Loading...
Agenda 04/08/2025 Item #16C2 (Awarding ITB for Contract #24-8264R for the Golden Gate City Water Treatment Plant Demolition to REIM COmpanies, LLC)4/8/2025 Item # 16.C.2 ID# 2025-787 Executive Summary Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County Water-Sewer District, award Invitation to Bid (“ITB”) No. 24-8264R, “Golden Gate City Water Treatment Plant Demolition,” to REMI Companies, LLC, in the amount of $759,250.00, approve an Owner’s Allowance of $75,000.00, approve the necessary Budget Amendment, and authorize the Chairman to sign the attached Agreement. (Project Number 70263) OBJECTIVE: To demolish aging water treatment structures at the Golden Gate City Water Treatment Plant due to the water plant being decommissioned. CONSIDERATIONS: The Collier County Water Sewer District ("CCWSD") has established GIS-based integrated Enterprise Asset Management ("EAM") where assets are routinely evaluated and conditions in the field updated by Operations Divisions and, when appropriate, they are listed under the Capital Improvements Plan ("CIP") for Engineering and Project Management to implement the soonest possible. CCWSD EAM drives the priorities for investment in our Critical Infrastructure where replacements, re-hab, and repairs are planned and implemented prior to a failure (Cat Red-F and Red-E) that would result in Utility Service outages and negative customer service impact. The Engineering and Project Management Division of the Public Utilities Department has completed QA/QC and programmed this project. On February 27, 2018, the Board approved closing on the acquisition of the Real and Personal Property constituting the Golden Gate City Water Treatment Plant (the “Golden Gate Treatment Plant”), which was then owned by FGUA, to provide water and wastewater services in Golden Gate City. Following the acquisition of the Golden Gate Treatment Plant, the CCWSD began interconnecting the CCWSD’s existing regional water system and the water system serving the Golden Gate community, which now enables the CCWSD to decommission the Golden Gate Treatment Plant. This project provides for the demolition of specific existing water treatment plant buildings and associated infrastructure. The remaining site, structures, and infrastructure will be retained to support future CCWSD utility infrastructure, including but not limited to an irrigation quality pump station network to enhance and expand IQ water to the surrounding area. On October 7, 2024, the Procurement Services Division issued ITB No. 24-8264R, seeking construction services for the Golden Gate Treatment Plant demolition project. The County received four bids by the November 21, 2024, deadline as summarized below: Company Name City County State Amount Responsive/ Responsible REMI Companies, LLC Englewood Sarasota FL $759,250 Yes/Yes D.H. Griffin Wrecking Company, Inc. Greensboro Guilford NC $781,738 Yes/Yes RJ Engineering Construction Corp. West Palm Beach Palm Beach FL $954,000 Yes/Yes R&R Demolition & Recycling, LLC Plant City Hillsborough FL $498,968 No/Yes Staff reviewed the four bids and determined that three bidders were responsive and responsible, with REMI Companies, LLC (“REMI”) as the lowest, responsive, and responsible bidder. Staff found R&R Demolition & Recycling, LLC non- responsive for failing to submit all required bid documents. Staff recommends that the attached Agreement be awarded to REMI in its low bid amount of $759,250. In addition to the total bid amount, staff has allocated an Owner’s Allowance of $75,000 for 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 Page 2216 of 5277 4/8/2025 Item # 16.C.2 ID# 2025-787 performed. The County’s engineering consultant, Carollo Engineers, Inc., evaluated the bids and determined that REMI met all the qualifications for the project and submitted the lowest, responsive, and responsible base bid. REMI’s bid is approximately 5% below Carollo’s $800,000 opinion of probable cost for the work. REMI has provided services in Florida since 2022 and has performed work for other Florida municipalities. Therefore, staff recommends that the Board award REMI Companies, LLC, the attached Agreement in the amount of $759,250.00, and approve the Owner’s Allowance in the amount of $75,000. This item is consistent with the Infrastructure and Asset Management element of the Collier County Strategic Plan objectives. FISCAL IMPACT: Funding in the total amount of $759,250 is needed for the Golden Gate City Water Treatment Plant Demolition project (Project No. 70263). A budget amendment in the total amount of $234,000 is required to reallocate available funding within the Water User Fee Capital Fund (4012), from Project No. 71063 to Project No. 70263. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. 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 ITB No. 24-8264R, “Golden Gate City Water Treatment Plant Demolition,” to REMI Companies, LLC, in the amount of $759,250.00, approve an Owner’s Allowance of $75,000.00, approve the necessary Budget Amendment, and authorize the Chairman to sign the attached Agreement. (Project Number 70263) PREPARED BY: Tom Sivert, P.E., Project Manager III Licensed, Public Utilities Engineering and Project Management Division ATTACHMENTS: 1. 24-8264R VendorSigned_Remi 2. 24-8264R - NORA 3. 24-8264R COI in Compliance Packet_Remi 4. 24-8264R - Bid Tabulation 5. 24-8264R - DELORA 6. Copy of BA - CIP 4012-70263 Page 2217 of 5277 Page 2218 of 5277 Page 2219 of 5277 Page 2220 of 5277 Page 2221 of 5277 Page 2222 of 5277 Page 2223 of 5277 Page 2224 of 5277 Page 2225 of 5277 Page 2226 of 5277 Page 2227 of 5277 Page 2228 of 5277 Page 2229 of 5277 Page 2230 of 5277 Page 2231 of 5277 Page 2232 of 5277 Page 2233 of 5277 Page 2234 of 5277 Page 2235 of 5277 Page 2236 of 5277 Page 2237 of 5277 Page 2238 of 5277 Page 2239 of 5277 Page 2240 of 5277 Page 2241 of 5277 Page 2242 of 5277 Page 2243 of 5277 Page 2244 of 5277 Page 2245 of 5277 Page 2246 of 5277 Page 2247 of 5277 Page 2248 of 5277 Page 2249 of 5277 Page 2250 of 5277 Page 2251 of 5277 Page 2252 of 5277 Page 2253 of 5277 Page 2254 of 5277 Page 2255 of 5277 Page 2256 of 5277 Page 2257 of 5277 Page 2258 of 5277 Page 2259 of 5277 Page 2260 of 5277 Page 2261 of 5277 Page 2262 of 5277 Page 2263 of 5277 Page 2264 of 5277 Page 2265 of 5277 Page 2266 of 5277 Page 2267 of 5277 Page 2268 of 5277 Page 2269 of 5277 Page 2270 of 5277 24-8264R1001223955 REMI Companies, LLC American Contractors Indemnity Company 801 S. Figueroa St, Suite 700, Los Angeles, CA 90017 Eight Hundred Thirty Four Thousand, Two Hundred Fifty and 00/100 Dollars 834,250.00 Golden Gate City Water Treatment Plant Demolition 11th February 25 Page 2271 of 5277 Page 2272 of 5277 Page 2273 of 5277 Page 2274 of 5277 24-8264R1001223955 REMI Companies, LLC American Contractors Indemnity Company 801 S. Figueroa St, Suite 700, Los Angeles, CA 90017 834,250.00 Eight Hundred Thirty Four Thousand, Two Hundred Fifty and 00/100 Dollars 11th February 25 Page 2275 of 5277 Page 2276 of 5277 Page 2277 of 5277 Page 2278 of 5277 Page 2279 of 5277 Page 2280 of 5277 Page 2281 of 5277 Page 2282 of 5277 Page 2283 of 5277 Page 2284 of 5277 Page 2285 of 5277 Page 2286 of 5277 Page 2287 of 5277 Page 2288 of 5277 Page 2289 of 5277 Page 2290 of 5277 Page 2291 of 5277 Page 2292 of 5277 Page 2293 of 5277 Page 2294 of 5277 Page 2295 of 5277 Page 2296 of 5277 Page 2297 of 5277 Page 2298 of 5277 Page 2299 of 5277 Page 2300 of 5277 Page 2301 of 5277 Page 2302 of 5277 Page 2303 of 5277 Page 2304 of 5277 Page 2305 of 5277 Page 2306 of 5277 Page 2307 of 5277 Page 2308 of 5277 Page 2309 of 5277 Page 2310 of 5277 Page 2311 of 5277 Page 2312 of 5277 Page 2313 of 5277 Page 2314 of 5277 Page 2315 of 5277 Page 2316 of 5277 Page 2317 of 5277 Page 2318 of 5277 Page 2319 of 5277 Page 2320 of 5277 Page 2321 of 5277 Page 2322 of 5277 Page 2323 of 5277 Page 2324 of 5277 Page 2325 of 5277 Page 2326 of 5277 Page 2327 of 5277 Page 2328 of 5277 Page 2329 of 5277 Page 2330 of 5277 Page 2331 of 5277 Page 2332 of 5277 Page 2333 of 5277 Page 2334 of 5277 Page 2335 of 5277 Page 2336 of 5277 Page 2337 of 5277 Page 2338 of 5277 Page 2339 of 5277 Page 2340 of 5277 Page 2341 of 5277 Page 2342 of 5277 Page 2343 of 5277 Page 2344 of 5277 Notice of Recommended Award Solicitation: 24-8264R Title: Golden Gate City Water Treatment Demolition Due Date and Time: November 21, 2024, at 3:00pm Respondents: Company Name City County State Bid Total Responsive/Responsible Remi Companies, LLC Englewood Sarasota FL $759,250.00 Y/Y D.H. Griffin Wrecking Company, Inc. Greensboro Guilford NC $781,738.00 Y/Y RJ Engineering Construction Corp West Palm Beach Palm Beach FL $954,000.00 Y/Y R&R Demolition & Recycling Plant City Hillsborough FL $498,968.00 N/Y Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On October 7, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 24- 8264R, Golden Gate City Water Treatment Plant Demolition, to two thousand six hundred and nine (2,609) vendors. The bid was advertised for a total of forty-five (45) days. Nine hundred and thirty-seven (937) vendors viewed the bid package, and the County received four (4) bids by the November 21, 2024, deadline. Staff reviewed the bids received. Three (3) bidders were deemed responsive and responsible as shown above. R&R Demolition & Recycling was deemed non-responsive due to submitting an incomplete bid package. Staff determined that Remi Companies, LLC is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to Remi Companies, LLC, the lowest responsive and responsible bidder, for a total bid amount of $759,250.00. In addition to the total bid amount, staff has allocated $75,000.00 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: DE190469-8EE0-40C5-B3DE-4C04402D627B 1/14/2025 1/14/2025 1/14/2025 Page 2345 of 5277 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 2346 of 5277 Collier County Florida Insurance and Bonding Requirements 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 obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000__ single limit per occurrence 3.Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000__single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor 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, 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__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $__________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $__________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ 1,000,000 Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence Page 2347 of 5277 7.Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All 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. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract 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 a 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 10038. 9.Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "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 Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board 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 Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. 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. GG – 4/18/24 ______________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required within five (5) days of notification of recommended award of this solicitation. Page 2348 of 5277 Page 2349 of 5277 1/14/2025Project Manager: Tom SivertProcurement Strategist: Becca ZimmermanNotifications Sent: 2,609Packages Viewed: 937Bids Received: 4Deemed Non-responsiveREMI Companies, LLCD.H. Griffin Wrecking Company, Inc. RJ Engineering Construction CorpR&R Demolition & Recycling, LLCEngineer's EstimateItem No.DESCRIPTION UNIT QTY UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE1 Mobilization/Demobilization LS 1 75,000.00$ 47,736.00$ 80,000.00$ 24,948.40$ 40,000.00$ 2 Hazardous Materials RemovalLS 1 95,000.00$ 220,000.00$ 520,000.00$ 116,040.00$ 135,000.00$ 3 Facility DemolitionLS 1 439,250.00$ 285,983.00$ 98,000.00$ 165,425.20$ 500,000.00$ 4 Grading and RestorationLS 1 25,000.00$ 15,432.00$ 60,000.00$ 45,000.00$ 75,000.00$ 5Ground Storage Tank Yard Demolition and AbandonmentLS 1 125,000.00$ 212,587.00$ 196,000.00$ 147,554.40$ 50,000.00$ Total Bid Amount759,250.00$ 781,738.00$ 954,000.00$ 498,968.00$ 800,000.00$ REMI Companies, LLC D.H. Griffin Wrecking Company, Inc. RJ Engineering Construction CorpR&R Demolition & Recycling, LLCYES/NO YES/NO YES/NO YES/NOYes Yes Yes YesYes Yes Yes YesYes Yes Yes NoYes Yes Yes YesYes Yes Yes YesYes Yes Yes NoYes Yes Yes YesYes Yes Yes NoYes Yes Yes YesYes Yes Yes YesYes *No Yes NoYes Yes Yes YesYes Yes *No No*Yes Yes Yes YesYes Yes Yes YesYes Yes Yes YesYes Yes Yes Yes*Minor irregularities Opened By: Becca ZimmermanWitnessed by: Rita Iglesias Date: November 21, 2024 at 3:00PM  Bid Schedule Bid Response Form (Form 1)REQUIRED FORMS AND DOCUMENTS List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5) Contractors Key Personnel Assigned to Project - (Form 2) Material Manufacturers (Form 3) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Addendums (2) E-Verify Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) License W-9 SunBiz* Staff has allocated $75,000.00 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.Golden Gate City Water Treatment Plant DemolitionConstruction ITB 24-8264RProject Number: 70263.1Bid Tabulation Page 1 of 1Page 2350 of 5277 301 North Cattlemen Road, Suite 302 Sarasota, Florida 34232 P 941-371-9832 carollo.com 201341 / OpinionofBidAcceptability_Golden Gate Demolition_DELORA.docx January 9, 2025 Thomas Sivert, P.E. Collier County Government, Public Utilities Engineering & Project Management 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject: Golden Gate City WTP Demolition Opinion of Bid Acceptability Dear Mr. Sivert: The purpose of this letter is to provide Collier County (County) with an opinion of bid acceptability for the above referenced project. The bids for the project were received electronically on November 21, 2024 by the County. A total of four bids