Loading...
Agenda 05/28/2013 Item #16C5 5/28/2013 16.C.5. EXECUTIVE SUMMARY Recommendation to approve a work order under Request for Quotation 08-5011-82 in the amount of$337,275 to Kyle Construction for Underground Utility Contracting Services for the Wastewater Pump Station 312.25 Rehabilitation Project Numbers 70046 and 70051. OBJECTIVE: Bring outdated utility infrastructure into compliance with current county standards while meeting demand, protecting public health and safety, and providing proactive environmental protections. CONSIDERATIONS: On June 24, 2008, as Agenda Item IOG, the Board of County Commissioners (Board) adopted the 2008 Wastewater Master Plan Update that identified the requirement for rehabilitating lift stations. The proposed scope of work for Project 70046, "Wastewater Pump Station Technical Support," is consistent with the 2010 Wastewater CIP Update, page 2 of 4, line 66, as identified in the 2011 User Fee Rate Study. The proposed scope of work for Project 70051, "Collections Power Systems Technical Support," is consistent with the 2010 Wastewater CIP Update, page 3 of 4, line 66, as identified in the 2011 User Fee Rate Study. Wastewater Pump Station 312.25 is located to the east of Wildwood Lake Boulevard in the Briar Landing at the Enclave subdivision, a condominium complex south of 1-75, east of Santa Barbara Boulevard off of Davis Boulevard. The pump station is not in conformance with Collier County standards. The number of households and businesses benefitted by the pump station rehabilitation are 32 multifamily condominium buildings, one club house, and 38,400 square feet of retail space. The pump station's main deficiencies include the lack of emergency power, electrical equipment deterioration, and severe corrosion in the valve vault. A standby generator is required at this location because during power outages there is inadequate time to deliver a portable generator to the station before an overflow occurs. This pump station is located adjacent to a drainage swale which flows into a stormwater inlet connected to a neighborhood lake. Any sanitary sewer overflows from this station would flow directly into the stormwater system. The addition of an emergency generator will allow the continued pumping of wastewater flows during power outages and increase the station's reliability. The confined space valve vault will be eliminated by moving piping and appurtenances above grade. The Purchasing Department electronically distributed Request for Quotation 08-5011-82, PS 312.25 Rehabilitation, on March 27, 2013, to the five vendors under the Fixed-Term Underground Utilities Contract No. 08-5011. All the contractors submitted quotations by the April 26, 2013, deadline. The quotations are summarized below. Packet Page-661- 5/28/2013 16.C.5. VENDOR TOTAL PROJECT Kyle Construction $337,275.00 Haskins Inc $379,420.00 Quality Enterprises $395,120.00 Douglas N Higgins $426,998.00 Mitchell & Stark $577,936.00 The engineer's estimate of probable construction cost was $474,054.00. Staff reviewed the quotations and determined $337,275.00 to be the lowest qualified and responsive bidder at approximately 29 percent below the engineer's total cost estimate. The quote tabulation and graph are Attachments 1 and 2. The Purchasing Department concluded that bidding was competitive and representative of market conditions. The project design professional, Tetra Tech, Inc., also recommends award of this work order to Kyle Construction per the attached letter(Attachment 3). Kyle Construction has a satisfactory