SUMMARY Quality Enterprises USA, Inc. completed improvements at Bayview Park, located at the west end of Danford Street in Naples, Florida, and retained GradyMinor, Alpha Electric Services, and Carter Fence Company as subcontractors on the project. Grady Minor provided survey layout and As- builts. The improvements included an expansion of the onsite vehicle/trailer parking spaces and the addition of offsite (parallel parking along Danford Street.), a sidewalk along the north side of Danford Street, adjustment of pathways and designated playground area, floating dock ramp improvements, landscape and lighting improvements. QE’S TEAM MEMBERS Quality Enterprises USA, Inc. is proud of their versatility as a contractor, self-performing 90% or more of each respective project. However, when necessary, typical subcontracted work includes: electrical, fencing, irrigation and landscaping, and survey. This is done to ensure that projects are completed on time, within budget and at high levels of quality. The project below, Bayview Park Improvements, was successfully completed by Quality Enterprises, GradyMinor, Alpha Electric Services, and Carter Fence Company. This is the same team that QE proposes for IFQ #19-7624 and is a group with proven success. Quality Enterprises USA, Inc. has worked in the local area for over 20 years and has formed strong relationships with various subcontractors who continually perform projects with QE. However, in the event that a new subcontractor needs to be retained, the following outlines the process that is used to determine the subcontractor’s qualifications and capabilities: • Check subcontractor’s license status and request Certificate of Insurance (COI) • Retain referrals from other local general contractor’s and assess abilities, capacity and skill through a list of past projects • Request bonding capabilities to show subcontractor’s financial strength • Complete a record search of liens and lawsuits • Ensure that a full and effective safety program is followed Bayview Park Improvements NAME/ROLE KEY QUALIFICATIONS 30+ years of construction industry experience Maintains a long-standing relationship with Collier County and is familiar with local conditions, regulations, personnel, etc. Experience managing projects ranging from $500K to $40 Million for the Army Corps of Engineers, Charlotte County, City of Naples, City of Marco Island, FDOT, various Collier County divisions, Naples Airport Authority, and the Town of Fort Myers Beach to list a few Oversees all QE marine, utility, HDD, roadway, bridge, stormwater, wastewater, and aviation projects in the State of Florida and South Carolina Louis will support Matt Casey, Project Manager, on projects under IFQ #19-7624, Marine Contracting Services • • • • • Vice President, Initial Point of Contact Construction Superintendent Construction Project Manager Louis J. Gaudio Matthew A. Casey wesley V. shipp KEY PERSONNEL 6+ years of construction industry experience Strong background working with Collier County on marine, wastewater treatment plants, lift station repairs, and master pump station projects Holds advanced FDOT Maintenance of Traffic Certification , FDEP Stormwater, Erosion & Sedimentation Control Inspector Certification, and Asbestos Contractor/ Supervisor Certification Matt will serve as the main point of contact to the county for all projects under IFQ #19-7624, Marine Contracting Services • • • • 15+ years of construction industry experience Holds several advanced certifications, including: U.S. Army Corps of Engineers CQM Certification, VDOT Work Zone Traffic Control Certificate, Flagging Certification, and Erosion and Sediment Control Certification, SCDOT - CEPSCI Erosion and Sediment Control Certification, Responsible Land Disturber Certification, Basic Supervision Certificate, OSHA 10-Hour, OSHA 30-Hour for Construction Industry, First Aid/ CPR Certification/ EMT Basic Course Strong understanding of SWFL construction and regulatory conditions Will oversee daily construction activities and field operations and utilize Viewpoint software to generate electronic daily reports from the field • • • • 8+ years of construction industry experience Responsible for submitting project permits and revisions Facilitates all EEO compliance and training for QE personnel Assists with continued safety education for construction crews 19 + years of construction industry experience Monitors project sites and enforces compliance with government regulations, acts, and standards Sets and reviews health and safety guidelines in order to minimize accidents and injuries Travels to project sites to conduct safety audits and ensure that crews utilize proper safety gear • • • • • • • • Project Administrator/ EEO Officer Manager of Health and Safety isa carreras Margarita Negron Quality Enterprises USA, Inc.| A national Firm Quality Enterprises USA, Inc. is proud of their versatility as a contractor, having completed various projects in multiple states and territories over the past 50 years. This is possible with QE’s large and diverse workforce, in-house capabilities, and commitment to advanced technology and construction equipment. The company continues to expand in size, scope, and range and completes projects at the county, state, and federal levels. It is from this work that QE has received seven industry awards and/ or recognitions from peer groups. The chart below shows: annual construction volume in dollars, and number of completed projects for each year over the past five years. The number of personnel employed by position is also displayed on this page. ANNUAL CONSTRUCTION VOLUME & NUMBER OF COMPLETED PROJECTS, 2014-2018 QE PERSONNEL, CURRENTLY EMPLOYED 2014 2015 2016 2017 2018 YEAR NUMBER OF COMPLETED PROJECTS $35,172,791 $46,964,853 $52,329,755 $43,514,470 $60,161,159 86 108 118 167 194 ANNUAL CONSTRUCTION VOLUME Estimators Principal Staff Project Managers Superintendents Support Staff 3 6 12 8 20 NUMBER OF EMPLOYEES IN POSITION EMPLOYEE POSITION QE’S TECHNOLOGY | A STEP ABOVE THE REST Technology plays an integral role in QE’s operations. From investing in high-tech components used in our heavy equipment, to implementing the newest and most advance software for fleet or bid tracking, to simply managing job sites from an iPad, QE prioritizes the use of cutting-edge technology to assist with daily activities. As a result, QE’s job performance is faster and smarter, yet completed with accuracy and great attention to detail. Technology in Heavy Equipment Contractors can easily overlook one of the most vital aspects of a well-run jobsite... the need to invest in top of the line heavy construction equipment. Construction Equipment is costly; however, this investment leads to greater employee and customer satisfaction, a fact that QE has come to realize firsthand. There is no denying that QE’s well- maintained equipment fleet stands out from the rest, as the company commits to choosing machines, options, and features needed to create and sustain a high quality equipment fleet. QE machines are fully equipped with site positioning systems for machine grading and 3D technology. QE has also invested in Trimble sitework technology, a site modeling program that leads to savings in material usage and manpower and improves accuracy from the ability to perform “as-built checks” or changes on the fly. Trimble technology allows QE to achieve millimeter accuracy with fewer passes and no manual staking, and 3D site models yield detailed progress and material movement reports. Technology in Heavy Equipment Within QE’s advanced equipment fleet is the Caterpillar NEXT Generation Excavator with built in CAT grade and slope technology. This machine was further upgraded to utilize a Trimble Total Station, ensuring the highest level of accuracy on projects like roadways, or airport grading and paving, and provides images when satellites (GPS) are not available due to overhead obstruction. Many of QE’s machines (CAT dozers, excavators and pavers) are GPS enabled. The integrated GPS receivers communicate with the base site station and can control blade or bucket movement. Additionally, all of QE’s mid to large excavators are equipped with the Cat Pin Grabber Coupler System. This upgraded feature increases machine performance and versatility and helps to ensure jobsite safety. By removing the bucket and using the coupler’s rated lifting eye to move needed items, the operator can increase the machine’s lift capacity and improves visibility. 