Loading...
Agenda 07/09/2013 Item #16C3 7/9/2013 16.C.3. EXECUTIVE SUMMARY Recommendation to approve a work order under Request for Quotation 08-5011-92 in the amount of$399,193.12 to Quality Enterprises USA, Inc., for Underground Utility Contracting Services for Wastewater Pump Station 312.24 Rehabilitation Project Number 70046, and to authorize the necessary budget amendment. OBJECTIVE: Bring outdated utility infrastructure into compliance with current county standards while meeting demand, protecting public health and safety, providing proactive environmental protection and supplying backup pumping capability during power outages. CONSIDERATIONS: On June 24, 2008, as Agenda Item 10G, 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. Wastewater Pump Station(PS) 312.24 is located on Tract 24, Tollgate Commercial Center Phase Three, at the northwest corner of Tollhouse Drive. The pump station is not in conformance with Collier County standards. The pump station's main deficiencies include the lack of emergency power, electrical equipment deterioration, and severe corrosion in the valve vault and wetwell piping. The number of households and businesses benefitted by the pump station rehabilitation include 294 existing and 66 projected RV Park homes; 27 retail buildings (546,000 square feet existing and 2,234,266 square feet projected); one restaurant, three warehouses and the Collier County Landfill. PS 312.24 is fed directly by two incoming 8" gravity sewer lines. The gravity lines carry the waste stream from nine pump stations. The scope of work includes new pumps and electrical panels, the addition of a standby diesel pump as part of the emergency power program will allow the continued pumping of wastewater flows during power outages, thereby increasing the station's reliability. The installation of plastic HDPE pipe instead of ductile iron will greatly reduce pipe corrosion. Eliminating the underground valve vault will reduce valve corrosion, and will also eliminate the confined space restraints for valve maintenance by Wastewater Department staff. The Purchasing Department distributed Request for Quotation 08-5011-92, PS 312.24 Rehabilitation, on May 17, 2013, to the five vendors under the Fixed-Term Underground Utilities Contract No. 08-5011. Four of the five contractors submitted quotations by the June 7, 2013, deadline. The quotations are summarized below. VENDOR TOTAL PROJECT Quality Enterprises USA, Inc. $399,193.12 Haskins, Inc. $400,567.00 Douglas N. Higgins, Inc. $456,070.00 Kyle Construction, Inc. $465,990.00 Mitchell & Stark Construction No quote Packet Page-703- 7/9/2013 16.C.3. The engineer's estimate of probable construction cost was $468,650.00. Staff reviewed the quotations and determined Quality Enterprises USA, Inc., to be the lowest qualified and responsive bidder at approximately 15 percent below the engineer's 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 Quality Enterprises, Inc., per the attached letter(Attachment 3). Quality Enterprises USA, Inc., 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 $42,600.00 for owner-directed work due to unforeseen corrosive or geological conditions that include, but are not limited to, repairs due to structural deterioration, and replacement of defective mechanical equipment and 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). A budget amendment is required to transfer funds in the amount of$399,193.12 from Project Number 73950,North County Water