performance and warranty record on other similar utility- related construction projects with Collier County. The bid specifications informed the bidders there may be unforeseen conditions associated with the project. The total project cost includes an allowance of$43,095.00 for owner-directed work due to unforeseen corrosive or geological conditions that include, but are not limited to, repairs due to structural deterioration, replacement of defective mechanical equipment, and deficient electrical components. Subject to the Purchasing Policy, staff will negotiate a price for any unforeseen conditions prior to the start of any additional work. FISCAL IMPACT: Funding is available in, and is consistent with, the FY13 Capital Budget approved by the Board on September 20, 2012. The source of funding is the Wastewater User Fee Fund (414). The operating budget impact of the completed project is reflected in the table below. The total capital cost to implement Project 70046 Pump Station Rehabilitation is $337,275.00, which is expected to be completed by January 2014. When the project is completed, the operating budget impact is reflected in the table below. The operating budget funding source will be Operating Fund (408). There will be an increase in annual maintenance cost for the standby pump of approximately $1,060. Elements FY 2013 FY 2014 FY 2015 - FY2033 Capital Outlay $337,275.00 $0 $0 Operating Cost Change * $0 $1,060.00 $20,140 *This reflects the approximate cost change in the annual operating budget for each fiscal year over the life of the asset. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney's Office, is approved as to form and legality, and requires majority vote for approval. -SRT. Packet Page-662- 5/28/2013 16.C.5. 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 Governing Board of the Collier County Water-Sewer District, approve a work order under Request For Quotation 08-5011-82 in the amount of $337,275.00 to Kyle Construction for Underground Utility Contracting Services for the Wastewater Pump Station 312.25 Rehabilitation Project Numbers 70046 and 70051; and, authorize the Chairwoman to sign and execute the work order after final review by the County Attorney's Office. Prepared By: Zamira Del Toro, Project Manager, Public Utilities Planning and Project Management Department. Attachments: Attachment 1- Quote tabulation Attachment 2-PPMD Bid Analysis Attachment 3-Recommendation Letter Attachment 4-Work Order Packet Page-663- 5/28/2013 16.C.5. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.5. Item Summary: Recommendation to approve a work order under Request for Quotation 08-5011-82 in the amount of$337,275 to Kyle Construction for Underground Utility Contracting Services for the Wastewater Pump Station 312.25 Rehabilitation Project Numbers 70046 and 70051. Meeting Date: 5/28/2013 Prepared By Name: DeltoroZamira Title:Project Manager,Public Utilities Engineering 5/8/2013 4:26:15 PM Approved By Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 5/9/2013 8:33:25 AM Name: Evelyn Colon Title:Purchasing-Procurement Specialist Date: 5/9/2013 9:31:25 AM Name: ChmelikTom Title: Director, Public Utilities Engineering Date: 5/9/2013 10:51:27 AM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 5/9/2013 11:27:31 AM Name: JohnssenBeth Date: 5/9/2013 12:10:16 PM Name: PajerCraig Title: Project Manager, Senior,Public Utilities Engineeri Date: 5/9/2013 12:24:10 PM Packet Page-664- 5/28/2013 16.C.5. Name: JacobsSusan Title: Operations Analyst,Public Utilities Date: 5/10/2013 9:52:57 AM Name: Joseph