Loading...
Agenda 06/08/2021 Item #16D 5 (Budget Amendments for the Award of RFQ #21-1000 to Kelly Brothers, Inc.)06/08/2021 EXECUTIVE SUMMARY Recommendation to award Request for Quotation No. 21-1000 to Kelly Brothers, Inc., for the “951 Boat Ramp and Floating Docks” project, authorize staff to open a Purchase Order in the amount of $613,378.20, and approve the necessary Budget Amendment. OBJECTIVE: To make improvements to and construct the 951 Boat Ramp and Floating Docks project. CONSIDERATIONS: The Public Services Department maintains the 951 Boat Ramp and Floating Docks, a boating facility located on County Road 951, operated by the Parks and Recreation Division. The existing boat ramp and seawall need repair and the County will be adding a concrete floating deck to the site following the repair. The Florida Department of Environmental Protection has provided the County with a construction easement to affect the repairs. On January 28, 2021, the County solicited quotes for the construction of the 951 Boat Ramp and Floating Docks from all contractors on the County’s Marine Contractor Services Agreement No. 19-7624. All four contractors viewed the solicitation and downloaded the bid package. The County received one quote by the February 24, 2021 deadline from Kelly Brothers, Inc. Staff contacted the three other contractors under Agreement No. 19-7624 regarding why they did not bid. Two of the contractors said they were too busy with other work to bid on the project, and the other said that the project deadlines set by the County were too restrictive. The design consultant on the project, APTIM Environmental & Infrastructure, LLC recommended awarding the project to Kelly Brothers, Inc. (see Attached March 23, 2021, DELORA letter). Upon a review of the bid and the letter from the Engineer of Record, staff concurred that the sole bid from Kelly Brothers is responsive and a reasonable bid on the project. Staff met with the vendor to review the scope of work and reviewed and confirmed the scope with the vendor. The vendor, Kelly Brothers is a locally owned and operated marine contracting company out of Fort Myers, FL that has been in business for 39 years. They have completed over 1200 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. They were selected by the Procurement Division to be among the four contractors on the Collier County Marine Contractor Services Library in May 2020. The 951 Floating Dock and Boat Ramp will be their third project performed under this contract. Company Name City Count y ST Base Bid Plus Owners Allowance Stone Alt #1 Joint Sealing Alt #2 Panel Repair Alt #3 Tremie Pour Alt #4 Fish Station Alt #5 Kelly Brothers, Inc. Fort Myers Lee FL $546,920.20 $4,704 $15,238 $1,358 $1,723 $3,432 Marine Contracting Group, Inc. Punta Gorda Charlot te FL No Bid Quality Enterprises USA, Inc. Naples Collier FL No Bid 16.D.5 Packet Pg. 1623 06/08/2021 TSI Disaster Recovery, LLC Bonita Springs Lee FL No Bid The quote specifications stated that there may be unforeseen conditions associated with the project and incorporated an Owner’s Allowance of $40,000 for unanticipated costs including, but not limited to, unforeseen site conditions that could be encountered during construction. Use of the allowance will only be used as directed by the Owner and subject to negotiation and approval in accordance with the Procurement Ordinance, as amended, the County’s Procurement Procedures, and the terms and conditions of Agreement No. 19-7624. Accordingly, staff recommends that the project be awarded to Kelly Brothers, Inc., for the Base Bid and owners Allowance of $586,920.20, plus all additional Alternates for a total contract amount of $613,378.20. Per Agreement No. 19-7624, quotes in excess of $200,000 must receive Board approval and require the issuance of payment and performance bonds. Subject to the Board’s approval of this item, staff will obtain the payment and performance bonds prior to the issuance of a Purchase Order on this project. FISCAL IMPACT: Funding in the amount of $805,977 is available within existing projects in Fund (303) Florida Boating Improvement Fund (303). To accommodate the bid award, a Budget Amendment is required to consolidate $305,977 in available funding under the 951 Boater Park Improvement Project 80404. Upon completion of these repairs, annual preventative maintenance activities are anticipated to cost roughly $65,000. These repairs, along with an appropriate preventative maintenance regimen, are anticipated to extend the useful life of the assets at the site by at least ten (10) years. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Invitation to Bid No. 21-1000 to Kelly Brothers, Inc., Under Agreement No. 19-7624, for the “951 Boat Ramp and Floating Docks” project, authorize staff to open a Purchase Order in the amount of $613,378.20, and approve the necessary Budget Amendments. Prepared By: Michael Cherbini, Project Manager, Parks and Recreation Division ATTACHMENT(S) 1. BidSync Supplier_Notification_Report_-_Bid_21-1000 (PDF) 2. Bydsync Kelly Brother Report (PDF) 3. DELORA 951-APTIM (PDF) 4. KBI_-_bid_table_of_construction_items.v2_-_Addendum__4 (PDF) 5. Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improve ments (PDF) 6. [linked] 19-7624 Kelly-Brother_Contract (PDF) 16.D.5 Packet Pg. 1624 06/08/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.5 Doc ID: 15730 Item Summary: Recommendation to award Request for Quotation No. 21-1000 to Kelly Brothers, Inc., for the “951 Boat Ramp and Floating Docks” project, authorize staff to open a Purchase Order in the amount of $613,378.20, and approve the necessary Budget Amendment. Meeting Date: 06/08/2021 Prepared by: Title: – Parks & Recreation Name: Michael Cherbini 05/07/2021 2:51 PM Submitted by: Title: Division Director - Parks & Recreation – Parks & Recreation Name: Barry Williams 05/07/2021 2:51 PM Approved By: Review: Procurement Services Ana Reynoso Level 1 Purchasing Gatekeeper Completed 05/10/2021 1:59 PM Procurement Services Sandra Herrera Additional Reviewer Completed 05/11/2021 9:02 AM Operations & Veteran Services Kimberley Grant Additional Reviewer Completed 05/11/2021 10:00 AM Procurement Services Evelyn Colon Additional Reviewer Completed 05/11/2021 5:22 PM Facilities Management Ayoub Al-bahou Additional Reviewer Completed 05/12/2021 9:55 AM Facilities Management Damon Grant Additional Reviewer Completed 05/13/2021 12:10 PM Public Services Department Todd Henry Public Services Department Completed 05/13/2021 12:17 PM Public Services Department Dan Rodriguez PSD Department Head Completed 05/15/2021 8:43 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 05/17/2021 10:51 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 05/17/2021 1:55 PM Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Completed 05/17/2021 2:42 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 05/18/2021 8:36 AM County Manager's Office Sean Callahan Level 4 County Manager Review Completed 05/28/2021 4:03 PM Board of County Commissioners Geoffrey Willig Meeting Pending 06/08/2021 9:00 AM 16.D.5 Packet Pg. 1625 Vendors that have been notified for Bid 21-1000 - 951 Boat Ramp and Floating Docks Vendors Viewed Org Name Phone ST First Viewed Last Viewed TSI Disaster Recovery 4078918005 FL Jan 28, 2021 9:19:38 AM EST Feb 24, 2021 9:46:15 AM EST Quality Enterprises USA, Inc. 239-435-7200 FL Jan 28, 2021 9:26:51 AM EST Jan 28, 2021 9:26:51 AM EST KELLY BROTHERS FL Jan 28, 2021 9:30:07 AM EST Feb 24, 2021 1:11:23 PM EST Marine Contracting Group, Inc. 941-505-0221 FL Jan 28, 2021 9:57:55 AM EST Feb 23, 2021 11:04:40 AM EST Aptim Environmental & Infrastructure, LLC. 561-391-8102 FL Feb 12, 2021 8:43:20 AM EST Feb 23, 2021 12:04:56 PM EST NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #21-1000 Collier County 4/28/2021 p. 1 16.D.5.a Packet Pg. 1626 Attachment: BidSync Supplier_Notification_Report_-_Bid_21-1000 (15730 : 951 Boat Ramp and Floating Dock) Suppliers Successfully Invited: 11 Successful Invitation Qualification Totals: Bid Invite Email Org Name Email Name Phone ST Date Failed APTIM Douglas.Mann@aptim.com Doug Mann Feb 11, 2021 2:04:39 PM EST Aptim Environmental & Infrastructure, LLC. tracie.mccauley@aptim.com Tracie McCauley 5613613167 FL Feb 11, 2021 4:38:40 PM EST KELLY BROTHERS estimating@kellybros.net Dane Kelly 2394827300 FL Jan 28, 2021 9:11:32 AM EST KELLY BROTHERS, INC moreinfo@kellybros.net Dane Kelly FL Jan 28, 2021 9:11:32 AM EST Marine Contracting Group Inc sales@mcgfl.com Marissa Witt 8136534040 FL Jan 28, 2021 9:11:32 AM EST Marine Contracting Group, Inc. blmidolo@mcgfl.com Brian Midolo 9415050221 FL Jan 28, 2021 9:11:31 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Jan 28, 2021 9:11:31 AM EST debra@mcgfl.com Debra Midolo 9415050221 FL Jan 28, 2021 9:11:32 AM EST Quality Enterprises USA, Inc. KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Jan 28, 2021 9:11:31 AM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Jan 28, 2021 9:11:31 AM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Jan 28, 2021 9:11:31 AM EST HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Jan 28, 2021 9:11:31 AM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Jan 28, 2021 9:11:32 AM EST mcasey@qeusa.com Matt Casey 2394357200 FL Jan 28, 2021 9:11:32 AM EST TSI Disaster Recovery amy@tsidisaster.com Amy Hartman 4078918005 FL Jan 28, 2021 9:11:31 AM EST TSI Disaster Recovery tsidisaster@embarqmail.com Amy Hartman FL Jan 28, 2021 9:11:32 AM EST TSI Disaster Recovery lauren@tsidisaster.com Lauren Lee 4074334655 FL Jan 28, 2021 9:11:31 AM EST TSI Disaster Recovery Larry@TSIDisaster.com Larry Clough 4073434446 FL Jan 28, 2021 9:11:31 AM EST RECIPIENT BLOCKED TSI Disaster Recovery theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Jan 28, 2021 9:11:31 AM EST Failed NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #21-1000 Collier County 4/28/2021 p. 2 16.D.5.a Packet Pg. 1627 Attachment: BidSync Supplier_Notification_Report_-_Bid_21-1000 (15730 : 951 Boat Ramp and Floating Dock) Prebid Conf Email Org Name Email Name Phone ST Date Failed KELLY BROTHERS estimating@kellybros.net Dane Kelly 2394827300 FL Feb 8, 2021 10:01:21 AM EST KELLY BROTHERS, INC moreinfo@kellybros.net Dane Kelly FL Feb 8, 2021 10:01:21 AM EST Marine Contracting Group Inc sales@mcgfl.com Marissa Witt 8136534040 FL Feb 8, 2021 10:01:21 AM EST Marine Contracting Group Inc blmidolo@mcgfl.com Brian Midolo FL Feb 8, 2021 10:01:21 AM EST Marine Contracting Group, Inc. blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 8, 2021 10:01:20 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 8, 2021 10:01:21 AM EST debra@mcgfl.com Debra Midolo 9415050221 FL Feb 8, 2021 10:01:21 AM EST Quality Enterprises USA, Inc. HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Feb 8, 2021 10:01:20 AM EST KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Feb 8, 2021 10:01:20 AM EST mcasey@qeusa.com Matt Casey 2394357200 FL Feb 8, 2021 10:01:21 AM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Feb 8, 2021 10:01:21 AM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Feb 8, 2021 10:01:21 AM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Feb 8, 2021 10:01:21 AM EST TSI Disaster Recovery amy@tsidisaster.com Amy Hartman 4078918005 FL Feb 8, 2021 10:01:21 AM EST TSI Disaster Recovery tsidisaster@embarqmail.com Amy Hartman FL Feb 8, 2021 10:01:20 AM EST TSI Disaster Recovery lauren@tsidisaster.com Lauren Lee 4074334655 FL Feb 8, 2021 10:01:21 AM EST TSI Disaster Recovery Larry@TSIDisaster.com Larry Clough 4073434446 FL Feb 8, 2021 10:01:21 AM EST RECIPIENT BLOCKED TSI Disaster Recovery theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Feb 8, 2021 10:01:21 AM EST Failed NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #21-1000 Collier County 4/28/2021 p. 3 16.D.5.a Packet Pg. 1628 Attachment: BidSync Supplier_Notification_Report_-_Bid_21-1000 (15730 : 951 Boat Ramp and Floating Dock) Q & A Email Org Name Email Name Phone ST Date Failed APTIM Douglas.Mann@aptim.com Doug Mann Feb 17, 2021 2:23:43 AM EST Douglas.Mann@aptim.com Doug Mann Feb 20, 2021 2:16:52 AM EST Aptim Environmental & Infrastructure, LLC. tracie.mccauley@aptim.com Tracie McCauley 5613613167 FL Feb 17, 2021 2:23:43 AM EST tracie.mccauley@aptim.com Tracie McCauley 5613613167 FL Feb 20, 2021 2:16:52 AM EST KELLY BROTHERS estimating@kellybros.net Dane Kelly 2394827300 FL Jan 30, 2021 2:19:37 AM EST estimating@kellybros.net Dane Kelly 2394827300 FL Feb 5, 2021 2:17:57 AM EST estimating@kellybros.net Dane Kelly 2394827300 FL Feb 9, 2021 2:17:39 AM EST estimating@kellybros.net Dane Kelly 2394827300 FL Feb 17, 2021 2:23:43 AM EST estimating@kellybros.net Dane Kelly 2394827300 FL Feb 20, 2021 2:16:52 AM EST KELLY BROTHERS, INC moreinfo@kellybros.net Dane Kelly FL Jan 30, 2021 2:19:37 AM EST moreinfo@kellybros.net Dane Kelly FL Feb 5, 2021 2:17:57 AM EST moreinfo@kellybros.net Dane Kelly FL Feb 9, 2021 2:17:38 AM EST moreinfo@kellybros.net Dane Kelly FL Feb 17, 2021 2:23:42 AM EST moreinfo@kellybros.net Dane Kelly FL Feb 20, 2021 2:16:52 AM EST Marine Contracting Group Inc sales@mcgfl.com Marissa Witt 8136534040 FL Jan 30, 2021 2:19:37 AM EST sales@mcgfl.com Marissa Witt 8136534040 FL Feb 5, 2021 2:17:57 AM EST sales@mcgfl.com Marissa Witt 8136534040 FL Feb 9, 2021 2:17:38 AM EST sales@mcgfl.com Marissa Witt 8136534040 FL Feb 17, 2021 2:23:43 AM EST sales@mcgfl.com Marissa Witt 8136534040 FL Feb 20, 2021 2:16:52 AM EST Marine Contracting Group Inc blmidolo@mcgfl.com Brian Midolo FL Jan 30, 2021 2:19:37 AM EST blmidolo@mcgfl.com Brian Midolo FL Feb 5, 2021 2:17:57 AM EST blmidolo@mcgfl.com Brian Midolo FL Feb 9, 2021 2:17:38 AM EST blmidolo@mcgfl.com Brian Midolo FL Feb 17, 2021 2:23:42 AM EST blmidolo@mcgfl.com Brian Midolo FL Feb 20, 2021 2:16:52 AM EST Marine Contracting Group, Inc. blmidolo@mcgfl.com Brian Midolo 9415050221 FL Jan 30, 2021 2:19:36 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Jan 30, 2021 2:19:37 AM EST debra@mcgfl.com Debra Midolo 9415050221 FL Jan 30, 2021 2:19:37 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 5, 2021 2:17:57 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 5, 2021 2:17:57 AM EST debra@mcgfl.com Debra Midolo 9415050221 FL Feb 5, 2021 2:17:57 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 9, 2021 2:17:38 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 9, 2021 2:17:38 AM EST debra@mcgfl.com Debra Midolo 9415050221 FL Feb 9, 2021 2:17:39 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 17, 2021 2:23:42 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 17, 2021 2:23:42 AM EST debra@mcgfl.com Debra Midolo 9415050221 FL Feb 17, 2021 2:23:43 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 20, 2021 2:16:51 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 20, 2021 2:16:51 AM EST debra@mcgfl.com Debra Midolo 9415050221 FL Feb 20, 2021 2:16:52 AM EST Quality Enterprises USA, Inc. HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Jan 30, 2021 2:19:36 AM EST KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Jan 30, 2021 2:19:36 AM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Jan 30, 2021 2:19:37 AM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Jan 30, 2021 2:19:37 AM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Jan 30, 2021 2:19:37 AM EST mcasey@qeusa.com Matt Casey 2394357200 FL Jan 30, 2021 2:19:37 AM EST KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Feb 5, 2021 2:17:57 AM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Feb 5, 2021 2:17:57 AM EST Supplier Notification Report - Bid #21-1000 Collier County 4/28/2021 p. 4 16.D.5.a Packet Pg. 1629 Attachment: BidSync