Agenda 12/10/2024 Item #16C8 (Award invitation to Bid No. 24-8266 "NRO Wells 117N and 119N Improvements" to Douglas N. Higgins, Inc.,in the amount of $2,562,533, approve an Owner's Allowance of $150,000)12/10/2024
Item # 16.C.8
ID# 2024-1997
Executive Summary
Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County
Water-Sewer District (CCWSD), award Invitation to Bid No. 24-8266, “NRO Wells 117N and 119N Improvements” to
Douglas N. Higgins, Inc., in the amount of $2,562,533, approve an Owner’s Allowance of $150,000, and authorize the
Chairman to sign the attached Agreement. (Project Number 70085).
OBJECTIVE: To construct well infrastructure at North Reverse Osmosis Wells 117N and 119N, which will provide
additional raw water reliability at the North County Regional Water Treatment Plant (“NCRWTP”).
CONSIDERATIONS: The NCRWTP utilizes two groundwater wellfields in the production of potable water. The
North Reverse Osmosis (“NRO”) wellfield supplies brackish raw water to the NCRWTP reverse osmosis process with a
maximum finished potable water production capability of eight million gallons per day (“MGD”). The NRO wellfield
contains 24 wells. The NRO wellfield also contains four partially completed wells, including NRO Well 117N and
119N, which were drilled and cased in 2005 for future use.
The scope of the NRO Wells 117N and 119N Improvements Project includes installing a wellhead at each well site
complete with piping, electrical, and instrumentation, along with a canopy at Well 119N to protect the electrical
equipment. The existing wells will be flushed and chlorinated per Florida Department of Environmental Protection
requirements.
The proposed scope of work under Project No. 70085, “Wellfield Technical Support Projects” (the “Project”) is
consistent with the FY 2025 Budget approved by the Board on September 19, 2024, and with the Infrastructure and
Asset Management element of the Collier County Strategic Plan objectives.
On June 7, 2024, the Procurement Services Division issued Invitation to Bid No. 24-8266, NRO Wells 117N and 119N
Improvements. The County advertised the bid for a total of forty-five (45) days, and received two bids by the July 22,
2024, deadline as summarized below.
Company Name City County State Amount Responsive/
Responsible
Douglas N. Higgins, Inc., Naples Collier FL $2,562,533 Yes/Yes
Quality Enterprises USA,
Inc.,
Naples Collier FL $2,851,233 Yes/Yes
Staff reviewed both bids received and found them responsive and responsible as shown below. Douglas N Higgins, Inc.,
(“Higgins”) submitted a bid with a mobilization-demobilization cost that exceeded 10% of the total bid amount, which
staff determined to be a minor irregularity based on an obvious correctable mathematical calculation, which was
corrected. Staff determined that Higgins is the lowest responsive and responsible bidder.
The County’s engineering consultant, CDM Smith, Inc., evaluated the bids and determined that Higgins met all the
qualifications required for the Project and submitted the lowest, responsive, and responsible bid. Douglas N. Higgins’
bid is approximately 3% above CDM Smith’s $2,482,600 opinion of probable cost for the work.
In addition to the total bid amount, staff allocated $150,000 as an Owner’s Allowance to address potential unforeseen
site conditions that might be encountered during construction, which will be included in the Purchase Order. Use of the
allowance will be only as directed by the County, if necessary, with proper supporting documentation to be submitted by
the contractor for any additional work that is authorized and actually performed.
Douglas N. Higgins, Inc., is a Michigan corporation formed in 1966, and has been authorized to transact business in
Florida since 1973. Higgins is currently one of the approved contractors on the County’s annual Agreement No. 20-
7800 for underground contractor services and has performed work on many County Public Utilities projects.
Therefore, County staff recommends that the Board award Douglas N. Higgins, Inc., Bid No. 24-8266, and approve the
Page 6398 of 10663
12/10/2024
Item # 16.C.8
ID# 2024-1997
attached Agreement in the amount of $2,562,533, along with an Owner’s Allowance in the amount of $150,000.