11323 HYDRAULIC EXCAVATOR STANDARD 2D E-FENCE TECHNOLOGY The standard 2D E-fence feature automatically stops excavator motion using boundaries you set in the monitor for the entire working envelope—above, below, sides and front. E-fence features protect equipment from damage and reduce fi nes related to zoning or underground utility damage. Automatic boundaries even help prevent operator fatigue by reducing over-swinging and over-digging. PROTECTION IN ALL DIRECTIONS E-WALL SWING E-WALL CEILING E-WALL FLOORE-WALL FORWARD E-WALL CAB PROTECTION 11323 HYDRAULIC EXCAVATOR STANDARD 2D E-FENCE TECHNOLOGY The standard 2D E-fence feature automatically stops excavator motion using boundaries you set in the monitor for the entire working envelope—above, below, sides and front. E-fence features protect equipment from damage and reduce fi nes related to zoning or underground utility damage. Automatic boundaries even help prevent operator fatigue by reducing over-swinging and over-digging. PROTECTION IN ALL DIRECTIONS E-WALL SWING E-WALL CEILING E-WALL FLOORE-WALL FORWARD E-WALL CAB PROTECTION PROTECTION INall directions Technology’s Role in Project Management Further, QE utilizes the industry-leading construction ERP solution, Vista by Viewpoint, to manage all areas of the business. From the office to the field, this multi-faceted cloud-based construction accounting suite is used throughout all phases of a project. For example, Project Managers and Superintendents can easily review AP invoices, request Purchase Orders, complete daily reports and job billing information in the field from the Viewpoint iPad application. This allows for real-time collaboration between the accounting and operations teams. Additionally, the software is used to capture labor time and production units, and helps facilitate safety training and weekly safety toolbox talks. An added benefit, the Viewpoint Team portal allows the customer, engineer, and contractor to track and collaborate on submittals and RFIs throughout a project, as the web-based application provides all parties with the current status of each document. QE also utilizes Viewpoint Field Management, an application that allows Superintendents to submit equipment maintenance work orders and also request heavy equipment and vehicles from their iPad and/or iPhone directly to the jobsite. When the equipment arrives, the Superintendent confirms delivery on the application, automatically updating the Dispatch board. QE’s dispatcher also verifies the location of all equipment using GPS units tracked in HCSS Telematics. This direct line of communication between the office and field reduces the need for Superintendents and crews to continually visit the office, thus allowing a project to be completed on time, within budget and at the high levels of quality that have come to characterize QE. OFFICE TEAM FIELD 22 LOCATION Marco Island, FL OWNER City of Naples Contact: Michael B. Daniel Email: mdaniel@cityofmarcoisland.com Phone: (239) 825-9554 ENGINEER Tylin International Contact: James Molnar, P.E. 2400 First Street, Suite 200 Fort Myers, FL 33901 Phone: (239) 332-4846 START DATE/ COMPLETION DATE August 2014/ December 2015 KEY PERSONNEL Project Manager: Louis Gaudio, QE Superintendent: Julio Jiminez, QE CONTRACT VALUE $8,692,839.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. replaced two bridges for the City of Marco Island. A portion of this project involved installation of steel sheet pile bulk heads, articulating blocks for scour protection, and mechanical dredging of the Smokehouse Canal. Dredge Type – Mechanical Dredge Material Characteristics – Silty/Sandy Material Sediment Handling – Material was mechanically removed and stockpiled to allow for drying. Dewatering Methods – Material was stockpiled and allowed to dry. QE self-performed 90% of the work. City of Marco island smokehouse bridge replacement QUALITY ENTERPRISES USA, INC Reference Questionnaire Solicitation: 19-7624 Marine Contracting Services Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio, Vice President (Name of Individuals Requesting Reference Information) Name:MICHAEL DANIEL (Evaluator completing reference questionnaire) Company:CITY OF MARCO ISLAND (Evaluator’s Company completing reference) Email: mdaniel@cityofmarcoisland.com FAX:n/a Telephone: 239.825.9554 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Smokehouse Bridge –Bridge Replacement, steel bulkhead and dredging Completion Date: December 2015 Project Budget: $8,692,839.00 Project Number of Days: 480 days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Abiltity to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.10 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS 100 24 LOCATION Venice, FL OWNER City of Venice Beach Contact: James R. Clinch, P.E. CFM Stormwater Engineering Manager Email: jclinch@venicegov.com Phone: (941) 486-2626 ENGINEER Erickson Consulting Engineers 7201 Delaney Court Sarasota, Florida Phone: (941) 373-6460 START DATE/ COMPLETION DATE August 2014/ December 2014 KEY PERSONNEL Project Manager: Louis Gaudio, QE Superintendent: Junior Arevala, QE CONTRACT VALUE $624,157.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. completed the removal of 8500 CY of sediment from the Flamingo Ditch using mechanical dredging. The project also included placement of Rip Rap, Geoweb and plantings, along with installation of a pond airation system. Dredge Type – Mechanical Dredge Material Characteristics – Silty/Sandy material with some areas of muck Sediment Handling – Material was mechanically removed and stockpiled in an upland disposal area for drying and eventually hauled off site. Dewatering Methods – The lake was completely dewatered to allow equipment access to dredge. Material was stockpiled and dried out using a Polymer. QE self-performed 90% of the work. City of venice flamingo ditch Dredging project QUALITY ENTERPRISES USA, INC 26 LOCATION Naples, FL OWNER Collier County Coastal Zone Management Contact: Clint Perryman Email: clinton.perryman@colliercountyfl.gov Phone: (941) 252-4245 ENGINEER CB&I Coastal Planning & Engineering, Inc. Contact: Stephen Keehn, P.E. 2481 NW Boca Raton Blvd. Boca Raton, FL 33431 Phone: (561) 391-8102 START DATE/ COMPLETION DATE October 2015/ January 2016 KEY PERSONNEL Project Manager: Louis Gaudio, QE Superintendent: Wesley Shipp, QE CONTRACT VALUE $242,304.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. removed over 8,000 CY of sediment from Wiggins Pass using mechanical dredging. Dredge Type – Mechanical Dredge Material Characteristics – Silty/Sandy Material Sediment Handling – Material was mechanically removed and stockpiled to allow for drying. Dewatering Methods – Material was stockpiled and allowed to dry. QE self-performed 100% of the work. Wiggins Pass channel interim Dredging Project QUALITY ENTERPRISES USA, INC Reference Questionnaire Solicitation: 19-7624 Marine Contracting Services Reference Questionnaire for: Quality Enterprises USA, Imc. (Name of Company Requesting Reference Information) Louis J Gaudio (Name of Individuals Requesting Reference Information) Name: Clint Perryman (Evaluator completing reference questionnaire) Company: Collier County Coastal Zone Management (Evaluator’s Company completing reference) Email:Clinton.Perryman@colliercountyfl.gov FAX: Telephone: 239-252-4245 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Wiggins Pass Channel Interim Dredge of approx 8,000 CY of silt Completion Date: January 2016 Project Budget: $ 242,304.00 Project Number of Days: 90 days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 8 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 98 28 LOCATION Naples, FL OWNER City of Naples Contact: Gregg R. Strakaluse, P.E. Email: gstrakaluse@naplesgov.com Phone: (239) 213-5000 ENGINEER Erickson Consulting Engineers 7201 Delaney Court Sarasota, Florida Phone: (941) 373-6460 START DATE/ COMPLETION DATE December 2014/ July 2015 KEY PERSONNEL Project Manager: Kevin Smith, QE Superintendent: Wesley Shipp, QE CONTRACT VALUE $1,308,973.