Supplier_Notification_Report_-_Bid_21-1000 (15730 : 951 Boat Ramp and Floating Dock) HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Feb 5, 2021 2:17:57 AM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Feb 5, 2021 2:17:57 AM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Feb 5, 2021 2:17:57 AM EST mcasey@qeusa.com Matt Casey 2394357200 FL Feb 5, 2021 2:17:57 AM EST mcasey@qeusa.com Matt Casey 2394357200 FL Feb 9, 2021 2:17:38 AM EST KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Feb 9, 2021 2:17:38 AM EST HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Feb 9, 2021 2:17:38 AM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Feb 9, 2021 2:17:38 AM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Feb 9, 2021 2:17:38 AM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Feb 9, 2021 2:17:38 AM EST KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Feb 17, 2021 2:23:42 AM EST HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Feb 17, 2021 2:23:42 AM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Feb 17, 2021 2:23:42 AM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Feb 17, 2021 2:23:43 AM EST mcasey@qeusa.com Matt Casey 2394357200 FL Feb 17, 2021 2:23:43 AM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Feb 17, 2021 2:23:43 AM EST KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Feb 20, 2021 2:16:51 AM EST HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Feb 20, 2021 2:16:51 AM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Feb 20, 2021 2:16:51 AM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Feb 20, 2021 2:16:52 AM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Feb 20, 2021 2:16:52 AM EST mcasey@qeusa.com Matt Casey 2394357200 FL Feb 20, 2021 2:16:52 AM EST TSI Disaster Recovery amy@tsidisaster.com Amy Hartman 4078918005 FL Jan 30, 2021 2:19:37 AM EST amy@tsidisaster.com Amy Hartman 4078918005 FL Feb 5, 2021 2:17:57 AM EST amy@tsidisaster.com Amy Hartman 4078918005 FL Feb 9, 2021 2:17:38 AM EST amy@tsidisaster.com Amy Hartman 4078918005 FL Feb 17, 2021 2:23:43 AM EST amy@tsidisaster.com Amy Hartman 4078918005 FL Feb 20, 2021 2:16:52 AM EST TSI Disaster Recovery tsidisaster@embarqmail.com Amy Hartman FL Jan 30, 2021 2:19:36 AM EST tsidisaster@embarqmail.com Amy Hartman FL Feb 5, 2021 2:17:57 AM EST tsidisaster@embarqmail.com Amy Hartman FL Feb 9, 2021 2:17:38 AM EST tsidisaster@embarqmail.com Amy Hartman FL Feb 17, 2021 2:23:42 AM EST tsidisaster@embarqmail.com Amy Hartman FL Feb 20, 2021 2:16:51 AM EST TSI Disaster Recovery lauren@tsidisaster.com Lauren Lee 4074334655 FL Jan 30, 2021 2:19:37 AM EST lauren@tsidisaster.com Lauren Lee 4074334655 FL Feb 5, 2021 2:17:57 AM EST lauren@tsidisaster.com Lauren Lee 4074334655 FL Feb 9, 2021 2:17:38 AM EST lauren@tsidisaster.com Lauren Lee 4074334655 FL Feb 17, 2021 2:23:42 AM EST lauren@tsidisaster.com Lauren Lee 4074334655 FL Feb 20, 2021 2:16:51 AM EST TSI Disaster Recovery Larry@TSIDisaster.com Larry Clough 4073434446 FL Jan 30, 2021 2:19:37 AM EST RECIPIENT BLOCKED Larry@TSIDisaster.com Larry Clough 4073434446 FL Feb 5, 2021 2:17:57 AM EST RECIPIENT BLOCKED Larry@TSIDisaster.com Larry Clough 4073434446 FL Feb 9, 2021 2:17:38 AM EST RECIPIENT BLOCKED Larry@TSIDisaster.com Larry Clough 4073434446 FL Feb 17, 2021 2:23:42 AM EST RECIPIENT BLOCKED Larry@TSIDisaster.com Larry Clough 4073434446 FL Feb 20, 2021 2:16:52 AM EST RECIPIENT BLOCKED TSI Disaster Recovery theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Jan 30, 2021 2:19:37 AM EST Failed theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Feb 5, 2021 2:17:57 AM EST Failed theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Feb 9, 2021 2:17:38 AM EST Failed theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Feb 17, 2021 2:23:42 AM EST Failed theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Feb 20, 2021 2:16:52 AM EST Failed NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #21-1000 Collier County 4/28/2021 p. 5 16.D.5.a Packet Pg. 1630 Attachment: BidSync Supplier_Notification_Report_-_Bid_21-1000 (15730 : 951 Boat Ramp and Floating Dock) Addendum Email Org Name Email Name Phone ST Date Failed APTIM Douglas.Mann@aptim.com Doug Mann Feb 16, 2021 1:56:04 PM EST Douglas.Mann@aptim.com Doug Mann Feb 16, 2021 2:56:34 PM EST Douglas.Mann@aptim.com Doug Mann Feb 23, 2021 10:53:27 AM EST Douglas.Mann@aptim.com Doug Mann Feb 23, 2021 1:14:48 PM EST Aptim Environmental & Infrastructure, LLC. tracie.mccauley@aptim.com Tracie McCauley 5613613167 FL Feb 16, 2021 1:56:04 PM EST tracie.mccauley@aptim.com Tracie McCauley 5613613167 FL Feb 16, 2021 2:56:34 PM EST tracie.mccauley@aptim.com Tracie McCauley 5613613167 FL Feb 23, 2021 10:53:27 AM EST tracie.mccauley@aptim.com Tracie McCauley 5613613167 FL Feb 23, 2021 1:14:48 PM EST KELLY BROTHERS estimating@kellybros.net Dane Kelly 2394827300 FL Jan 29, 2021 1:13:01 PM EST estimating@kellybros.net Dane Kelly 2394827300 FL Feb 16, 2021 1:56:04 PM EST estimating@kellybros.net Dane Kelly 2394827300 FL Feb 16, 2021 2:56:35 PM EST estimating@kellybros.net Dane Kelly 2394827300 FL Feb 23, 2021 10:53:27 AM EST estimating@kellybros.net Dane Kelly 2394827300 FL Feb 23, 2021 1:14:49 PM EST KELLY BROTHERS, INC moreinfo@kellybros.net Dane Kelly FL Jan 29, 2021 1:13:01 PM EST moreinfo@kellybros.net Dane Kelly FL Feb 16, 2021 1:56:04 PM EST moreinfo@kellybros.net Dane Kelly FL Feb 16, 2021 2:56:34 PM EST moreinfo@kellybros.net Dane Kelly FL Feb 23, 2021 10:53:27 AM EST moreinfo@kellybros.net Dane Kelly FL Feb 23, 2021 1:14:48 PM EST Marine Contracting Group Inc blmidolo@mcgfl.com Brian Midolo FL Jan 29, 2021 1:13:00 PM EST Marine Contracting Group Inc sales@mcgfl.com Marissa Witt 8136534040 FL Jan 29, 2021 1:13:01 PM EST sales@mcgfl.com Marissa Witt 8136534040 FL Feb 16, 2021 1:56:04 PM EST Marine Contracting Group Inc blmidolo@mcgfl.com Brian Midolo FL Feb 16, 2021 1:56:04 PM EST blmidolo@mcgfl.com Brian Midolo FL Feb 16, 2021 2:56:34 PM EST Marine Contracting Group Inc sales@mcgfl.com Marissa Witt 8136534040 FL Feb 16, 2021 2:56:34 PM EST sales@mcgfl.com Marissa Witt 8136534040 FL Feb 23, 2021 10:53:27 AM EST Marine Contracting Group Inc blmidolo@mcgfl.com Brian Midolo FL Feb 23, 2021 10:53:27 AM EST blmidolo@mcgfl.com Brian Midolo FL Feb 23, 2021 1:14:48 PM EST Marine Contracting Group Inc sales@mcgfl.com Marissa Witt 8136534040 FL Feb 23, 2021 1:14:48 PM EST Marine Contracting Group, Inc. blmidolo@mcgfl.com Brian Midolo 9415050221 FL Jan 29, 2021 1:13:00 PM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Jan 29, 2021 1:13:00 PM EST debra@mcgfl.com Debra Midolo 9415050221 FL Jan 29, 2021 1:13:01 PM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 16, 2021 1:56:03 PM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 16, 2021 1:56:03 PM EST debra@mcgfl.com Debra Midolo 9415050221 FL Feb 16, 2021 1:56:04 PM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 16, 2021 2:56:34 PM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 16, 2021 2:56:34 PM EST debra@mcgfl.com Debra Midolo 9415050221 FL Feb 16, 2021 2:56:35 PM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 23, 2021 10:53:26 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 23, 2021 10:53:26 AM EST debra@mcgfl.com Debra Midolo 9415050221 FL Feb 23, 2021 10:53:27 AM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 23, 2021 1:14:48 PM EST blmidolo@mcgfl.com Brian Midolo 9415050221 FL Feb 23, 2021 1:14:48 PM EST Supplier Notification Report - Bid #21-1000 Collier County 4/28/2021 p. 6 16.D.5.a Packet Pg. 1631 Attachment: BidSync Supplier_Notification_Report_-_Bid_21-1000 (15730 : 951 Boat Ramp and Floating Dock) debra@mcgfl.com Debra Midolo 9415050221 FL Feb 23, 2021 1:14:49 PM EST Quality Enterprises USA, Inc. KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Jan 29, 2021 1:13:00 PM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Jan 29, 2021 1:13:00 PM EST HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Jan 29, 2021 1:13:00 PM EST mcasey@qeusa.com Matt Casey 2394357200 FL Jan 29, 2021 1:13:01 PM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Jan 29, 2021 1:13:01 PM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Jan 29, 2021 1:13:01 PM EST HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Feb 16, 2021 1:56:03 PM EST KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Feb 16, 2021 1:56:03 PM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Feb 16, 2021 1:56:04 PM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Feb 16, 2021 1:56:04 PM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Feb 16, 2021 1:56:04 PM EST mcasey@qeusa.com Matt Casey 2394357200 FL Feb 16, 2021 1:56:04 PM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Feb 16, 2021 2:56:34 PM EST KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Feb 16, 2021 2:56:34 PM EST mcasey@qeusa.com Matt Casey 2394357200 FL Feb 16, 2021 2:56:34 PM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Feb 16, 2021 2:56:34 PM EST HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Feb 16, 2021 2:56:34 PM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Feb 16, 2021 2:56:34 PM EST KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Feb 23, 2021 10:53:26 AM EST HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Feb 23, 2021 10:53:26 AM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Feb 23, 2021 10:53:26 AM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Feb 23, 2021 10:53:27 AM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Feb 23, 2021 10:53:27 AM EST mcasey@qeusa.com Matt Casey 2394357200 FL Feb 23, 2021 10:53:27 AM EST HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL Feb 23, 2021 1:14:48 PM EST KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL Feb 23, 2021 1:14:48 PM EST mcohen@qeusa.com Marcie Cohen 2394357200 FL Feb 23, 2021 1:14:48 PM EST mcasey@qeusa.com Matt Casey 2394357200 FL Feb 23, 2021 1:14:49 PM EST lgaudio@qeusa.com Louis Gaudio 2394357200 FL Feb 23, 2021 1:14:49 PM EST MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL Feb 23, 2021 1:14:49 PM EST TSI Disaster Recovery tsidisaster@embarqmail.com Amy Hartman FL Jan 29, 2021 1:13:00 PM EST TSI Disaster Recovery theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Jan 29, 2021 1:13:00 PM EST Failed TSI Disaster Recovery lauren@tsidisaster.com Lauren Lee 4074334655 FL Jan 29, 2021 1:13:00 PM EST TSI Disaster Recovery Larry@TSIDisaster.com Larry Clough 4073434446 FL Jan 29, 2021 1:13:01 PM EST RECIPIENT BLOCKED TSI Disaster Recovery amy@tsidisaster.com Amy Hartman 4078918005 FL Jan 29, 2021 1:13:01 PM EST TSI Disaster Recovery tsidisaster@embarqmail.com Amy Hartman FL Feb 16, 2021 1:56:03 PM EST TSI Disaster Recovery Larry@TSIDisaster.com Larry Clough 4073434446 FL Feb 16, 2021 1:56:04 PM EST RECIPIENT BLOCKED TSI Disaster Recovery amy@tsidisaster.com Amy Hartman 4078918005 FL Feb 16, 2021 1:56:04 PM EST TSI Disaster Recovery theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Feb 16, 2021 1:56:04 PM EST Failed TSI Disaster Recovery lauren@tsidisaster.com Lauren Lee 4074334655 FL Feb 16, 2021 1:56:04 PM EST TSI Disaster Recovery tsidisaster@embarqmail.com Amy Hartman FL Feb 16, 2021 2:56:34 PM EST TSI Disaster Recovery Larry@TSIDisaster.com Larry Clough 4073434446 FL Feb 16, 2021 2:56:34 PM EST RECIPIENT BLOCKED TSI Disaster Recovery Supplier Notification Report - Bid #21-1000 Collier County 4/28/2021 p. 7 16.D.5.a Packet Pg. 1632 Attachment: BidSync Supplier_Notification_Report_-_Bid_21-1000 (15730 : 951 Boat Ramp and Floating Dock) theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Feb 16, 2021 2:56:34 PM EST Failed TSI Disaster Recovery amy@tsidisaster.com Amy Hartman 4078918005 FL Feb 16, 2021 2:56:34 PM EST TSI Disaster Recovery lauren@tsidisaster.com Lauren Lee 4074334655 FL Feb 16, 2021 2:56:34 PM EST TSI Disaster Recovery tsidisaster@embarqmail.com Amy Hartman FL Feb 23, 2021 10:53:26 AM EST TSI Disaster Recovery lauren@tsidisaster.com Lauren Lee 4074334655 FL Feb 23, 2021 10:53:26 AM EST TSI Disaster Recovery theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Feb 23, 2021 10:53:27 AM EST Failed TSI Disaster Recovery Larry@TSIDisaster.com Larry Clough 4073434446 FL Feb 23, 2021 10:53:27 AM EST RECIPIENT BLOCKED TSI Disaster Recovery amy@tsidisaster.com Amy Hartman 4078918005 FL Feb 23, 2021 10:53:27 AM EST TSI Disaster Recovery lauren@tsidisaster.com Lauren Lee 4074334655 FL Feb 23, 2021 1:14:48 PM EST TSI Disaster Recovery theresa@tsidisaster.com Theresa Cauthen 4073619390 FL Feb 23, 2021 1:14:48 PM EST Failed TSI Disaster Recovery Larry@TSIDisaster.com Larry Clough 4073434446 FL Feb 23, 2021 1:14:48 PM EST RECIPIENT BLOCKED TSI Disaster Recovery amy@tsidisaster.com Amy Hartman 4078918005 FL Feb 23, 2021 1:14:48 PM EST TSI Disaster Recovery tsidisaster@embarqmail.com Amy Hartman FL Feb 23, 2021 1:14:48 PM EST NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #21-1000 Collier County 4/28/2021 p. 8 16.D.5.a Packet Pg. 1633 Attachment: BidSync Supplier_Notification_Report_-_Bid_21-1000 (15730 : 951 Boat Ramp and Floating Dock) Unlocked Email Org Name Email Name Phone ST Date Failed KELLY BROTHERS estimating@kellybros.net Dane Kelly 2394827300 FL Feb 24, 2021 3:34:51 PM EST NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #21-1000 Collier County 4/28/2021 p. 9 16.D.5.a Packet Pg. 1634 Attachment: BidSync Supplier_Notification_Report_-_Bid_21-1000 (15730 : 951 Boat Ramp and Floating Dock) 5/3/2021 Periscope Source: Agency Reports https://www.bidsync.com/DPXReports?ac=bidreview&auc=2068217&showpopup=n 1/2 Bid #21-1000 - 951 Boat Ramp and Floating Docks   Creation Date  Jan 25, 2021 End Date Feb 24, 2021 3:00:00 PM EST Start Date Jan 28, 2021 8:56:24 AM EST Awarded Date  Apr 22, 2021  21-1000--01-01   Base Bid  Supplier Unit Price   Qty/Unit Total Price  Attch. Docs Kelly Brothers, Inc.  First Offer -  $546,920.20    1 / lump sum $546,920.20      Product Code: Agency Notes: Supplier Product Code: Base Bid Supplier Notes: Contractor Notes: 1) Initial NTP immediately, pull permits and procure materials 2) Construction NTP September-October 2021 3) Item 13 includes new striping and handicap parking signs Excludes: 1) Local Building and MOT Permit Fees, To be reimbursed by Owner and/or Waived 2) Environmental Permits 3) Concrete or asphalt alterations to existing parking lot in order to be ADA accessible    21-1000--01-02   Alternate 1: Stone  Supplier Unit Price   Qty/Unit Total Price  Attch. Docs Kelly Brothers, Inc.  First Offer -  $1,569.00    3 / each $4,707.00       Product Code: Agency Notes: Supplier Product Code: A1 Supplier Notes:    21-1000--01-03   Bulkhead panel joint sealing  Supplier Unit Price   Qty/Unit Total Price  Attch. Docs Kelly Brothers, Inc.  First Offer -  $15,238.00    1 / lump sum $15,238.00       Product Code: Agency Notes: Supplier Product Code: A2 Supplier Notes:    21-1000--01-04   Bulkhead panel repair  Supplier Unit Price   Qty/Unit Total Price  Attch. Docs Kelly Brothers, Inc.  First Offer -  $1,358.00    1 / lump sum $1,358.00       Product Code: Agency Notes: Supplier Product Code: A3 Supplier Notes:    21-1000--01-05   Provide and place additional concrete in excess of the 8 cy included in bid item  Supplier Unit Price   Qty/Unit Total Price  Attch. Docs Kelly Brothers, Inc.  First Offer -  $1,723.00    1 / cubic yards $1,723.00       Product Code: Agency Notes: Supplier Product Code: A4 Supplier Notes:    21-1000--01-06   Provide new fish cleaning station on concrete slab 16.D.5.b Packet Pg. 1635 Attachment: Bydsync Kelly Brother Report (15730 : 951 Boat Ramp and Floating Dock) 5/3/2021 Periscope Source: Agency Reports https://www.bidsync.com/DPXReports?ac=bidreview&auc=2068217&showpopup=n 2/2  Supplier Unit Price   Qty/Unit Total Price  Attch. Docs Kelly Brothers, Inc.  