Bellone Title: Manager-Utility Billing&Cust Serv.,Utilities F Date: 5/10/2013 12:26:12 PM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 5/13/2013 10:39:05 AM Name: YilmazGeorge Title: Administrator, Public Utilities Date: 5/13/2013 11:23:14 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 5/13/2013 3:04:19 PM Name: KlatzkowJeff Title: County Attorney Date: 5/16/2013 3:39:40 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 5/20/2013 2:16:01 PM Name: IsacksonMark Title: Director-Corp Financial and Mgmt Svs,CMO Date: 5/20/2013 5:09:39 PM Packet Page-665- -999-aged la)Ped 'O 000 0 0 0 0 10 0 0 0 0 0 0_0 0_ 0 0 0 0 0 0 0 0 0 000000 0 0 0 0 0 047 0 00 00.0. 0 = c 000 0 000 0077 10 =0 470tD C0007 v 110 000000 000000=0 00 000 .0. 0 = 16 000 0 000 00 r_N r R M h 01 M 707 7 N O 0000010 N 01000 r r M 00 00 0000) ONM L60,-= O CA N MM 7000N 69 fR r N_ 0O47N N 47O_6AN 1C)000M 1010 r W <M h GI N 69 69 69 69 M CD 6969 69 69 69 fA 69 6969 69 69 69 69 69 69 r 69 69 LA 69 69 N 69 N- 69 M 7 n L `wee/ 49 69 69 69 69 69 64 69 69 69 69 1069 10 o -Ca s.2 700 0 000 4)NO ON10 00 10 0-10 1D OM MIUM 1000047 to 0001004700 00 00M069 00)00 0.1000 7 N 00 00 ,- 0- 10N 1TMC0 M N MOOhM M • -ON 01- 00 00 0000 O C 000 r 000 7 r O0 rN t70N1)00070 0M� N-47010N M 7 M0r 0M00 00 000)...00) M=D N c) - r) 0 O M M007 7NMCA NN N c0 LC) 47MC7 Otfl N N - M7 76 cO(O MM1O _.-6969 6,96.96.9N CA E9 69 69 6A 6A 6A 6A 6A 69 6A 69 69 69 fA 69 69 69 r69 696969696969 69 69.-6969N69 69 69 69 6H 69 M Sr a w 69 Z d NMI,- 10 000 N M MC 7 CO CON COM COON CO CO CO N Lr MOMMC O CC 0)CO N- 10 O N-C) M7 N O) N 470 m CO CD CO N 0C)NC) CO CO7 CO Mr ti 000h 7 Mh N N0) CO CDMMM 1C) 0 N 7 rNIC) ,- .0- M NON MON 10 M CO)CO 000L CO 0)rCLONsr N- MM7 101000 C C) N-. CD ' COCMMrCO ,- 0 10 '7 00a- 64 69 69 L66),_ ,_ 47 Ch LA 69 7 CO 7 M 10 N f9 69 fA to 6A 0 10 7 M WI (O N 69 h C0 CO 1: M 0)0 7 7 N M N 69 69 fA 69 69 69 69 69 69 6A 69 6940696969 69N N 69 69 N 69 CO 69 69 N 7 O) "a06.9` 69 69 69 69 69 69 LA 69 W o O 2 c w 000 0 0 0 0 000000000000000000 0 0 1C)0 0 0 00000000 00 00 = 00 0000 0000 70000 00000NCACr0N- NWT- 0) COO 10070010 N0000000 00 OO N CAN 00N10 r N15)LU LA ONO N000L CD NNa N7 M[00 W=0,-0 00 U)Mr N4)007 00 00=0S t.69 f9 69 fA &l fA 49 6969 b9 h N 7 1n N O N N 710 M .- 106969010 M 69696969 ONM CO r 47 CO LMOs C9 fA 69 69 r 49 69 9,6969 6969 69 69.- 696969696969 69 fA fA fA ,- N6.9 6 69 fA M 7 r to to 69 69 69 69 (A H9 W 69 49 ea 2 000 0000 000000000000000000 •000000 00000000 00 0004710 000 0 0 0 0 1 C) 0 0 7 0 0 N 0 0 0 0 N 010 1` O)O O 000s2-00 N 0 0 0 0 0 0 N 00 00 0 0 O) N CnCO W MMO N COM7 7N N 4)01016)07 MM MCAO r N- LOMM N 00001000r, 00 W COs- ON O N 69 E9 10 Cl 1n 69 M N < 69 69 69 69 O) 7 7 6A N M 10 N 69 o6 c5 47 N 7 47 N M 7 M 1• •146969 69 EA M 69 69 69 6A 69 69 6969 69 69 69 69 6A 69 6969 69 6A,- 69 NN 64 N 69 N-69 6969 N 679 M 69 W K 6.Y" c 0 0 C.) to F Z W • ...• Cn Cn Cl) Cl) Cl)C!)CA <Cn Q Q Q W W Q Cn Cn Q Q Cn Q Q (n C!) Cn Cn Cl)C/)Cl)Cl) U W W W W f/)Cn C/) COW V)01) 2 W J J J J J J J W J W W W W w W J J W W J W W iu J J J J J J J J J J J J J J J- J J J J 0 Z ., a p- dz, gNE 1rrr r rrr MrNr 77NrrrtON rMr rrr rrrrrr rrrrrrrr n-1- y- V.. r 3 L (' F } T C m Z c 0 H 7 p C 7 CO C re E CO Lf) W d 5 0/) O 0 J CI) W 0 0 C p c CO 0 U N a) a) d c 0) C O a)cts m o a) C C > Y U d a) U 1p C a) o m N sc W > as Q O ° O Y O 0 O Z N d N - V) •C CO 0 Y U C as W C.) .O O j = @ c o N Y d m d E— = H m F m a U as N J < a) O 0 C 'C! > C- E O Ur - aU 'v 0 O t1. m O E O O CO ' J C Um LL 1- Y d CO c O v� >L 16 a) O co 0 W r) N O S C) a U M C Cc U U W N m U • C• 