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. removed over 20,000 CY of sediment from the various canals throughout Port Royal using mechanical dredging. Dredge Type – Mechanical Dredge Material Characteristics – Silty/Sandy Material Sediment Handling – Material was mechanically removed, loaded onto barges to transport to the dewatering site and pumped into a dewatering cell. Dewatering Methods – Control structure with weir was installed to allow for settling of material and conveyance of water through structure. A polymer was used as necessary. QE self-performed 100% of the work. port royal dredging Project QUALITY ENTERPRISES USA, INC 30 LOCATION Naples, FL OWNER City of Naples Contact: Brad Hefner Email: bhefner@naplesgov.com Phone: (239) 213-5005 ENGINEER Foster Engineering Contact: Joseph T. Foster, P.E. P.O. Box 7370 St. Petersburg, FL 33734 Phone: (727) 821-1949 START DATE/ COMPLETION DATE January 2019/ July 2019 KEY PERSONNEL Project Manager: Louis Gaudio, QE Superintedent: Francisco Robles, QE CONTRACT VALUE $1,095,878.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. completed the design and construction of stormwater outfall and seawall repairs/replacements as part of their post Hurricane Irma response work. Under this contract, QE teamed with Foster Engineering to perform design and construction of sevent projects involving seawall replacement and outfall pipes ranging in size from 24” RCP to 72” RCP. Seawalls were constructed using Truline 800 Series Vinyl Sheet piling and included concrete caps with Manta Ray tie backs. QE self-performed 95% of the work. City of Naples Design/Build Stormwater Outfall and Seawall Repairs QUALITY ENTERPRISES USA, INC Reference Questionnaire Solicitation: 19-7624 Marine Contracting Services Reference Questionnaire for: Quality Enterprises USA, Imc. (Name of Company Requesting Reference Information) Louis J Gaudio (Name of Individuals Requesting Reference Information) Name: Brad Hefner (Evaluator completing reference questionnaire) Company: City of Naples, Florida (Evaluator’s Company completing reference) Email: BHefner@naplesgov.com FAX: Telephone: 239-213-5005 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Design/Build of Stormwater outfalls and seawalls due to Hurricane Irma Damage Completion Date: July 2019 Project Budget: $ 1,095,878.00 Project Number of Days: 210 days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 99 32 LOCATION Naples, FL OWNER City of Naples Contact: Andy Holland Engineering Manager Email: aholland@naplesgov.com Phone: (239) 231-5001 ENGINEER Stantec 5801 Pelican Bay Blvd., Suite 300 Sarasota, Florida Phone: (239) 910-2757 START DATE/ COMPLETION DATE April 2019/ October 2019 KEY PERSONNEL Project Manager: Gregory Haas, QE Superintendent: Wesley Shipp, QE CONTRACT VALUE $1,057,850.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. recently completed a water quality improvement project at the Cove Outfall. The marine portion of this project included: removal of 1960 CY of sediment from the Naples Bay using barge mounted mechanical dredging, seawall and existing stormwater outfall repair, placement of specific layers of crushed concrete and clean sand, Rip Rap, oyster bags, and aquatic plantings. The landside portion of the project included: installation of 400 LF of brick paver sidewalk, 200 LF of concrete curb and sidewalk, 400 LF of decorative handrail, information boards, benches/trash receptacles, and landscaping (irrigation, trees, bushes and grasses). Dredge Type – Mechanical Dredge Material Characteristics – Silty/Sandy material with organics Sediment Handling – Material was mechanically removed and stockpiled in a designated disposal area for drying and taken off site for analytical testing & disposal. Dewatering Methods – Material was stockpiled for drying. QE self-performed 90% of the work. Cove outfall water quality improvements QUALITY ENTERPRISES USA, INC LOCATION Naples, FL OWNER City of Naples Contact: Brad Hefner Email: bhefner@naplesgov.com Phone: (239) 213-5005 ENGINEER Foster Engineering P.O. 7370 St. Petersburg, FL 33734 Contact: Joe Foster Email: joe@jfosterconsulting.com Phone: 727-821-1949 START DATE/ COMPLETION DATE September 2018/ December 2018 KEY PERSONNEL Vice President: Louis Gaudio, QE Project Manager: Matt Casey, QE Assistant Project Manager: Jack Hooper, QE CONTRACT VALUE $299,650.00 PROJECT SUMMARY Quality Enterprises USA, Inc. recently completed a project that involved the design and construction of a 48” outfall pipe replacement and new seawall. The new seawall was constructed using Truline Series 800 Sheeting with concrete infill, concrete cap and manta ray tie back systems. The project also involved the removal and reinstallation of a boat dock and electrical conduit, wiring and fixture for dock lighting. GradyMinor provided all initial and final as-built survey, and Alpha Electric provided all electrical work. CALENDAR DAY DURATION 90 days; M-F, 7:00 AM-5:00 PM (10 Hr. Days) SCHEDULE OF VALUES AND DELIVERABLES Design Build, Stormwater Outfall and Seawall Repair – Pirates Bite outfall QE’s PROPOSED FEE SCHEDULE OF PRINCIPALS AND STAFF, and POSITION SCHEDULE follow on the next two pages. QUALITY ENTERPRISES USA, INC - SAMPLE PROJECT WITH A MINIMUM VALE OF $200,000.00 Job # Date ST HOURLY OT HOURLY ST OT ST OT UNIT RATE RATE HOURS HOURS TOTAL TOTAL TOTAL Personnel-4 hr min Project Manager HR $95.00 $123.50 $0.00 $0.00 $0.00 Superintendent HR $85.00 $110.50 $0.00 $0.00 $0.00 Foreman HR $75.00 $97.50 $0.00 $0.00 $0.00 Mechanic & Equipment Operator HR $65.00 $84.50 $0.00 $0.00 $0.00 Laborer HR $50.00 $65.00 $0.00 $0.00 $0.00 Administrative HR $65.00 $84.50 $0.00 $0.00 $0.00 Equipment (without Operator)-8 hr min Excavator - 40 tons HR $175.00 $227.50 $0.00 $0.00 $0.00 Excavator - 30-39 tons HR $150.00 $195.00 $0.00 $0.00 $0.00 Excavator - 18-29 tons HR $125.00 $162.50 $0.00 $0.00 $0.00 Excavator - less than 18 tons HR $90.00 $117.00 $0.00 $0.00 $0.00 Excavator long reach HR $150.00 $195.00 $0.00 $0.00 $0.00 Wheel Loader - less than 2.5 cubic yard HR $95.00 $123.50 $0.00 $0.00 $0.00 Wheel Loader - 2.5-3.9 cubic yard HR $125.00 $162.50 $0.00 $0.00 $0.00 Wheel Loader - 4--8 cubic yard HR $150.00 $195.00 $0.00 $0.00 $0.00 Bull Dozer - 15 tons HR $125.00 $162.50 $0.00 $0.00 $0.00 Bull Dozer - 20 tons HR $150.00 $195.00 $0.00 $0.00 $0.00 Sectional Barge-per section HR $50.00 $65.00 $0.00 $0.00 $0.00 Material Barge-per section HR $50.00 $65.00 $0.00 $0.00 $0.00 Lark Push Boat HR $125.00 $162.50 $0.00 $0.00 $0.00 25' Push Boat HR $250.00 $325.00 $0.00 $0.00 $0.00 Motor Grader HR $125.00 $162.50 $0.00 $0.00 $0.00 Vibratory Roller HR $100.00 $130.00 $0.00 $0.00 $0.00 Asphalt Roller HR $100.00 $130.00 $0.00 $0.00 $0.00 Asphalt Paver-10 tons HR $250.00 $325.00 $0.00 $0.00 $0.00 Asphalt Paver-20 tons HR $500.00 $650.00 $0.00 $0.00 $0.00 Asphalt Material Handler HR $400.00 $520.00 $0.00 $0.00 $0.00 Asphalt Milling Machine HR $650.00 $845.00 $0.00 $0.00 $0.00 Epiroc deum cutter with excavator -16 hr min HR $450.00 $585.00 $0.00 $0.00 $0.00 Rock hammer with excavator-less than 18 tons-16 hr min HR $180.00 $234.00 $0.00 $0.00 $0.00 Rock hammer with excavator-18 29 tons-16 hr min HR $250.00 $325.00 $0.00 $0.00 $0.00 Rock hammer with excavator-30 tons-16 hr min HR $300.00 $390.00 $0.00 $0.00 $0.00 NPK Plate Compactor with excavator 30 tons-16 hr min HR $250.00 $325.00 $0.00 $0.00 $0.00 Side grip sheet pile driver with 40 ton excavator-16 hr min HR $300.00 $390.00 $0.00 $0.00 $0.00 Ice sheet vibratory pile driver less crane-16 hr min HR $300.00 $390.00 $0.00 $0.00 $0.00 30 ton truck crane HR $200.00 $260.00 $0.00 $0.00 $0.00 80 ton rubber tire crane HR $300.00 $390.00 $0.00 $0.00 $0.00 Mantis 130 ton crawler crane-16 hr min HR $400.00 $520.00 $0.00 $0.00 $0.00 Manitowoc 275 ton crawler crane-40 hr min HR $600.00 $780.00 $0.00 $0.00 $0.00 Telehandler HR $100.00 $130.00 $0.00 $0.00 $0.00 Broom Tractor HR $79.00 $102.70 $0.00 $0.00 $0.00 Dump Truck - tandem axle HR $79.00 $102.70 $0.00 $0.00 $0.00 Dump Truck - tri- axle HR $85.00 $110.50 $0.00 $0.00 $0.00 Roll-Off Container Truck HR $95.00 $123.50 $0.00 $0.00 $0.00 Lowboy Trailer (4 hr min per piece