First Offer -  $3,432.00    1 / each $3,432.00       Product Code: Agency Notes: Supplier Product Code: A5 Supplier Notes:   Supplier Totals f   Kelly Brothers, Inc.  $573,378.20    (6/6 items)  Bid Contact Dane Kelly estimating@kellybros.net Ph 239-482-7300    Address 15775 Pine Ridge Rd. Fort Myers, FL 33908  Bid Notes  Please see notes provided with Base Bade and attached submittal to base bid for Contractor Notes and Exclusions. This document will also provide you information on our vast experience with projects of similar size and scope. Thank you in advance for your consideration of Kelly Brothers, Inc. (KBI) Agency Notes: Supplier Notes: Please see notes provided with Base Bade and attached submittal to base bid for Contractor Notes and Exclusions. This document will also provide you information on our vast experience with projects of similar size and scope. Thank you in advance for your consideration of Kelly Brothers, Inc. (KBI) Head Attch: **All bids/proposals submitted for the designated project are reflected on this tabulation sheet. However, the listing of the bid/proposal on this tabulation sheet shall not be construed as a comment on the responsiveness of such bid/proposal or as any indication that the agency accepts such bid/proposal as being responsive. The agency will make a determination as to the responsiveness of the vendor responses submitted based upon compliance with all applicable laws, purchasing guidelines and project documents, including but not limited to the project specifications and contract documents. The agency will notify the successful vendor upon award of the contract and, as according to the law, all bid/proposal responses received may be available for inspection at that time. Print    Close 16.D.5.b Packet Pg. 1636 Attachment: Bydsync Kelly Brother Report (15730 : 951 Boat Ramp and Floating Dock) Douglas Mann, P.E., D.CE. Lead Coastal Engineer Coastal Restoration Team APTIM 6401 Congress Avenue, Suite 140 Boca Raton FL 33487 Tel: +1 561 361 3148 Fax: +1 561 391 9116 Douglas.Mann@aptim.com 631016570 March 23, 2021 Michael Cherbini Collier County Facilities Management Division 3335 Tamiami Trail East Naples, Florida 34112 RE: CR 951 Boat Ramp and Floating Dock Bid Review Dear Michael: This letter is in response to your request for an updated opinion of probable construction cost and a review of the single bid received from Kelly Brothers, Inc. These are discussed in the following sections. Opinion of Probable Cost Recent construction costs have been increasing at rates approximately twice the nationwide inflation rate (Means, 2020). Several other comparative measures of the construction inflation are provided below. Source: Ed Zarenski.com 16.D.5.c Packet Pg. 1637 Attachment: DELORA 951-APTIM (15730 : 951 Boat Ramp and Floating Dock) 2 An opinion of probable construction cost was developed to reflect current expectations for the boat ramp and floating dock project. These costs include several factors that are directly related to this project. The bid documents were offered with a general direction to minimize closure time of the ramp. Closure is required for some of the work to safeguard the public and a contractor’s operations and staff. This will force the contractor to manage his time wisely between various distinct crews who will perform portions of the work. Bulkhead reconstruction costs and the floating dock costs are provided which reflect the cost of construction with the limitations of the small site. Designs were developed to avoid cutting the parking lot, but are immediately adjacent to it. Preservation of the parking lot surface will be a challenge to reconstruct the deadmen. A probable cost in the range of $540,500 should be expected. A breakdown is attached. Bid Review The County solicited bids from four prequalified bidders. All four bidders are known to the County and or APTIM. The County received one bid which is interpreted as there is high demand for marine construction services of the type that the four bidders usually provide. This was confirmed by a phone conversation with the Kelly Brothers after the bid was received. It is unknown whether the sole bidder was aware that they were the only bidder. The bids are higher than the revised opinion of probable construction cost estimate. The project involves several different types of marine construction (bulkhead work, pile work, demolition, floating dock work). Some of these items require the use of a crane say 50 to 100 ton in size. For costing purposes, the cranes whether barge mounted or not, are charged to a job by the day whether they are utilized or not. Mobilizing cranes is an expensive process as well. The project requires two sets of piles to be driven and floating docks and a gangway to be lifted into place. While this could be accomplished in one-week, realistic material delivery will not likely be as efficient and result in crane delays. Therefore, bid costs may have been higher to cover crane costs. Due to the limited number of marine contractors in southwest Florida who are capable of doing the work, and capable of bonding the work, rebidding this work will not result in better prices for the County. Rebidding the work will also delay the project further and push it into the 21/22 season for higher demand of the boat ramp. I recommend accepting the bid subject to budget availability. If you have any questions, please call me. Very truly yours, Douglas W. Mann, P.E., D.CE. Lead Coastal Engineer APTIM Environmental & Infrastructure, LLC cc. 16.D.5.c Packet Pg. 1638 Attachment: DELORA 951-APTIM (15730 : 951 Boat Ramp and Floating Dock) No. Item unit No units Unit price subtotal 1 Mob/Demob including MOT during park closure Ls 1 $45,000 $45,000 2 Demolition north cap and tiebacks Lft 120 $125 $15,000 3 Demolition south cap and tiebacks Lft 140 $125 $17,500 4 Demolition concrete fender piles Ls 1 $3,500 $3,500 5 Construct new north cap and tiebacks Lft 120 $400 $48,000 6 Construct new south cap and tiebacks Lft 140 $400 $56,000 7 Provide and install timber fender piles each 10 $1,500 $15,000 8 Boat ramp tremie pour Ls 1 $10,000 $10,000 9 Cast and deliver concrete floating dock/gangway Ls 1 $155,000 $155,000 10 Provide and install floating dock piles each 12 $4,000 $48,000 11 Install gangway and floating dock connections Ls 1 $12,500 $12,500 12 Install sidewalk Ls 1 $3,000 $3,000 13 Modify parking lot for ADA requirements Ls 1 $5,000 $5,000 14 Asbuilt survey Ls 1 $6,000 $6,000 15 Environmental Protection Ls 1 $7,500 $7,500 16 Site Restoration Ls 1 $10,000 $10,000 17 Provide and placed educational signage,monofilament bin Ls 1 $3,000 $3,000 18 Bonds Ls 1 $9,000 $9,000 19 Permits Ls 1 $6,500 $6,500 A1 Place 89 stone (10cy truck) each 3 $1,500 $4,500 A2 Bulkhead panel joint sealing Ls 1 $12,000 $12,000 A3 Bulkhead panel repair Ls 1 $4,000 $4,000 A4 Additional concrete unit price Ls 1 $1,000 $1,000 A5 Fish cleaning station on concrete slab Ls 1 $3,500 $3,500 A6 Owners Allowance 1 $40,000 $40,000 Project Budgetary Total $540,500 Opinion of Probable Construction Cost for  Collier CR 951 Boat Ramp Improvements 16.D.5.c Packet Pg. 1639 Attachment: DELORA 951-APTIM (15730 : 951 Boat Ramp and Floating Dock) No.Item Unit No units Unit price Subtotal 1 Mobilization/Demobilization Ls 1 $48,801.00 $48,801.00 2 Demolition north cap and tiebacks Lft 120 $114.00 $13,680.00 3 Demolition south cap and tiebacks Lft 140 $111.00 $15,540.00 4 Demolition concrete fender piles Ls 1 $3,949.00 $3,949.00 5 Construct new north cap and tiebacks Lft 120 $444.63 $53,355.60 6 Construct new south cap and tiebacks Lft 140 $484.59 $67,842.60 7 Provide and install timber fender piles each 10 $1,864.00 $18,640.00 8 Repair boat ramp toe via tremie pour Ls 1 $16,987.00 $16,987.00 9 Cast and deliver concrete floating dock and aluminum gangway Ls 1 $177,366.00 $177,366.00 10 Provide and install floating dock piles each 12 $4,990.00 $59,880.00 11 Install gangway and floating dock connections Ls 1 $20,583.00 $20,583.00 12 Pour new ADA sidewalk Ls 1 $5,101.00 $5,101.00 13 Ensure ADA Compliance at Parking Lot Ls 1 $5,115.00 $5,115.00 14 Perform asbuilt survey of improvements Ls 1 $5,865.00 $5,865.00 15 Comply with environmental permits and protect the environment Ls 1 $8,663.00 $8,663.00 16 Restore project site Ls 1 $8,794.00 $8,794.00 17 Provide and install public education signage and monofilament recycle bin Ls 1 $4,406.00 $4,406.00 18 Provide payment and performance bonds Ls 1 $10,852.00 $10,852.00 19 Obtain local government permits Ls 1 $1,500.00 $1,500.00 $546,920.20 $40,000.00 A1 Additive Alternate 1: Provide and place truckload (10 cy) of No. 89 stone at site each 3 $1,569.00 $4,707.00 A2 Additive Alternate 2: Bulkhead panel joint sealing LS 1 $15,238.00 $15,238.00 A3 Additive Alternate 3: Bulkhead panel repair LS 1 $1,358.00 $1,358.00 A4 Additive Alternate 4; Provide and place additional concrete in excess of the 8 cy included in bid item 8 (boat ramp tremie pour)cy 1 $1,723.00 $1,723.00 A5 Additive Alternate 5: Provide new fish cleaning station on concrete slab each 1 $3,432.00 $3,432.00 $613,378.20 1) 2) 3)Item 13 includes new striping and handicap parking signs Excludes: 1) 2)Environmental Permits 3)Concrete or asphalt alterations to existing parking lot in order to be ADA accessible Local Building and MOT Permit Fees, To be Reimbursed by Owner and/or Waived Submitted by: Kelly Brothers, Inc. Submitted on: February, 24, 2021 Contractor Notes: Initial NTP immediately, pull permits and procure materials Construction NTP September-October 2021 Total Bid Bid Table for Collier Boulevard (CR 951) Boating Park Boat Ramp Improvements _____________________________________________________________________________________________________________ Base Bid Owners Allowance ($40,000) 16.D.5.d Packet Pg. 1640 Attachment: KBI_-_bid_table_of_construction_items.v2_-_Addendum__4 (15730 : 951 Boat Ramp and Floating Dock) Response to Request for Quote Collier Blvd. (CR 951) Boating Park Boat Ramp Improvements Bid No.: 21-1000 / Utilizing Contract 19-7624 Created for Collier County Board of County Commissioners Parks & Recreation Division 3335 Tamiami Trail East, Bldg. W Naples, FL 34112 Submitted on Febraury 24, 2021 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net 16.D.5.e Packet Pg. 1641 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and No.Item Unit No units Unit price Subtotal 1 Mobilization/Demobilization Ls 1 $48,801.00 $48,801.00 2 Demolition north cap and tiebacks Lft 120 $114.00 $13,680.00 3 Demolition south cap and tiebacks Lft 140 $111.00 $15,540.00 4 Demolition concrete fender piles Ls 1 $3,949.00 $3,949.00 5 Construct new north cap and tiebacks Lft 120 $444.63 $53,355.60 6 Construct new south cap and tiebacks Lft 140 $484.59 $67,842.60 7 Provide and install timber fender piles each 10 $1,864.00 $18,640.00 8 Repair boat ramp toe via tremie pour Ls 1 $16,987.00 $16,987.00 9 Cast and deliver concrete floating dock and aluminum gangway Ls 1 $177,366.00 $177,366.00 10 Provide and install floating dock piles each 12 $4,990.00 $59,880.00 11 Install gangway and floating dock connections Ls 1 $20,583.00 $20,583.00 12 Pour new ADA sidewalk Ls 1 $5,101.00 $5,101.00 13 Ensure ADA Compliance at Parking Lot Ls 1 $5,115.00 $5,115.00 14 Perform asbuilt survey of improvements Ls 1 $5,865.00 $5,865.00 15 Comply with environmental permits and protect the environment Ls 1 $8,663.00 $8,663.00 16 Restore project site Ls 1 $8,794.00 $8,794.00 17 Provide and install public education signage and monofilament recycle bin Ls 1 $4,406.00 $4,406.00 18 Provide payment and performance bonds Ls 1 $10,852.00 $10,852.00 19 Obtain local government permits Ls 1 $1,500.00 $1,500.00 $546,920.20 $40,000.00 A1 Additive Alternate 1: Provide and place truckload (10 cy) of No. 89 stone at site each 3 $1,569.00 $4,707.00 A2 Additive Alternate 2: Bulkhead panel joint sealing LS 1 $15,238.00 $15,238.00 A3 Additive Alternate 3: Bulkhead panel repair LS 1 $1,358.00 $1,358.00 A4 Additive Alternate 4; Provide and place additional concrete in excess of the 8 cy included in bid item 8 (boat ramp tremie pour)cy 1 $1,723.00 $1,723.00 A5 Additive Alternate 5: Provide new fish cleaning station on concrete slab each 1 $3,432.00 $3,432.00 $613,378.20 1) 2) 3)Item 13 includes new striping and handicap parking signs Excludes: 1) 2)Environmental Permits 3)Concrete or asphalt alterations to existing parking lot in order to be ADA accessible Local Building and MOT Permit Fees, To be Reimbursed by Owner and/or Waived Submitted by: Kelly Brothers, Inc. Submitted on: February, 24, 2021 Contractor Notes: Initial NTP immediately, pull permits and procure materials Construction NTP September-October 2021 Total Bid Bid Table for Collier Boulevard (CR 951) Boating Park Boat Ramp Improvements _____________________________________________________________________________________________________________ Base Bid Owners Allowance ($40,000) 16.D.5.e Packet Pg. 1642 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300 F: (239) 482-8014 www.kellybros.net Company Introduction 16.D.5.e Packet Pg. 1643 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Company Introduction Kelly Brothers, Inc. (KBI) has an unrivaled reputation as an ethical and respected leader providing comprehensive commercial marine construction services. We offer decades of experience working in, on, under, over, and around the waters of central and southwest Florida. KBI’s well-known expertise has been acquired over a multitude of years and a myriad of successfully completed projects during our 40 years in business. We have experience in every facet of the marine construction industry and are experts in our field. KBI was founded 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 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. The company is headquartered in Fort Myers, where we have been locally owned and operated by the Kelly family since the firm’s incorporation in 1980. Our 2nd location in Fort Myers Beach consists of both a material and equipment staging yard along with a full commercial barge landing. Kelly Brothers’ proven expertise includes work with marinas, yacht clubs, boat ramps, aerial crossings, artificial reefs, dredging, barge and crane services, boardwalks, box culverts, bulkheads, commercial diving, derelict vessel removal, marine demolition, erosion control, floating docks, jetties, groins, mooring piles, bridges, piers, pile jackets, riprap revetment, seawalls, sheet piling (concrete, steel, vinyl), slope protection, subaqueous cable and/or pipe crossings, underwater construction, demolition, and inspections along with water control structures. Kelly Brothers provides exceptional-quality commercial marine design, construction, and repair throughout Florida. We have successfully completed projects from St Marks, Florida all the way down to Key West. 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”. KBI serves a variety of public and private clients. We have the privilege of working with prestigious clientele such as Tampa Yacht and Country Club, Turrell, Hall and Associates, Boca Bay Master Association, Coastal Engineering Consultants, Bellingham Marine, among o thers. We also work with federal and state agencies, municipalities, and counties; a few include the Army Corp of Engineers, Florida Department of Transportation (FDOT), City of St. Naples, City of Key West, Tampa Bay Port Authority, along with Lee, Sarasota and Collier Counties. 