Loading...
Agenda 10/14/2014 Item # 16C3 10/14/2014 16.C.3. EXECUTIVE SUMMARY Recommendation to approve a $719,710 work order under Request For Quotation 14-6213-5 to Haskins Inc.,for Immokalee Road 36-inch Water Main Pressure Testing,Project No. 70103. OBJECTIVE: To ensure the integrity of the Immokalee Road 36-inch water main to remain in compliance with all regulatory requirements, and meet demand. CONSIDERATIONS: The proposed scope of work under Project No. 70103, "Northeast Service Area Integration," is consistent with the Capital Improvement Program (CIP) contained in the Water, Wastewater,Irrigation Quality Water, and Bulk Potable Water User Rate Study approved by the Board of County Commissioners (Board)on June 10, 2014, as Agenda Item 11C. Funding for Project No. 70103 is available in, and is consistent with,the FY2015 CIP Budget. There are approximately 35,000 linear feet of 36-inch water transmission main along Immokalee Road that extends from Quarry Drive to 39th Avenue NE. This 36-inch pipe was constructed in 2006, but is not currently connected to the water distribution system. The pipe joint restraints will be inspected and, if necessary, replaced/installed. A blow-off valve will be installed at the east end, and after the inactive section is connected to the active water main at the west end, it will be pressure tested according to Collier County Utility Standards and Specifications (Section 02675, 3.1, Section 02676.); Florida Administrative Code (applicable sections); and American Water Works Association Standards C600, C602, C605 and C606, or latest revision(s)thereof. Request for Quotation 14-6213-5, "Immokalee Road 36" Water Main Pressure Testing," was posted on August 21, 2014, and distributed to all vendors on the Fixed-Term Underground Utilities Contract 14- 621 3 via the county's electronic quote process. Of the six vendors notified, five submitted quotations by the September 17, 2014, deadline. The quotations are summarized below. VENDOR QUOTE Haskins, Inc. $719,710.00 Quality Enterprise USA, Inc. $789,145.30 Mitchell & Stark Construction Co. $789,680.00 Southwest Utility Systems $997,660.00 Douglas N. Higgins, Inc. $1,041,840.00 Staff and local engineering consultant, CH2M Hill, determined the lowest quote is fair and reasonable and recommend awarding the work order to Haskins, Inc. The quote is approximately 5 percent above the project consultant's cost estimate of $688,700. The Purchasing Department concluded the quote was competitive and representative of market conditions. The quote summary, chart, engineer's letter of recommendation, and work order are attached (Attachments 1, 2, 3, and 4, respectively). The request for quotation (RFQ) informed the respondents that there may be unforeseen conditions associated with the project. The project cost incorporated an allowance of$50,000 that included, but was not limited to, work associated with pressure tests, unforeseen underground infrastructure and site conditions, as determined by staff, which may be encountered during construction. The price for any additional work shall be negotiated prior to commencement in accordance with the County's Purchasing Ordinance and the terms of the agreement. The project RFQ also incorporated a line item to inspect and replace/install up to 173 pipe joint restraints at a cost of$1,900 each on an as-needed basis. Packet Page -1138- 10/14/2014 16.C.3. FISCAL IMPACT: Funding is available in, and is consistent with, the FY15 Capital Budget approved by the Board on September 18, 2014. Funds are available in the Water User Fee Fund (412). The total capital cost to implement this project is $719,710. This action will not result in a change to operating costs. 