of equipment)HR $175.00 $227.50 $0.00 $0.00 $0.00 Water Truck or Trailer HR $100.00 $130.00 $0.00 $0.00 $0.00 Truck with Hand Tools HR $65.00 $84.50 $0.00 $0.00 $0.00 Roll Off Container PER DAY $50.00 $65.00 $0.00 $0.00 $0.00 Jobsite Trailer PER DAY $200.00 $260.00 $0.00 $0.00 $0.00 Tap Machine - small (3/4" - 3") each tap EA $750.00 $975.00 $0.00 $0.00 $0.00 Tap Machine - large (4" - 12") each tap EA $1,500.00 $1,950.00 $0.00 $0.00 $0.00 Small Equipment (without Operator)-8 hr min Air Compressor with Hammer-185 cfm HR $40.00 $52.00 $0.00 $0.00 $0.00 Trench Box 16' x 10' PER DAY $225.00 $292.50 $0.00 $0.00 $0.00 Stone Box PER DAY $225.00 $292.50 $0.00 $0.00 $0.00 Steel (Road) Plates PER DAY $225.00 $292.50 $0.00 $0.00 $0.00 Wellpoint System PER DAY $1,750.00 $2,275.00 $0.00 $0.00 $0.00 6" Hydraulic Pump PER DAY $900.00 $1,170.00 $0.00 $0.00 $0.00 12" Hydraulic Pump PER DAY $1,750.00 $2,275.00 $0.00 $0.00 $0.00 3" or smaller Water Pump HR $50.00 $65.00 $0.00 $0.00 $0.00 Concrete Saw HR $75.00 $97.50 $0.00 $0.00 $0.00 Cut Off Saw HR $50.00 $65.00 $0.00 $0.00 $0.00 Light Set HR $50.00 $65.00 $0.00 $0.00 $0.00 Plate Compactor HR $50.00 $65.00 $0.00 $0.00 $0.00 Material Limerock Base CY $30.00 $0.00 $0.00 $0.00 #57 Stone CY $40.00 $0.00 $0.00 $0.00 Bahia Sod PALLET $150.00 $0.00 $0.00 $0.00 Floratam Sod PALLET $200.00 $0.00 $0.00 $0.00 Rip Rap TN $50.00 $0.00 $0.00 $0.00 Rebar LB $2.00 $0.00 $0.00 $0.00 Other Diesel Fuel GAL $5.00 $0.00 $0.00 $0.00 Regular Fuel GAL $4.00 $0.00 $0.00 $0.00 MOT PER DAY $750.00 $0.00 $0.00 $0.00 Disposal Fee (concrete, asphalt, debris, etc.)LOAD $250.00 $0.00 $0.00 $0.00 Grand Total:$0.00 20% MARK UP ON 3rd PARTY RENTAL EQUIPMENT 20% MARK UP ON MATERIAL 10% MARK UP ON SUBCONTRACTORS REV. 11/18/19 QUALITY ENTERPRISES USA, INC. Marine Contract Collier County - Board of County Commissioners If work is performed other than Monday through Friday, 7:00am - 3:30 pm, excluding holidays, all rates will incresase by 30%. These rates also apply for travel time Proposed Fee Schedule of principals and staff QUALITY ENTERPRISES USA, INC. | MARINE CONTRACTING SERVICES Sample project Position Schedule ID Task Name 1 Notice to Proceed 2 Material Submittals and Procurement 3 Survey and Layout 4 Install Erosion Control 5 Mobilize Equipment 6 Demo Existing Seawall 7 Dismantle Dock and electrical Lighting 8 Construct Cofferdam Wall for Dewatering 9 Install new seawall Panels 10 Set outfall pipe within new wall 11 Install Tie Backs 12 Form/Rebar/Pour Seawall Cap 13 Remove cofferdam 14 Mechanical Dredging 15 Sod and restoration  16 Demobilize Equipment 17 Final Survey Month1 Month 2 Month 3 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Quality Enterprises USA, Inc.Sample Project SchedulePirates Bite Outfall Pipe and Seawall Replacement Page 1 Project: Sample Project ScheduDate: Fri 11/1/19 4 Specialized Expertise of Team Members NAME/ROLE KEY QUALIFICATIONS 30+ years of construction industry experience Maintains a long-standing relationship with Collier County and is familiar with local conditions, regulations, personnel, etc. Experience managing projects ranging from $500K to $40 Million for the Army Corps of Engineers, Charlotte County, City of Naples, City of Marco Island, FDOT, various Collier County divisions, Naples Airport Authority, and the Town of Fort Myers Beach to list a few Oversees all QE marine, utility, HDD, roadway, bridge, stormwater, wastewater, and aviation projects in the State of Florida and South Carolina Louis will support Matt Casey, Project Manager, on projects under IFQ #19-7624, Marine Contracting Services • • • • • Vice President, Initial Point of Contact Construction Superintendent Construction Project Manager Louis J. Gaudio Matthew A. Casey wesley V. shipp KEY PERSONNEL 6+ years of construction industry experience Strong background working with Collier County on marine, wastewater treatment plants, lift station repairs, and master pump station projects Holds advanced FDOT Maintenance of Traffic Certification , FDEP Stormwater, Erosion & Sedimentation Control Inspector Certification, and Asbestos Contractor/ Supervisor Certification Matt will serve as the main point of contact to the county for all projects under IFQ #19-7624, Marine Contracting Services • • • • 15+ years of construction industry experience Holds several advanced certifications, including: U.S. Army Corps of Engineers CQM Certification, VDOT Work Zone Traffic Control Certificate, Flagging Certification, and Erosion and Sediment Control Certification, SCDOT - CEPSCI Erosion and Sediment Control Certification, Responsible Land Disturber Certification, Basic Supervision Certificate, OSHA 10-Hour, OSHA 30-Hour for Construction Industry, First Aid/ CPR Certification/ EMT Basic Course Strong understanding of SWFL construction and regulatory conditions Will oversee daily construction activities and field operations and utilize Viewpoint software to generate electronic daily reports from the field • • • • 8+ years of construction industry experience Responsible for submitting project permits and revisions Facilitates all EEO compliance and training for QE personnel Assists with continued safety education for construction crews 19 + years of construction industry experience Monitors project sites and enforces compliance with government regulations, acts, and standards Sets and reviews health and safety guidelines in order to minimize accidents and injuries Travels to project sites to conduct safety audits and ensure that crews utilize proper safety gear • • • • • • • • Project Administrator/ EEO Officer Manager of Health and Safety isa carreras Margarita Negron LOUIS J. GAUDIO Vice President EXPERIENCE QE Experience: 16 years Industry Experience: 30+ years EDUCATION/CERTIFICATIONS Polytechnic University B.S. in Civil Engineering E.I.T. Certification PROFILE Louis J. Gaudio serves as Vice President at Quality Enterprises USA, Inc. (QE) where he oversees all business development efforts and project estimation/management in the state of Florida. Louis will support the Project Manager on IFQ# 19-7624, Marine Contracting Services, and brings more than 30 years of experience to the job. In addition to many marine repair, replacement, and new construction projects, Louis has managed other large projects for QE including the $24 million reconstruction of North & South Collier Boulevard and over $70 million worth of post Hurricane Katrina relief work in Mississippi and New Orleans ($40M worth of waterway reconstruction and $30M worth of concrete flood wall construction, respectively.) PROJECT EXPERIENCE RECONSTRUCTION OF COLLIER BOULEVARD Marco Island, FL • $24,668,835 Description: This project involved the complete reconstruction of 3-miles of roadway including all new utilities for watermain, reclaim, force mains, gravity sewer and storm piping. Project was completed on time and within budget. QE self-performed 90% of contract. BURNT STORE ROAD PHASE II Cape Coral, FL • $15,849,555 Description: This project involved the construction of a new 2-mile roadway with 3 bridges, utility work, and storm piping. Project was completed on time and within budget. QE self-performed 75% of work. LAKE FRONT AIRPORT T WALLS, US ARMY CORPS OF ENGINEERS New Orleans, LA • $15,004,615 Description: This federal project involved the construction of 3000 LF of concrete flood walls for Post Katrina flood prevention. The project involved relocation of existing utilities and storm pipes, installation of H piles and steel sheeting, and construction of 25-foot-high concrete walls with an integral gate system. QE self-performed 100% of work. CITY OF VENICE DOWNTOWN CORRIDOR IMPROVEMENTS Venice, FL • $9,203,128 Description: This project involved the complete reconstruction of 4 main roadways within the downtown area of the city of Venice. Work included utilities, storm piping, concrete curbs and sidewalks, earthwork, paving, landscape and irrigation. Based on QE’s stellar performance, the city authorized an additional $1 million change order to add another section of roadway. Project was grant funded by FDOT. Project was completed on time and within budget. QE self-performed 80% of work. WEST WINTERBERRY SEWER DISTRICT Marco Island, FL • $7,950,595 Description: This project involved the installation of over 60,000 LF of sewer gravity main, associated laterals and manholes, and 3 lift stations. It also involved reconstruction of all roadways. QE self-performed 95% of work. MATTHEW A. CASEY Construction Project Manager EXPERIENCE QE Experience: 6 years Industry Experience: 6+ years EDUCATION/CERTIFICATIONS Florida Gulf Coast University B.S. in Civil Engineering MOT Advanced Certication FDEP Stormwater, Erosion & Sedimentation Control Inspector Certification Asbestos Contractor/ Supervisor Certification PROFILE Matthew A. Casey serves as a Project Manager and Estimator at Quality Enterprises USA, Inc. (QE), where he oversees projects through all phases and maintains a strong working relationship with County personnel. Matt has managed several jobs for QE and has estimated projects just shy of $1 million. Over the past six years, under the direct supervision of Louis Gaudio, Matt has been involved in several seawall, outfall, and lake bank stabilization projects in the local SWFL area. Matt will serve as the Project Manager on projects under IFQ #19-7624, Marine Contracting Services. The seawall wall projects were part of a City of Naples Design Build Project for outfalls and seawalls damaged during Hurricane Irma. Projects involved the removal of damaged seawalls and outfall pipes. Temporary cofferdams were installed to allow for dewatering during installation of new Trueline Seawall Panels and new piping. Some of these projects involved removal and resetting of boat docks and close coordination with homeowners was required. Matt has also be involved with Bank Stabilization projects for both Heritage Bay and The Quarry. Work involved installation and placement of over 20,000 tons of Rip Rap by both land and water using push boats and barges. Private docks were removed and reset to allow for installation of Rip Rap beneath existing docks. PROJECT EXPERIENCE DESIGN BUILD, STORMWATER OUTFALL AND SEAWALL REPAIR - PIRATES BITE OUTFALL Naples, FL • $299,650 Description: This project involved the design and construction of a 48” outfall pipe replacement and new seawall at Pirates Bite Outfall in Naples, FL. The new seawall was constructed using Truline Series 800 Sheeting with concrete infill, concrete cap and manta ray tie back systems. The project also involved the removal and reinstallation of a boat dock and electrical conduit, wiring and fixture for dock lighting. RIP RAP INSTALLATION AT HERITAGE BAY Naples, FL • $ 1,181,325 Description: This project included installation of over 13,000 tons of Rip Rap for lake bank stabilization. The project also involved installation of geotextile mat and stone bedding. QE self manufactured the Rip Rap through it’s in-house crushing division, allowing materials to be supplied quickly and efficiently. Rip Rap was produced to meet industry standards and QE self-performed 100% of the work. QUARRY IRMA DAMAGE SHORELINE REPAIR Naples, FL • $ 1,968,197 Description: This project involved the installation of over 14,000 tons of Rip Rap for lake bank stabilization. Once again, QE self manufactured the Rip Rap through it’s in- house crushing division, adhering to inudstry standards and allowing materials to be supplied quickly and efficiently. The project also included installation of geotextile mat, stone bedding, and sod restoration. Work was performed by water using flat barges, hopper barges and a push boat. Quality Enterprises self-performed 100% of the work. WESLEY V. SHIPP Construction Superintendent EXPERIENCE QE Experience: 15+ years Industry Experience: 15+ years CERTIFICATIONS U.S. Army Corps of Engineers CQM Certification VDOT Work Zone Traffic Control Certificate VDOT Flagging Certification SCDOT - CEPSCI Erosion and Sediment Control Certification VDOT Erosion and Sediment Control Certification Responsible Land Distributer Certification Basic Supervision Certificate OSHA 10-Hour, OSHA 30-Hour for Construction Industry OSHA 8-Hour Refresher Course EMT Basic 130-Hour Course First Aid/ CPR Certification PROFILE Wesley Shipp will serve as the Construction Superintendent on projects under IFQ #19-7624, Marine Contracting Services. Wesley has over 15 years of industry experience, including marine projects that involved water quality improvements, mechanical dredging, and beach renourishment. Wesley is familiar with the County’s specifications and requirements as they pertain to Marine Contracting work, will be present on the job site through project completion, and will manage daily construction activities and field operations. During construction, Wesley will facilitate meetings with customers and inspectors, oversee daily crew activities, coordinate subcontractor work, bring changes and/or modifications to the attention of the Project Manager, and verify material quantities and deliveries, etc. With over 15 years of industry experience and extensive safety training, Wesley’s expertise will ensure project success. PROJECT EXPERIENCE COVE OUTFALL WATER QUALITY IMPROVEMENTS Naples, FL • $1,057,850 Description: QE recently completed a water quality improvement project at the Cove Outfall. The marine portion of this project included: removal of 1960 CY of sediment from the Naples Bay using barge mounted mechanical dredging, seawall and existing stormwater outfall repair, placement of specific layers of crushed concrete and clean sand, Rip Rap, oyster bags, and aquatic plantings. The landside portion of the project included: installation of 400 LF of brick paver sidewalk, 200 LF of concrete curb and sidewalk, 400 LF of decorative handrail, information boards, benches/trash receptacles, and landscaping (irrigation, trees, bushes and grasses). PORT ROYAL DREDGING PROJECT Naples, FL • $1,308,973 Description: This project included the removal of over 20,000 CY of sediment from the various canals throughout Port Royal using mechanical dredging. The silty/sandy material was loaded onto barges to transport to dewatering sites and pumped into a dewatering cell. Dewatering methods included using a control structure with weir to allow for both the settling of material and conveyance of water through a structure. A polymer was used as necessary. WIGGINS PASS DREDGING PROJECT Naples, FL • $242,304 Description: This project included the removal of over 9,400 CY of sediment from Wiggins Pass using mechanical dredging. The silty/ sandy material was then stockpiled to allow for drying and Quality Enterprises self-performed 100% of the work. US ARMY CORP OF ENGINEERS – IDIQ CONTRACT FOR TASK ORDER TO COMPLETE CANAL MECHANICAL DREDGING, BEACH RE- NOURISHMENT AND PLANTING PROJECTS Coastal Counties in Mississippi • $33,054,539 Description: Under this IDIQ, QE Completed 15 Task Orders ranging in size from $200K to $10 Million. The task orders involved mechanical dredging of canals that were blocked with debris and fallen trees during Hurricane Katrina to allow clear flow downstream to the Gulf of Mexico. Several task orders involved beach re- nourishment, utilizing geotubes and imported sand, along with plantings to stabilize soil. 935 Rosea Court, Naples, FL 34104 • Phone: (239) 465-2781 • Fax: (239) 261-7994 November 8th, 2019 To Whom it May Concern, We at Alpha Electric Services would like to team up with Quality Enterprises USA for the electrical scope under the Marine Contracting Services Agreement. We have been collaborating with Quality Enterprises for over 10 years now in countless projects and this will be excellent opportunity for both companies to consolidate our partnership. As part of this enterprise we will provide material, labor, equipment, tools and services necessary for the project. The following is a short list of projects performed by us in conjunction with QE. •APF III, phase II airplane storage hangar, Naples. •Manatee Road potable water storage tank upgrades, Naples. •Marco shores alternative water and sewer improvements project, Marco Island. •South County water reclamation facility turbo blowers replacement, Naples. •Collier County SRO wellfield flow meter replacement phase II, Naples. •World Tennis Club entrance bridge replacement, Naples. Thank you for the opportunity and I look forward to hearing from, and working with you. Naturally, Johan