Reclamation Facility Expansion to 30.6 MGD, to Project Number 70046, Wastewater Pump Station Technical Support. Using today's dollars, the total capital cost of this project is $399,193.12. The project has a life expectancy of 20 years, generating an approximate annualized capital cost of$19,959.66. The project is expected to be completed by March 2014. There will be an increase in annual operation and maintenance cost for the standby diesel pump as shown in the table below. Elements FY 2013 FY 2014 FY 2014 - FY2033 Capital Outlay $399,193.12 $0 $0 Operating Cost $ 0 $1,060.00 $20,140.00 Change * ' Cost Savings $ 0 $ 0 $ 0 Net Operating Effect $ 0 $1,060.00 $20,140.00 New Personnel (FTE) 0 0 0 *This reflects the approximate cost in the annual operating budget for each fiscal year over the life of the asset. 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. Packet Page-704- 7/9/2013 16.C.3. 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 08-5011-92 in the amount of $399,193.12 to Quality Enterprises USA, Inc., for Underground Utility Contracting Services for the Wastewater Pump Station 312.24 Rehabilitation Project Number 70046; authorize the Chairwoman to sign and execute the work order after final review by the County Attorney's Office; and, approve the necessary Budget Amendment. Prepared By: Zamira Del Toro, Project Manager, Public Utilities Planning and Project Management Department. Attachment 1-Quote tabulation Attachment 2-PPMD Bid Analysis Attachment 3-Recommendation Letter Attachment 4- Work Order Packet Page-705- 7/9/2013 16.C.3. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.3. Item Summary: Recommendation to approve a work order under Request for Quotation 08-5011-92 in the amount of$399,193.12 to Quality Enterprises USA, Inc., for Underground Utility Contracting Services for Wastewater Pump Station 312.24 Rehabilitation Project Number 70046, and to authorize the necessary budget amendment. Meeting Date: 7/9/2013 Prepared By Name: DeltoroZamira Title: Project Manager,Public Utilities Engineering 6/12/2013 4:11:25 PM Submitted by Title: Project Manager,Public Utilities Engineering Name: DeltoroZamira 6/12/2013 4:11:27 PM Approved By Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 6/14/2013 2:37:55 PM Name: JohnssenBeth Date: 6/19/2013 9:13:09 AM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 6/20/2013 7:15:48 AM Name: Evelyn Colon Title: Purchasing-Procurement Specialist Date: 6/20/2013 10:56:12 AM Packet Page-706- 7/9/2013 16.C.3. Name: Ward Kelsey Manager-Contracts Administration,Purchasing&Ge Date: 6/21/2013 9:52:39 AM Name: Joseph Bellone Title: Manager-Utility Billing&Cust Serv.,Utilities F Date: 6/21/2013 9:58:44 AM Name: PajerCraig Title: Project Manager, Senior,Public Utilities Engineeri Date: 6/21/2013 10:32:42 AM Name: ChmelikTom Title: Director,Public Utilities Engineering Date: 6/21/2013 11:53:12 AM Name: YilmazGeorge Title:Administrator, Public Utilities Date: 6/21/2013 2:38:35 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 6/24/2013 2:35:36 PM Name: KlatzkowJeff Title: County Attorney Date: 6/24/2013 3:36:58 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 6/27/2013 10:22:27 AM Name: OchsLeo Title: County Manager Date: 6/30/2013 3:22:11 PM Packet Page-707- 7/9/2013 16.C.3. IMMIIMIIIMMIIIIIIIIIMIIIIN , m 9 E fD £ <1 o d & _o'w o o 0 rn o o'E'g g °i =c t . 0 3 8 9 3 0 c O =. "v n �°.: ,n � �.?_c.o C o A ' o o ' o g o W h S-z2wnNi=In-o co - c ' , m g. a.p, P -I �<n °'a �- ° < rK :y iia 7,n 7,yC c g W a'9, �' W o ac o .. 