FISCAL IMPACT: The source of funding is Water User Fees Capital Project Fund (4012), Project No. 70085. The
project is expected to be completed in 2025.
GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the
adequacy and availability of viable public facilities and to remain in compliance with all regulatory programs.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board
approval. —SRT
RECOMMENDATIONS: Recommendation that the Board of County Commissioners, as ex-officio the Governing
Board of the Collier County Water-Sewer District, award Invitation to Bid No. 24-8266, “NRO Wells 117N and 119N
Improvements” to Douglas N. Higgins, Inc., in the amount of $2,562,533, approve an Owner’s Allowance of $150,000,
and authorize the Chairman to sign the attached Agreement. (Project Number 70085).
PREPARED BY: Alicia Abbott, Project Manager III, Public Utilities Engineering and Project Management Division
ATTACHMENTS:
1. 24-8266 Bid Tabulation - Revised
2. 24-8266_NORA
3. 24-8266 DELORA
4. 24-8266 COI in Compliance_DNHiggins
5. 24-8266_VendorSigned_DNHiggins
Page 6399 of 10663
Project Manager: Alicia Abbott
Procurement Strategist: Becca Zimmerman
Notifications Sent: 1,958
Viewed:972
Bids Received: 2
Item No.Description Quantity Unit Unit Price Total Unit Price Total Unit Price Total
1
Mobilization-Demobilization (not to exceed 10% of the
total bid amount)1 LS 256,253.00$ 256,253.00$ 256,618.00$ 256,618.00$ 200,000$ 200,000.00$
Subtotal 256,253.00$ Subtotal 256,618.00$ Subtotal 200,000.00$
2 Structural Supports 1 LS 9,000.00$ 9,000.00$ 8,200.00$ 8,200.00$ 8,000$ 8,000.00$
3 Misc. Electrical 1 LS 149,000.00$ 149,000.00$ 540,000.00$ 540,000.00$ 360,000$ 360,000.00$
4 Instrumentation & Controls 1 LS 290,000.00$ 290,000.00$ 315,000.00$ 315,000.00$ 170,000$ 170,000.00$
5 Pump and Motor 1 LS 149,000.00$ 149,000.00$ 80,074.00$ 80,074.00$ 230,000$ 230,000.00$
6 Misc. Piping 1 LS 222,000.00$ 222,000.00$ 112,000.00$ 112,000.00$ 145,000$ 145,000.00$
Subtotal 819,000.00$ Subtotal 1,055,274.00$ Subtotal 913,000.00$
7 Misc. Structural 1 LS 9,000.00$ 9,000.00$ 40,000.00$ 40,000.00$ 105,000$ 105,000.00$
8 Misc. Electrical 1 LS 172,000.00$ 172,000.00$ 540,000.00$ 540,000.00$ 360,000$ 360,000.00$
9 Instrumentation & Controls 1 LS 290,000.00$ 290,000.00$ 315,000.00$ 315,000.00$ 170,000$ 170,000.00$
10 Pump and Motor 1 LS 149,000.00$ 149,000.00$ 80,556.00$ 80,556.00$ 275,000$ 275,000.00$
11 Misc. Piping 1 LS 262,000.00$ 262,000.00$ 133,000.00$ 133,000.00$ 200,000$ 200,000.00$
12 Site Civil 1 LS 154,000.00$ 154,000.00$ 98,500.00$ 98,500.00$ 40,000$ 40,000.00$
Subtotal 1,036,000$ Subtotal 1,207,056$ Subtotal 1,150,000$
13
13-1 Perform pre-treatment downhole video survey.2 EA 11,000.00$ 22,000.00$ 6,055.00$ 12,110.00$ 5,000$ 10,000.00$
13-2
Install temporary test pump and perform pre-treatment
step-drawdown test.2 EA 27,000.00$ 54,000.00$ 11,000.00$ 22,000.00$ 8,000$ 16,000.00$
13-3
Install required temporary wellhead, isolation packer,
and tubing. Treat each well using 6,000 gallons of HCL as
specified.2 EA 110,000.00$ 220,000.00$ 90,835.00$ 181,670.00$ 70,000$ 140,000.00$
13-4 Conduct airlift surge development for 16 hours per well.32 Hours 770.00$ 24,640.00$ 606.00$ 19,392.00$ 300$ 9,600.00$
13-5
Install temporary test pump and perform post-treatment
high-rate pump development for 16 hours per well.