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. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, approve a$719,710 work order under Request for Quotation 14- 6213-5 to Haskins Inc.; and, authorize the Chairman to sign and execute the work order after final review by the County Attorney's Office. Prepared By: Alicia Abbott, Project Manager, Public Utilities Planning&Project Management Attachments: Attachment 1 Quote Summary Attachment 2 Chart Attachment 3 Recommendation Letter Attachment 4 Work Order Packet Page -1139- 10/14/2014 16.C.3. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.3. Item Summary: Recommendation to approve a $719,710 work order under Request For Quotation 14-6213-5 to Haskins Inc., for Immokalee Road 36-inch Water Main Pressure Testing, Project No. 70103. Meeting Date: 10/14/2014 • Prepared By Name: AbbottAlicia Title: Project Manager,Public Utilities Engineering 9/19/2014 10:45:55 AM Approved By Name: ChmelikTom Title: Director-Public Utilities Engineering,Public Utilities Engineering Date: 9/23/2014 12:56:14 PM Name: SunyakMark Title: Project Manager,Principal,Public Utilities Engineering Date: 9/23/2014 1:42:52 PM Name: HapkeMargie Title: Recycling Coordinator, Solid &Hazardous Waste ste Management Date: 9/23/2014 2:06:50 PM Name: HallSwainson Title: Procurement Specialist, Purchasing&General Services Date: 9/23/2014 2:54:57 PM Name: JacobsSusan Title: Operations Analyst,Public Utilities Division Date: 9/23/2014 3:07:26 PM Name: .lohnsonScott Title: Manager-Procurement,Purchasing&General Services Date: 9/23/2014 3:55:07 PM Packet Page -1140- 10/14/2014 16.C.3. Name: Joseph Bellone Title: Director-Operations Support, Utilities Finance Operations Date: 9/23/2014 4:25:59 PM Name: MarkiewiczJoanne Title: Director-Purchasing/General Services, Purchasing&General Services Date: 9/24/2014 6:53:15 AM Name: Steve Messner Title: Director-Water, Water Date: 9/24/2014 1:45:52 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 9/24/2014 4:58:50 PM Name: YilmazGeorge Title: Administrator-Public Utilities,Public Utilities Division Date: 9/29/2014 8:46:49 AM Name: KlatzkowJeff Title: County Attorney, Date: 9/29/2014 10:46:16 AM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 10/6/2014 12:15:52 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 10/6/2014 4:40:16 PM Packet Page -1141- 10/14/2014 16.C.3. 0 0 0 - . 0 o 0 0 0 0 0 0 o `o 0 0 o 0 o • Ti 6 C 6 G O 6 C C 6 6 6 6 C G O 6 • O O O o O O O O O O 0 O T O O O O O T O 0 O O O O W aCO NN W nW N u N T N P N ° .-i ~ • ,O N N M N N O N W H ~ V3 a K EA EA EA EA f m, it, EA EA Elf EA V) * EA EA w • 0 0 0 0 o 0 0 O 0 0 0 0 O O o d G C o o o 0 N N 0 ^ 0 0 T 0 O 0 0 0 o 0 O 0 O O O T O O O O O d t-..." W n N M M ? 0< l (.1 N V1 fA EA EA EP EA EP 69 Elf fA EP fA IA EA 63 fA EP 0 O o O O O O O O O O 0 O 0 O O 0 O O O 0 0 0 O O 0 O 0 • jp C O O C o O C C O C 0 C 6 O C C O 0 o O O 0 O O O O . N O O O . 