Gonzalez Alpha Electric Services (239)682-5211 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 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 onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD Brett A. Ackerman ALPHA-4 OP ID: MD 11/12/2019 Ackerman Insurance Services1575 Pine Ridge Rd. Ste. 17Naples, FL 34109Brett A. Ackerman 239-597-1096 239-597-9560 info@ackerman-insurance.com First Comp Allied Property and CasualtyAlpha Electric Services IncAndres Borroto935 Rosea CtNaples, FL 34104 B X 1,000,000 X ACP3007666420 04/29/2019 04/29/2020 300,000 10,000 1,000,000 2,000,000 X 2,000,000 1,000,000A ACP3007763226 04/24/2019 04/24/2020 X 10,000 X 2,000,000B ACP3037763226 04/24/2019 04/24/2020 2,000,000 A MWC0031716-02 05/01/2019 05/01/2020 1,000,000 1,000,000 1,000,000 Quality Enterprises USA, Inc. 3494 Shearwater Street Naples, FL 34117 239-597-1096 42579 PIP Simmonds Electrical of Naples, Inc. 8981 Quality Road, Unit 1 Phone (239) 643-2770 Bonita Springs,FL 34135-7278 Utilities Street Lighting Generators Fax:(239) 643-6873Industrial and Commercial November 8, 2019 Mr. Lou Gaudio Quality Enterprises USA, Inc. 3494 Shearwater St. Naples, FL 34117 RE: Collier County Solicitation 19-7624 Marine Contractor Services Dear Mr. Gaudio, Simmonds Electrical of Naples, Inc. desires to team up with Quality Enterprises USA, Inc. on the electrical portion of projects for Collier County IFQ #19-7624 Marine Contractor Services. We will provide quotes to you as the subcontractor for electrical requirements upon your request. Thank you for this opportunity, we look forward to this collaboration. Sincerely, E.B. Simmonds President Simmonds Electrical of Naples, Inc. 8981 Quality Road, Unit 1 Phone (239) 643-2770 Bonita Springs, FL 34135-7278 Utilities Street Lighting Generators Fax:(239) 643-6873Industrial and Commercial Reference list 1815575 Cocohatchee River Marina Fuel Farm Owner:Collier County General Contractor:Southern Tank &Pump Contract Amount:$14,958.00 Start Date:2/22/2019 Completion Date:6/6/2019 Contact:Eddie Williams (239)995-1990 Scope of Work:Open trench and install (4)3/4"raceways from pump panel to fuel station. Furnish and install (1)240v circuit for fuel pump,circuit for fuel dispenser,wiring for low voltage and spare conduit for future use. 1715169 Replace Goodland Marina Power Pedestals Owner:Collier County Facilities Management Contract Amount:$15,099.00 Start Date:03/14/2018 Completion Date:5/21/2018 County Contact:James Williams (239)252-3643 Scope of Work:Replace (5)double slip boat power pedestals to match existing.Damage caused by Hurricane Irma. 1815239 Port of the Islands Marina Emergency Light Repair Owner:Collier County Facilities Management Contract Amount:$5,755.00 Start Date:01/30/2018 Completion Date:2/05/2018 County Contact:James Williams (239) 252-3643 Scope of Work:Retro fit (8)light poles along sea wall,(2)at boat storage area.Replace broken LB for fuel pump. 1514156 Goodland Marina Power Pedestals Owner:Collier County Facilities Management Contract Amount:$17,970 Start Date:02/18/16 Completion Date:07/01/16 County Contact:Vicky Ahmad (239)252-4047 Office Scope of Work:Replace (5)double slip boat pedestals with 2-50 amp 120/250 LED lighting,(1) water connection and provide bottom seal to prevent splash into electrical compartment. Simmonds Electrical of Naples, Inc. 8981 Quality Road, Unit 1 Phone (239) 643-2770 Bonita Springs, FL 34135-7278 Utilities Street Lighting Generators Fax:(239) 643-6873Industrial and Commercial 1212727 Project:Marco Island Bridge 034126 -Contract 13-004 Owner:City of Marco Island Contract Amount:$69,995.00 Start Date:03/2013 Completion Date:06/17/13 Contact:Tim Pinter Volkert Engineers;3409 West Lemon St.,Tampa,FL 33609 Scope of work:Furnish &Install Navigation &Ped Lights to Bridge 1212521 Project:Pelican Bay Foundation South Beach Engineer:Jeff Jewitt Contract Amount:$278,116.00 Start Date:04/2012 Completion Date:11/2012 Contact:Greg Gluski,Pelican Bay Foundation (239)597-8081 ext:231 Scope of work:Furnish and install 1000 amp service,two 300kva transformers and one 15kva transformer with loop,feed bushings and compartmental switching.Pull 11,000’of 5kv copper conductor and terminated. 1212559 Project:Pelican Bay Foundation North Beach Owner:Pelican Bay Foundation Engineer:Jeff Jewitt Contract Amount:$134,952.00 Start Date:04/2012 Completion Date:11/2012 Contact:Greg Gluski,Pelican Bay Foundation (239)597-8081 ext:231 Scope of work:Furnish and install 600 amp service and two 500kva transformers Pull boxes and conduit as needed.Pulled 3,000’of 5kv copper conductor and terminated 1112186 Project:Navigational Lights Three bridges Contract 11-013 Owner:City of Marco Island Engineer:Volkert &Associates Contract Amount:$164,167.00 Start Date:08/2011 Completion Date:10/2011 Contact:Tim Pinter,City of Marco Island,(239)389-5018 Scope of work:Navigation and pedestrian lighting at Bridge #036001 North Barfield Drive over Factory Bay,Bridge #036002 North Barfield Drive over Marco Island Inlet and Bridge #034113 Winterberry Drive over Smokehouse Creek INSR ADDL SUBRLTRINSRWVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext):E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTEDCOMMERCIAL GENERAL LIABILITY $PREMISES (Ea occurrence) CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER:PRODUCTS - COMP/OP AGG $ $PRO-POLICY LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $AUTOS (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ WC STATU-OTH-TORY LIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 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 POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to thecertificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2010/05) ACORDTM CERTIFICATE OF LIABILITY INSURANCE National Trust Insurance Company FCCI Insurance Company 6/18/2019 Gulfshore Insurance - SWFL 4100 Goodlette Road N Naples, FL 34103 239 261-3646 Lu Wallace 239 261-3646 239 213-2803 lwallace@gulfshoreinsurance.com Simmonds Electrical of Naples, Inc. 8981 Quality Rd Unit 1 Bonita Springs, FL 34135-7000 A X X X PD Ded:500 X X X GL00138517 06/30/2019 06/30/2020 1,000,000 1,000,000 10,000 1,000,000 2,000,000 2,000,000 A X X X X CA10000257503 06/30/2019 06/30/2020 1,000,000 A X X X 10000 UMB10001477003 06/30/2019 06/30/2020 2,000,000 2,000,000 B N X 001WC19A68718 06/30/2019 06/30/2020 X 1,000,000 1,000,000 1,000,000 Quality Enterprises USA Inc & Collier County Board of County Commissioners are included as Additional Insured with respects to General Liability only as required by written contract with ongoing and completed operations per form CGL084 1013 on a primary non-contributory basis and Waiver of Subrogation per form CGL088 0115. Additional Insured in regards to Auto Liability only as required by written contract per form CAU003FL 0115. Waiver of Subrogation in regards to Workers Compensation only as required by written (See Attached Descriptions) Quality Enterprises USA, Inc 3494 Shearwater St. Naples, FL 34117 1 of 2#S1438274/M1438239 SIMEL1Client#: 68749 LHW161of 2#S1438274/M1438239 Civil Engineers  Land Surveyors  Planners  Landscape Architects Q. Grady Minor & Associates, P.A. Ph. 239-947-1144  Fax. 239-947-0375 3800 Via Del Rey EB 0005151  LB 0005151  LC 26000266 Bonita Springs, FL 34134 www.gradyminor.com \\qgm.local\files\AdminMarketing\PROPOSAL\C\Collier County\19-7624 Marine Contracting Services\GM INFO\Letter of Intent.docx October 29, 2019 Anna Rice Quality Enterprises USA, Inc. 3494 Shearwater Street Naples, FL 34117 RE: Letter of Intent to Provide Services 19-7624: Marine Contracting Services Dear Ms. Rice, Q. Grady Minor & Associates, P.A. is pleased to be part of Quality Enterprises USA, Inc.’s team to provide Survey and Engineering services for the above referenced proposal. We understand the scope of services required by our firm and we are experienced in providing these services. If you require additional information, please contact me directly. Sincerely, Justin Frederiksen, P.E. Vice President jfrederiksen@gradyminor.com MARINE CONTRACTING SERVICES RPS NO. 19-7624 FIRM PROFILE Established in 1981, Q. Grady Minor & Associates, P.A. (GradyMinor) has provided a full range of professional services to the public