were received, with bid amounts ranging from $498,968 to $954,000. The apparent low bidder was R&R Demolition & Recycling, LLC with a bid amount of $498,968 but was deemed non-responsive by the County. Therefore, the next apparent low bidder was REMI Companies, LLC with a bid amount of $759,250. The scope of the project includes the demolition of the Golden Gate Water Treatment Plant (GGWTP) including but not limited to the following structures: above ground infrastructure for wells 1, 2A, 3, 4, 5, 8, 10, and 11, west lime softening reactor, west filters, injection points 1 and 2, backwash holding basin, filter backwash tank, east lime softening reactor and structure, east sludge storage tanks, lime silo and slaker building, membrane filtration building, fluoride building, chemical storage tanks and building, chlorine building, diesel fuel storage tank, high service pumps 1 through 4, submersible pump station, sulfuric acid storage tank, sulfuric acid containment basin, and RO membrane filtration building. The work also includes excavation and isolation of the existing 0.5 mgd ground storage tank influent and effluent piping, removal and disposal of equipment located within the existing RO membrane building, and repair and reconstruction of existing improvements affected by the work. The Engineer’s Opinion of Probable Construction (OPCC) cost for this project was $800,000. When comparing the low bidder's total bid amount to the Engineer’s OPCC, the low bid was approximately 5.1% below the Engineer’s OPCC. According to recommended practice for estimate classification published by the Association for the Advancement of Cost Engineering (AACEI), the expected accuracy range for this Engineer’s OPCC is within +15% or -5%. This means that bids can be expected to fall within a range of 15% over the Engineer’s OPCC to 5% under that estimate. The apparent low bid received fell marginally outside this accuracy range by 0.1%, which is considered to be consistent with the range. References were provided and reviewed per the experience qualifications included in the solicitation. The reference information was interpreted to meet the specified requirement. Page 2351 of 5277 Thomas Sivert, P.E. Collier County Government, Public Utilities Engineering & Project Management January 9, 2025 Page 2 The County requested Carollo Engineers, Inc. (Carollo) to evaluate the low bid and provide an opinion of bid acceptability. As noted above and based on all other bidding requirements having been met, Carollo recommends awarding the construction contract for the Golden Gate City WTP Demolition project to REMI Companies LLC in the amount of $759,250. Sincerely, CAROLLO ENGINEERS, INC. Chris T. Reinbold, P.E. cc: Bob Cushing, Carollo Page 2352 of 5277 Tab 2 - Appendix H2 –DELORA Vendor Reference Check Log VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8264R Reference Check by: Blake Harvey Solicitation Title: Golden Gate City Water Treatment Plant Demolition Date: 12/19/2024 Bidder’s Name: Rich Magnuson – 941-830-0782 Phone: 239-220-9587 Design Entity: REMI Companies LLC REFERENCED PROJECT: Project Name: Demo & Rehabilitate Cabins St Croix Scenic Natl. Water Way Project Location: Rush City, MN Project Description: Demo structures and restore to natural surroundings. Includes utility disconnect, asbestos removal, and well and septic abandonment. Completion Date: 08/30/2024 Contract Value: $77,250 Project Owner/Title: Nation Park Service Owner’s Address: 401 N Hamilton St, St Croix Falls, WI Phone: 715-483-2274 Owner’s Contact Person: Chris Romportl E-Mail: Chris_romportl@nps.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. Yes. 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. 7. Additional comments: REMI Companies performed a very good job with the project. Page 2353 of 5277 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8264R Reference Check by: Blake Harvey Solicitation Title: Golden Gate City Water Treatment Plant Demolition Date: 01/08/2025 Bidder’s Name: Rich Magnuson – 941-830-0782 Phone: 239-220-9587 Design Entity: REMI Companies LLC REFERENCED PROJECT: Project Name: Water Treatment Plant Tertiary Repairs, Shenandoah Nat Pk Project Location: Luray, VA Skyland Project Description: Demo, and rebuild existing water tanks Completion Date: 04/2024 Contract Value: $567,225 Project Owner/Title: National Park Service Owner’s Address: 3655 US-211, Luray, VA 22835 Phone: 207-719-5721 Owner’s Contact Person: Caitlin Hale E-Mail: Caitlin_hale@nps.gov 1. Was project completed timely and within budget? (If not, provide detail) Yes, the project was completed timely with minimal modification requirements and within budget. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes, submittals process was smooth. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes, no significant issues. Construction quality was acceptable and IAW the Specifications. 4. Did the process run smoothly? Were there any changes? Describe below. Yes. Occasional modifications were required; directly related to in-scope and necessary changes as a result of either unforeseen sight conditions or changing government needs. 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: The project was executed satisfactorily and within what is reasonably considered to be “successful” when working construction projects of a similar type/nature. Page 2354 of 5277 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8264R Reference Check by: Blake Harvey Solicitation Title: Golden Gate City Water Treatment Plant Demolition Date: 01/08/2025 Bidder’s Name: Rich Magnuson – 941-830-0782 Phone: 239-220-9587 Design Entity: REMI Companies LLC REFERENCED PROJECT: Project Name: Water Treatment Plant Tertiary Repairs, Shenandoah Nat Pk Project Location: Luray, VA Skyland Project Description: Demo, and rebuild existing water tanks Completion Date: 04/2024 Contract Value: $462,004 Project Owner/Title: National Park Service Owner’s Address: 3655 US-211, Luray, VA 22835 Phone: 207-719-5721 Owner’s Contact Person: Caitlin Hale E-Mail: Caitlin_hale@nps.gov 1. Was project completed timely and within budget? (If not, provide detail) Yes, the project was completed timely with minimal modification requirements and within budget. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes, submittals process was smooth. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes, no significant issues. Construction quality was acceptable and IAW the Specifications. 4. Did the process run smoothly? Were there any changes? Describe below. Yes. Occasional modifications were required; directly related to in-scope and necessary changes as a result of either unforeseen sight conditions or changing government needs. 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: The project was executed satisfactorily and within what is reasonably considered to be “successful” when working construction projects of a similar type/nature. Page 2355 of 5277 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8264R Reference Check by: Blake Harvey Solicitation Title: Golden Gate City Water Treatment Plant Demolition Date: 01/02/2025 Bidder’s Name: Rich Magnuson – 941-830-0782 Phone: 239-220-9587 Design Entity: REMI Companies LLC REFERENCED PROJECT: Project Name: Demo & Removal of Structures at Cape Fear Lock and Dam #2 Project Location: Elizabethtown, NC Project Description: Demo structures and restore site Completion Date: 04/2022 Contract Value: <$100,000 Project Owner/Title: U.S. Army Corps of Engineers Owner’s Address: 69 Darlington Ave, Wilmington, NC 28403 Phone: 910-813-5900 Owner’s Contact Person: Virgil Ray E-Mail: Virgil.l.ray@usace.army.mil 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 – this was a demolition project and it was completed satisfactorily. 4. Did the process run smoothly? Were there any changes? Describe below. Yes. 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. 7. Additional comments: The job mentioned was completed in a VERY professional and timely manner. I highly recommend REMI. Page 2356 of 5277 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8264R Reference Check by: Blake Harvey Solicitation Title: Golden Gate City Water Treatment Plant Demolition Date: 12/20/2024 Bidder’s Name: Rich Magnuson – 941-830-0782 Phone: 239-220-9587 Design Entity: REMI Companies LLC REFERENCED PROJECT: Project Name: Camp LeJuene Steam Plant Demo Project Location: Camp LeJuene, NC Project Description: Demo structures and restore site Completion Date: 11/2020 Contract Value: $250,000 Project Owner/Title: Department of Defense – Navy Owner’s Address: 1515 Holocomb Blvd, Camp LeJeune, NC 28542 Phone: 218-391-2862 Owner’s Contact Person: Fred Paine E-Mail: Fredpaine1@aol.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. 4. Did the process run smoothly? Were there any changes? Describe below. Yes. There were some discoveries of foundations tied into other buildings, and tight working spaces. They were able to effectively handle the changes without issues. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes. The Contractor has to come back and re-sod some spots that weren’t growing grass, but that handled that with no issues. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No. 7. Additional comments: They were a great contractor to work with and they are a great group of people. Page 2357 of 5277