02 m — N N •, COi- a) CO O. 7 c W a`) 0 O U m E n a) = o m_° CO a) < m m n °0 20_ a c a a) (r a) ° CO nc -0 0 p O ~— -"o ° a d o)— ac) cm m m Z` • Ica g (1 C N c CA a ,D m W •o a C �. )a •C O c'O 4 c m < C 4) ca C y 0 W C 0 0° m m a) a °) a) 'o ° o c c ma H O w ° 7 m C,a) c O 0> •C. O- C6 N N J O O U N C9 a) C cp O Cn>>O O C C .0 O O CO C N O 0) C)U E w O _1 y J LL 0 ma) ca —2= C > N a)CL U C •22 •V C .O N a.W..v,u-N > w N C `) W W Ca =1=' > 0-8A E m O CJ E O O E C N O-- co E m t71 O y d O C U c m C OT) d T m C Cn O Q E x m o c c -o > m a _U -o Z U O D U> S U m— Z c N CO W (�W T N — _ C m> > Q y m N L C O 'O ° x 0 a) O S H C LL N C Y C O'0 a a) �` 3 o -oom 0 oiLiLm> tQWW O :3m cm U' mYWU2•o y `.0 , 0 M00O612t6o -) ` C O Ca C C C C m co C 0 N . n m CO fl Cl a O.U) o O O C)Y U 0; O cC C C C o= W Q 0 O ° CO O Z'C) O a) a) 0 O L CD 0 0 a N >• (o O to C U C !6 m e o C O LS> 0 a) 0 y —"O F m toCp &.. rnw. m'c a HHrnd0rn22otomoxOOm M'Coo ° 0 m mo 0CE mL� cppJ N O'D.00 C.0 O.L Z N w C y U n: CCL CU @.N E a`°� CJ F- a) Q L L L L L U L L — L(n L L c O▪ d m d 0 „a, a) E) 00 >O. Vf C C C C C 17 C C a C C C C O y > > U !.-_'• 0 O d O U y C • N 0 7 tS Cq w N .._O. D Q 2C-C 00 UO HE w 677 4441 - - C U' -- 4 4 0OItoa001)ZUW OH c<CL CUNU W coOCntooF I E 7 1 C)C D N O O O r N M 710 f 0 ti 0 C A N N N N N N N N N N M M M M M M M M M M 7 OT- NM 7 7 7 ,r '9'0'9 £I.0Z/9Z/9 5/28/2013 16.C.5. Bid Results of RFQ 08-5011-68(PS 103.03 Rehabilitation) $600,000.00 KEY: $500,000.00 __------------ ------.._ -_.------ -- --- ----- -- - Dashed Green- AVERAGE--'_.- - AVERAGE BID $400,000.00 -- --- - - ---- +/-1 std dev 1i1I:i Dotred-$30000000 +/-20%of eng m for .:�, ;.. estihorizontaate l construction $200,000.00 .__._ ......_. ._..- _.......... ....._..- $100,000.00 $0.00 __.._- .» »..»».»_»..._» ._...».» Eng Est Kyle Construction Haskins Inc Quality Enterprises D.N.Higgins Mitchell&Stark Packet Page -667- 5/28/2013 16.C.5. TETRA TECH 1 May 10th, 2013 Zamira DelToro Collier County Public Utilities 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject: PS 312.25 Rehabilitation: Recommendation of Award Tt#200-08486-11002A Dear Mrs. DelToro, Collier County recently received bids for the rehabilitation of pump station (PS) 312.25. Tetra Tech Inc. has reviewed the attached tabulated bids for the PS rehabilitation and based on the results, Kyle Construction Inc. (KCI) was the apparent low bidder with a bid of $337,275.00. Upon review of their bid KCI has shown to be responsive and based on previous work experience with KCI,Tetra Tech Inc. believes that they are a responsible bidder. Kyle Construction has been incorporated in the state of Florida since 1993 and is based in Naples, Florida. KCI has completed several projects of similar size and scope for Collier County and the City of Naples, and recently completed two PS rehabilitations that were designed by Tetra Tech without issue. Based on the above information, Tetra Tech Inc. recommends that the contract for RFQ 08-5011- 82 be awarded to Kyle Construction Inc. in the bid amount of $337,275.00 which is approximately 29% below Tetra Tech's engineer's estimate or probable construction cost of $474,054.00. Please give me a call if you have any questions. Sincerely, Tetra Tech 0—?