and private sector for 38 years. We have a mature and highly qualified team of support staff with over 110 years of professional engineering combined experience in Southwest Florida. Most of our professional staff live in Collier County, including our president (Mark W. Minor, P.E.), Principal Planner and Secretary Wayne Arnold, A.I.C.P. (the two owners of the firm), and our Vice President Justin Frederiksen, P.E. Nearly half of our employees live in Collier County and the remainder of our staff live in Lee County. Our engineers are hands-on designers with an emphasis on problem solving, quality, customer service, and efficiency. GradyMinor’s professionals have a firm understanding of the Collier County Utility Standards, Details, and Specifications; Florida Department of Environmental (FDEP) requirements and standards; South Florida Water Management (SFWMD) requirements and standards; ACOE Standards, Florida Department of Transportation (FDOT) requirements and standards; and the general pulse of the local community. Over the last 38 years, GradyMinor has provided surveying, permitting, design, construction management, and construction inspection services on a wide variety of coastal engineering projects in Collier County, including boat/kayak ramps, seawalls, docks, boardwalks, beach accesses, and coastal parks. Provide below are coastal projects which GradyMinor performed surveying, design, permitting, and construction services for:  Captiva and Sanibel Islands Beach Re- nourishment Project  Clam Pass Parking Garage Feasibility and Park Facilities Expansion  Bonita Springs Flooding and Modeling Analysis  Cocohatchee River Park Dock Replacement  City of Naples Seawall Replacement/Repair  Margood Harbor Park  Bluebill Avenue Restroom and Turnaround  City of Naples Seawall Replacement  951 Boat Ramp Parking Lot  Bayview Park Phases I & II  Big Corkscrew Island Regional Park Phase I  Bluebill Avenue Beach Access  Clam Pass Tramway  Port of the Islands Boat Ramp Park  Tigertail Beach Restroom/Dune Walkover  Vanderbilt Beach Park  Gordon River Greenway  Pump Station 101.20 Replacement (Cocohatchee Park)  Coconut Jack’s Waterfront Grill - Dock Replacement  Bonita Bay Marina - Floating Dock Extension  Mariners Cove – Community Ramp  Club at Crystal Lake – Wooden Walk & Dock Plan  Corkscrew Swamp Sanctuary – Boardwalk Replacement Plan  Habitat for Humanity – Fixed Dock  Miromar Lakes Beach & Golf Club – Fixed Deck & Floating Dock  Harbor Club at Vanderbilt Beach – Seawall & Cap Replacement  29 Residential Seawalls  7 Residential Boathouses  12 Residential Docks  3 Residential Rip Rap  Eleven (11) Professional Engineers  Two (2) Professional Surveyors and Mappers  A Certified Planner  Two (2) Landscape Architects  Two (2) Licensed General Contractors  Three (3) Engineering Inspectors  Nine (9) Engineering Technicians  Five (5) Survey Crews  Survey Technicians  Commercially Licensed Drone Pilot  Engineer Interns  Project Administrators GRADYMINOR’S LOCAL STAFF Justin Frederiksen, P.E. Senior Project Manager QQ.. GGrraaddyy MMiinnoorr && AAssssoocciiaatteess,, PP..AA.. CCiivviill EEnnggiinneeeerrss ● SSuurrvveeyyoorrss ● LLaanndd PPllaannnneerrss ● LLaannddssccaappee AArrcchhiitteeccttss Education  Bachelor of Science, Civil Engineering, University of Florida Professional Registrations/ Affiliations  Professional Engineer (PE), State of Florida, License # 66068 Mr. Frederiksen is a Senior Project Manager with over 15 years of engineering and utility management experience in the State of Florida. His engineering experience includes design analysis, permit and construction management; technical report writing, plans development, and utility management within Southwest Florida. He has worked with Collier County, Lee County, Charlotte County, DeSoto County, City of Naples, City of Cape Coral, City of Bonita Springs, City of Fort Myers, City of Punta Gorda, City of Sanibel, FDEP, and SFWMD on various projects. Mr. Frederiksen has served as Project Manager on a wide variety of Municipal Projects which required services including the preparation of master planning documents, preparation of engineering designs, plans and specifications, project permitting, bidding assistance and selection of contractors, administration and observation of construction contracts, project start-up, and general construction coordination. In his previous capacity as the Deputy Director for the City of Naples, Mr. Frederiksen performed rate studies, annual reports of Utility Operations, grant/loan program administration, and assisted in developing and administering the City of Naples Utility Standards, Utility Department annual budgets, and standard utility policies. Relevant Projects  City of Naples Reclaimed Water System Expansion (Project Management)  City of Naples Aquifer Storage and Recovery Well System (Project Management)  City of Naples Golden Gate Canal Supplemental Water Supply (Project Management)  City of Naples Raw Water Main Replacement/Replacement (Project Management)  City of Naples Royal Harbor Fire Flow Improvements (Project Management)  City of Naples WTP Vacuum Press Replacement (Project Management)  City of Naples Wastewater Pump Station Improvements (Project Management)  City of Naples Reclaimed Water Pump Station Improvements (Project Management)  City of Bonita Springs Miscellaneous Improvements to Stormwater System, Roadways, and Canals (Design, Construction, and Project Management)  City of Cape Coral upgrades to 18 pump stations (Design, Permitting, and Construction Management).  City of Fort Myers Wastewater Force Main Transfer (Design, Hydraulic Modeling, Permitting and Construction Management).  City of Punta Gorda Modification and Refurbishment of Reclaimed Water Holding Ponds (Design, Construction, and Project Management).  Collier County Upgrades to 5 pump stations (Design, Permitting, and Construction Management).  Collier County Addition of Emergency Power Generators to 14 Lift Stations (Design, Permitting, and Construction Management).  Collier County Barron Collier High School water system improvements (Public Relations, Design, Permitting, and Construction Management).  Collier County Naples Park Public Utility Renewal over 3 miles of water, wastewater, stormwater, and roadway improvements (Public Relations, Design, Permitting, and Construction Management).  DeSoto County Water and Wastewater System Improvements, Grant Funded (Design, Permitting, and Construction Management).  DeSoto County Improvements to WWTP Influent Screen Piping (Design, Hydraulic Modeling, Permitting, and Construction Management). Julien Devisse, P.E. Coastal Engineer QQ.. GGrraaddyy MMiinnoorr && AAssssoocciiaatteess,, PP..AA.. CCiivviill EEnnggiinneeeerrss ● SSuurrvveeyyoorrss ● LLaanndd PPllaannnneerrss ● LLaannddssccaappee AArrcchhiitteeccttss Education  Master of Science, Coastal and Oceanographic Engineering, University of Florida  Bachelor of Science, Civil Engineering, University of Florida Professional Registrations/ Affiliations  Professional Engineer (PE), State of Florida  UAS Remote Pilot Small Unmanned Aircraft Operator Julien, a Collier County native, is a University of Florida graduate with a Bachelor of Science Civil Engineering and a Master of Science Coastal and Oceanographic degree. Julien has over 9 years of experience on a variety of coastal engineering projects throughout the southeastern US and SW Florida. Julien’s project experience includes feasibility studies, report preparation, planning, design, permitting, and construction oversight on projects including beach nourishments, marsh restoration, shoreline stabilization structures, barrier island restoration, and dredging to name a few. While working on these projects, coordination with state and federal agencies was required to achieve project performance goals, budgets, and time constraints. Julien has the experience to administer and oversee the inception of coastal projects through to implementation and construction. In addition to a professional engineering, Julien is a commercially licensed UAS Remote Pilot Small Unmanned Aircraft Operator. Relevant Projects  Dare County Beach Nourishment Project for 4 Towns – Dare County, NC (Engineering, Permitting and Construction