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. Leveraging almost four decades of experience, we offer the expertise you need to complete your project on time and within the agreed upon budget. Our business approach is simple; help our clients achieve their goals, for the best value, on-time, while delivering the highest quality craftsmanship. A commitment to professionalism and excellence drives our company’s culture to provide value and deliver quality in all we do. Our client’s letters of recommendation are evidence of our ability to deliver exceptional quality and customer service all while controlling cost and managing schedules. Paraphrasing from a letter of recommendation received 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. 16.D.5.e Packet Pg. 1644 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300 F: (239) 482-8014 www.kellybros.net Key Personnel 16.D.5.e Packet Pg. 1645 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 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 constructi on, 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. 16.D.5.e Packet Pg. 1646 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 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 16.D.5.e Packet Pg. 1647 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 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 40 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.  Alva Boat Ramp, Alva  Bayshore Gardens Park and Recreation District Boat Ramp, Bradenton  440 West Condominiums, Clearwater  Tin City, Naples  Naples Land Yacht Harbor, Naples  City Dock, Naples  Ville de Marco West, Marco Island  MarineMax, Naples, Fort Myers, Sarasota  Harbour Heights Boat Ramp, Punta Gorda  Pahokee Marina Reconfiguration, Pahokee  Naples Pier Restoration, Naples  Pine Island Commercial Marina, St. James City  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  Marathon Marina, Marathon  Mangrove Bay, Phase I and II, Naples  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  SFWMD, FAKA Union Canal, Naples  Tom Adams Bridge, Phase II, Englewood  Diversified Yacht Services, Fort Myers Beach  Tropical Isle Condominium, Marco Island  Delnor-Wiggins Pass, Phase I and II, Naples  Central Avenue Bridge over Booker Creek, St. Petersburg  Newton Park, Fort Myers Beach  Doctors Pass North Jetty Rehabilitation, Naples  Boca Grande Isles, Emergency Repair, Boca Grande  Sanibel Causeway Bridge, Sanibel  Mallory Square, Key West 16.D.5.e Packet Pg. 1648 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 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 16.D.5.e Packet Pg. 1649 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 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 40 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.  Alva Boat Ramp, Alva  Bayshore Gardens Park and Recreation District Boat Ramp, Bradenton  440 West Condominiums, Clearwater  Gulf Star Marina, Fort Myers Beach  Clearwater Harbor Marina, Clearwater  440 West Condominiums, Clearwater  Naples Land Yacht Harbor, Naples  Harbour Heights Boat Ramp, Punta Gorda  Ville de Marco West, Marco Island  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  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  Jiggs Landing, Bradenton  City of St. Marks Pier & Bulkhead, St. Marks  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  Shell Isle, Marco Island  Neal Preserve Boardwalk, Bradenton  Sanibel Causeway Bridge, Sanibel  Mallory Square Wharf, Key West 16.D.5.e Packet Pg. 1650 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300 F: (239) 482-8014 www.kellybros.net Sampling of Project Experience 16.D.5.e Packet Pg. 1651 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 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) 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 16.D.5.e Packet Pg. 1652 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Tarpon Point Marina, Phase I and II Cape Coral, Florida Kelly Brothers (KBI) was contracted by Bellingham Marine, the design-build contractor, to assemble and install over 7,800 sq. ft. of concrete Unifloats® in Phase I of this marina’s planned expansion. The work included piles, pile driving, pile caps walers, cleats, fendering, gangways, and a 2,000+ sq. ft. fixed public access pier. Phase II expanded the fixed dock area an additional 4,450 sq. ft. by means of heavy timber framing and Tandeck composite decking and hand rails. The project also included the installation of 6,500 sq. ft. of Bellingham concrete floating dock with concrete pilings measuring up to 18” x 50’. The entire floating dock was finished and trimmed with composite decking and fascia. Location: 5850 Silver King Blvd. Cape Coral, FL Owner: Freeman & Hasselwander Resort Properties, LLC Contract: Phase I: Subcontract Phase II: Subcontract Engineer, Phase I: Bellingham Marine 1813 Dennis Street Jacksonville, FL 32204 Prime Contractor, Phase I: Bellingham Marine 1813 Dennis Street Jacksonville, FL 32204 Engineer, Phase II: Coastal Engineering Consultants 3106 S Horseshoe Drive Naples, FL 34104 Prime Contractor, Phase II: Kybro Contracting Group, Inc. 4637 Vincennes Blvd., Suite 2 Cape Coral, 33904 Date Completed: Phase I: January 2015 Phase II: October 2016 Final Contract Amount: Phase I: $298,049.00 Phase II: $486,419.00 16.D.5.e Packet Pg. 1653 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Clearwater Harbor Marina Clearwater, Florida Kelly Brothers Inc. (KBI) was subcontracted to remove and dispose of the storm damaged north wave attenuator and its associated piles. Work also included the installation of a new wave attenuator/fishing pier, the pipe piles to secure the unit, and the associated handrails and gangway. Three 24” x 50’ concrete piles were extracted and secured on KBI’s company-owned 140’ x 40’ barge. With the damaged 12’ x 100’ wave attenuator in tow the barge returned to our staging yard in Fort Myers Beach where the items were then cut into manageable sections, loaded into dumpsters and properly disposed of in the local landfill. The 100’ x 14’ replacement wave attenuator consisted of two sections, each weighing 85,000 lbs. The sections were transported to a travel lift facility in Tarpon Springs where they were launched, assembled, then transported to Clearwater and temporarily anchored. A track-mounted drill rig was utilized to drill four (4) 30” x 54’ deep holes for accurate pile placement in rocky soil conditions. Once the pre-formed holes were complete the new wave attenuator was moved to its permanent location where it was secured between temporary wood piles. The four (4) 30” x 70’ steel pipe piles were then lifted and set into place with an 80 ton crane. A V35 vibratory hammer was used to drive pipe piles to the required pile penetration depth of -54’ MLW. After all piles were permanently set the wave attenuator handrails were installed and a 14’ x 7’ gangway was set in place to access the dock. Location: 210 Drew Street Clearwater, FL Owner: City of Clearwater Engineer: Erickson Consulting Engineers 7201 Delainey Court Sarasota, FL 34240 Contract: Subcontract Prime Contractor: J. Kokolakis Contracting Inc. 202 E. Center Street Tarpon Springs, FL 34689 Date Completed: May 2019 Final Contract Amount: $373,284.33 16.D.5.e Packet Pg. 1654 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Tampa Yacht & Country Club, Phase II Tampa, Florida Kelly Brothers (KBI) was contracted to complete the dock demolition and reconstruction for this prestigious yacht and country club, ranked among the nation’s top 15 private yacht clubs. The demolition included concrete, timber and aluminum dock; the installation includes 3,200 sq. ft. of fixed dock with IPE decking and stainless steel cable railing, 2,169 sq. ft. of concrete floating dock with 14” x 45’ concrete piles drilled into 20’ of rock. The floating dock has all stainless steel weldments and state of the art fiber reinforced thru rods. The work also includes the installation of four boat lifts, fender piles, channel markers and associated electric, fire and water systems through the fixed and floating docks. Location: 5320 Interbay Blvd. Tampa, FL Owner: Tampa Yacht & Country Club Engineer: Turrell, Hall, & Associates, Inc. 3584 Exchange Ave, Suite B Naples, FL 34104 Contract: Prime Date Completed: January 2017 Final Contract Amount: $1,005,543.62 16.D.5.e Packet Pg. 1655 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Marathon Marina and Resort Marathon, Florida Kelly Brothers (KBI) was contracted by Bellingham Marine to design / build a new 8’ x 100’ fixed concrete pier and 5’ x 20’ concrete finger pier as part of the renovation project for Marathon Marina. Included in KBI’s scope was the demolition of the existing concrete pier, fuel platform and office building. KBI also drove 38 steel anchor pipe piles with HDPE sleeves for the concrete floating dock system. Location: 1021 11th Street Ocean Marathon, FL Owner: Marathon Marina and Resort Engineer: Coastal Engineering Consultants 3106 Horseshoe Dr. S. Naples, FL 34104 Contract: Subcontract Prime Contractor: Bellingham Marine 1813 Dennis Street Jacksonville, FL 32204 Date Completed: August 2016 Final Contract Amount: $567,887.36 16.D.5.e Packet Pg. 1656 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Maximo Marina, Phase I and II St. Petersburg, Florida Kelly Brothers (KBI) demolished and installed 500 linear ft. of ESP 26.1 composite sheet pile wall and commercial seawall cap, along with 2,900 sq. ft. of fixed docks, and 8,900 sq. ft. of floating docks. The floating dock system was secured with 24 concrete piles, 45 feet in length. Both dock systems were completed with full utilities, including water, electric, and sewer pump out. In addition, the 35-slip floating concrete dock system included a fire suppression system to support live-aboard vessels Project also included 2,500 cubic yards of dredging and all upland site work and paving. Location: 4801 37th Street South St. Petersburg, FL Owner: Lincolnshire Maximo LLC Engineer: Turrell, Hall & Associates, Inc. 3584 Exchange Avenue Suite B Naples, FL 34104-3732 Contract: Prime Date Completed: Phase I: October 2014 Phase II: April 2015 Final Contract Amount: Phase I: $1,849,135.58 Phase II: $813,308.76 16.D.5.e Packet Pg. 1657 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Marina Jack, Phase I, II, III and IV Sarasota, Florida Kelly Brothers (KBI) worked on multiple phases of seawall and dock system improvements with this prestigious marina complex. Work included demolition of the concrete dock system and installation of over 7,200 sq. ft. of Bellingham Floating Docks. Also installed were twenty (20) 18” square x 40’ long FDOT concrete piles and thirteen (13) 12” x 35’ long timber mooring piles. Location: 2 Marina Plaza Sarasota, FL Owner: Marina Jack Holdings, LLC Engineer: Bellingham Marine 1813 Dennis Street Jacksonville, FL 32204 Contract: Phase I, II, III: Prime Phase IV: Subcontract Date Completed: Phase I: June 2006 Phase II: February 2009 Phase III: July 2012 Phase IV: November 2012 Final Contract Amount: Phase I: $838,945.00 Phase II: $179,754.00 Phase III: $165,775.00 Phase IV: $14,676.00 16.D.5.e Packet Pg. 1658 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Youngquist Residence Fort Myers, Florida Kelly Brothers (KBI) completed the ideal waterfront docking facility for a private residence located in a prominent yacht club community. The scope of work included removal of existing docks, installation of floating and fixed docks along with a custom 28K lb. low-profile IMM boat lift. The floating dock system contains a Bellingham 8’ x 122‘ concrete floating dock, designed to safely moor a 100’ vessel in 90 mph winds. Anchoring the floating dock system are seven 50’ long 14”x14” concrete piles. Finishing touches included a gangway, Aqua Luma lights, and copper pile caps. The perfect blend of strength, beauty, and functionality. Location: Private Residence Fort Myers, FL Owner: Private - Youngquist Family Engineer: Turrell, Hall & Associates 3584 Exchange Ave., Suite B Naples, FL 34104 Contract: Prime Date Completed: October 2017 Final Contract Amount: $251,175.00 16.D.5.e Packet Pg. 1659 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Fort Charles Holdings, Floating Dock Naples, Florida Kelly Brothers, Inc. (KBI) was contracted to install an 880 sq. ft. concrete floating dock with steel pipe pile, HDPE sleeves, and aluminum gangway. The Category 4 Hurricane Rated floating dock was secured in place utilizing nine 12.75” OD x 60’ steel pipe pile which were driven into a subterranean layer of rock via KBI’s 7-ton rock punch. Piles were set in place utilizing KBI’s barge/crane and a vibrator hammer. HDPE sleeves were placed over the pipe to prevent corrosion and to provide an aesthetically pleasing look. Two 12.75” OD x 40’ steel mooring pile with HDPE sleeves were also installed flanking the dock. Once the dock was secured, the 6’ x 26’ aluminum gangway was fastened in place; then plumbing and electrical were installed. Flush mount LED surface lights were installed along with two lighted power pedestals. Dock accessories including two large dock boxes, two composite benches, and a custom fish cleaning station were also provided and installed by KBI. Construction took approximately 3.5 weeks to complete. Location: 3220 Fort Charles Dr. Naples, FL 34102 Owner: Fort Charles Holdings, LLC Engineer: Turrell, Hall & Associates, Inc. 3584 Interchange Avenue Naples, FL 34104 Contract: Prime Date Completed: May 2019 Final Contract Amount: $200,092.00 16.D.5.e Packet Pg. 1660 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Diversified Yacht Services Fort Myers Beach, Florida Kelly Brothers (KBI) was contracted to completely renovate this marina, which caters to luxury yachts of all sizes. This work included a 150-ton travel lift, a land bridge in order to transverse the roadway, 250 linear ft. of 25’ long AZ-14-770 steel sheet pile bulkhead with a 2’ by 2’ concrete cap, 65 linear ft. of 14” by 65’ FDOT prestressed concrete king piles placed approximately every 4.5’, concrete floating dock, fixed dock, and 1,700 cubic yards of mechanical dredging. Location: 751 Fisherman’s Wharf Fort Myers Beach, FL Owner: Diversified Yacht Sales, Inc. Engineer: Hans Wilson & Associates 1938 Hill Avenue Fort Myers, FL 33901 Contract: Subcontract Prime Contractor: Brooks & Freund, LLC 5661 Independence Circle Suite 1 Fort Myers, FL 33912 Date Completed: October 2012 Final Contract Amount: $1,805,054.01 16.D.5.e Packet Pg. 1661 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net MarineMax Sarasota, Florida Kelly Brothers, Inc. (KBI) was contracted to remove and dispose of the western seawall and 34 associated fend-off piles in the marina basin. KBI installed 293 linear feet of 18’ SG-950 vinyl sheet pile to replace an existing concrete seawall, formed and placed concrete for a 24” x 24” seawall cap and deadman, assembled and installed 248 sq. ft of aluminum floating dock and gangway. The floating dock was secured with nine 6” x 30’ steel pipe pile with HDPE sleeves. Location: 1601 Ken Thompson Pkwy. Sarasota, FL 34236 Owner: MarineMax East, Inc. Engineer: Hans Wilson & Associates, Inc. 1938 Hill Avenue Fort Myers, FL 33901 Contract: Subcontract Prime Contractor: GCG Construction, Inc. 6819 Porto Fino Circle, Ste. 1 Fort Myers, FL 33912 Date Completed: September 2019 Final Contract Amount: $348,851.66 16.D.5.e Packet Pg. 1662 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Alva Boat Ramp Alva, Florida Kelly Brothers’ (KBI) work at this public boat ramp involved widening the boat ramp from one lane to two, replacement of the boarding dock, along with parking lot improvements, including ADA