`" X/74,, Daniel M. Nelson, P.E. Vice President Tetra Tech, Inc. 10600 Chevrolet Way,Suite 300 Estero,FL 33928 Tel 239 390.1467 Fax 239 390.1769 www.tetratech.corn Packet Page-668- WORK ORDER 5/28/2013 16.C.5. Agreement for Fixed Term Underground Utilities Contract#08-5011 Contract Date: March 11,2008 Fixed Term Contract Expires March 10,2014 (RFQ#08-5011-82) BCC approval Date: May 28,2013 Item#16.C. This Work Order is for Underground Utility Construction services for work known as: Project Name: PS312.25 Rehabilitation Project No:70046 and 70051 The work is specified in the Proposal Page, dated April 26, 2013, which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above and Request for Quotation#08-5011-82 dated March 27,2013,attached hereto a part of this Work Order# (please fill out once received)is assigned to: Kyle Construction Scope of Work: Per quote form attached and the fiillowing: Existing valve vault, wet well piping and pumps shall be removed. The wet well shall be patched and coated. New wet well piping, pumps, guide bars, brackets, floats, etc. are proposed along with new above ground piping and valves,generator and electrical upgrades are also included. The Contractor is responsible for all required bypassing and shall provide power to pump station throughout construction. * Task I -From Item 1 to Item 43 of Quote. Supply and install pumps,control panels,piping in the wet well, generator installation,and above ground piping and other necessary materials to complete the work as intended by the plans. * Task 11 - Item 44 of Quote. Owner-- Directed Work for geological or Corrosion Unforeseen Conditions(Allowance) Schedule of_Work: A limited NTP will be issued to Contractor to purchase materials and obtain permits. Another NIP will be issued to complete work within 220 days from the date of the Notice to Proceed. Compensation: In accordance with Agreement#08-5011, the County will compensate the Firm in accordance with following . , method(s): Negotiated Lump Sum; ❑Lump Sum Plus Reimbursable Costs; Time & Material (non-guaranteed. owner directed work); Cost Plus Fixed Fee,as provided in the attached proposal. Task I $294,180.00 (Lump Sum) Task Ii $ 43.095.00 (Time&Material) $337,275.00 TOTAL COST FOR TASKS i& II $337,275.00 x"--, PREPARED BY: ,.: Cf d,„R c-t.` v- i( 1 J I'? C) 1. Zamira DelToro, Project Manager Date Planning& Project Management Department , 5_ APPROVED BY: v- cam \ c� s>..,� ( i /i_ Craig Pajer ., Princi i Project Manager Date Planning& ct Management Department 1�f�67 r APPROVED BY: A 5 t /Za7.3. Tom Chmelik,P.E., Director Date Planning& Project Management Department Packet Page -669- 5/28/2013 16.C.5. RFQ#08-501I-82 Page APPROVED :it�n i c„...c.......-------- .-;/4.It eth Johnsse I,Director Da e Wastewater Department • lad' / //3 APPROVED BY: / Evelyn Co on ,Procurement Specialist Date Purchasing Department (, --d 2 APPROVED BY: � --'"°� WW� George Yilmaz,Administrator Date Public Utilities Division ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E. Brock,Clerk Collier County,Florida By: By: Deputy Clerk Georgia A.Hiller,Esq.,Chairwoman -J/ 4/V A d as to Form and Kyle Constr w,"on f" r L L al Su fic cy: J Assistant-County Attorney (Print Name/Title) %i^f,,,t ATTEST: Bar' . ' (Print Name/Ti e) Packet Page -670- 5/28/2013 16.C.5. .......t.....„„Co ver County Acirr:liriisres S Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-82 Pump Station 312.25 Rehabilitation PROPOSAL PAGE DUE DATE: Thursday, April 25, 2013 at 11:00 a.m. The undersigned, as quoter, hereby declares that the firm has examined the specifications and is informed fully in regard to all terms and conditions pertaining to the project and, if this Proposal is accepted, to furnish same in full, according to the following: See separate Bid Schedules This firm has submitted a quote for Pump Station PS312.25 Rehabilitation: IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 25- day of 4,/,/ , 2013 in the County of CQ/ ie , in the state of Fleric ,. . Kyle. Cnn k-ruc,-Viocn inc.. Firm s Complete Legal Name 259 -to45- '1O59 Telephone Number 2$9 -6'43- 4419 FAX Number Ky(tc.ortisIt-,r►c. Qn cal. ccm Email Address 314236 Prosvteck- Ave.. Address t Jc City F-/Qrida. State 3V/ay Zip P+ r • Iso i mot: i� Flo ..