Loading...
Agenda 10/10/2017 Item #16C110/10/2017 EXECUTIVE SUMMARY Recommendation to approve a $336,562.45 work order under Request for Quotation 14-6213-104 to Quality Enterprises USA, Inc., under Project Number 70198, “MPS 302 Diesel Bypass Piping;” and authorize the necessary budget amendment. OBJECTIVE: To add a permanent diesel bypass pump, associated piping modifications, and isolation valves at Master Pump Station (MPS) 302. These upgrades will allow for improved wet well and valve maintenance activities and also reduce the risk of a wastewater overflow. CONSIDERATIONS: The proposed scope of work under Project No. 70198, “MPS 302 Diesel Bypass,” is consistent with the Capital Improvement Program (CIP) contained in the 2017 Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water Master Plan/CIP Plan approved by the Board of County Commissioners (Board) on November 10, 2015, as Agenda Item 9C, Appendix III of the 2015 AUIR/CIE. The proposed MPS 302 Diesel Bypass Project is located at the northwest corner of Rattlesnake-Hammock Road and Santa Barbara Boulevard. The project consists of two new above grade isolation valves (20” and 30”), the replacement of an inoperable below grade 20” plug valve, and the installation of a permanent 18” diesel bypass pump. The diesel pump is sou nd attenuated to minimize neighborhood impact. The proposed valves and piping will allow for isolation of either side of the wet well pump discharge manifold that will allow the east or west wet well to be taken out of service for cleaning and maintenance without critically reducing the capacity of the pump station. The diesel bypass pump will provide the additional pumping capacity to allow Wastewater Operations to shut down one side of the wet well while maintaining normal flow. In the event of a power outage, the diesel pump will provide additional reliability to the existing diesel generators located at this site. Staff posted Request for Quotation 14-6213-104, “MPS 302 Diesel Bypass” on July 31, 2017 (Attachment 3), and distributed it to all vendors on the Fixed-Term Underground Utilities Contract 14- 6213 via the county’s electronic bid process. Of the six vendors notified, two submitted quotations by the deadline. The quotations received on August 16, 2017, are summarized in the below table as well as in Attachments 1 & 2: VENDOR QUOTE Quality Enterprises USA, Inc. $336,562.45 Mitchell & Stark Construction Company, Inc. $904,250.00 No quotes were received from Southwest Utility, D.N. Higgins, Kyle Construction or Haskins. The quote specifications informed the respondents there may be unforeseen conditions associated with the project. The quote amount incorporates an owner-directed project allowance of $30,000 for unanticipated costs including, but not limited to, un-located utilities and unforeseen site conditions. Use of the allowance must be approved by Collier County prior to the execution of the work. All work must be billed on a time-and-material basis. Additionally, an electrical and control allowance of $10,000 is incorporated to furnish and install all electrical and control improvements. County staff determined the lowest bid to be fair and reasonable and recommends awarding the project to Quality Enterprises USA, Inc., the lowest responsive and qualified vendor. The bid received was 20 10/10/2017 percent higher than the engineer’s cost opinion. In its recommendation letter, dated August 24, 2017 (Attachment 4), the design professional, Grady-Minor, Inc., recommends awarding the project to Quality Enterprises USA, Inc., who has a satisfactory performance and warranty record on previous, similar, utility-related projects. FISCAL IMPACT: The source of funding is Wastewater User Fees, Fund (414). The project is expected to be completed in spring 2018. This project is primarily for maintenance purposes; therefore, operating costs are not expected to change. A budget amendment is required from Project 70050, Fund 414 in the amount of $336,562.45. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT 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. RECOMMENDATION: To approve a $336,562.45 work order under Request for Quotation 14-6213- 104 to Quality Enterprises USA, Inc.; to approve the necessary budget amendment to transfer funds in the amount of $336,562.45 from Master Pump Station Technical Support Project 70050 to MPS Diesel Bypass Piping, Project 70198; and, authorize the Chair to sign the attached Work Order (Attachment 5). Prepared By: Michael P. Stevens, P.E., Senior Project Manager, Engineering and Project Management ATTACHMENT(S) 1. Attachment 1 - Quote Tabulation RFQ 14-6213-104 (PDF) 2. Attachment 2 - EPMD Quote Analysis - RFQ 14-6213-104 (PDF) 3. Attachment 3 - RFQ 14-6213-104 (PDF) 4. Attachment 4 - Award Recommendation - RFQ 14-6213-104 (PDF) 5. Attachment 5 - Work Order RFQ 14-6213-104 (PDF) 10/10/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.1 Doc ID: 3764 Item Summary: Recommendation to approve a $336,562.45 work order under Request for Quotation 14-6213-104 to Quality Enterprises USA, Inc., under Project Number 70198, “MPS 302 Diesel Bypass Piping;” and authorize the necessary budget amendment. Meeting Date: 10/10/2017 Prepared by: Title: – Public Utilities Planning and Project Management Name: Michael Stevens 09/15/2017 4:24 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 09/15/2017 4:24 PM Approved By: Review: Wastewater Steve Nagy Additional Reviewer Completed 09/15/2017 4:47 PM Procurement Services Sandra Herrera Additional Reviewer Completed 09/18/2017 10:33 AM Wastewater Steve Messner Additional Reviewer Completed 09/18/2017 12:55 PM Procurement Services Kristofer Lopez Additional Reviewer Completed 09/27/2017 1:18 PM Public Utilities Department Margie Hapke Additional Reviewer Completed 09/27/2017 1:24 PM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 09/27/2017 5:29 PM Procurement Services Swainson Hall Additional Reviewer Completed 09/27/2017 7:23 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 09/28/2017 7:37 AM Procurement Services Barbara Lance Level 1 Purchasing Gatekeeper Completed 09/28/2017 7:44 AM Public Utilities Planning and Project Management Craig Pajer Additional Reviewer Completed 09/28/2017 11:41 AM Public Utilities Department Heather Bustos Level 1 Division Reviewer Completed 09/28/2017 12:28 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 09/28/2017 2:50 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/29/2017 12:01 PM County Attorney's Office Scott Teach Level 3 County Attorney's Office Review Completed 09/29/2017 12:03 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/29/2017 2:54 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 10/03/2017 8:29 AM 10/10/2017 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 10/03/2017 1:10 PM Board of County Commissioners MaryJo Brock Meeting Pending 10/10/2017 9:00 AM Item Description Quantity Unit Unit Price Amount Unit Price Amount 1 Mobilization/Demobilization 1 LS $42,435.00 $42,435.00 $25,000.00 $25,000.00 2 Diesel Pump Concrete Pad 1 LS $9,930.00 $9,930.00 $50,000.00 $50,000.00 3 20" Valve Replacement (below grade existing piping)1 EA $41,402.80 $41,402.80 $102,000.00 $102,000.00 4 20" Valve Installation w/handwheel (above grade on existing piping)1 EA $36,602.80 $36,602.80 $93,000.00 $93,000.00 5 30" Valve Installation w/handwheel (above grade on existing piping)1 EA $36,602.80 $36,602.80 $95,000.00 $95,000.00 6 Allowance 1 T & M $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 176,973.40 $ 375,000.00 Item Description Quantity Unit Unit Price Amount Unit Price Amount 1 Mobilization/Demobilization 1 LS $14,145.00 $14,145.00 $25,000.00 $25,000.00 2 Diesel Pump Installation/Connection 1 LS $6,942.00 $6,942.00 $38,000.00 $38,000.00 3 Bypass Piping (Above and Below Grade)1 LS $94,630.80 $94,630.80 $380,000.00 $380,000.00 4 2-inch ARV 3 EA $1,800.00 $5,400.00 $2,500.00 $7,500.00 5 Stormwater Improvements 1 LS $4,200.00 $4,200.00 $30,000.00 $30,000.00 6 #57 Stone and Weed Barrier 375 SF $11.39 $4,271.25 $50.00 $18,750.00 7 Electrical and Control Allowance 1 T&M $10,000.00 $10,000.00 $10,000.00 $10,000.00 8 Allowance 1 T & M $20,000.00 $20,000.00 $20,000.00 $20,000.00 $159,589.05 $529,250 $336,562.45 $904,250 1. Southwest Utility 2. DN Higgins 3. Kyle Construction 4.Haskins Opened by: Kristofer Lopez, Procurement Strategist Master Pump Station 302 Diesel Bypass Pump Quality Enterprises, Inc.Mitchell & Stark Construction, Inc. Vendors not submitting quotes: Witnessed by: Swain Hall, Procurement Strategist Phase B Quote Schedule Total Note: AWARD TOTAL Quote Tabulation 14-6213-104 Quote Schedule Master Pump Station 302 Diesel Bypass Pump Note: 1. All utility work shall conform to Collier County standards. 