Loading...
Agenda 07/09/2013 Item #16C4 7/9/2013 16.C.4. EXECUTIVE SUMMARY Recommendation to approve a work order under Request for Quotation 08-5011-95 in the amount of $474,026.50 to Haskins, Inc., for replacement of the sanitary sewer system serving the Regent Park subdivision,Project Number 70043. OBJECTIVE: Provide compliant and reliable sanitary sewer service to the Collier County Water- Sewer District(CCWSD)ratepayers in the Regent Park Villas I, II, and III communities. 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 the wastewater collection system. The proposed scope of work under Project 70043, "Gravity Systems Technical Support," is consistent with the 2010 Wastewater CIP Update, pages 2 of 4, lines 55 as identified in the 2011 User Fee Rate Study. The wastewater collection system in the Regent Park Villas I, II, and III communities has experienced failures at an increasing rate over the past few years. The wastewater collection system was originally installed by the developer in the 1980s. The existing sanitary sewer main system is deficient in that it is undersized and does not maintain the correct separation from other utilities and buildings. The system is aging and in need of relocation and replacement to meet current Collier County, Florida Department of Environmental Protection, and Florida Building Code standards. The number of existing households benefitted by the project includes 40 homes in Villas I, 40 homes in Villas II, and 56 homes in Villas III. The scope of work includes removing 975 linear feet of existing 6-inch sanitary sewer pipe, and abandoning/grouting 1,650 linear feet of existing 6-inch sanitary sewer pipe that will be replaced with a new 8-inch gravity sewer main, new manholes, and new service connections. Impacted roadways will be resurfaced at the completion of all aspects of the underground work. The Purchasing Department distributed Request for Quotation 08-5011-95, Regent Park Sanitary Sewer Replacement, on May 29, 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 10, 2013, deadline. The quotations are summarized below. VENDOR TOTAL PROJECT Haskins, Inc. $474,026.50 Quality Enterprises USA, Inc. $581,053.24 Mitchell & Stark Construction $677,362.00 Douglas N. Higgins, Inc. $876,689.00 Kyle Construction, Inc No Quote The engineer's estimate of probable construction cost was $476,435.00. Staff reviewed the quotations and determined Haskins, Inc., to be the lowest qualified and responsive bidder at approximately 0.3 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 Packet Page-718- 7/9/2013 16.C.4. and representative of market conditions. The project design professional, Johnson Engineering, also recommends award of this work order to Haskins, Inc., per the attached letter (Attachment 3). Haskins, 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 $45,000.00 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 pipes and appurtenances. 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). This is a maintenance project; therefore, operating costs are not expected to change significantly. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires a majority vote for Board approval.