�,Ie • %/�e Docu t Number(www.sunbiz.orq/search/html) Signature Vice._ Presicce r 3r Title ChcLrit , AbrcOnc rn. 57/25/13 Print Name D to RFQ ContractDriven RevisedSeptember2009 3 Packet Page-671- 5/28/2013 16.C.5. Good afternoon, please see the attached revised quote schedule - also please see the info below: This Addendum consists of the following changes/comments: CLARIFICATIONS TO DRAWINGS The air release valve (ARV) shown on the drawing is called out as an "H-TEC 986 ARV", please note that the stainless steel model is required. The model number for the ARV is "H-TEC 986-SS" REVISIONS TO THE BID SHEET A revised bid sheet is included in this addendum. Please note that the units for item #44 have been changed to Time and Materials, and a value of $43,095 has been inserted for this line item. ADDITIONS The Contractor shall provide a fire extinguisher and placard in accordance with NFPA 110 and NFPA 10 to be mounted on the side of the electrical rack in a readily accessible area. QUESTIONS 1. On drawing M-401 the drawings indicate the wet well, valve vault, and pumps are being removed to be replaced. Drawing E-l0l note #1 calls for the lift station to be powered throughout the construction period with a 30 minute shutdown for change over to the new service. How can the existing remain powered if it is being removed? Contractor shall minimize electrical downtime while the pumps are being replaced. Contractor shall coordinate all shutdowns with the County. 2. Is the LE/LIT shown at the wet well on Drawing E-101 a transducer or is this item Roto-Floats per the equipment specification Mark "2" as indicated on Drawing M-402? Roto-Floats, Model S40-NO /44# END OF ADDENDUM http://mail.aol.com/37655.111/aol-6/en-us/su Packet Page -672- 4/23/2013 ADDENDUM #2 - RFQ 08-5011-82 Pump Station 312.25 Rehabilitation 5/28/2013 16.C.5. From: ParkerNicole<NicoleParker@colliergov.net> To: ParkerNicole<NicoleParker @colliergov.net>;Ryan<rmacphee @haskinsinc.net>;Betwell <belwetl @haskinsinc.net>;Mike Westhafer<mwesthafer@mitchellstark.com>; Brian Penner <bpenner@mitchellstark.com>;Tammy Ludwig<tammyl @dnhiggins.com>; Brandy Bartolone (brandyb @dnhiggins.com)<brandyb @dnhiggins.com>; Lou Gaudio<lgaudio @qe-usa.com>;Marcie Cohen <mcohen @qe-usa.com>; Kyle Construction Inc<kyleconstinc @aol.com>; HHASKINS <HHASKINS @HASKINSINC.NET>;Mitchell Penner<mpenner @mitchellstark.com> Cc: DeltoroZamira<ZamiraDeltoro @colliergov.net> Subject ADDENDUM#2-RFQ 08-5011-82 Pump Station 312.25 Rehabilitation Date: Thu,Apr 25,2013 7:47 am Good morning—the deadline for this solicitation has been changed to: Friday,April 26,2013 at 10:30 AM. Nicole Parker Procurement Strategist __f Collier County Purchasing Department x 3327 Tamiami Trail East Naples, FL 34112 Tel:239-252-4270 Fax: 239-252-6549 Email: nicoleparkerta,colliergov.net Under Florida Law,e-mail addresses are public records.If you do not want your e-mail address released in response to a public records request,do not send electronic mall to this entity.Instead,contact this office by telephone or in writing. • http://mail.aol.com137655-111/aol-6/en-us/ma packet Page 673-)X 4/25/2013 Alllllv;NllUM#2- RFQ 08-5011-82 Pump Station 