accessibility, which was completed in two overlapping phases. Phase I consisted of demolition of the dilapidated boat ramp and boarding pier, refurbishing the riprap river bank and construction of the new ADA compliant boat ramp and dock. The underwater section of boat ramp is constructed of precast concrete drive slabs and concrete seawall panels incorporated with articulating concrete block, all of which were placed by KBI’s skilled divers and equipment operators. The landward section of the boat ramp is all cast-in-place concrete. The new 1,200 sg. ft dock is 85% larger and includes an ADA ramp which weaves down the river bank under and existing oak tree where it mends together with the new 6’ x 160’ fixed dock. Phase II involved the upland rejuvenation of the park. Asphalt was milled and existing grades were modified to incorporate new ADA boat trailer parking and access sidewalks. Existing shell parking was revitalized and two additional parking spaces were added along with a boat prep area. Landscaping was refreshed in the park, new sod and plantings were placed throughout the park along with a new perimeter fence, which was constructed al ong the shoreline and east boundary of the boat ramp. Location: 21580 Pearl Street Alva, FL Owner: Lee County Engineer: Coastal Engineering Consultants, Inc. 3106 South Horseshoe Drive Naples, FL 34104 Contract: Prime Completion Date: September 2020 Contract Amount: $543,785.41 16.D.5.e Packet Pg. 1663 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Bayshore Gardens Boat Ramp Bradenton, Florida Kelly Brothers Inc. (KBI) 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 finished three weeks ahead of the schedule. Location: 6919 26th Street West Bradenton, FL 34207 Owner: Bayshore Gardens Park & Recreation District Engineer: Coastal Engineering 3106 S. Horseshoe Drive Naples, FL 34104 Contract: Prime Date Completed: June 2019 Final Contract Amount: $314,146.20 16.D.5.e Packet Pg. 1664 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Harbour Heights Boat Ramp Replacement Punta Gorda, Florida Kelly Brothers (KBI) was contracted to remove and replace the deteriorating county boat ramp at the Harbour Heights Park along with a number of related improvements. The entire ramp area was dewatered using a steel sheet pile cofferdam then the ramp and approach were formed and poured in the dry. Four concrete piles were driven at the toe of the ramp for additional strength. All areas of the project site were upgraded to be compliant with ADA access requirements, including the approach sidewalk and the installation of heavy duty handrail along the raised sidewalk area. Two fixed piers, 5’ x 70’ and 5’ x 50’, were installed with pressure treated decking and fendering for boat mooring to complete the project. Location: 47420 Voyageur Drive Punta Gorda, FL Owner: Charlotte County BOCC Engineer: Weiler Engineering Corporation 201 W. Marion Ave. Punta Gorda, FL 33950 Contract: Prime Date Completed: February 2018 Final Contract Amount: $436,462.73 16.D.5.e Packet Pg. 1665 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 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 16.D.5.e Packet Pg. 1666 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Jiggs Landing Bradenton, Florida Kelly Brothers (KBI) was contracted to remove and replace the existing boat ramp and parking lot. Project included 2,500 cubic yards of concrete parking lot, curbing and drainage flumes, 1,300 sq. ft. of vinyl sheet pile, aluminum floating dock, and 286 linear ft. of split rail fencing. The work was completed under budget and four weeks ahead of schedule. Location: 6106 63rd Street E Bradenton, FL 34203 Owner: Manatee County, BOCC Engineer: CPH Engineers, Inc. 3277 A Fruitville Road Suite 2 Sarasota, FL 34237 Contract: Prime Date Completed: June 2015 Final Contract Amount: $486,996.80 16.D.5.e Packet Pg. 1667 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Pine Island Commercial Marina St. James City, Florida Kelly Brothers, Inc. (KBI) was contracted to renovate the boat ramp, barge landing, and marina facilities. Renovations included mechanical dredging of over 3,300 cubic yards from the main channel, a new and wider boat ramp, improved docks and barge landing, seawall replacement with vinyl sheet piles and tieback system, armormat scour protection, utilities, sidewalks, and the relocation of the marina office building. Location: 6001 Maria Drive St. James City, FL 33956 Owner: Lee County Architect: Coastal Engineering Consultants Inc 3106 South Horseshoe Drive Naples, FL 34104 Contract: Subcontract Date Completed: April 2016 Final Contract Amount: $628,899.22 16.D.5.e Packet Pg. 1668 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Colony Gardens Naples, Florida Kelly Brothers (KBI) was responsible for the replacement of the seawall and dock system at this prominent condominium complex. The project consisted of 332 linear ft. of gravel drain, concrete seawall, and cap. A tieback-deadman system was used to anchor the seawall. Work also included the demolition and installation of 1,228 sq. ft. of fixed docks along with the installation of dock boxes and fish tables. Water and electrical utility work was also within KBI’s scope. Location: 400 Park Shore Drive Naples, FL Owner: Colony Garden, A Condominium, Inc. Engineer: Coastal Engineering Consultants, Inc. 3106 S. Horseshoe Drive Naples, FL 34104 Contract: Prime Date Completed: July 2015 Contract Amount: $364,631.69 16.D.5.e Packet Pg. 1669 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Mangrove Bay, Phase II Naples, Florida Kelly Brothers (KBI) continued work on Phase II of Mangrove Bay’s waterfront improvements. This phase included demolition, mangrove removal, and nearly 900 cubic yards of dredging. Furthermore, the installation work of this 2nd phase 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 seawall is secured via a deadman system using tieback rods casted into the cap, waler, and deadman. The single and double-sided continuous deadman were surveyed into position with 10” square concrete piles driven beneath them prior to pouring concrete. Particular emphasis on survey for each seawall component was taken to prevent obstruction of future foundation pilings. The seawall also includes a radius backfilled with imported fill, extending the upland out an additional 76 ft. for an overall property gain of 3,536 sq. ft. 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 by 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 3584 Exchange Avenue Suite B Naples, FL 34104-3732 Contract: Prime Completion Date: December 2018 Final Contract Amount: $1,762,892.92 16.D.5.e Packet Pg. 1670 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300  F: (239) 482-8014 www.kellybros.net Gulf Star Marina Fort Myers Beach, Florida Kelly Brothers (KBI) was contracted to complete marine related construction items at Gulf Star Marina, which is the first automated boat storage facility in the State of Florida. The 162 linear ft. of seawall replacement work happened concurrently with the upland build of the boat storage facility creating a limited landside work area. Thus, a KBI company-owned barge was utilized for work and material storage. In addition, 38 concrete seawall panels, each measuring 10” x 4’ x 24’, were cast offsite at KBI’s Beach Yard. These panels were transported to the jobsite via barge. The finished concrete seawall transitions at each end to 12 ft. heavy-duty vinyl sheet pile. The seawall has a 24” drop section to accommodate the custom boat launch, which is flanked by two step-down finger docks totaling 548 sq. ft., decked with IPE. These docks are used to access boats being placed for transport via the automated boatlift and trolly system. KBI mechanical dredged 400 cubic yds. of spoils to achieve the necessary depth for the boatlift clearance. Three 18”x 40’ and six 14” x 40 concrete pile were installed to support the unique lift and trolly assemblies. Precise placement of each piling was critical to ensure proper alignment and trouble-free operation of the fully automated water to rack system. KBI then installed two massive 44K aluminum boatlifts, which included the meticulous alignment with the rail system. KBI’s work was conducted in phases with additional work contracted directly with the Owner. The overall projects included demolition, sheet pile casting and installation, dredging, concrete pile driving, fixed docks, floating docks, and boatlift installation / alignment. Location: 708 Fisherman’s Wharf Fort Myers Beach, FL Owner: Gulf Star Marina Engineer: Turrell, Hall & Associates, Inc. 3584 Exchange Ave., Ste. B Naples, FL 34104 Contract: Phase I: Subcontract Phase II: Prime Prime Contractor: GCM Contracting Solutions, Inc. 16121 Lee Rd., Ste. 101 Fort Myers, FL 33912 Date Completed: Phase I: January 2020 Phase II: August 2020 Contract Amount: Phase I: $403,156.75 Phase II: $116,925.00 16.D.5.e Packet Pg. 1671 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300 F: (239) 482-8014 www.kellybros.net Letters of Recommendation 16.D.5.e Packet Pg. 1672 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 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. 16.D.5.e Packet Pg. 1673 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and     Kybro  Contracting  Group,  Inc  Ÿ  CGC  1511659   4637  Vincennes  Blvd,  Suite  2,  Cape  Coral,  FL.  33904    Ÿ    239  340-­‐1323   239-340-1323 David Nitsche President e-mail: David@KybroContracting.com 4415 SE 12th Place Cape Coral, FL 33904 Certified General Contractor Commercial & Residential Licensed & Insured 4 4 1 5 S E 1 2 t h P l a c e , C a p e C o r a l , F L 3 3 9 0 4 2 3 9 -3 4 0 -1 3 2 3 R A CT T IN NOGC Ky b ro 4415 SE 12th Place Cape Coral, FL 33904 R A CT T IN NOGC Ky b ro A CRT T IN NOGC Ky b ro   February  6,  2017       To  Whom  It  May  Concern:       We  had  the  pleasure  of  working  with  Kelly  Brothers,  Inc  when  we  hired  them  to   complete  two  separate  portions  of  the  marina  expansion  project  at  Tarpon  Point   Marina,  in  Cape  Coral,  FL.    The  first  was  completed  in  early  2015  and  the  second   phase  was  finished  in  the  fall  of  2016.    Kelly  Brothers  was  responsible  for  building   over  500  LF  of  fixed  pier,  and  installing/assembling  concrete  floating  docks  that   added  space  for  44  additional  boats  in  the  Marina.         The  work  completed  by  Kelly  Brothers  was  outstanding  and  ahead  of  schedule.     They  were  extremely  professional  and  we  would  welcome  another  opportunity  to   work  with  them  anytime.         If  you  should  have  any  questions  or  wish  to  discuss  the  aspects  of  the  work  they  did   for  us  any  further  please  don’t  hesitate  to  contact  me.    My  cell  is  239  340-­‐1323.         Thank  you  very  much.       Sincerely,             David  B.  Nitsche   President           16.D.5.e Packet Pg. 1674 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 16.D.5.ePacket Pg. 1675Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and Florida Floats, Inc. 1813 Dennis St. P. (904) 358-3362 dba Bellingham Marine Jacksonville, FL 32204 F. (904) 354-4818 www.bellingham-marine.com February 1, 2017 To whom it may concern: I am pleased to provide this letter of recommendation on behalf of Kelly Brothers, Inc., (KBI) for their outstanding work and integrity in the marine construction industry. Our companies have partnered on many prominent projects and work extremely well together, resulting in many satisfied and happy clients. We have had the pleasure to work with Kelly Brothers as a contractor and a vendor; Bellingham Marine both enjoys and highly values our professional relationship. Their staff are true professionals and take great pride in their work. KBI's outstanding achievements in the industry are possible as a direct consequence of their determination to succeed, professional approach, and their steadfast commitment to deliver a quality product. Customers, subcontractors, vendors and the public are treated with utmost respect and care. Each project poses unique challenges, Kelly Brothers meets each challenge with a positive attitude and overcomes adversity with creative solutions and hard work. Project are completed on time and within budget. Leveraging years of experience, KBI is able to value engineer a project and offer cost savings initiatives while not comprising on quality. Kelly Brothers has always done an exceptional job and comes highly recommended by Bellingham Marine. Thanks, Steve Ryder Steve Ryder, Manager of Project Development Bellingham Marine 16.D.5.e Packet Pg. 1676 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and TURRELL, HALL & ASSOCIATES, INC. MARINE & ENVIRONMENTAL CONSULTING 3584 Exchange Avenue ● Naples, Florida 34104-3732 ● 239-643-0166 ● Fax (239) 643-6632 ●tuna@THAnaples.com September 20, 2018 RE: Contractor Recommendation Kelly Brothers, Inc. 15775 Pine Ridge Road Fort Myers, FL 33908 To whom it may concern, Our firm has worked with Kelly Brothers Inc. for over 25 years on a variety of seawall, riprap, dredging, dock, boathouse and marina construction projects. They have the proper equipment and properly trained staff to tackle nearly every aspect of marine construction minimizing the chance for delays and complications experienced by smaller contractors. To back up their construction crews they have very experienced office staff that ensures contract conditions are followed, pay requests are submitted on time and proper permits are secured for all work. In the last 10 years I have personally worked with Kelly Brothers Inc. on projects that range from re-decking a multi-family docking facility to commercial marine construction and every job has been completed on budget with minimal punch list items needing to be addressed. Their job sites are kept clean which transfers to their workmanship and finish quality of their projects. We have recommended Kelly Brothers Inc. to many clients, developers and municipalities based on our experience with them and the long list of satisfied clients we both have together. I can assure you that they are one of the most qualified and competent contractors in southwest Florida and recommend them for consideration. If you have any questions regarding their past performance feel free to contact me at the number in the letterhead above. Regards, Joshua W. Maxwell, P.E./Chief Engineer Turrell, Hall & Associates, Inc. 16.D.5.e Packet Pg. 1677 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and Contact Sam Chavers Telephone (941) 955-9488 Fax (941) 955-8001 Email sam@marinajacks.com Website www.marinajacks.com February 1, 2017 Good Afternoon! Mr. Dane Kelly and Kelly Brothers Inc. has informed me of their intent and aspirations to provided marine construction services for your possible upcoming project. After our discussions, I felt compelled to reach out and explain our relationship with their company and emphasize the quality and timely work they have provided to our company over the years. Marina Jack has been in continuous business since 1968 and has utilized Kelly Bros. on 5 separate, large scale projects over the past two decades. Marina Jack is one of the busiest vessel locations on the West Coast of Florida and the #1 traffic generators in Sarasota. As a result, it was extremely important we had worked with a quality and proficient company at our facility. Furthermore, it was imperative, work was completed timely and the quality was second to none. Kelly Brother’s commitment to customer satisfaction, quality work, and on budget performance was proven at