—ERP GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the viability of public facilities RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, approves a work order under Request for Quotation 08-5011-95 in the amount of $474,026.50 to Haskins, Inc., for replacement of the sanitary sewer system serving the Regent Park subdivision, Project Number 70043; and, authorizes 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. Attachment 1- Quote tabulation Attachment 2-PPMD Bid Analysis Attachment 3-Recommendation Letter Attachment 4- Work Order Packet Page-719- 7/9/2013 16.C.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.4. Item Summary: Recommendation to approve a work order under Request for Quotation 08-5011-95 in the amount of$474,026.50 to Haskins, Inc., for replacement of the sanitary sewer system serving the Regent Park subdivision, Project Number 70043. Meeting Date: 7/9/2013 Prepared By Name: DeltoroZamira Title: Project Manager,Public Utilities Engineering 6/12/2013 4:20:55 PM Submitted by Title: Project Manager,Public Utilities Engineering Name: DeltoroZamira 6/12/2013 4:20:57 PM Approved By Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 6/14/2013 2:25:49 PM Name: JohnssenBeth Date: 6/19/2013 9:17:32 AM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 6/20/2013 7:16:57 AM Name: Evelyn Colon Title: Purchasing-Procurement Specialist Date: 6/20/2013 11:56:54 AM Name: WardKelsey Packet Page-720- 7/9/2013 16.C.4. Title: Manager-Contracts Administration,Purchasing&Ge Date: 6/21/2013 9:53:13 AM Name: Joseph Bellone Title: Manager-Utility Billing&Cust Serv.,Utilities F Date: 6/21/2013 10:08:29 AM Name: ChmelikTom Title:Director,Public Utilities Engineering Date: 6/21/2013 10:25:06 AM Name: PajerCraig Title: Project Manager, Senior,Public Utilities Engineeri Date: 6/21/2013 10:33:11 AM Name: YilmazGeorge Title: Administrator, Public Utilities Date: 6/21/2013 2:37:42 PM Name: PepinEmily Title: Assistant County Attorney, CAO Litigation Date: 6/21/2013 2:58:28 PM Name: KlatzkowJeff Title: County Attorney Date: 6/21/2013 4:52:23 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 6/27/2013 9:27:02 AM Name: OchsLeo Title: County Manager Date: 6/30/2013 3:17:00 PM Packet Page -721- 7rsn013 16.0.4. XI co . ! " iC =G4 6 11111111111111111111111111111 r : 11111111111111111111111111111 3 .2 ii 111111111111111111111111 Packet Page-722- 7/9/2013 16.C.4. osik, ,_... idl, t." i..r, VI. tr• -5" 1..., $-• 1,..., L.! - (n e-,N ■I fki 0 0 0 0 CD 0 0 ‘0 0 C) .-D C 8 8 L-,.., 8 E.:, c., E., 0 0 0 0 0 0 0 0 0 0 0 0 0 0 P 0 0 0 0 6 6 O 6 6 O O 6 O C o o o 0 0 0 0 0 0 0 11 1 ■ 1 i 1 1 1 I I ■ 1 Ca rn Ci........ an rn ■," Riff'11. PO CD LA ; C ; r+ • -44 • • . PO • -n • • sO CZ CO : t . Ul . 1 , 1 ,E c'El r , , 1•••11. a.. i = 1 1 I Li, L., ,.... I I I Ui - MEM : 1 ■ I ' I 011.0, III I PO i I I CD : CfQ 1 1 0 1 • CD . 1 - ' I rt OW -4 1 ,--- • SI.) •-% T3 7....,. -‘ • I I I I I Lel • I ' • 1 tin I ' i PUI I 1 co ri =- I ■ _ 1 n Lev ET 6 1 I , • CID : I = . 1 . 1 ......... ? ,471 ...- 1 , E , > 0 < CU I m -3 -■ '..._ ai , , Vs to- F. - f`,1 .---■ < 1.."‘ =" rrl ..... .."' "1 c M = g ,.., c.,. Citl V fa..) > 0. ....7.- 7,.7. a ±..,.. -, -_-_,.., .6-1,. ,..., c 0** .,, Packet Page-723- 7/9/2013 16.C.4. JOHNS ca SINCE 1946 elk ENGINEERING June 11, 2013 Mrs. Zamira DelToro Collier County Public Utilities Planning and Project Management Department 3339 East Tamiami Trail, Suite 303 Naples, FL 34112 RE: Collier County RFQ#08-5011-95 Regent Park Sanitary Sewer Replacement Lowest Quote: Haskins, Inc. Dear Mrs. DelToro: Johnson Engineering has reviewed the quote tabulation provided by Collier County for quotes received on June 10, 2013 for the above referenced project and has concluded that the