7p Cp O O 0 00 O V C N 0 o o O I� O O O . E p O O .6 . rn 4 4 , 6 T .44 ffl fA fA V3 EA EA EA di EA EA EA M EA EP EA EA EA K O O a u o 0 O O O O o O in 0 O O 0 O O O 0 O O 0 O O 0 O O O O Y d O o o N' N 0 V O o o 0 o '- 0 ° 0 0 ui O 0 O N vi O O T N ui O a « N N T T .1. En • 7 :.CI) EA V? EA EA EA fA EA fA ER EA EA Hf EA EA 69 49 0 0 0 0 O 0 O 0 0 O 0 0 o O 0 0 C o o 0 0 o O o 0 o O o O o 0 0 y ra 6 o 0 0 o d o 0 0 0 o c o o d o ° C F O O 0 0 0 0 0 O N O O O Z o 0 O o M Ef O O t N T U1 O D O N n 7 .S - M - N N V.5) m .Y q fA fA M 0, EA fA 0, 01 EA Ni fA Vi ■i EA EA EA 0, 0 4:q: 0 o 0 0 0 0 0 0 0 00 0 H : O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d c o 6 o c o 0 0 ..' o' u °o O o I o 0 0 0 0 0 0 0. �L d o0 0 o O o o O co o o o M Hi H3 H3 d3 Vi it, to fA EA fA fA EA EA N3 d3 E!4 0 0 0 0 0 00 0 0 N 0 0 = 0 OM 0 en y A W ° , , o Y O o 0 o N N ^ N S C O nI N o 4 - ^ M V ° 6 o M O :• ¢ F ! u1 N O 6- 0 N M N 0 N - N N N N .+ N d m ,N a N3 a a a EA a a a a a a a a a a a a 4 ° o 0 o M o O N ° ° 0 0 a, 0 , N 0 00 0 cn▪ N N O u o N o 6 N M O _ co n N N = a N n r N N O T _ M f O M N N c": g C M N G 6A EP EP EP EP EP 64 69 EP EP EP EP 64 6 ,P o O 0 0 0 0 0 0 0 0 0 E. 0 o C 0 0 O 0 O ' o 0 o c d 0 0 0 0 ° 000 0 0 6 O o N 0 o 0 o o 0 v o 0 0 `" o - o c o n = o r. 6 o ei , n. rt rn ri - ° a o.. M '0 M R. n. m y EA EA H1 EA EA EA N EA EA EA EA EA EA fA » FP (A N G .2 o O o O O o O o 0 o 0 O 0 W O O O N O C J O O N . 0 ° 0 0 x V C p ° N o 0 o .. 0 S n co 6 M1I 0 O CN : r. ni 4 Ifj . 01f] r- fA H3 EP. EP EA EA d3 EA 6.1 H3 H3 U3 H? Vi M fA EiZ f. "'y - Z 0 ? E- - v J . a 2 - - ^ t to•Z 1 ti G C ^ x O .7. to Y,u Y < v =` - 3 G O o ct E" V C L r o C d C C W il `' :v J C - '; _ E C - .•u C ` $ _ Z :' r Z ? .. o . = 'o" c"P. {- - a ,-„.=3 = ° J 3 V • L • d _ C ' y m v J v ., t = U N v ` - y c. • C v Z u s i z c c w - Z a `& Z y ." = = • J x _ TI n i m r ^ i ?= 4 w> O v _ E _ - o 4 V re . r m _ _ * _. " V -J u y `1 W ` - J ▪ - i G N C Z J - _ - c G M . W C i o ° > _ c - " v r' ZG Z m= a. ° o = ca y _ J G � Z E = � vjZuvj Id o in - z Z_ n;rtt m o �' zx 7 Z J c v Z s ZNZ Z v C < _,, j v _ _ _ _ - �, Z _ ` _ _ c. _ FZ' _ Z -• c. Z- Z 1 - Z '' , j G uzwg _ i - n o v ^ � '. L ft J w � 7 ?C l 9 v ° W Z . ZN J a Z � n� _ _ J - -: r 9, v Z Z Z Z ,,=j j t m u .J r _ _ o _ O c' _ - - J _ - - M 5..-- _ y_ i r J z ,'t - �- N - - N y5. = v � J _ -• _ F. .....' J J V I J J ,. Z F. Z a Z 5-• 5 Z- = J i Packet Page -1142- 10/14/2014 16.C.3. hN -O ,,c _O O (7 to a "_a d O U d Q d -� -0 c ro C 3 L >- to w .--I ro ON - 'o C Y 0 Q 0 + O 0 + N S v0 VI I i N L i > 1 = a Y cu G 1 I o 1 • 1 i I i 1 # Y a M I ..c u cc ; i i j 1 � y I a) to 1 W C ' '1 CO I y I j I I 1 I F I T L I I + C ■ M ' I -� c.,.,, ( I N 1 lD ' j • s 1 L Q . ' W 1 Fir� C L. COav 1-4 c:::,.x-:....z;t '*--.- . r ars .,.,.a -*`7 W i O O O O 0 O O O O 0 O C O O O O O O C cc i_U O N +1 + tn. tn. ti'. to to to Packet Page -1143- 10/14/2014 16.C.3. CH2M HILL 5801 Pelican Bay Boulevard Suite 505 ,. Naples,FL 34108 LL Telephone: 239-596-1715 Fax:239-596-2579 September 18, 2014 Alicia Abbott Collier County Government Public Utilities Planning &Project Management 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject:Request for Quotation 14-6213-5 Immokalee Road 36-inch Water Main Pressure Testing, Project No. 70103: Recommendation for Award—Haskins, Inc. Dear Mrs. Abbott, The purpose of this letter is to document our