7 0' co ., cn �' " ^ � a m =�' m.n m N.1:-. -' <❑ -^O � », -n .°» 2 � ^o o-� o K c C] ° 772 71.c000<�o.o "gs o O 770' p U1 c,n m n 5 o Z on T 2 - ° ° ° m < a 0'0•g a H [?7 2 m n �y < rn aJ. m ° g d o q l m 3 y a a co .n r y 3 5 � 'o ? L52- ts G ° CN 7 C- m y oN ..=' a r r r G dp. n ( �` o A ° o w o.i '' io . O.y a a rn c.rn c o ° 33 rn� m aC7T� =:: E � E rt 0 ? m es n , < .. � £ m < y 'o V6" � . o I1Ii 'o a IIIIIINIIP1111111111111111PIIPW11111 j •i.., ,. : . ; ._ : . .. .:.....: ;,:;_..1,„., ... •_ . , , . ,s >�, . .. . ....._:_,. ,,. . .,„ . , .... .., .. . . . .. . , ,, . , _ . . ., .Packet Page -708- 7/9/2013 16.0.3. A A a A A A A A W W W W J P A W N A O VD 0000 J P LA n O CA n U1 5 7 m A n O ,,`a vi !7 O s 0' G A G.1 0 s �...� pR n C 07 m w o o 8 n .Z+ R°s ° g °- q Q 9 Q n. vain a K g r m,T o ( E. a v^—' a . C; • F 5.5 F o d p W a m a—O 2, F g '05. a v,L C7 G7 FL n O G. W 9 m m'T. „3 • s rn L O 6 o a E o O O 9 o• o a ,< o o' • c C c 0 0 0 r r r r r r^ r r r^r cn cn cn cn c", cn cn 2n cn N N Cr,A.A A W N N N P N P O J O a O LA 0 0 P A LA A W O LA O LA 0 0 0 0 0 N O—O O O O W O O O O O N O U O O O O J 0 0 0 0 0 0 0 0 0 W W N ON N P ^ ^ — LA LA N N Cr.N a U 00 0\O O W W C In U LA in LO J O P O N 0 0 0 P A U A W W O W U O U O O O O O N O^ O A O A.O O W 0 0 0 0 0 N O U O N O N O O J 0 0 0 0 0 0 0 0 0 A P A N A J J W 00 U 00^ CO A W a N to LO in .0—W-.0 LA 00 LA O 0, 0 0 0 O N LA LA O P A N LA U O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O x 0 0 0 0 0 0 0 0 0 0 A W O A U P A O N J A -! J W CO�n 00-.o U P LO N U i0 U:O—W ON 0 O.P 0 0 0 0 0 A N J O J O 0 0 0 0 0 P 0 0 O D U LA O O O O O O O O O O O O O 0 0 0 O O 0 0 0 0 0 000000 A J W N P N J N O P O P O O A P LA 00 to U 00 P IA W 00 P^N O 0 O O O O A O 00 O P J O O O O O 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 0 0 0 0 0 0 0 a N W P N J N O P O P O p.a. -o b, A U 00 stn to'co a U W CO P N O O O OO O P J 0 0 0 O O P 0O O C O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O 00000000000 A J W N N N W W —to 00 —0O OT J O 00 LA CIS J O O U O O O ON 0 0 0 0 0 0 0 0 0 0 0 O O 00000000000 C O C C C C C 0 0 C 0 C O 0 0 0 0 0 0 0 0 0 0 0 0 IQ a a _ CA• W W N N W W—to 00 •-•00 'O a LJ U J O 00 LA a J O O U 0 O �O O co P 0 0 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0 0 0 O C O C 0 0 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0 0 0 d Packet Page-709- 7/9/2013 16.C.3. N th In t/■ to C N W C A3 V1 G) O O O O O O O O O O O O O O O O O O O O O O O O O O b b O O O O _W� 70 CL CD : ! , : : : ; : : tn =r } O • 70 • p1 : Oo I o N m 1 tel N I I ••► II ( I LA 1. I W 1 1 H1 N • N N I II EU o 1 I ( i iT CU o l II 1 • 11 • I • • • n 0 0 0 n pO .. \ D O m 0 O w fl _ N v r 0 < ,-• y G G ., o' m L1 Ti a c ro ` < CO ■ a 0 Packet Page-710- 7/9/2013 16.C.3. lb TETRA TECH June 10th, 2013 Zamira DelToro Collier County Public Utilities 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject: PS 312.24 Rehabilitation: Recommendation of Award Tt#200-08486-12008 Dear Mrs. DelToro, Collier County recently received bids for the rehabilitation of pump station (PS) 312.24. Tetra Tech Inc. has reviewed the attached tabulated bids for the PS rehabilitation and based on the results, Quality Enterprises USA, Inc. (QE USA) was the apparent low bidder with a bid of $399,193.12. Upon review of their bid QE USA has shown to be responsive and based on previous work experience with QE USA, Tetra Tech Inc. believes that they are a responsible