2. The County retains the right to award all or any portion of the above Phase A Total Phase A H:\_PUD Capital Project Files\414 - Wastewater User Fee Fund\70050 - MPS TSPs\70050.23.1 MPS 302 PipeValve Improvements (Cap)\5. Construction\Bid Docs\BCC Docs\A1 - Quote Tabulation RFQ 14-6213-104.xlsx Page 1 of 1 $0.00 $200,000.00 $400,000.00 $600,000.00 $800,000.00 $1,000,000.00 $1,200,000.00 Eng Est Quality Enterprises Mitchell & Stark Bid Results for Bid No. 08-5011-114 (MPS 306 Forcemain -Phase I) KEY: Dashed Green- AVERAGE BID Dashed black- +/-1 std dev of avg bid Dotted red- +/-20% of eng estimate for horizontal construction Amount Avg Bid plus 1 Std Dev Avg Bid Avg Bid minus 1 Std Dev Eng Est plus 10% (vertical) Eng Est minus 10% (vertical) Eng Est plus 20% (horizontal) Eng Est minus 20% (horizontal) # Std Dev from Avg Bid Variance from Eng Est Eng Est $280,625.00 $620,406 NA NA $336,750 $224,500 -0.85 0% NA NA $336,750 $224,500 Quality Enterprises $336,562.45 $1,021,822 $620,406 $218,991 NA NA $336,750 $224,500 -0.71 20% Mitchell & Stark $904,250.00 $1,021,822 $620,406 $218,991 NA NA $336,750 $224,500 0.71 222% 1 Std Dev =$401,416 65%of Avg Bid +/- 1 Std Dev =$802,831 +/- 20% of Eng Estimate =$112,250 Bid Results for Bid No. 14-6213-104 (MPS 302 Diesel Bypass) 8/29/2017 Bid is acceptable. Two bids fall within +/- 1 Std Dev. The high bid is out of the range of 20% of the engineer's estimate for horizontal construction. Date: July 31, 2017 From: Kristofer Lopez, Procurement Strategist 239-252-8935, Telephone Number 239-252-6334, Fax Number kristoferlopez(a-col liergov. net To: Potential Quoters Subject: RFQ 14-6213-104 MPS 302 Diesel Bypass As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Wednesday August 16, 2017 at 3:00 PM Pre -Quote Meeting: Monday August 7, 2017 at 10:00 AM 3295 Tamiami Trail East, Naples FI Procurement Services Q&A Deadline: Thursday August 10, 2017 at 5:00 PM Number of Days to Final Completion: 150 days to substantial + 30 days final = 180 days total Scope Provided Yes Plans and Specs: Yes Liquidated Damages: $1,099.00 per day Payment & Performance Bonds If over $200,000.00 Your quotation response for this project is due no later than the date and time specified above. We will not accept any quotation responses later than the noted time and date. If your firm is unable to respond electronically, your quotation must be received in the office of the Purchasing Department at the above referenced address no later than the time and date specified. We look forward to your participation in this request for information/quotation process. Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200 239-435-7202 Vice President Title Louis J. Gaudio 8/16/ Print Name Date C: Michael Stevens / Project Manager RFQ 14-6213-104 Civil Engineers  Land Surveyors  Planners  Landscape Architects Q. Grady Minor & Associates, P.A. 3800 Via Del Rey Bonita Springs, FL 34134 EB 0005151  LB 0005151  LC 26000266 Ph. 239-947-1144  Fax. 239-947-0375 www.gradyminor.com August 24, 2017 Mr. Michael Stevens, P.E. Collier County Public Utilities Engineering 3339 Tamiami Trail East, Suite 303 Naples, FL 34112-5361 RE: Award Recommendation MPS 302 Diesel Bypass Pump Dear Mr. Stevens: Q. Grady Minor & Associates, P.A. (GradyMinor) has completed our review of the quotes submitted for the above-referenced project. Two bids were received per the attached quote tabulation and as summarized below: Company: Quote Amount: Quality Enterprises USA, Inc. (QE) $336,562.45 Mitchell & Stark Construction Company, Inc. $904,250.00 The scope includes installing a diesel bypass pump and associated aboveground and belowground piping, and stormwater improvements at MPS 302. QE is the apparent low bidder with a low bid of $336,562.45. The opinion of probable construction cost for the project was $280,625.00. QE is a local contractor with extensive experience with underground utility construction within Collier County. Based on the above information, GradyMinor recommends QE is awarded the MPS 302.00 Diesel Bypass project in the amount of $336,562.45. Please feel free to call me with