recommendation that Haskins Inc. be awarded the following project: Immokalee Rd 36-inch Water Main Pressure Testing, Project No. 70103 A review of the Bid Tabulation sheets for Request for Quotation 14-6213-5, confirmed that their price quote of$719,710 was the low bid out of the five (5) Firms which submitted price proposals. VENDOR QUOTE Haskins, Inc $719,710.00 Quality Enterprise USA Inc. $789,145.30 Mitchell & Stark Construction Co. $789,680.00 Southwest Utility Systems $997,660.00 Douglas N. Higgins, Inc. $1,041,840.00 The unit prices quoted for the items of work where final field quantities could deviate from estimated plan quantities were in line with estimates, industry prices and the other bidders. Therefore, based on a review of the bid tabulations and unit prices, it would be CH2M HILL's recommendation to award the Contract to Haskins, Inc pending a successful review and approval of their remaining bid documentation by Collier County staff. If you have any questions, please do not hesitate to call with your inquiry. Regards, Bill Gramer, P.E. - Project Manager CH2M HILL Vice President Transportation Packet Page -1144- 10/14/2014 16.C.3. RFP#14-6213-5 I � �� WORK ORDER/PURCHASE ORDER VC'ontract 14-6213 "Underground Utility Contractors" Contract Expiration Date: July 7, 2016 ./ • This Work Order is for General I ltility Contracting services for work known as Project Name: RFQ 414-6213-5 Immokalec Road 36" Water Main Pressure Testing Project No: 70103.5 7 / The work is specified in the proposal dated September 17, 2014 which is attached hereto and made"a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, Request for Quotation#14-6213-5 and Addendum 1 and 2, this Work Order/Purchase Order is assigned to: Haskins Inc../ Scope of Work: As detailed in the attached proposal and the following: * Task I Perform all work as described in the request for proposal,addenda, and as listed on the quote form * Task II Utility Allowance r ' 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 will 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 VFirm in accordance with following method(s): Negotiated Lump Sum (NLS) ❑Lump Sum Plus Reimbursable Costs (LS+RC) ®Time & Material (T&M) (established hourly rate -Schedule A) ❑ Cost Plus Fixed Fee (CPFF), (define which method will be used for which tasks) as provided in the attached proposal. Task I $ 669,710.00 LS ✓ Task VII $ 50,000.00 T&M r' TOTAL FEE $ 719,710.00 LS & T&M i - i ll`1 PREPARED BY: Val_ M \c/1 2014 l Alicia Abbott, Project Manager Date Planning& Project Management Department APPROVED BY: �`-J- ,, /l ,,/ /`, Mark J. n'ak, P.E.,Principal Project Manager Date Planning& Project Management Department PaLte I 01 3 CD Packet Page -1145- 10/14/2014 16.0.3. RFP: 14-621.3-5 APPROVED BY: 9) X91 1L Steve Messner. Wat, Director bate APPROVED BY: •ii ii To Chmelik.P.E..Director Date P - •ling& Project Management Department APPROVED BY: i 44 ;_ "rl_c--- iliif Jog :el 4; , tilit' erations Support Director Dat APPROVED BY: at //,'//z( Sw. on Hall, Procurement Strategist Date APPROVED BY: —''� L---�n_t-- ? 