bidder. QE USA is based in Naples, Florida and has offices in Chesapeake, Virginia, and Gulfport Mississippi. QE USA has over 40 years of public and private experience. This company specializes in a wide range of services including sanitary sewer, drainage, water, and utilities, and has successfully completed similar projects for Collier County. Based on the above information, Tetra Tech Inc. recommends that the contract for RFQ 08-5011- 92 be awarded to Quality Enterprises USA, Inc. in the bid amount of $399,193.12 which is approximately 15%below Tetra Tech's opinion or probable construction cost of$468,650.00. Please give me a call if you have any questions. Sincerely, Tetra Tech 0- 779,74, Daniel M. Nelson, P.E. Vice President Tetra Tech, Inc. 10600 Chevr otet Way.Suite 300 Estero,FL 33928 Tel 239.390.i 447 Fax 239.390.i 769 www.tetratech.com Packet Page-711- 7/9/2013 16.C.3. ORK ()WIER A..tr,..TmvIl (or Fr‘ted Term inset :tflities Conn-act:4-0F,;-50; i Cuittrtit..t alter March I 1„7.008' t'Ixed Tenn Contract Expires Niareb JO. 201 4oe-soi -C2d BCC approval D2te: u ,2013 P.,cia;116.C.3 hif-,work.(.4-dr:r; (or t,.;nder4rr:und Constat..:tiwt,n...rytt es, for g.orK kfkvo,P Prolect Name- PS3 12,24 Reliabilitatiot; Protect No 700-46 The‘vork is specified in the Proposal Page_dated June 23;3, which at atiache0 hereto and ma& a par cn.ith,s Ottlei ma..ordasta: wtto lerrns' rtto•o: an Ftr ; he.t%*.ti nart 'A otIt,Gnsic't!;4;I:,:r;4r.;.'4.1 t ar I:SA. Ira Scope pc ot k: Far quote form attached and the Folioxsau 2 IO,!sting? e wet well piping and purnp,s al removec: The wet well shall he patched "e,riti fa‘ated New wet wel1 pipmy purnpw guide bars. bract:eh-. fi: ac„ el..: are pt0posed akurg ,%ith new at ,ground piping and vaivei, ica pumos and dectrical upgrad:!s are aMo rar,L:dcri The Contractor responsible for'a!!re-quit-NI bypassing and hat;tao 1.0 putr,p station thou:cons:rticttort Fast. t- From hem t to Item of Quote Suppo and install pimp .contro, pstiek, piping in Me va a al . Diest.:1 pump 'installation.and above ground ptpiaL:and etc:.rtqcetsar:, material!.to complete the g.ork a. raended h..y the pians ;ask pear 47 of Quote Conner D'irecu....j vs,01-i.; ;•07.-pLotogic-3, nil'orroston it fDreSten Concitians SChetitlit' Of W'orrt: A P nI tSC F.S.Utd c ContrticFm-to pct.:has:7 materials anti obtmitt pern!its Another ',Vit.' ;Ai!: be nued to com,otet,f;wOrl. 220 aa)s from the date of the Nc‘tke to Prt,CCV.:(1. +:1', A g;.t7`,..`n ?CPI. I,the pt.:Ft:ante lie Ftrat a 1...L11-nr *qt4t, :oda Pan- Panna.,drstni..de Atte—led%sort, PFds e-.1 Pea.a,it',irted in the had prapr.::::31 task; nmp Sum Task H '14 _ 'itri, Tq-he Vattertal) 01A L.COSI FOR TY'l-..d-.;Si.& ;i S-3P9.1P PREPARED B _ . . , dant:Fd,i)el Toro Protttct Flanking& PRUern.Management Department' .4.PPROVF - Cratp.Pdn-1,1,..! PFt.701 .-,1artar:erntnn Departtnef:I. ti.PPRC %E.D; ide sir I.E. Ditnctor i-at-eu cc jce: Mdriv-4,!((m-in; Packet Page -712- 7/9/2013 16.C.3. RFQ##08-5011-92 Page 2 APPROVED BY:AIM, _ Be • ohnssen,Inte m Director ate Wastewater Department APPROVED BY: (I George Yilmaz,Administrator Date Public Utilities Division APPROVED BY: t f j t' ; 011 IT Evelyd Colon,Procurement Specialist Date Purchasing Department ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E.Brock,Clerk Collier County,Florida By: By: Deputy Clerk Georgia A.Hiller,Esq.,Chairwoman Approved as to Form and Quality Enterprises USA,Inc. Legal Sufficiency: /r 'J By: Scott R.Teach Louis 