312.25 Rehabilitation 5/28/2013 16.C.5. From: ParkerNicole<NicoleParker @colliergov.net> To: ParkerNicole<NicoleParker @colliergov.net>;Ryan<rmacphee @haskinsinc.net>;BeSwell <belwell @haskinsinc.net>;Mike Westhafer<mwesthafer@mitchellstark.com>;Brian Penner <bpenner @mitchelistark.com>;Tammy Ludwig<tammyl @dnhiggins.com>;Brandy Bartolone (brandyb @dnhiggins.com)<brandyb @dnhiggins.com>; Lou Gaudio<Igaudio @qe-usa.com>;Marcie Cohen <mcohen @qe-usa.com>;Kyle Construction Inc<kyleconstinc @aol.com>;HHASKINS <HHASKINS @HASKINSINC.NET>:Mitchell Penner<mpenner @mitchelistark.com> Cc: DeltoroZamira<ZamiraDeltoro @colliergov.net> Subject: ADDENDUM#2-RFQ 08-5011-82 Pump Station 312.25 Rehabilitation Date: Thu,Apr 25,2013 7:47 am Good morning—the deadline for this solicitation has been changed to: Friday,Atoll 26,2013 at 10:30 AM. Nicole Parker Procurement Strategist /047 x � Collier County Purchasing Department 3327 Tamiami Trail East Naples, FL 34112 Tel: 239-252-4270 Fax: 239-252-6549 Email: nicoleparker(a�colliergov.net Under Florida Law,e-mail addresses are public records,If you do not want your e-mail address released in response to a public records request,do not send electronic mall to this entity.Instead,contact this office by telephone or in writing. • http://mail.aol.com/37655-111/aol-6/en-us/ma packet Page 674-�x 4/25/2013 5/28/201316.0.5. 1 Owner Directed Allowance for Geological or Corrosion Unforeseen 44 Conditions 1 TM 43,()95.Ob Notes: (1)Contractor will be responsible for any items required during the installation and system start,up that are.excluded in manufacturer's quotations.Contractor to coordinate with the County and install pumps and control panel. (2)The Contractor is responsible for all required bypassing and shall provide power to lift station throughout construction. (3)Weekly progress meetings will be held for the project,The Contractor shall have his • Project Manager and Job Superintendent at all progress meetings,The Contractor shall provide an update of all work in the past week and a Iwo (2) week look ahead. The Contractor on a weekly basis shall provide an updated project schedule.The Contractor will need to supplement with additional crews as necessary to remain on schedule for timely completion. (4)All Contractor Personnel(including subcontractors)shall complete a Collier County Facilities Contractor background check.Only those,personnel passing this security check shall be allowed on the Project Site.All personel shall wear the issued badge at all times while on the project,The Contractor shall be responsible for all costs of obtaining the background checks and issued identification badge.Badges shall be reissued annually as required. (5)All excavation shall be unclassified with no additional payment to be made for rock, muck or other materials,Contractor will be responsible for all replacement fill material. (6) Pre-ConstructioniPost-Construction Video recording in accordance with the County Specification(022200)shall be completed. (7)The Contractor shall designate a representative,such as their Superintendent who will be on-site during all work to assist the County in responding to customer questions or needs, (8)The Contractor is responsible for preparation of a safety progratnlrisk management program.This document should not only address daily activities but also required actions for tropical storms and hurricanes. (9)All quotes to'be per the Utility Underground Contract,plans,standards,specifications and all documentation provided within the Bid Package. • 4 .. Packet Page -675-