7/1 ? /I George Yilmaz, Public Utilities Administrator Date I 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: Haskins Inc. •=77— 2',7-;4' clbqkx N e & Title of Authorized Company Officer Date ail Phee r re-f g rc( (Remainder of page intentionally left blank) J Packet Page -1146- 10/14/2014 16.C.3. UP 13-5 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 By: — — By __.. Tom Henning,Chairman Dated: (SEAL) Name of Firm: Haskinslnc. +rJr- -- /� /� By: First 'itness Signature` Mabaan lt.tucPhe- Seu' 01 . T ype/print signature and titleT TTypei.rint . . nessir ameT / 7-- _AV Second Witness /a,rr b (/G aJa TTypeiprint witness namei Approved as to Fo 2.,€,_., and Legality: cree H Q L_ Assiatmrt'County Attorney Sc 1?. Print Name Pate3of3 U Packet Page -1147- 10/14/2014 16.C.3. COIL Co der County Administrative Services Division Putthasing REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACTS#14-6213 "Annual Contract for Underground Utilities&General Contractors" Date: August 21, 2014 From: Swainson Hall, Procurement Strategist 239-252-8935,Telephone Number 239-252-6334,Fax Number SwainsonHallecollierq ov.net To: Prospective Vendors Subject: RFQ#14-6213-5-Immokalee Road 36 Water Main Pressure Testing As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date: 3:00 PM 9/12/14 2:00 PM 8/28/14 Pre-Quote Meeting Purchasing Conference Room B Q&A Deadline: 5:00 PM 9/5/14 150 days substantial/30 days final/180 Number of Days to Final Completion: total Scope Provided Yes Plans and Specs: Yes Estimated Value $688,700.00 Liquidated Damages: $800.00 per day Payment&Performance Bonds Yes Direct Material Purchase No 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. Haskins Inc. Firm's Complete Legal Name 239-947-1846/239-947-3857 Telephone Number /Fax er Signahfre Estimator/Secretary The Ryan MacPhee' 9/12/14 Print Name Date C: Alicia Abbott, Project Manager RFQ 14-6213-5 Packet Page -1148- 10/14/2014 16.C.3. i v , x z is " z : - C C n i t n r: n C5C n ~ ^- - . t,. - n1 1. r, t. y ^I-. ri N r- ID m r v d :A to Jr .e t!: J! :F tF et: dt to tr, to W ./} {y • § t`5, its g fT`I F. r! Z l.t - K _ a § N C 7 to J' t!1 J.. ✓r ..r tr, tF. 7r tR to ti: J (o to in CC +X _.1 7 YT. .? CG Q y ,t .o _ G 0 2 .� c ^1 c _ C .G C P. ..l r~. ... v S •`' to 6. Ch < O S v c G C C :0 R _ 2 C V - c c x V v 9 tv - r c c' �/ F 3 ,C G 7 4 a, t _ L' C ;c v ✓ fc Cf C h G H C C !- r nt. v ..t 4 '7 bD G to Z ^ C c -� } aa, S c c C O c H a c - c c E r -. .. ° ,� °�v - - s - •c n 7 ,n _ " c u _ Li _ s _ 6 r. r 31-, O C C t-t c y .� ` s '` _ G G y t- U G Y H N v T s of x i r < p 7 - C .0 v L T Oi ... C L L_ , - i r: C. L .0 r .J m v L 7 3 c i- o � 7 ` ate it a ' � c :r a .a :J c ry v v� 7 m c _E o. M °: v - ..1' = = c c c y U.- C, n m .� C Li + < �' C L G et C r E.0 " O , G z tom. ' i 'c °. % U < < '1; ` _ o C N '" '�' E U tS; ,, < - , ti c tr j J 7. 3 > .r, c " = r - c s 2 .z y o Z t' -s rJ c 7. t-� t . - •= J E- c c < Z r. O ` . t c V, M L i • o c .E c �. ..-' etc L c N `c , e[ J,{ U -c y 4 c i > c u s �J c . ., E 2 r v > . . Z J m E F , t J _ _lit 50 5 s U X -4: < a ct2 x 4 > H c E _ L ' - � O - - W a ` y - - C s- Z .= - > , ^ v _+ ^ U Z C < Z - Z -- < E :=• L -� t. T _ E G lJ ,a u • f% v? x - < Y `.0 G ^ = 7 _ -. E. t t.. Z Z 0 G ^ ri _ • , - < i C 1 v r a. c^ l < I Z J 0 . - . - Ir .. ., — 1. �. t!t Ji S `r J i i . _ -1:- L< < v> < to - - - - - E x 4 - -i^ n F. - „. 7.