Management)  Beach and Inlet Monitoring Reports – Captiva and Sanibel, Wiggins Pass, Dare County, North Topsail Beach/Inlet  North End Sand Bag Revetment Project, North Carolina (Engineering and Construction Management)  Golden Pass Shoreline Protection Project, Texas (Engineering)  Rockport Beach Construction, Rockport, Texas (Design and Permitting)  Captiva and Sanibel Islands Beach Renourishment Project, Florida (Engineering and Construction Management)  Clam Pass Parking Garage Feasibility and Park Facilities Expansion – Naples, FL (Engineering and Permitting)  Pelican Bay South Beach Facility Project – Naples, FL (Engineering and Permitting)  Fort De Soto Park Beach Nourishment Feasibility Study – St. Petersburg, FL (Engineering and Feasibility Report)  Curtis Park Boat Ramp – Miami, FL (Engineering)  Hillsborough Beach and Yacht Village, Hillsborough Beach, Florida (Engineering and Construction Inspection)  Shell Island East and West Berm Barrier Restoration Project, Louisiana (Engineering and Construction Management)  West Belle Pass Barrier Headland Restoration Project, Louisiana (Engineering and Construction Management)  Longboat Key North End Nourishment Project, Longboat Key, Florida (Engineering and Construction Management)  Louisiana Emergency Berm Project, Louisiana (Design, Monitoring, and Survey Data Analysis)  Erosion Control Structures for Big Hickory Island, Lee County, Florida (Permitting)  Doctors Pass North Jetty Repair Project, City of Naples, Florida (Design and Permitting) 5 Required Forms QE #Make QE #Make 01-001 ENVI-CAT 304ERC Excavator 02-040 EV-CAT 962M Wheel Loader 01-002 ENVI-CAT 304ERC Excavator 02-041 APFIII-CAT 962M Wheel Loader 01-005 ENVI-CAT 308ERC Excavator 02-043 ENVI-Kubota SVL95 Skid Steer 01-021 ENVI - CQ-VOLVO 180 Ruber Tire Excavator 02-045 ENVI-CAT 950GC Wheel Loader 01-022 ENVI - Volvo ECR58D Excavator 02-047 ENVI-Kubota SVL95 Skid Steer 01-023 ENVI - Volvo ECR88D Excavator 03-005 ENVI-CAT D6NLGP Dozer 01-025 ENVI - ECR58D Excavator 04-003 ENVI-CAT 12M3 Motor Grader 01-026 ENVI - CAT 336EL Excavator 04-003A QE -Trimble Robotic Accugrade Machine 01-029 ENVI - ECR58D Compact Excavator 05-002 QE-Bomag Vibratory Roller 01-030 ENVI - 349FL Hydraulic Excavator 05-008 QE-Hypac 9 Wheel Roller 01-033 ENVI - CAT 321DLCR Hydraulic Excavator 05-011 ENVI-CAT CS54B Vibratory Compactor Roller 01-034 ENVI - CAT 328DLCR Hydraulic Excavator 05-014 ENVI-CAT CB22B Asphalt Compactor Roller 01-035 ENVI - CAT 335FLCR Hydraulic Excavator 05-017 ENVI-CAT CB10 Asphalt Compactor 01-036 ENVI - Volvo ECR88D Excavator 06-003 QE-Mantis Crawler Crane 01-037 ENVI - Volvo ECR58D Excavator 06-050 ENVI-Ice Vibratory Hammer Power Unit 01-038 ENVI - Kubota KX057 Excavator 08-001 EV-Ditch Witch JT100 Drill 01-039 ENVI - ECR235EL Crawler Excavator 08-002 QE-American Auger DD-440T Track-Mounted 01-040 ENVI - CAT 326FL Super Long Reach 08-002A 36" Maxi Fly Cutter 01-041 ENVI - Volvo ECR88D Excavator 08-002D 10-5/8" SB MT Smith XR+ Bit 01-042 ENVI - CAT 315FLCR Excavator 08-002E 6-3/4" Non Mag Drill Collar 01-043 ENVI-Volvo ECR88D Excavator 09-001 EV-Grundoram Pipe Ramming System 01-044 ENVI-Volvo ECR88D Excavator 09-001A 18" Ram Cone 01-045 ENVI-CAT 336FL Excavator with Densifier 09-002 EV-618 Fusing Machine 01-046 ENVI-CAT 335FLCR Hydraulic Excavator 09-004 EV - 12"-36" T900 Fusing Machine 01-047 ENVI-CAT 335FLCR Hydraulic Excavator 10-001 EV - Wireline Steering Tool 01-048 EV-CAT 325FLCR Track Excavator 12-003 Toro 36" Walk-Behind Broom 01-049 ARH-CAT 323 Hydraulic Excavator 12-004 ENVI - Broce CT350 Broom Tractor 01-050 EV-CAT 335FLCR Compact Excavator 12-006 ENVI - Massey Ferguson Broom Tractor 01-051 ENVI-Kubota KX080 Excavator 13-001 QE-Skyjack Scissor Lift 01-052 ENVI-Kubota KX080 Excavator 21-001 QE-CAT 25 Forklift 01-053 ENVI-CAT 330F Hydraulic Excavator 21-006B Bucket 01-054 APFIII-CAT 335FLCR Excavator 22-001 QE-4000 Watt Towable Light Tower 01-055 ENVI-Kubota KX080 Excavator 22-003 QE-4000 Watt Towable Light Tower 01-056 CAT 323 Excavator on order 22-004 QE-4000 Watt Towable Light Tower 01-057 CAT 336 Excavator on order 22-005 QE-4000 Watt Towable Light Tower 02-001 ENVI- CAT 906 Loader 22-006 QE-4000 Watt Towable Light Tower 02-002 ENVI- CAT 906 Loader 23-001 QE-Multiquip 125KVA Generator 02-007 ENVI-JD4120 Farm Tractor 24-005 QE-Lincoln Vantage 400 Welding Machine 02-016 ENVI-Volvo L70E Loader 25-008 QE-Thompson 8" Well Point Pump 02-017 ENVI-CAT 930 Loader 25-010 QE-Skid-Mounted Power Pack Unit 02-018 ENVI-Volvo L70 Loader 25-010A QE-10" HP-AR Hydraulic Submersible Pump 02-020 ENVI-Volvo L30GS Loader 25-012 ENVI - Thompsn Hydraulic Pump 02-021 ENVI-Volvo L70G Wheel Loader 25-014 QE - Thompson 6" Hydraulic Submersible 02-022 ENVI-Volvo L30GS Loader 25-015 ENVI -Thompson 6" Hydraulic Submersible 02-025 ENVI-Volvo L30GS Loader 25-016 ENVI - Godwin 6" Dri-Prime Diesel Pump 02-026 EV-CAT 938 Loader 25-017 ENVI - Godwin 6" Dri-Prime Diesel Pump 02-028 ENVI-CAT 938K Wheel Loader 25-018 ENVI - Godwin Pump 02-029 ENVI-CAT 938K Wheel Loader 33-002 ENVI-Kubota Utility Vehicle 02-031 ENVI-Volvo L120H Wheel Loader 33-003 QE-Gravely 250 Z-Turn Lawn Mower 02-032 ENVI-CAT 938K Wheel Loader 33-009 ENVI-Gravely Z-Turn Lawn Mower 02-033 ENVI-Volvo L30GS Loader 34-029 QE-Tommy Silt Fence Machine 02-034 ENVI-Volvo L30GS Loader 35-005 ENVI-Curb-Tec Concrete Curb Machine 02-035 ENVI-CAT 980M Wheel Loader 35-006 QE-MQ Super Screed 02-036 ENVI-CAT 938M Wheel Loader 35-007 QE-Gomaco Work Bridge Machine 02-037 ENVI-CAT 938M Wheel Loader 35-008 QE-MQ 8HP Concrete Finisher 02-038 ARH-Volvo L30GS Wheel Loader 35-009 QE-MQ 8HP Concrete Finisher 02-039 ARH-Volvo L30GS Wheel Loader 35-010 QE-Multi Quip Finishing Machine 35-011 QE-Terramite Roller Finisher - No Drum 92-004 ENVI-Ford F-750 Water Truck Quality Enterprises USA, Inc. Heavy Equipment Available for Service 35-013 QE-Concrete Vibre Strike Tool 92-006 ENVI-Ford F-750 Water Truck 35-016 ENVI-Powerscreen MGLEX1 Handyscreen 92-008 ENVI-Ford F-750 Dump Truck 35-017 QE-Terex-Bidwell 4800 Bridge Deck Paver 92-009 ENVI-Ford F-750 Water Truck 35-020 APFIII-Metso LT1213S Lokotrack Crusher 92-012 ENVI-Kenworth T370 Lube Truck 35-021 ENVI-Sandvik Screener 92-015 APFIII-Kenworth T370 Truck 35-022 ENVI-Powerscreen M85 Stacker/Conveyor - 65'92-016 ENVI-Kenworth T370 Truck 35-023 ENVI-McCloskey ST80T Track 92-017 ENVI-Kenworth T370 Truck 35-024 ENVI-Sandvik Screener 92-018 ENVI-Kenworth T370 Lube Truck 35-026 QE-Superior 36"x18' Coarse Material Washer 95-067 EV-Ameritrail Mud Recycling Trailer 36-002 QE-Husqavarna Concrete Saw 95-068 QE-Big Tex 20' Dump Trailer 36-003 QE-Husqavarna Concrete Saw 95-069 QE-Big Tex 18' Dump Trailer 36-004 QE-Soft Cut Prowler Saw 95-070 QE-Big Tex 20' Dump Trailer 36-006 QE-Norton Diamond Cut Walk Behind Saw 95-071 ENVI - Fontaine Step Deck Trailer 36-008 QE-Husqavarna Concrete Saw 95-073 ENVI - Fontaine Step Deck Trailer 38-001 QE-Blaw-Knox Hot Tack Wagon 95-074 ENVI - Fontaine Step Deck Trailer 38-002 ENVI-Protec 8800 Asphalt Paver 95-075 ENVI - Fontaine Step Deck Trailer 38-003 ENVI-Wirtgen W150 Milling Machine 95-076 ENVI - Fontaine Step Deck Trailer 38-004 ENVI-CAT 1055F Asphalt Paver 95-077 ENVI-Trail King Lowboy Trailer 38-005 ENVI-Weiler E2850A Shuttle Buggy 95-077A ENVI-Trail King Jeep Trailer 38-006 ENVI - Weiler P385B Asphalt Paver 95-077B ENVI-Trail King Booster Trailer 38-007 Wirtgen Milling Machine 200i 95-077C ENVI-Trail King Pin on Axle Trailer 38-008 ENVI-CAT1055F Asphalt Paver 95-078 American Auger MCD-1000 Drilling Fluid 39-008 ENVI-Hopper Barge 95-079 EV-Dragon 130BBL Tank Trailer 39-009 ENVI-Hopper Barge 95-080 EV-Dragon 130BBL Tank Trailer 40-005 QE-Oquawka Flat Bottom Boat 95-081 ENVI-Trail King Lowboy Trailer 40-005A QE-50H.P. Suzuki Motor 95-081A ENVI-Trail King Pin on Axle Trailer 40-005B QE-Oquawka Boat Trailer 95-082 ENVI-CAT 613B Water Wagon 40-007 QE-Premier Pontoor Boat 95-083 APFIII-Fontaine Step Deck Trailer 40-008 QE-Tracker Boat 95-084 APFIII-Fontaine Step Deck Trailer 40-009 ENVIR- PUSH BOAT 95-085 APFIII-Fontaine Step Deck Trailer 40-010 ENVI-Barge 95-086 Big Tex Trailer COLLIER COUNTY BOARD OF COUNTY COMMISSIONERSINVITATION FOR QUALIFICATION (IFQ)MARINE CONTRACTING SERVICESSOLICITATION NO: 19-7624 To Be DeterminedO TBD