Perform sand content, turbidity and silt density index
testing during pump development.32 Hours 770.00$ 24,640.00$ 968.00$ 30,976.00$ 500$ 16,000.00$
Bid Tabulation 24-8266 NRO Wells 117N and 119N Improvements
Douglas N. Higgins, Inc. Quality Enterprises USA, Inc.Engineer's Estimate
Well 117 and Well 119 Conditioning
Well Conditioning (reference WSA, Inc. Specification Section)
General
Well 117 Improvements
Well 119 Improvements
Page 6400 of 10663
Project Manager: Alicia Abbott
Procurement Strategist: Becca Zimmerman
Notifications Sent: 1,958
Viewed:972
Bids Received: 2
13-6 Conduct post-treatment step-drawdown test.2 EA 33,000.00$ 66,000.00$ 9,690.00$ 19,380.00$ 4,000$ 8,000.00$
13-7
Collect water samples and provide analysis results for
primary and secondary drinking water standards.2 EA 11,000.00$ 22,000.00$ 8,478.00$ 16,956.00$ 4,000$ 8,000.00$
13-8 Disinfect well as specified.2 EA 6,000.00$ 12,000.00$ 8,478.00$ 16,956.00$ 5,000$ 10,000.00$
13-9 Clean and restore site 1 LS 6,000.00$ 6,000.00$ 12,835.00$ 12,835.00$ 2,000$ 2,000.00$
Subtotal 451,280.00$ Subtotal 332,275.00$ Subtotal 219,600.00$
TOTAL Bid Amount 2,562,533.00$ 2,851,223.00$ 2,482,600.00$
Opened By: Becca Zimmerman
Witnessed By: Rita Iglesias
Date: 7/22/2024 3:00 PM
* Staff has allocated $150,000 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions
and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance.
Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change.
Yes/No
Yes
Yes/No
Bid Schedule Yes
Douglas N Higgins, Inc. Quality Enterprises USA, Inc.
Yes
Yes
Yes
Immigration Affidavit Certification (Form 11)Yes
Yes
Yes
Conflict of Interest Affidavit (Form 9)Yes
Vendor Declaration Statement (Form 10)Yes
Bid Response Form (Form 1)Yes
Contractors Key Personnel Assigned to Project - (Form 2)Yes
Material Manufacturers (Form 3)
Yes License Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes SunBiz Yes
Yes
W-9 Yes
Trench Safety Act Acknowledgement (Form 6)Yes
Bid Bond (Form 7)Yes
Insurance and Bonding Requirements (Form 8)Yes
Addendums (1-3)
E-Verify Yes
Yes
List of Major Subcontractors (Form 4)Yes
Statement of Experience of Bidder (Form 5)Yes
Page 6401 of 10663
Notice of Recommended Award
Solicitation: 24-8266 Title: NRO Wells 117N and 119N Improvements
Due Date and Time: July 22, 2024, at 3:00 PM
Respondents:
Company Name City County State Total Bid Responsive/Responsible
Douglas N Higgins, Inc Naples Collier FL $2,562,533.00 Y/Y
Quality Enterprises USA,
Inc.
Naples Collier FL $2,851,223.00 Y/Y
Utilized Local Vendor Preference: Yes No N/A
Recommended Vendor(s) For Award:
On June 7, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 24-8266,
NRO Wells 117N and 119N Improvements, to one thousand nine hundred and fifty-eight (1,958) vendors. The
bid was advertised for a total of forty-five (45) days. Nine hundred and seventy-two (972) vendors viewed the
bid package and the County received two (2) bids by the July 22, 2024, deadline.