-. rc i. 1 I c Z -1- rt 7 -I� r - �t 2 t_,, t C _ ■_1 - ry ? T 7 - - i • Packet Page -1149- 10/14/2014 16.C.3. COLLleYt?ttrit)' Email. SwainsonHall @colliergov.net Telephone (239) 252-8935 d nntsirative Setvu:es Division FAX (239) 252-6334 =urchasmg ADDENDUM #1 Memorandum Date: September 11, 2014 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #1 — 14-6213-5 Immokalee Road 36 Water Main Pressure Testing The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: 1. Questions and Answers extended to Friday, September 12, 2014 @ 5:00PM 2. Due date extended to Wednesday, September 17, 2014 @ 3:00PM 3. Project Manager provided additional documents that are attached, If you require additional information please contact me using the above contact information. c: Alicia Abbot, Project Manager 1 Packet Page -1150- 10/14/2014 16.C.3. co ICY C—Ot4_ht ' Email: SwainsonHall @colliergov net Telephone (239) 252-8935 %',rirrun ri+ve Servers C)ivision FAX (239)252-6334 L sirlq ADDENDUM#2 Memorandum Date: September 15, 2014 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum#2 — 14-6213-5 Immokalee Road 36 Water Main Pressure Testing The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: Discussions during pre-Bid Meeting: • Although a Dewatering Permit is not required (per SFWMD), dewatering may/will be required and discharge must be routed into a containment system or existing ditch and eventually discharged. If discharging into Cocohatchee Canal, energy dissipaters and turbidity barriers will be required. SFWMD— BCB will be monitoring the project on a daily basis. The condition of Slopes, Silt Fence, Turbidity Barriers etc. will be continuously monitored to ensure proper maintenance. • During cleaning/flushing process, care should be taken at outlet points to minimize erosion of existing ditches and canal slopes. (ex. If a box is used, the box should be discharging onto a gravel pad as opposed to natural ground.) • The Materials List that has been provided, identifies materials that will be made available to the Contractor to cut open the existing pipe at locations determined by the Contractor, for the cleaning and testing of the existing 36"Water Main. The Contractor shall determine their own Methods and Means with regards to how the cleaning and pressure testing shall be performed. It is anticipated that the cleaning and pressure testing will be performed in multiple sections as opposed to cleaning and testing the entire length at one time. Contractor shall be required to demonstrate that all valves are functional and can be fully opened and closed. County will require that certain valves are left in the closed position at the end of the project If you require additional information please contact me using the above contact information. c Alicia Abbot, Project Manager 1 Packet Page -1151- 10/14/2014 16.C.3. 6 ; 7 F w F -E 1 s 1 B A . 5 IT: 2 2 P G_ _ G _G - Qg u .r N N N N N N r : ==+ ap� n � I n c.C= ; K _ i .^ ,1 % -N v QaH 1' ; r y G N M r ' G E E E E G E E G E ^ '9'- GG' iYE 1: E I ^- A s,EEE5°8^EE W^cR 6 R jN»N.=N N N»N• N M a = K ❑ v,s.vs c 3 ' G N N K . G E G G G G G E G C " H x =N?m z e n z e X zw r t fi c' o<cA 7.' "'- F. c.' tz 4 ir j p t r . 3 C,.. E $l y O E L' i <a o = rii F F _ = T El i if 3. z a 1 I F L ; , t_1 i' �' - r a c v v^� t�'i 3 a I _ E it F t 21 t.L 7 r i m 3 V - 1 £ c - k.. ud.6 Ea E a ja g�5 i�1 _ - v F ` E_ _ I 1,5; < �t i a< m a ' 2 7 % s A `LL -,^1.. .: ® w e t = - <I' z z i ii=i c s J v N,J J_Etr._jai, w,9 . — . ' 1 I t. 5 -_E 3 :-em u v v'i v 8 Packet Page -1152-