apparent low, reasonable, and responsive bidder for the project is Haskins Inc. Subject to concurrence with the County's Purchasing Department, and the contractor furnishing the appropriate bonding and required insurances, we recommend the selection of Haskins by Collier County for the intended work contained within the quote documents. Sincerely, JOHNSON ENGINEERING, INC. J ed R. B wn, P.E. 2350 Stanford Court•Naples,Florida 34112 (239)4 Packet Page-724-14-9320 WORK ORDER 7/9/2013 16.C.4. Agreement for Fixed Term Underground Utilities Contract#08-5011 Contract Date: March 11,2008 Fixed Term Contract Expires March 10,2014 (RFQ#08-501 1-95) BCC approval Date: July 9,2013 Item#16.C.4 This Work Order is for Underground Utility Construction services for work known as: Project Name: Regent Park Sanitary Sewer Replacement Project No: 70043 The work is specified in the Proposal Page, dated June 10, 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#08-5011-95 dated May 29,2013,attached hereto a part of this Work Order is assigned to: Haskins Inc. Scope of Work: Per quote form attached and the following: To replace the sanitary sewer, manholes, and services connections per plans. The Contractor is responsible for all required bypassing and shall provide sewer services to the customer throughout construction, replacement of damaged/removed landscape material,and other necessary materials. * Task I - From Item 1 to Item 24 of Quote with notes. Removing and abandoning'grouting the existing sanitary sewer pipe; replace it with a new 8-inch gravity sewer main, new manholes,and new service connections. All roadways will be resurfaced at the completion of all aspects of the underground work, and other necessary materials to complete the work as intended by the plans. * Task 11 -Item 25 of Quote. Owner-Directed Work for geological or Corrosion Unforeseen Conditions(Allowances) 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 140 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): ZNegotiated 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 $429,026.50 (Lump Sum) Task II $ 45,000.00 (Time& Material) $474,026.50 TOTAL COST FOR TASKS I& I I $474,026.50 PREPARED BY: 6 /2- Zamira DelToro, Project Manager t'ate Planning& Project Management Department APPROVED BY: c C i^- - i -ra ° ' . .Eu.. Prins. ,.al Project Manager Dane Planning-&-Project Management Department W * f APPROVED BY: ,r,Tom Chmelik P.E., Director Date Planning& Project Management Department Packet Page-725- 7/9/2013 16.0.4. RFQ#08-5011-95 Page 2 APPROVED BY:40,0dait / Betlyfohnssen,Interim Director Date Wastewater Dej'anment ,Jsk, APPROVED BY ":" / /2. 1 3 George Yilmaz,Administrator / Date Public Utilities Division APPROVED BY: (1: ( ) 112,1!32 V/4.41/1/ Evelyn olon.Procurement Specialist bate Purchasing Department ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E.Brock,Clerk Collier County,Florida By By: Deputy Clerk Georgia A.Hiller,Esq.,Chairwoman "ft Haski115,-1 .( 1 By: (Print Name'l Al I EST: Approved as to form and legality By 1-7 /7 Assistant County Attorney ' (Print Nametitle) '‘N Packet Page-726- 7/9/2013 16.C.4. Cale Copy Administrative Services Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-95 Regent Park Sanitary Sewer Replacement PROPOSAL PAGE DUE DATE: June 10, 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 Regent Park Sanitary Sewer Replacement: RFQ ContractDriven_RevisedSeptember2009 4 Packet Page-727- , 7/9/2013 16.C.4. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this WI' day of Su> , 2013 in the County of Lr t. , in the state of F Inriao,,. Wnsk1r\5 inc.. Firm's Complete Legal Name )39-11-11-Ig4m Telephone Number z39- FAX Number r hask;nsinG.at.� Email Address 1095(, EnQr��c Art, Address P)noi-t-& Sgc'ings City Ft~ State 3 (135 Zip .514 15q Florida Certificate of Au hority Document Number(www.sunbiz.oroisearchihtml) Signature es+fora-Far Title QQ //��jj p iTya/J ///RG� (,p- io-13 Print Name Date R FQ_rnn tra ctDri ven_Revas a dSep tember2oo9 5 Packet Page-728- Regent Park Sewer Replacement Collier Count 7/9/2013 16.C.4. Quote Form Item No. Description Unit Quantity Unit Cost Cost 1 Mobilization LS 1 $ 9,000.00 $ 9,000.00 2 Maintenance of Traffic/Access LS 1 $ 5,565.00 $ 5,565.00 3 Maintenance of Sewer Service During Construction LS 1 $ 20,000.00 $ 20,000.00 4 Temporary Erosion Control/Inlet Protection LS 1 5 8,000.00 $ 8,000.00 5 8"PVC Gravity Sewer, Open Cut,All Depths LF 1,724 $ 66.00 $ 113,784.00 _ 6 8" PVC Jack and Bore with 16"Steel Casing LS 1 $ 11,500.00 $ 11,500.00 7 4'Dia. Precast Sanitary Manhole, <8' Deep EA 12 $ 4,825.00 $ 57,900.00 8 6"PVC Sanitary Sewer Lateral w/Cleanout EA 62 $ 1,000.00 $ 62,000.00 9 Replace Existing Cleanout EA 62 $ 385.00 $ 23,870.00 10 Connect to Existing Gravity Sewer EA 4 $ 1,085.00 $ 4,340.00 11 Core Bore Existing Manhole and Connect EA 2 $ 1,500.00 $ 3,000.00 12 Abandon/Grout Existing 6"Sanitary Sewer I LF 1,650 S 5.15 $ 8,497.50 13 Remove Existing 6"Sanitary Sewer LF I 975 S 20.00 $ 19,500.00 Remove Existing Wye, Sleeve Gravity Sewer,and 14 Restore Regent Circle per Detail G-2B EA 2 $ 5,690.00 $ 11,380.00 15 Road Restoration Queen Anne Lane SY 1,910 S 4.00 S 7,640.00 16 Road Restoration King George Lane SY 1.200 $ 4.00 $ 4,800.00 17 Road Restoration William Court SY 1,365 $ 4.00 5 5,460.00 18 Road Restoration Henry Court SY 1,060 $ 4.00 $ 4,240.00 19 Remove and Replace 4"Thick Concrete Sidewalk SY 300 5 35.00 $ 10,500.00 20 Sod Disturbed Areas( St.Augustine or Match Existing) SY 2,500 $ 3.50 S 8,750.00 21 Landscape Removal LS 1 $ 5,000.00 $ 5,000.00 22 Landscape Restoration LS 1 I S 10,000.00 $ 10,000.00 23 Irrigation Repair/Restoration LS 1 $ 4,800.00 5 4,800.00 24 8"Water Main Deflection EA 5 i 5 1.900.00 5 9,500.00 1 `____ __ ___ �. _i� SUBTOTAL $ 429,026 50 1 Owner-Directed Work for Unforeseen Conditions 25 (geological, corrosion, etc.)-Allowances TM 1 $ 45,000 $ 45,000 j NOTE: Owner reserves these funds for owner-directed work. There is no guarantee TOTAL QUOTE $ 474,026.50 1 that the contractor will receive any portion of these additional funds. Notes: 1 ABANDONED GRAVITY SEWER TO BE CUT AND CAPPED AT ROW/EASEMENT LINE. 2 ABANDONED ABOVE GROUND SANITARY SEWER IMPROVEMENTS(CLEANOUTS,ETC.)TO BE REMOVED AND THE AREA RESTORED 3 GRAVITY SEWER ABANDONED IN PLACE SHALL BE FILLED WITH GROUT IN ACCORDANCE WITH SECTION 033100 OF THE COLLIER COUNTY UTILITY TECHNICAL SPECIFICATIONS 4 ASPHALT PAVEMENT RESTORATION FOR SEWER LATERALS IS INCLUDED IN THE SEWER LATERAL UNIT COST. 5 ALL PAVEMENT WILL BE RESTORED TO THE SAME SLOPE AND ELEVATION AS THE EXISTING CONDITIONS.CONTRACTOR WILL MILL AND OVERLAY THE FULL WIDTH OF THE DISTURBED ROADS TO PROVIDE A CLEAN FINISHED PROJECT o CONTRACTOR RESPONSIBLE FOR REPAIR OF ANY DAMAGE TO IRRIGATION,LIGHTING,DRAINAGE,ETC DURING THE CONTRACT PERIOD. 7 CONTRACTOR RESPONSIBLE FOR REPLACEMENT OF DAMAGED/REMOVED LANDSCAPE MATERIAL, 8 ALL LANDSCAPING&.IRRIGATION RESTORATION WORK SHALL BE PERFORMED BY A SPECIALTY CONTRACTOR. 