Staff reviewed the bids received. Both bidders were deemed responsive and responsible as shown above.
Douglas N Higgins, Inc. originally submitted a bid with a mobilization-demobilization that exceeded 10% of the
total bid amount, which staff determined to be a minor irregularity and was corrected with the bidder. Staff
determined that Douglas N. Higgins, Inc is the lowest responsive and responsible bidder.
Staff recommends the contract be awarded to Douglas N. Higgins Inc., the lowest responsive and responsible
bidder, for a total bid amount of $2,562,533.00. In addition to the total bid amount, staff has allocated
$150,000.00 in Owner’s Allowance, for Owner’s use as directed.
Contract Driven Purchase Order Driven
Required Signatures
Project Manager:
Procurement Strategist:
Procurement Services Director:
__________________________________ _________________
Sandra Srnka Date
Docusign Envelope ID: DB1A026B-B20E-4E51-ABD9-189EFA362516
10/14/2024
10/14/2024
10/14/2024
Page 6402 of 10663
9160 Forum Corporate Parkway, Suite 230, Fort Myers, Florida 33905 | tel: 239 936-9600
October 2, 2024
Ms. Becca Zimmerman
Procurement Strategist 1
Collier County Procurement Services
3295 Tamiami Trail East
Naples, FL 34112-5361
Subject:Design Entity Letter of Recommended Award
24-8266 NRO Wells 117N and 119N Improvements
Dear Ms. Zimmerman:
Bids were received for the above-referenced project by Collier County on July 22, 2024. CDM Smith, Inc.
has completed our review of the bid documents provided by Procurement on September 9, 2024,
submitted by the lowest responsive bidder for this project and we are pleased to provide the following
award recommendation.
The scope of the NRO Wells 117N and 119N Improvements project includes installing a wellhead at each
well site complete with piping, electrical, and instrumentation along with a canopy at Well 119N to
protect the electrical equipment. The existing wells will also be flushed and chlorinated per Florida
Department of Environmental Protection requirements.
Collier County Procurement’s review of the bid tabulations determined that the apparent lowest and
responsive bidder is Douglas N. Higgins, Inc. with a bid of $2,562,533.00 and provided the Bid Schedule
to CDM Smith, Inc. for review. This bid is approximately 3% higher than the Engineer’s Opinion of
Probable Construction Cost (OPC) of $2,482,600.00. This variation reflects recent market changes for
this type of specialty work and the limited number of available bidders.
References were provided and the completed Vendor Reference Check Logs for each reference are
attached. Five of the project references provided by Douglas N. Higgins, Inc. were contacted by Mark J.
Sunyak, P.E. who determined the references contain sufficient relevant experience with similar projects
to demonstrate the required successful experience and performance to complete the project.
Douglas N. Higgins, Inc. is a local General Contractor with over thirty years of construction experience in
Southwest Florida. They are also one of the contractors on Collier County’s approved underground
utility contract to perform small projects and emergency repairs. Douglas N. Higgins, Inc. is currently
registered with the Florida Department of Business and Professional Regulation as a Certified General
Contractor.
Page 6403 of 10663
Design Entity Letter of Recommended Award
24-8266 NRO Wells 117N and 119N Improvements
Page 2
9160 Forum Corporate Parkway, Suite 320, Fort Myers, Florida 33905 | tel: 239 936-9600
The Engineer has worked successfully with Douglas N. Higgins, Inc., on several projects located in Collier
County. Based on that experience, the overall favorable performance reviews provided on the Vendor
Reference Logs and its licensing, it appears that Douglas N. Higgins, Inc. is a qualified firm to conduct the
requested work. Based on the above information, CDM Smith, Inc. recommends Douglas N.
Higgins, Inc. be awarded the NRO Wells 117N and 119N Improvements project in the amount of
$2,562,533.00.
Please note that the amount listed above does not include a $150,000 Owner’s Allowance that Collier
County has allocated for this project.