every level and every project. The result of our working together has been building one of the area’s premier marinas and recently garnered National Marina of the Year. We certainly consider their work as an integral part of this achievement! Overall, I don’t think you will find a better marine contractor on our coast I certainly highly recommend their work, team of qualified staff, and their attention to detail. Please don’t hesitate to give me a call or arrange a meeting if we can provide any further information! Best Regards, Sam Chavers Sam Chavers - Vice President of Marina Jack 16.D.5.e Packet Pg. 1678 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 16.D.5.ePacket Pg. 1679Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 16.D.5.e Packet Pg. 1680 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 16.D.5.e Packet Pg. 1681 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 3106 S. Horseshoe Drive, Naples, Florida 34104 *Phone (239) 643-2324 *Fax (239) 643-1143 *E-mail: info@cecifl.com SERVING COASTAL COMMUNITIES SINCE 1977 A CECI GROUP COMPANY October 5, 2018 RE: Reference for Kelly Brothers, Inc. To Whom It May Concern: I have worked with Kelly Brothers, Inc. (KBI) closely for many years on a variety of different types of projects including shoreline stabilization. We are currently working with KBI on the Ville de Marco West seawall replacement project on Marco Island. During this time, I have found them to be very competent in their undertakings and have demonstrated good communications, strong work ethics and have approached each project as team players. They take a personal pride in completing the project on time and on budget. They go above and beyond to satisfy the client and ensure a quality product. I am confident in recommending Kelly Brothers, Inc. as a contractor for your project. Feel free to contact me should you have any questions at 239-260-3776. Sincerely, COASTAL ENGINEERING CONSULTANTS, INC. Mark A. Kincaid, P.E. Vice President of Engineering J:\CEC Reference Request from Contractor\Reference for Kelly Brothers Inc_MAK_20181005.docx CECI Group Services Coastal and Marine Engineering Environmental and Geological Services Land and Marine Survey and Mapping Website: www.coastalengineering.com 16.D.5.e Packet Pg. 1682 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 16.D.5.e Packet Pg. 1683 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and PUNTA GORDA OFFICE: 201 WEST MARION AVENUE - SUITE 1306 | PUNTA GORDA | FL 33950 | TEL 941-505 -1700 | FAX 941-505 -1702 MARATHON OFFICE: 6805 OVERSEAS HIGHWAY | MARATHON | FL 33050 | TEL 305 -289-4161 | FAX 305 -289-416 2 KEY WEST OFFICE: 6630 FRONT STREET | KEY WEST | FL 33040 | TEL 305 -289-4161 | FAX 305 -289-4162 WE INVITE YOU TO VISIT OUR WEB SITE AT WWW.WEILERENGINEERING.ORG OR EMAIL US AT INFO@WEILERENGINEERING.ORG June 20, 2018 To whom it may concern, The Weiler Engineering Corporation worked with Kelly Brothers on the Harbor Heights Boat Ramp Replacement for Charlotte County completed in 2018. We would like to extend our sincere recommendation for Kelly Brothers Inc (KBI) on any future marine construction projects and also express our desire to work with them again. The boat ramp replacement included the removal and replacement of the complete boat ramp facility including the ADA compliant approach sidewalk and fixed docks. The KBI team went above and beyond at each step of the project, from unforeseen soil conditions to over anxious residents who very much wanted to use the ramp before completion. KBI crews kept the sight secure, clean and organized. The Weiler Engineering Corporation would like to express our confidence in Kelly Brothers and hope to be working with them ourselves in the near future. Please feel free to contact me if you would like to discuss further. Sincerely, The Weiler Engineering Corporation Mike Giardullo, P.E. Director of Civil Engineering 16.D.5.e Packet Pg. 1684 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 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 16.D.5.e Packet Pg. 1685 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and PRISCILLA TRACE * CHARLES B. SMITH * STEPHEN JONSSON * ROBIN DiSABATINO * VANESSA BAUGH * CAROL WHITMORE * BETSY BENAC District 1 District 2 District 3 District 4 District 5 District 6 District 7 Property Management Department Construction Services 1112 Manatee Avenue West, Ste. 802 Bradenton, FL 34205 Phone: (941) 749-3017 www.mymanatee.org June 19, 2017 Kelly Brothers, Inc. 15775 Pine Ridge Road Fort Myers, FL. 33908 To whom it may concern, Kelly Brothers, Inc. was selected as the Contractor for the Jiggs Landing Project located in Manatee County on the Braden River. The project consisted of rebuilding the existing boat ramp, kayak dock and expanding the parking area. As a member of the team, working with Kelly Brothers was a pleasure. They are professional and bring any issues to the forefront, so that we can resolve them quickly in order to keep on schedule and budget. The project came in as scheduled and under budget. The County was very pleased with the work that Kelly Brothers, Inc. did for the project. Sincerely, Michael DiPinto Michael DiPinto Project Manager-Construction Services Division Manatee County Government CC: Tom Yarger Charlie Bishop 16.D.5.e Packet Pg. 1686 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 16.D.5.e Packet Pg. 1687 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 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. 16.D.5.e Packet Pg. 1688 Attachment: Kelly_Brothers,_Inc._Response_to_Collier_Blvd._CR_951_Boating_Park_Boat_Ramp_Improvements (15730 : 951 Boat Ramp and 1 MULTI -CONTRACTOR AWARD AGREEMENT # 19-7624 for Marine Contractor Services THIS AGREEMENT, made and entered into on this � day of 2QN, by and between Kelly Brothers, Inc authorized to do business in the State of Florida, whose business address is 15775 Pine Ridge Rd. Fort Myers, Florida 33908 (the "Contractor") and Collier (.ounty, a political subdivision of the State of Florida, (the "County" or "Owner"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three (3 )year period, commencing ❑� upon the date of Board approval uI UH and terminating three ( 3 ) year(s) from that date or until all outstanding ❑ Purchase Order(s) ❑ Work Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of GI ❑■ Purchase Order ❑■ Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ ❑ ❑� Other: Invitation for Qualification (IFQ ) # 19J624 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. 0 The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. Pagel of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 I The procedure for obtaining Work under this Agreement is outlined in Exhibit A -Scope A Services attached hereto. 3.4 [W The -County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. 0 The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology in Section 4.1. ❑ Gefl#,aeter°s-��oted �Re� � h�Sod cnr_r�Ai+ -,e Schedu!^. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". �j� jtiilf�\ •II..i.l�w C� r 4.1 Price Methodology (as selected below): 0 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. Page 2 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 -AN - SWUM - e - mom IRA I a M AE 102 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. _ •zzsrai .. ELM WAK LAIM- -- -- Ma two 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 Co 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Kelly Brothers, Inc Address: 15775 Pine Ridge Rd Fort Myers, Florida 33908 Page 3 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 Authorized Agent: Dane Kelly, President Attention Name & Title: Telephone: (239) 482-7300 E-Mail(s): estimating@kellybros.net All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Damon Grant/ Barry Williams Division Name: Facilities Management/ Parks and Recreations Division Address: 3335E Tamiami Trail, Naples, FL 34112 (Facilities) 15000 Livingston Road, Naples, FL 34119 (Parks & Rec) Administrative Agent/PM: Bryan Vehovic, Project Manager Telephone: (239) 252-2627 E-Mail(s): Bryan.Vehovic@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE, The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue Page 4 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. 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 the 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. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows and page following: A. 0 Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. � Business Auto Liability:. Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. 0 Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. F, � SEE ATTACHED PAGE FOR ADDITIONAL COVERAGES AND LIMITS : $ per claim. Coverage shall have minimum limits of Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Page 5 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 CalHor County Solicitatton 194644 Insurance ! Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required, Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtalned online at haps:6apps. ndfc.com/bocexemni? 2. (C Employer's Liability $�1,000,000_ single limit per occurrence 3. ❑X Commercial General Bodily Injury and Property 1?amage Liability (Occurrence Form) patterned after the current $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. �) lndemnificatian To the maximum extent permitted by Florida law, the ContracEor/Vendorsball defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. � Automobile Liability $�1,000,000� Eaeh Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included b, � Other insurance as noted: ®Walererafi $ 1, 0 6 0 , 0 0 0 Per Occurrence ®United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicablc to the completion of the work. 5 1,000,000 Per Occurrence ® Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ 1,000,000 Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,004 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ® Pollution ❑ Professional Liability $ 1,000,000 Per Occurrence E [] Project Professional Liability Valuable Papers insurance [� Cyber Liability ❑ Technology Errors &Omissions Per claim & in the ttggregate ._Per Occurrence v $ Per Occurrence $ Per Occurrence $ Par Occurrence 7. � Bid bond Shall be submitted with proposal response in the form ofccrtificd funds, cashiers' check or an irrevocable letter ofcredit , a cash bond posted with the County Clerk, or proposal bond m a sum equal to ,3 of the cost proposal Ali checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation, 1D1312D19 3'oA AM ��� CAE_) Cai,ter County Shccttation 194624 8, ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed contract Bonds by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by n surety authorized to do business in the State of Florida and otherwise acceptable to Owner, provided, however, the surety shall be rated as "A " or better as to general policy holders rating; and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 100384 ® Vendor shall ensure that all aubm, ctors comply with the same insurance requirements that he is requtred to meet, The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. !0. ® Collier County must be named as "ADDITIONAL INSUIt)rD" on the Insurance Certificate for Commercial General Liability where required, This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. ! t. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Boars! of County Commissioners in Collier County, OR Collier County Government, OR Collier County, The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. � On all certificates, the Ccrtlficnte Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 t3, �j Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 9/25!14 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability maybe required within five (5) days of the award of this solicitation. The insurance subrnittcd must provide coverage for a nunimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name Date 12/0N Assured Fanners of Florida Aryan Ball 010�3'eiepnone Number o50-57244847 1aia�2o19 9:oa Any p` _:ts Cf1(� Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that Clll subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, director consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Faces Management Divison and Parks and Recreation Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑ Exhibit A Scope of Services, ❑ Exhibit B Goo fie, ❑ R€P-/ ❑ 4=TB/❑ Other Invitation for Qualification (IFQ) # 19-7624 , including Exhibits, Attachments and Addenda/Addendum, INI subsequent quotes and corresponding contract documents, 0 Exhibit C-1 Public Payment Bond, Exhibit C-2 Public Page 6 of 33 Multi -Contractor Award Agreement 2017,006 Ver.1 t✓Af) Performance Bond, � Exhibit D - Release and Affidavit Form, Lig Exhibit E — Form of Contract Application for Payment, 0 Exhibit F - Change Order, F Exhibit G - Certificate of Substantial Completion, F Exhibit H -Certificate of Final Completion, 0 Exhibit I - Warranty, and 0 Other Exhibit/Attachment: Federal Contract Provisions and Assurances 17. APPLICABILITY. Sections corresponding to any checked box (■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT. Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252=8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied Page 7 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 t'A O within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. 0 BONDS. A. When a construction project is in excess of $200,000, the Contractors) shall be required to provide Payment and Performance Bonds. B. When required by Owner, the Contractor shall furnish a Performance and/or Payment Bond prior to commencing performance, for the full amount of the Work, which shall act as a security guaranteeing the performance of the Contractor's work and the payment by the Contractor to any other party(ies) providing labor and/or materials in connection with each construction or renovation project performed by the Contractor. The bonds shall be furnished using the forms prescribed in Exhibit "C.1" and Exhibit "C-2". C. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business in the State of Florida, terminates or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the Owner's approval. 23. � LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Owner. Contractor shall commence the work within five (5) calendar days from the Commencement Date, No Work shall be performed at the Project site prior to the Commencement Date, Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Page 8 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 The Work shall be substantially completed within the time specified in the Request for Quotation/Scope of Work. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Owner when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within the time specified in the Request for Quotation/Scope of Work. Owner and Contractor recognize that since time is of the essence for any work under this Agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified in the Request for Quotation. Should Contractor fail to substantially complete the Work within the specified time period, Owner shall be entitled to assess as liquidated damages, but not as a penalty, the amount specified in the Request for Quotation/Scope of Work for each calendar day thereafter until substantial completion is achieved. The Project shall be deemed to be substantially completed on the date the Owner issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 24. � PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may request to receive Progress Payments. Subsequent to the first payment, Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit "D" as a condition precedent to release of each progress payment. All applications for payment, whether for full payment or a progress payment shall be in writing, and in substantially the form attached hereto as Exhibit "E." 25. PAYMENTS WITHHELD. Owner may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums Page 9 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 Ctt€3 due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other Agreement between Contractor and Owner. 26, SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 210 0 CONTRACT TIME AND TIME EXTENSIONS. A. Time is of the essence in the performance %J any Work under this Agreement and Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's supplies and contractors. B. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of Government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. C. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 28. 0 CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County's Procurement Ordinance and Procurement Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit "F" to this Agreement, shall be issued and executed promptly after an Agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Page 10 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 29. 0 CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 30. STANDARDS OF CONDUCT: PROJECT MANAGER SUPERVISOR EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 31. � TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 32. � PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County 's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 33. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. Page 11 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 (CAC), If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 34. LW COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such designated portion) is substantially complete and request that Owner issue a Certificate of Substantial Completion. Within a reasonable time thereafter, Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner does not consider the Work (or designated portion) substantially complete, the Owner shall notify Contractor in writing giving the reasons therefor. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit G, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchlist of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portions thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punchlist. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, Owner shall promptly issue a Certificate of Final Completion, Exhibit H, recommending that on the basis of Owner's observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Final payment shall not become due and payable until Contractor submits: A. The Release and Affidavit in the form attached as Exhibit "D." B. Consent of Surety (if applicable) to final payment. C. If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. D. The warranty in the form attached as Exhibit "I". Owner reserves the right to inspect the Work and make an independent determination as to the acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment shall. not become due and payable. 35. 01 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally Page 12 of 33 Multi -Contractor Award Agreement 2017,006 Ver.1 accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents 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 Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. 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. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 36. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 37. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 39. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 40. ❑ Page 13 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 �=ACD AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. � ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 42. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 43. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier Page 14 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 44. ] SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property, Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County 's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 15 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 IN WITNESS WHEREOF, the parties hereto, by an Agreement on the date and year first written above. ATTEST: Crystal K. Kin, el, Clerk of Court & Comptroller ff Dated: (SEALpItfP�t as In`,4naii signai V Conly.. ontractor's Itnesses: Contractor's 5econa vvitness TType/print witness nameT as to Fcy� and Legality: County Atto authorized person or agent, have executed this BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Burt L. Saunders ,Chairman Kelly Brothers, Inc. Contractor Page 16 of 33 Muitl-Contractor Award Agreement 2017.00 Ver,1, `'/IAO following this page (pages ❑ this exhibit is not applicable Exhibit A Scope of Services through 5 ) Page 17 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 IFQ# 194624 "Marine Contracting Services" EXIIIBIT A SCOPE OF SERVICES The Marine Contractor 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 will provide 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 l00% 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 Contractor/s 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. The Marine Contractor's responsibilities may include, (these are not intended to represent the entire contractor portfolio, but rather, a sample of the various responsibilities that a 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 permits 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; Pagel of 5 cat) C • Channel structural pile driving; • Installation of channel markers; • Artificial reef deployments; The Marine Contractor(S) agree to Lite 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 hansferred 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 (l5%) 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 Lite awarded Marine Contractor: For Regularly Scheduled Work: • A summary of work will be offered to all Contractors under contract with anticipated completion schedules, price methodology, and may identify liquidated damages (if required). • The Contractor will respond with a quote as 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 Division. • The Contractor will respond by providing fixed price, lump sum quotes for thework. • Contractor may not commence without the issuance of a purchase order and Notice to Proceed. • The work will be given to the Contractor with the lowest responsive lump sum quote. Page 2 of 5 �A 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 $200,000.003 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 Contractor shall submit to the County, 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 County , 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. For disaster 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. If FEMA related, the Contractor will be required to comply with the terms and conditions in the \Federal Contract Provisions and Assurances(i.e. Lump Sum Only), attached and made part of this Agreement, and will be defined within the work assignment issued by the County, as applicable. 3. Equipment Inventory: The Contractors) shall, Her 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 Contractors) 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. Violations 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. Page 3 of 5 r,+;� 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 Contractor 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 the cleanup of any such incidents. 5. High -Security Environments: The Contractors) 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 111 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 correct it promptly after receipt of written notice from the County. 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. Page 4 of 5 C�`� 10. Clean-up: The Contractor(s) shall be responsible for removing all debris 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. Use of Subcontractors: Contractors on any service -related project, including construction, must be qualified and directly responsible for 100% or more of the solicitation amount for said work. 12. County Right to Inspect: The County or its authorized Agent shall have the right to inspect the Contractor's facilities/project site during and after each work assignment the Contractor is performing. ❑ following this page (pages � this exhibit is not applicable Exhibit B Fee Schedule through ) Page 18 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 Exhibit C-'I ❑ this exhibit is not applicable KNOW ALL MEN BY THESE PRESENTS: That Principal, and (Business Address) to as Oblige in the sum of ($ ) for the payment whereof we bind ourselves, our representatives, successors and assigns, jointly and severally. Bond No. Contract No. as as Surety, located at are held and firmly bound heirs, executors, personal WHEREAS, Principal has entered into a contract dated as of the _day of 20_ with Oblige for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined supplying Principal with labor, materials or supplies, used prosecution of the work provided for in the contract, then this force. in Section 255.05(1), Florida Statutes, directly or indirectly by Principal in the bond is void; otherwise it remains in full Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect sureties' obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.0592, In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. body. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20_, the name of under -signed representative, pursuant to authority of its governing Page 19 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF _ COUNTY OF PRINCIPAL: Name: Its: The foregoing instrument was acknowledged before me notarization, this of 20 , by _ Of a He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) ATTEST: Witness as to Surety by means of ❑physical presence or ❑online as corporation, on behalf of the corporation. (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) BE Page 20 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 Witnesses STATE OF _ COUNTY OF The foregoing notarization, this — As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) (Telephone Number) instrument was acknowledged before me by means of ❑physical presence or ❑online of 20 , by , as of , a He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) corporation, on behalf of the corporation. (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 21 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 f-AE 3 ❑ this exhibit is not applicable EXHIBIT C-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Surety, located at (Business Address) are held and f irmly bound to as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _day of 20 , with Oblige for in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Oblige any and all losses, damages, costs and attorneys' fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. Page 22 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255,05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Oblige. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20_, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of : PRINCIPAL: Witnesses as to Principal STATE OF _ COUNTY OF The foregoing notarization, this _ By: _ Name: Its: instrument was acknowledged before me by means of ❑physical presence or ❑online of 20 by . as of , a He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) corporation, on behalf of the corporation. (Signature of Notary Public -State of Florida) Mn* (Legibly Printed) Notary Public, State of Commission No.: Page 23 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20111111111111111111111111111, by , as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 24 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable EXHIBIT D RELEASE AND AFFIDAVIT FORM COUNTY OF ( ) STATE OF ( ) Before me, the undersigned authority, personally appeared being duly sworn, deposes and says: who after (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated , 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. Witness Witness STATE OF COUNTY OF CONTRACTOR BY: ITS: DATE: The foregoing instrument was acknowledged before notarization, this of 20 , by of a He/she is personally known to me OR has produced _ as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) [Corporate Seal] me by means of ❑physical presence or ❑online . as NAME: corporation, on behalf of the corporation. (Signature of Notary Public -State of Florida) (Legibly Printed) Notary Public, State of Commissioner No.: Page 25 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable EXHIBIT E FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) FROM: RE: Original Contract Time: Revised Contract Time: Bid No. Project No. Application Date ;Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) Retainage @ 10% thru[insert date] Retainage @ _% after [insert date] Percent Work completed to Date: Percent Contract Time completed to Date Liquidated Damages to be Accrued $. Name) Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name &Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional DATE: (DP's Name) (Signature) (Type Name &Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: Page 26 of 33 (Signature) (Type Name and Title) Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable ❑ Contract Modification EXHIBIT F CHANGE ORDER ❑ Work Order Modification Contract #: II Change M Purchase Order IF: Contractor/Firm Name: �— Project Manager Name:— Original Contract/Work Order Amount Current BCC Approved Amount Current Contract/Work Order Amount Dollar Amount of this Change Rev!sed Contract/Work Order Total Cumulative Changes Pro ject Name: Department: #DIV/0! 0.00 #DIV/0! 