any questions. Regards, Justin Frederiksen, P.E. Director of Municipal Engineering WORK ORDER/PURCHASE ORDER Contract 14-6213 "Annual Contract for Underground Utilities arld General Contractors" Contract Expiration Date: July 7, 2018/ This Work Order is for professional pump station upgrade construction services for work known as: Project Name: MPS 302 Diesel Bypass Project No: 70050.23.E The work is specified in RFQ # 14-6213-104 from Quality Enterprises USS,, Inc., dated August lb, 2017 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, this Work Order/Purchase Order is assigned to: Quality Enterprises USA, Inc. Scope of Work: As detailed in the attached proposal and the following: Phase A Task 1A MPS 302 Diesel Bypass Construction Task 2A MPS 302 Diesel Bypass Allowance Phase B Task 1B MPS 302 Diesel Bypass Construction Task 2B MPS 302 Diesel Bypass Electrical and Control Allowance Task 3B MPS 302 Diesel Bypass Allowance Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the expiration date of Agreement # 14-6213 gill survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm in accordance with following method(s): ®Unit Price nNegotiated Lump Sum (NLS) ❑Lump Sum Plus Reimbursable Costs (LS+RC) ®Time & Material (T&M) (established hourly rate — Schedule A) nCost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task 1 A $166,973.40 Unit Price Task 2A $ 10,000.00 T&M Task 1 B $129,589.05 Unit Price Task 213 $ 10,000.00 T&M Task 313 $ 20,000.00 T&M TOTAL FEE $336,562.45 Page 1 of 3 061)p PREPARED BY: ea /Lu/-d47AA1 '0 Michael P. Stevens, Senior Project Manager APPROVED BY: - Craig J. Pa' ncipal oject Manager f .�i 1r APPROVED BY: APPROVED BY: APPROVED BY: Tom Chmelik, EPMD Director Beth Johnssen, Wastewater Director ions Support Director APPROVED BY: "y Dr. George Yilmaz, Public Utilities Administrator -gll-q Date 813i>11:1 Date Date Date /� Date By the signature below, the Firm (including employees, officers and/or agents) certifies, and hereby discloses. that. to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally, the Firm agrees to notify the Procurement Director, in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: Quality Enterprises USA, Inc. Louis J. Gaudio, Vice -President Date Page 2 of 3 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Work Order on the date and year first written below. ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E. Brock, Clerk of Courts COLLIER COUNTY, FLORIDA Dated: (SEAL) -Marcie Cohen First Witness TType/print witness nameT �r Second Witnes Margarita Negron TType/print witness nameT Approved as to Form and Legality: Deputy County Attorney Print Name Donna Fiala, Chair Name of Firm Quality Enterprises USA, Inc. By: '�- Signature Louis J. Gaudio, Vice President TType/print signature and titleT Page 3 of 3 Co G01414ty Administrative Services Department Procurement Services Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: July 31, 2017 From: Kristofer Lopez, Procurement Strategist 239-252-8935, Telephone Number 239-252-6334, Fax Number kristoferlopez(a)colliergov.net To: Potential Quoters Subject: RFQ 14-6213-104 MPS 302 Diesel Bypass As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Pre -Quote Meeting: Wednesday August 16, 2017 at 3:00 PM_ Monday August 7, 2017 at 10:00 AM 3295 Tamiami Trail East, Naples FI Procurement Services Q&A Deadline: Thursday August 10, 2017 at 5:00 PM Number of Days to Final Completion: 150 days to substantial + 30 days final = 180 days total Scope Provided Yes Plans and Specs: Yes Liquidated Damages: $1,099.00 per day Payment & Performance Bonds If over $200,000.00 j Your quotation response for this project is due no later than the date and time specified above. We will not accept any quotation responses later than the noted time and date. If your firm is unable to respond electronically, your quotation must be received in the office of the Purchasing Department at the above referenced address no later than the time and date specified. We look forward to your participation in this request for information/quotation process. Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200 239-435-7202 Teleuohef4"amt7er:�fax Number signaiure Vice President Title Louis J. Gaudio 8/16/17 Print Name Date C: Michael Stevens / Project Manager RFQ 14-6213-104 CO r Co,Hnty © GradyMinor Quote Tabulation 14-6213-104 Master Pump Station 302 Diesel Bypass Pump Phase A Quote Schedule Quality Enterprises, Inc. I Mitchell L Stark Construction, Inc Item IDescription I QuantityUnit I Unit Price I Amount Unit Price Unit Price I .Amount Phase A Mobilization0emobilization 1 LS 514,145.00 $14,145.00 S25,000,00 1 Mobilization/Demobilization 1 LS 542,435.00 S42,435.00 525,000.00 $25,000.00 2 Diesel Pump Concrete Pad I LS 59,930.00 $9.930.00 $50.000,00 550.000.00 3 20" Valve Replacement (below grade existing piping) I EA $41.402.80 541,402.80 $102,000.00 $102,000.00 4 20" Valve Installation w/handwheel above grade on existing piping) 1 EA 536,602.80 $36,602.80 S93,000.00 S93,000.00 5 30" Valve Installation w/handwheel (above grade on existing piping) 1 EA 536.602.80 $36,602.80 595,000.00 595.000.00 67 Allowance I T& M S 10,000.00 $ 10.000.00 S 10,000.00 S 10,000.00 Electrical and Control Allowance I Total S 176.973.40 510,000.00 S 375.000.00 Note: 1. All utility work shall conform to Collier County standards. 2. The County retains the right to award all or any portion of the above Master Pump Station 302 Diesel Bypass Pump Phase B Quote Schedule Item Description Quantity Unit Unit Price Amount Unit Price .Amount 1 Mobilization0emobilization 1 LS 514,145.00 $14,145.00 S25,000,00 525,000.00 2 Diesel Pump Installation/Connection 1 LS 56.94200 56.942.00 538,000.00 $38.000.00 3 Bypass Pi in (Above and Below Grade) 1 LS S94.630.80 S94,630.80 $380,00000 5380,000.00 4 2 -inch ARV 3 EA $1.800.00 55,400.00 $2.500.00 S7.500.00 5 Stormwater Improvements 1 LS $4.200.00 S4.200.00 $30,000.00 S30,000.00 6 #57 Stone and Weed Barrier 375 SF $11.39 S4,271.25 S50.00 518.750.00 7 Electrical and Control Allowance I T&M 510.000.00 510,000.00 / 510,000.00 510.000.00 8 .Allowance 1 T & M 520.000.00 520,000.0 $20.000.00 520,000.00 Totall 1 $159,589.051 $529,250 I AWARD TOTAL I $3336.562.451 f 1 $904.250 1 Note: Vendors not submitting quotes: 1. Southwest Utility 2. DN Higgins 3. Kyle Construction 4.Haskins Opened by: Kristofer Lopez, Procurement Strategist Witnessed by: Swain Hall, Procurement Strategist ov C ukrnM•nwit�a ew.st nen w.uxd,dKiana a cwuow W wTsuuc w raunan I a I r l Item Description Quantity Unit Unit Price Amount Unit Price Amount 1 Mobilization/Demobilization 1 LS $42,435.00 $42,435.00 $25,000.00 $25,000.00 2 Diesel Pump Concrete Pad 1 LS $9,930.00 $9,930.00 $50,000.00 $50,000.00 3 20" Valve Replacement (below grade existing piping)1 EA $41,402.80 $41,402.80 $102,000.00 $102,000.00 4 20" Valve Installation w/handwheel (above grade on existing piping)1 EA $36,602.80 $36,602.80 $93,000.00 $93,000.00 5 30" Valve Installation w/handwheel (above grade on existing piping)1 EA $36,602.80 $36,602.80 $95,000.00 $95,000.00 6 Allowance 1 T & M $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 176,973.40 $ 375,000.00 Item Description Quantity Unit Unit Price Amount Unit Price Amount 1 Mobilization/Demobilization 1 LS $14,145.00 $14,145.00 $25,000.00 $25,000.00 2 Diesel Pump Installation/Connection 1 LS $6,942.00 $6,942.00 $38,000.00 $38,000.00 3 Bypass Piping (Above and Below Grade)1 LS $94,630.80 $94,630.80 $380,000.00 $380,000.00 4 2-inch ARV 3 EA $1,800.00 $5,400.00 $2,500.00 $7,500.00 5 Stormwater Improvements 1 LS $4,200.00 $4,200.00 $30,000.00 $30,000.00 6 #57 Stone and Weed Barrier 375 SF $11.39 $4,271.25 $50.00 $18,750.00 7 Electrical and Control Allowance 1 T&M $10,000.00 $10,000.00 $10,000.00 $10,000.00 8 Allowance 1 T & M $20,000.00 $20,000.00 $20,000.00 $20,000.00 $159,589.05 $529,250 $336,562.45 $904,250 1. Southwest Utility 2. DN Higgins 3. Kyle Construction 4.Haskins Opened by: Kristofer Lopez, Procurement Strategist Quote Tabulation 14-6213-04 Quote Schedule Master Pump Station 302 Diesel Bypass Pump Note: 1. All utility work shall conform to Collier County standards. 2. The County retains the right to award all or any portion of the above Phase A Total Phase A Master Pump Station 302 Diesel Bypass Pump Quality Enterprises, Inc.Mitchell & Stark Construction, Inc. Vendors not submitting quotes: Witnessed by: Swain Hall, Procurement Strategist Phase B Quote Schedule Total Note: AWARD TOTAL G:\Engineering\PROJ-ENG\C\CCU198\08CDocs\01Bidding-Addenda-COs-Corr\Revised Documents\Bid Tabulation Page 1 of 1