Should there be any questions, please feel free to contact our office.
Sincerely,
Mark J. Sunyak, P.E., PMP
Sr. Project Manager
CDM Smith Inc.
cc: Alicia Abbott, E.I., PMP, Project Manager III, Collier County Utilities
Page 6404 of 10663
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG
Solicitation No.: 24-8266 Reference Check by: Mark J. Sunyak, PE, PMP
Solicitation Title:
NRO Wells 117N and 119N
Improvements Date: 09/16/2024
Bidder’s Name: D.N. Higgins, Inc. Phone: 239-938-9604
Design Entity: CDM Smith, Inc.
REFERENCED PROJECT:
Project Name: Diesel Driven Bypass Pumps Project Location: Naples, FL
Project Description: Emergency bypass pump installation at seven pump stations.
Completion Date: April 2021 Contract Value: $961,604.55
Project Owner/Title: City of Naples
Owner’s Address:
1450 4th Avenue North
Naples, FL 34102 Phone: 239-213-4727
Owner’s Contact
Person: Mark Yerger E-Mail: MYARGER@NAPLESGOV.COM
1.
Was project completed timely and within budget? (If not, provide detail)
Completed on time, someone else handled the budget.
2.
Was the submittal/review process performed satisfactorily? (If not, provide detail)
Yes.
3.
Was the construction process performed satisfactorily? (If not, provide detail)
Yes.
4.
Did the process run smoothly? Were there any changes? Describe below.
Things went okay. No changes that I can recall.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
Yes.
6.
Any warranty issues since closeout? Were they responded to and performed satisfactorily?
There were no issues.
7.
Additional comments:
Page 6405 of 10663
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG
Solicitation No.: 24-8266 Reference Check by: Mark J. Sunyak, PE, PMP
Solicitation Title:
NRO Wells 117N and 119N
Improvements Date: 09/20/2024
Bidder’s Name: D.N. Higgins, Inc. Phone: 239-938-9604
Design Entity: CDM Smith, Inc.
REFERENCED PROJECT:
Project Name: Clarifier Rehab
Project
Location: Immokalee, FL
Project
Description: Demolition, piping, electrical and controls, structural concrete and equipment installation.
Completion Date: November 2020
Contract
Value: $2,799,780.04
Project
Owner/Title: Immokalee Water Sewer District
Owner’s Address:
1020 Sanitation Rd
Immokalee FL 34142 Phone: 239-658-3630
Owner’s Contact
Person:
Sarah
Catala E-Mail: SARAHCATALA@IMMOKALEEWATERSEWER.COM
1.
Was project completed timely and within budget? (If not, provide detail)
Yes.
2.
Was the submittal/review process performed satisfactorily? (If not, provide detail)
Yes.
3.
Was the construction process performed satisfactorily? (If not, provide detail)
Yes it was.
4.
Did the process run smoothly? Were there any changes? Describe below.
Overall the construction process ran smoothly. A few change orders at the owner’s request.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
Yes.
6.
Any warranty issues since closeout? Were they responded to and performed satisfactorily?
Yes, walkway settlement and the contractor responded quickly to repair.
7.
Additional comments:
Funded through USDA so there were additional requirements for pay applications and meetings that the
contractor performed well on.
Page 6406 of 10663
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG
Solicitation No.: 24-8266 Reference Check by: Mark J. Sunyak, PE, PMP
Solicitation Title:
NRO Wells 117N and 119N
Improvements Date: 09/20/2024
Bidder’s Name: D.N. Higgins, Inc. Phone: 239-938-9604
Design Entity: CDM Smith, Inc.
REFERENCED PROJECT:
Project Name: SCWRF PS 5 Project Location: Collier County, FL
Project Description: Site work, piping, electrical and instrumentation, manholes and sewer
Completion Date: November 2021 Contract Value: $1,500,794.38
Project Owner/Title: Collier County
Owner’s Address:
3339 Tamiami Trail
Naples FL 34112 Phone: 239-691-8684
Owner’s Contact
Person:
Wayne
Karlovich E-Mail: WAYNE.KARLOVICH@COLLIERCOUNTYFL.GOV
1.