0.00 #DIV/0! Project #: `.Original BCC Approval Date; Agenda Item # Last BCC Approval Date; Agenda Item # SAP Contract Expiration Date (Master) Total Change from Original Amount Change from Current BCC Approved Amount Chanoe from Current Amount Completion Date, Description of the Tasks) Change, and Rationale for the Change Notice to Proceed �� Date # of Days Added Original Last Approved Revised Date Completion Date �� Date Includes this change) Select Tasks ❑Add new task(s) ❑Delete task(s) ❑Change task(s) ❑Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested changes) to the tasks) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Date: Prepared by: (Project Manager Name and Division) Acceptance of this Change Order shall constitute a modification to contract /work order identified above and will be subject to all the same terms and conditions as contained in the contract /work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor /Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Date: Accepted by: (Contractor /Vendor /Consultant /Design Professional and Name of Firm, if project applicable) Approved by: (Design Professional and Name of Firm, if project applicable) Approved by: (Procurement Professional Date: Date: Page 27 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable OWNER'S Project No. PROJECT: CONTRACTOR Contract For _ Contract Date EXHIBIT G CERTIFICATE OF SUBSTANTIAL COMPLETION ENGINEER'S Project No. This Cercate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. Page 28 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACT OR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on By: Design Professional Type Name and Title 20 CONTRACTOR accepts this Certificate of Substantial Completion on 20_ CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on 20_ OWNER By: Type Name and Title Page 29 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date EXHIBIT H CERTIFICATE OF FINAL COMPLETION ENGINEER'S Project No. This Certificate of Final completion applies to all Work under the Contract documents. To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION The warranty in Exhibit I is attached to and made a part of this Certificate: Page 30 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ��tirJF� Executed by Design Professional on By: Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on 20 By: CONTRACTOR Type Name and Title OWNER accepts this Certificate of Final Completion on 20 OWNER By: Type Name and Title Page 31 of 33 20_ Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable EXHIBIT I WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR Attest: Page 32 of 33 Multi -Award Agreement 2017.006 Ver.l Other Exhibit/Attachment description: Federal Contract Provisions and Assurances 9 0 following this page (pages through ) ❑ this exhibit is not applicable Page 33 of 33 Multi -Award Agreement 2017.006 Ver.l EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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 (1) 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 (M) 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: 0 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards 0 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 is requirements and regulations pertaining to reporting. It is important that the contractor 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. DMS Seal, Logo, and Flags: The contractor shall not use the DH5 seal(s), logos, crests, or reproductions of flags or likenesses of DM5 agency officials without specific FEMA pre- approval. No Obligation by Federal Government; The Federal Government is not a party to this contract and not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining o 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.1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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 S10,000); (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 (lii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, httos:i/www eDa oov1 11,1comprehensive-procurement ouideline cpct rp oaram Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 G.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 Q9� , (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 1- 2 F_xRioiT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Dividing total requirements, when economical{y 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)t Except as otherwise provided under 41 C.F.R. Part 601 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: The contractor wil{ not discriminate against any employee or applicant for employmeni because of race, color, religion, sex, sexual orientation, gender Identity, or national origin. The co" tracior 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. I!. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all quaed applicants will reactive consideration far employmen# 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. V. 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 1.3 EXHIBIT 1 FEDERAL_ CONTRACT PROVISIONS AND ASSURANCES 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. Vile 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 II igation to protect the interests of the United States, Contract Work Hours and Safety Standards Act (40 U.S.C. 3701.3709) (over $100,400): 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 partof 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 ible therefor shall be set forth in paragraph (1) of this section the contractor and any subcontractor respons 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 - 4 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (4) Subcontracts, The contractor or subcontractor shall insert in any subcontracts the clauses setforth 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 Legai Remedies (over 5150,000): Unless otherwise provided in this contract, all claims, counterclaims, 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. AAct and Federal Water Pollution Control Act: (over 5154,Q0Q) (1}The contractor agrees to Clean ir 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. exrsiaiT I - s EXf-iIB1T I FEDERAL. CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (11) the subcontractor is bound by all applicable state and federal laws and regulations, and (ill) the subcontractor shall hold the Department and 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, The recipient shall document in the quarterly report the subcontractor's progress In performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288,703, Fla. Stat. On behalf of my Firm, I acknowledge, the grant requirements identified in this document. VendorlContractor Name KeAy Brothers, Inc. Date 12/93/20I9 Authorized Signature vane xeuy, rresraenG EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub -recipient, CoAier County, certifes, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR Dane and Tide 15775 Pine Ridge Road Fort Mvers, FL 33908 0$5714871 12103/2019 Date Sub -Recipient Name: Collier County Board of County Commissioners DEM Contract Number: Z0001 FEMA Project Number. 4337DRFLPOQt�Ot)01 EXHIBIT I - 7 CA��} EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COCUER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT YA be toft4d, Unvtrdabio statuses wiR require the PRIME to taper proivde a revised statement or provide source documentation that vaFidates e A. PRIME VENDORJCONTItACTOR INFCIRMitTIfJN PRIME NAME PRIME MD NUMBER CONTRACTDOLU'R AMODUT Kelly Brothers, Inc. 59-2069592 tSTHEPRthtEAfilMDArt=FJEDDISAOVAITfAGED, v tSTHEACTNI YOfTHISCONTRACT t*"'ORiTYORYtOMWBUsiNESSEt(fERPRiSE? DBE? Y N OpNSTAtICTtpfi? 4! ri (DIIWABENBE)ORHAVE ASMALL OISAOVANTAGED MBE? Y N COfisULTATiON? Y N BURN ESs &A CERTIFICATION FROM THE SMALL BUSINESS ADiuilfltWVRATIONT ASERVICEDISABLEOVETERAIP W5E? Y N OTHER? Y Ti SDB BA? Y is THIS SUaMISStON A REVISION? Y If YES, REVISION NUI IBER . _.. It I I.. _.. ,. . . _ 1 .. . B. IF PRIME HAS SUBCONT1 CTOR OR SUPPLIER WHO IS A DLS"VANTAGED MINOEt " WOMEN OWNED,SMXt BUSINESS CONCERN ORSEWCE DISABLED VETERAN, PRIME IS TO COMPLP THIS NEXTSECTION DBE tJljWBE SUBCONTRACTOR OR SUPPUESI ITMCFWORKORI ETHNKTTY OODE suampvL" PERCEM OF CONTRA" crr7sunu NAME 'ii�CiALTY (seeBe{ow} pOUA"aAMOUMM DOLLARS C. 5EGTlON TO BE COMPIk?Ep Blf PRIME tlENDORJCONTRACTOR NAME OF SUBM17MIR DATE TREE OF sUBMITTER Dane Kelly 12/03/2019 Preisdent �siimauil L�KCu uLV�.LLGI G 7-Y [.- v Nt7TE: This infornution is used to track and report antitipated pBk� br MBE partitipadoti:in ftderalty•fundtd contracts< The antidPated DBE or thBE amount Is volunury and will not bectxne part of the r Votr CVWIl tenns. This form must Su at Larne of resprxtse to a Salk tation. If and when awarded a County carnnct, the prime yr ll be asked to update the information for the grant comPiartce files. ..... _............ io. £IHf+�SI.1Y. CORE= tslickAtrilrinn BA Nis anK AAmerican ttA .� Native Arnerkan NA Subcont, Asian Ankrican SAA Asian RatificAn>crrtan AAA Hon -Minority Women NMW Otfieritat'bf bditi Misted D. SECTION TO"BE COMPLETED, BY COWER COUNTY ...,. A.... MII uAIee rrn tffR COIITRALTMRFB/R►T o�OOlREW_ GRAM PROGRAM CONTRACT DATE EXH 181T I - S EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION !To be submitted with each bid or offer exceeding $100,0001 The undersigned [Contractor} certifies, to the best of his or her knowledge, that: 1, No Federal appropriated funds have been paid or will be paid, by or on behal# of the undersigned, is any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to Influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress In connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying; in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering Into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who faits to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 3i U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. e and Title of Iz�os1zara Date EXHIBIT I - 9 0000'aI. l A� C!' KELLRRO-01 CERTIFICATE OF LIABILITY INSURANCE aATE jMMiDD/YYYY1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. 3 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(les) 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 andorsoment a . — Assuradpartners of Florida Tampa Pp Ne FA ; 813) 465-7939 Fluc Ne :t813I 983-2958 4600 West Cypress street W550 kell .kersting assuredpartners.com Tampa, FL 33607 INSURERS AFFORDING COVERAGE NAIL # INSURER A: Atlantic SPeclaBY Insurance Com anV 27154 INSURED INSURER 0Mavi ators Insurance Co 42307 Kelly Brothers, Inca INSURER C: National Casual Company 11991 16775 Pine Ridge Rd. INSURER D :Atlantic Specialty Ins. Co. 27154 Fort Myers, FL 33908 INSURER E : INSURER F ------_-_ _ -- owlclnN NUMBER: INI COVERAGES THIS INDICATED. CERTIFICATE EXCLUSIONS CERTiFIGA 1S TO CERTIFY THAT THE POLICIES NOTWITHSTANDING ANY REQUIREMENT, MAY BE ISSUED OR MAY AND CONDITIONS OF SUCH POLICIES, SURANCE OF PERTAIN, ADDLSUBR l b INSURANCE roumedmrc: LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAY HAVE BEEN REDUCED POLICYNUMBER ISSUED TO CONTRACT THE POLICIES BY PAID POLICY EFF ^-•'-""- THE INSURED OR OTHER DESCRIBED CLAIMS. POLICY EXP 10111202D "--'--- NAMED ABOVE FOR THE DOCUMENT WITH RESPECT HEREIN IS SUBJECT TO LIMITS POLICY PERIOD TO WHICH THIS ALL THE TERMS, EACH OCCURRENCE 1,000,000 3 LIABILITY rGOMME;RCIALGENERALLIABILITY E 7X OCCUR X BSJH26203 10/1i2019 DAMAGE TO RENTED 2500000 ;_MED EXP one anon S 5,000 PERSONAL&ADVINJURY S 1,000,000 GENERAL AGGREGATE $,000,000 B APPLIES PER: POUCY 7 j LOC PRODUCTS -COMP/OP AGG 2,000,000 $ POLLUTION S 11000,000 A B OTHER: AUTOMOBILE LIABILITY X ANY AUTO OVINEb SCHEDULED AUTOS ONLY AUUTNOSSyyNEp AUTOS ONLY At1TOS S UMBRELLA UAB X OCCUR X EXCEg3LU1B CLAIMS -MADE X 630235800005 NY19LIA15079701 1011/2019 101112019 101112020 1011/2020 COMBINED SINGLE LIMIT S 1,o00,000 BODILY INJURY Par person)S BODILY INJURY Paracddent S ROPER MAGI: Pera m S EACH OCCURRENCE S S 5,000,000 AGGREGATE S 5,000,ODO C A D NIA tXCSIG36019901 H26203 BSJH26204 10/1/2019 1011/2019 10/1/2019 10/112020 1011/2020 101112020 X I PER OTH- S DED RETENTION$ WORKERS COMPENSATION AND EMPLDYERs•LIaBILrTY ANY �PREOR1PMREIETORIPARTNERIEXECUTIVE YINE-L aER EXCLUDED? � It ae�descdba under DESCRIPTION F OPERATIONS below Leased &RentedlI P&I EACH ACCIDENT 1300,0,000 SpFFICERJMFin E.L DISEASE - EA EMPLOYE 3 1,000,000 E.L DISEASE -POLICY LIMIT Deductible $5000 Combined BI&PD S1,000,000 11000,000 11000/000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101 Additional RemaNu Schedule, may be attached R rncn space Is required) General Liability is Marine General Liability form. Umbrella is Bumbershoot form extending over MGL, P&I, Auto and Employers Liabiitty. RE Marine General Liability certificate holder is additional Insured with waiver of subrogation regarding work performed by the named Insured and only to the extent required by written contract Bumbershoot follows form USL&H - Signal Mutual indemnity policy# 51400 101112019-101112020 MEL • Underwriters at Lloyds policy# F10M1M16140419 10/1/2019-101112020 -this policy satifies the "Jones Act" requirement SEE ATTACHED ACORD 101 Collier County Beard of County Commksslonets 3227Tamiami Trail East Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POUCiES BE CANCELLED BEFORE THE t.XP1RATiON DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUiHORREDREPRESENTATIVE ACORD 25 (2016103) s .�....-...... � n..nn nnoonoATinU Ali rinhlc rasa,veA The ACORD name and logo are registered marks of ACORD Endorsement # I To be attached and made part of Policy No. BSJH26203 Of Atlantic Specialty Insurance Company Insuring KELLY BROTHERS, INC. Effective: 10/01 /2019 CG 25 t)3 t)3 97 DESIGNATED CONSTRUCTION PROJECTS) GENERAL AGGREGATE LIMIT Thie endorsement modifies insurance providedunder the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated ConstructionProjects: BLANKET (If no entry appears above, information required to comptete this endorsement will be shown in the Declarations as applicable to This endorsement.) A. For all sums which the insured becomes IegalIy obligated to pay as damages caused by +occurrences' under COVERAGEA(SECTION 1), and forall medical expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construc- tion project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declara- tions. 2, The Designated Construction Project General Ag- gregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of+bodily injury' or±property damage' in- cluded in the +products -completed operations hazard', and for medical expenses under COVERAGE C regardless of the number of a. Insureds, b. Claims made or+suits' brought; or a, Persons ororganizationsmalcingclaims orbring- ing±suits'. 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Designated Construction Project GeneralAggregate Limit forthatdesignatedconstruc- don project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construc- tion Project General Aggregate Limit for any other designated construction project shown in the Scheduleabove. 4. The limits shown in the Declarations for Each Occur- rence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Desig- nated Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by ±occurrences' under COVERAGEA (SECTION 1), and forallmedical expenses caused by accidents under COVERAGE C (SECTION 1), which cannot be attributed only to ongoing operations at a single designated construction project shown in the Scheduleabove0 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Opera- tions AggregateLimit, whichever is applicable; and 2. Suchpayments shall not reduce anyDesignated Con- struction Project General Aggregate Limit. C. When coverage for liability arising out of the +products - completed operations hazard' is provided, any payments for damages because of ±bodily injury' or +property damageincluded in the±products-completed operations hazard' will reduce the Products-Complcted Operations Aggregate Limit, and not reduce the General Aggregate Vggrenorg e 1e pesignated Construction Project General D. rut If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION Ill) not otherwise modified by this endorsement shall continue to apply as stipulated. IMU Vo to 0107 ENDORSEMENT TO SECTION I COVERAGE PARTS Is 11 & III ADDITIONAL INSURED AND WAIVER OF SUBROGATION (BLANKET) In consideration of the premium at which this policy is issued, and subject to the terms and conditions of the policy, it Is agreed that: 1. Section V, General Conditions — Paragraph I -- Who Is An Insured — of the policy Is amended to Include any person or organization that you are obligated by an "Insured contract" to include as Additional Insureds, but only with respect to liability arising out of "your work" and only with respect to coverage provided under Section I, Coverage Parts I, II and III of the policy. 2. it is further agreed that we waive any right of recovery we may have against any such Additional Insured because of payments we make for "bodily Injury" or "property damage" arising out of "your work" for that Additional insured, but only to the extent of your obligation under the "insured contract". Includes copyrlghled motorlai of lneurence 6ervlces Otltcee, Mc., whit Hs permisefon. Copyright 2i1gg, OneBoacon Insurence Oraup.