9 CONTRACTOR SHALL REPLACE ALL PAVEMENT,CURBS,DRIVEWAYS,SIDEWALKS,FENCES,ETC,WITH THE SAME TYPE OF MATERIAL THAT WAS REMOVED DURING CONSTRUCTION OR AS DIRECTED BY THE ENGINEER.THE CONTRACTOR SHALL RESTORE ALL AREAS AFFECTED BY THE CONSTRUCTION TO ITS ORIGINAL CONDITION,OR BETTER 10 THE COST OF ROCK REMOVAL,DEWATERING,A DEWATERING PERMIT AND REMOVAL OF ANY UNSUITABLE MATERIAL IS TO BE INCLUDED WITHIN THE COST OF THE INDIVIDUAL ITEM THAT MAY REQUIRE IT FOR PROPER INSTALLATION t Packet Page-729- Regent Park Sewer Replacement Collier Count 7/9/2013 16.C.4. Quote Form • ADDITIONAL NOTES ON FOLLOWING PAGE 11 CONTRACTOR IS RESPONSIBLE TO PURCHASE ALL JOB MATERIALS AND EQUIPMENT,FOR RECEIVING,UNLOADING,VERIFYING CONDITION,PROTECTING AND INSTALLING THESE MATERIALS AND EQUIPMENT.THE CONTRACTOR WILL BE RESPONSIBLE FOR THE WARRANTY OF THE INSTALLATION. 12 THE CONTRACTOR IS RESPONSIBLE FOR ALL REQUIRED BYPASSING AND SHALL PROVIDE SEWER SERVICES TO THE CUSTOMER THROUGHOUT CONSTRUCTION.CONTRACTOR TO SUBMIT BYPASS PUMPING PLAN TO COUNTY AND ENGINEER FOR APPROVAL. 13 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 TWO(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. 14 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 PERSONNEL 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. 15 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.CONTRACTOR SHALL OBTAIN ALL NECESSARY PERMITS- TREE REMOVAL PERMIT,ETC. 16 PRE-CONSTRUCTION AND POST CONSTRUCTION VIDEO RECORDING IN ACCORDANCE WITH THE COUNTY SPECIFICATION(022200) SHALL BE COMPLETED.COST TO BE INCLUDED IN MOBILIZATION LINE ITEM 17 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. 18 THE CONTRACTOR IS RESPONSIBLE TO PROVIDE A WORK PLAN PRIOR CONSTRUCTION.THE PLAN SHOULD STATED HOW THE PARKING ARRANGEMENTS AND CONSTRUCTION PROJECT WILL BE PHASED.PLAN TO BE REVIEWED AND APPROVED BY ENGINEER. 19 ENGINEER,PM AND CONTRACTOR TO MEET WITH RESIDENTS PRIOR TO COMMENCEMENT OF THE PROJECT WORK TO DISCUSS THE WORK PLAN FOR THE PROJECT.WORK PLAN WILL BE PRESENTED BY THE CONTRACTOR TO THE HOA AND PROPERTY OWNERS. 20 THE CONTRACTOR IS RESPONSIBLE TO KEEP RESIDENTS FREQUENTLY UPDATED AS TO CHANGES IN PARKING ARRANGEMENTS AND CONTRACTOR STAGING AREA(S) 21 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. 23 Go to http://www.colliergov.net/ppmd for the latest revisions to the Utilities Standards Manual and Utilities Detail Drawings 24 Go to http://www.dot.state.fl.us/rddesign/DS/12/STDs.shtm for the FOOT Design Standards eBooklet FY2012-2013 Packet Page-730- 7/9/2013 16.0.4. Co. er C.,,ourity Adrntnive Services Division r'ur„l stag REQUEST FOR QUOTATIONS FOR MULTIPLE PROECTS UNDER CONTRACT#08-5011 "Annual Contract for Underground Utilities" Date: May 29, 2013 From: Evelyn Colon, Contract Specialist 239-252-2667, Telephone Number 239-252-6549, Fax Number evelyncolon(c�col liergov.net To: Prospective Vendors Subject: RFQ #05-5011-95 Regent Park Sanitary Sewer Replacement Project 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(ccolliergov.net no later than 11:00 a.m. on June 10, 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. June 5, 2013. For general questions, you may contact the Purchasing staff member noted above. 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. 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_ContractDrive n_Revised Septem be r2009 1 Packet Page-731- °