Was project completed timely and within budget? (If not, provide detail)
Generally on time and budget. There were a few unforeseen conditions that needed to be addressed by the
contractor.
2.
Was the submittal/review process performed satisfactorily? (If not, provide detail)
Yes.
3.
Was the construction process performed satisfactorily? (If not, provide detail)
Yes.
4.
Did the process run smoothly? Were there any changes? Describe below.
Yes and there were some changes due to unforeseen conditions.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
Yes.
6.
Any warranty issues since closeout? Were they responded to and performed satisfactorily?
No warranty issues.
7.
Additional comments:
Page 6407 of 10663
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG
Solicitation No.: 24-8266 Reference Check by: Mark J. Sunyak, PE, PMP
Solicitation Title:
NRO Wells 117N and 119N
Improvements Date: 09/24/2024
Bidder’s Name: D.N. Higgins, Inc. Phone: 239-938-9604
Design Entity: CDM Smith, Inc.
REFERENCED PROJECT:
Project Name:
96th Avenue North
Public Utilities Renewal
Project
Location: Collier County, FL
Project Description: Underground piping installation for water, sewer, and storm sewer systems.
Completion Date: April 2021
Contract
Value: $4,729,539.92
Project Owner/Title: Collier County
Owner’s Address:
3339 Tamiami Trail
Naples FL 34112 Phone: 239-252-4218
Owner’s Contact
Person: Diana Dueri E-Mail: DIANA.DUERI@COLLIERCOUNTYFL.GOV
1.
Was project completed timely and within budget? (If not, provide detail)
Yes.
2.
Was the submittal/review process performed satisfactorily? (If not, provide detail)
Yes.
3.
Was the construction process performed satisfactorily? (If not, provide detail)
Yes.
4.
Did the process run smoothly? Were there any changes? Describe below.
No changes, ran smoothly.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
Yes.
6.
Any warranty issues since closeout? Were they responded to and performed satisfactorily?
Yes but taken care of during warranty period.
7.
Additional comments:
Page 6408 of 10663
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG
Solicitation No.: 24-8266 Reference Check by: Mark J. Sunyak, PE, PMP
Solicitation Title:
NRO Wells 117N and 119N
Improvements Date: 10/1/2024
Bidder’s Name: D.N. Higgins, Inc. Phone: 239-938-9604
Design Entity: CDM Smith, Inc.
REFERENCED PROJECT:
Project Name:
Contract 13, Canal Pump
Station Project Location: Cape Coral, FL
Project Description: 32 MGD Surface Water Pump Station
Completion Date: November 2020 Contract Value: $6,591,980.06
Project Owner/Title: City of Cape Coral
Owner’s Address:
P.O. Box 150027
Cape Coral, FL 33901 Phone: 239-574-0730
Owner’s Contact
Person: Tom McLean E-Mail: tmclean@CAPECORAL.GOV
1.
Was project completed timely and within budget? (If not, provide detail)
The construction contract was not completed timely. The project required change orders to complete.
2.
Was the submittal/review process performed satisfactorily? (If not, provide detail)
Yes. Submittal review was thorough and performed satisfactorily.
3.
Was the construction process performed satisfactorily? (If not, provide detail)
Yes. The construction work was completed satisfactorily with some minor warranty issues. The process was
delayed and ended in arbitration/mediation.
4.
Did the process run smoothly? Were there any changes? Describe below.
For the most part the process ran smoothly. There were design issues with the HVAC cooling system that
posed lingering issues that had to be addressed during and after construction. There were a few other minor
O&M related issues that had to be addressed post completion. The process was smooth, however the project
was delayed.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
For the most part yes. There were a few warranty items that were not addressed.
6.
Any warranty issues since closeout? Were they responded to and performed satisfactorily?
Yes. The HVAC system had to be modified with respect to operation to make it function properly. There are
work quality issues with minor items such as the backwash filter piping that have not been addressed.