3. Gaudio. Vice President Deputy County Attorney (Print Name/Title) ATTEST: Witness• 7 By: L Marcie Cohen (Print Name/Title) Packet Page-713- (s) I 7/9/2013 16.C.3. Co e -County Administrative Services Dam Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-92 Refurbishment of Pump Station 312.24 PROPOSAL PAGE DUE DATE: June 7, 2013 at 11:30 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 IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 7th day of June , 2013 in the County of Collier , in the state of Florida Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200 Telephone Number 239-435-7202 FAX Number LGAUDIO @QE-USA.COM Email Address '3894 Marini x 1 r-!ve. Si,i t e 216 _ 4 Address Naples City Florida State 34114-5406 Fp 95000002550 Florida Cer ffir te of 1t rr r: ment Number{w ..sunbi .or-,rsect-c-VntnItt Sig t.n Vice President Title Louis J. Gaudio 6/7/13 Print Name Date RFQ_Co n tra ct D nven_R evi sed S eptem ber2009 4 Packet Page-714- Cq 7/9/2013 16.C.3. BID FORM ` COLLIER COUNTY PS 312.24 IMPROVEMENTS Item Estimated No DESCRIPTION Quantity knit Unit Cost Total Cost I Mobilization/Demobilization l LS 515.697.50 $15.69750 2 Pre-Construction Video and Post Construction Video I LS 5287.5(i 5287.50 3 Record Drawings 1 LS 51.725.00 $1,725 00 Demolition,Relocation,and Temporary Facilities 4 Demolition of Existing Wetwell Concrete Top.Valve Vault.Piping and Slab 1 LS 51.725 00 51.725 00 5 Clearing and Grubbing 1 LS $1.725 00 $1,725 00 6 Demolition of Electrical Panel,Main Breaker Panel.and Meter i ES $920 00 $920 00 7 Temporary Bypass Piping and Pumping Operations 1 1.5 $12.650 00 $12,650 00 Mechanical Flygt CP 3127-483 impeller Submerisble Pumps and Appurtenances 8 tFouipment Only) 3 EA $21,234 751 $63,704 25 9 Installation of Pumps and Appurtenances I LS 53.450 001 $3,450 00 10 6-inch Tee Fitting(Fused) 2 EA 1 $1,052.25 $2.104 50 i I 6-inch Tee Fitting(FL) 1 LA $576 15 $576 15 12 6-inch 90°Bend(Fused) 10 EA $678 501 $6,785 00 13 6-inch 90 Bend(EL) 1 EA $531 30 $531 30, 14 6-inch Plue Valve(FL) 5 EA $1.150.001 $5.750 00 15 6-inch Check Valve(FL) 3 EA $1.628 40 $4,885 20 16 6-inch 11-1/4 Bend(FL) 1 EA $454.25 $454 25 17 6-inch 22-1/2 Bend(FL) 1 EA $451.95 $451.95. 18 H-Tee 986 Stainless Steel ARV w/One Way Cheek Valve 1 EA $5.175.00 $5.175 00 19 6-inch HDPE Piping I LS 53.74325 $3.743.25 20 6-inch PVC Force Main I LS $1,868 75 51.868 75 21 6-inch HDPE Risers and Support Bracket i LS $5,287 701 55.287 70 22 Pipe Supports 1 8 EA 1 $1.535251 $12.282 00 23 Stainless Steel Pressure Gauges w/Hand Valve J 2 EA $1.012 001 52.024 00 2-1 6-inch Bypass Connection(DI Riser.3"Camlock.and Plastic Valve Box I LS 1 $1.725 001 $1,725 00 25 link Seals for I IDPF.Risers and PVC Air Piping I 3 FA $460 00 51.380 00 26 Rom-Float S4ONO Floats I LS $862 50 5862.50 27 Clean and Re-Coat the Entire\Vet Well I LS $11.845 001 $11,845 00 28 Drop Box over Invert in Wet Well I LS 51,150 001 51.150 00 Civil 29 77rinvl Coated Chain-Link Fence with Swing Gates ES $5,175 00 55.175 00 30 Dewatering,Excavation,and Backfill 1 LS 51.150 00 51.150 00 31 Site Work(Concrete Slabs.Site Grading.etc.) 1 LS $1,725 00 $1.725 00 32 New Concrete Wet Well Top and Hatch I LS $6.503 25 56.503 25 33 Compacted Sub-base for Entry Way 1� ES $2.990 00 52.990 00' Well Relocation 34 irrigation Well and Eauinment Relocation I LS 515.400 00 515.400.00 Electrical I I- 1 35 C'ounternoise I 1.5 $253(100 $2530 UO 36 TC'U Panel(Equipment Only) ES , $16.241 501 $16.241 50 37 Installation of IC))Panel f ES $550.001 5550 00 38 Antenna I I ES 1 $12-542 20 $12.542 20 39 Float Control Panel and Electrical Rack(Equipment Only) ) LS ! 