Page 6409 of 10663
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
7. Additional comments:
The project ran into delays and ended up in arbitration with the contractor. There are a few warranty items
that were not addressed, and the warranty period has expired. The canal pump station is a well designed,
fully functional facility and the issues noted are minor and do not affect the day to day operation of the
facility.
Page 6410 of 10663
Page 6411 of 10663
Page 6412 of 10663
Page 6413 of 10663
Page 6414 of 10663
Page 6415 of 10663
Page 6416 of 10663
Page 6417 of 10663
Page 6418 of 10663
Page 6419 of 10663
Page 6420 of 10663
Page 6421 of 10663
Page 6422 of 10663
Page 6423 of 10663
Page 6424 of 10663
Page 6425 of 10663
Page 6426 of 10663
Page 6427 of 10663
Page 6428 of 10663
Page 6429 of 10663
Page 6430 of 10663
Page 6431 of 10663
Page 6432 of 10663
Page 6433 of 10663
Page 6434 of 10663
Page 6435 of 10663
Page 6436 of 10663
Page 6437 of 10663
Page 6438 of 10663
Page 6439 of 10663
Page 6440 of 10663
Page 6441 of 10663
Page 6442 of 10663
Page 6443 of 10663
Page 6444 of 10663
Page 6445 of 10663
Page 6446 of 10663
Page 6447 of 10663
Page 6448 of 10663
Page 6449 of 10663
Page 6450 of 10663
Page 6451 of 10663
Page 6452 of 10663
Page 6453 of 10663
Page 6454 of 10663
Page 6455 of 10663
Page 6456 of 10663
Page 6457 of 10663
Page 6458 of 10663
Page 6459 of 10663
Page 6460 of 10663
Page 6461 of 10663
Page 6462 of 10663
Page 6463 of 10663
Page 6464 of 10663
Page 6465 of 10663
Page 6466 of 10663
Page 6467 of 10663
Page 6468 of 10663
Page 6469 of 10663
Page 6470 of 10663
Page 6471 of 10663
Page 6472 of 10663
Page 6473 of 10663
Page 6474 of 10663
Page 6475 of 10663
Page 6476 of 10663
Page 6477 of 10663
Page 6478 of 10663
Page 6479 of 10663
Page 6480 of 10663
Page 6481 of 10663
Page 6482 of 10663
Page 6483 of 10663
Page 6484 of 10663
Page 6485 of 10663
Page 6486 of 10663
Page 6487 of 10663
Page 6488 of 10663
Page 6489 of 10663
Page 6490 of 10663
Page 6491 of 10663
Page 6492 of 10663
Page 6493 of 10663
Page 6494 of 10663
Page 6495 of 10663
Page 6496 of 10663
Page 6497 of 10663
Page 6498 of 10663
Page 6499 of 10663
Page 6500 of 10663
Page 6501 of 10663
Page 6502 of 10663
Page 6503 of 10663
Page 6504 of 10663
Page 6505 of 10663
Page 6506 of 10663
Page 6507 of 10663
Page 6508 of 10663
Page 6509 of 10663
Page 6510 of 10663
Page 6511 of 10663
Page 6512 of 10663
Page 6513 of 10663
Page 6514 of 10663
Page 6515 of 10663
Page 6516 of 10663
Page 6517 of 10663
Page 6518 of 10663
Page 6519 of 10663
Page 6520 of 10663
Page 6521 of 10663
Page 6522 of 10663
Page 6523 of 10663
Page 6524 of 10663
Page 6525 of 10663
Page 6526 of 10663
Page 6527 of 10663
Page 6528 of 10663
Page 6529 of 10663
Page 6530 of 10663
Page 6531 of 10663
Page 6532 of 10663
Page 6533 of 10663
Page 6534 of 10663
Page 6535 of 10663
Page 6536 of 10663
Page 6537 of 10663
Page 6538 of 10663
Page 6539 of 10663
Page 6540 of 10663
Page 6541 of 10663