522,660 00 522.660 00 40 Installation of Flvet Control Panel and Electrical Rack i LS 1 52,200 00 52200 00 4l Conduit&Wire i ES $3.300001 $3,300 00 42 2'10/120V Panelboard i LS 51.32000 51.320 00 43 Endress s-Hauser Flow Meter 1 1 LS $11.000 Of.) 511.000 00 44 )Godwin CD)5UM Diesel Back-tUn Pump(Equipment Only. I , LS $71,065 37 571.065 37 45 Installation of Godwin CD150M Diesel Back-Cb Pump 1 LS 1 56.600 001 56.600 00 Site Restoration 46 Clean.Fill,and Sod installation,Re-Grade,Weed Control etc I LS $2.875 00 s. 52.875.00, Subtotal 1 Owner Directed Allowance for Geological or Corrosion Unforeseen! i 47 Conditions i I TM $42.600 00 $42.600 00' TOTAL BID , - $399,193.12 °NOTE: Owner reserves these funds for owner-directed work There is no guarantee that the contractor will receive any portion of these additional funds Packet Page-715- C41.1 7/9/2013 16.C.3. Notes: (I)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'Engineer with the Installation of pumps and control panel (2)The Contractor is responsible for all required bypassing and shall provide power to lit) station throughout construction (7)Weekly progress meetings will be held for the protect The Contractor shall have Ins Project Manager and Job Superintendent at all progress meetings The Contractor shall provide an update of all work in the past week and a two (_) 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 he 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-Construction/Post-Construction Video recording in accrndance with the County Specification(022200)shall be completed (7)'ibe 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 (3) The Contractor is responsible for preparation of a safety program'risk 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 Packet Page-716- 7/9/2013 16.C.3. Co ler County Administrative Services Division Purchasing REQUEST FOR QUOTATION FOR PROECTS UNDER CONTRACT#08-5011 "Annual Contract for Underground Utilities" Date: May 16, 2013 From: Evelyn Colon, Contract Specialist 239-252-2667, Telephone Number 239-252-2810, Fax Number evelyncolon col lieroov.net To: Prospective Vendors • Subject: RFQ #08-5011-92 Refurbishment of Pump Station 312.24 As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. Your response must be received in the Purchasing Department, 3327 E. Tamiami Trail Naples, Florida 34112 or via email to evelyncolon(cr�colliergov.net no later than 11:00 a.m. on June 7, 2013. Any response received after that time shall not be considered. All quotations for this project shall be in accordance with the terms, conditions, and specifications stated herein and in accordance with the terms and conditions of Contract #08-5011 of which your firm was an awardee. NO OTHER FIRMS ARE ELIGIBLE TO SUBMIT OR RECEIVE AN AWARD FOR THIS PROJECT. If you have any questions regarding the specifications or intended scope of work, you must make those inquiries by 3:00 p.m. May 28, 2013. For general questions, you may contact the Purchasing staff member noted above. Your quotation response for individual projects 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. No late quotation responses will be accepted. We look forward to your participation in this request for information/quotation process. cc: Zamira DelToro, Project Manager RFQ_ContractDriven_Revised Septembe r2009 1 Packet Page-717- e(1/