Loading...
Backup Documents 07/24/2012 Item #16C 3ORIGINAL DOCUMENTS CHECKLIST & ROUTING Si k6 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO C 3 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. Original documents should be hand delivered to the Board Office. The completed routing slip and original documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines #1 through 44 as appropriate for additional signatures, dates, and/or information needed. If the document is already complete with the exception of the Chairman's signature, draw a line through routing lines #I through #4, complete the checklist, and forward to Sue Filson (line #5). Route to Addressee(s) (List in routing order) Office Initials Date 1. (Initial) Applicable) 2. July 24, 2012 Agenda Item Number 16C3 3. Chairman, with the exception of most letters, must be reviewed and signed by the Office of the 4. Emily Pepin, Assistant County Attorney County Attorney Number of Original 1 5. Ian Mitchell, BCC Executive Manager Board of County Commissioners Documents Attached 6. Minutes and Records Clerk of Court's Office vZ PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending BCC approval. Normally the primary contact is the person who created/prepared the executive summary. Primary contact information is needed in the event one of the addressees above, including Sue Filson, need to contact staff for additional or missing information. All original documents needing the BCC Chairman's signature are to be delivered to the BCC office only after the BCC has acted to approve the item. Name of Primary Staff Nicole Parker / Sandy Sridhar Phone Number 252 -4270 Contact (Initial) Applicable) Agenda Date Item was July 24, 2012 Agenda Item Number 16C3 Approved by the BCC Chairman, with the exception of most letters, must be reviewed and signed by the Office of the Type of Document Work Order Number of Original 1 Attached County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully Documents Attached INSTRUCTIONS & CHECKLIST - .. .. l: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2.24.05 «matter number » /<<document_ number» Initial the Yes column or mark "N /A" in the Not Applicable column, whichever is appropriate. Yes N/A (Not (Initial) Applicable) 1. Original document has been signed /initialed for legal sufficiency.. (All documents to be signed by the EP Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. This includes signature pages from ordinances, resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials. 2. All handwritten strike - through and revisions have been initialed by the County Attorney's Office and N/A all other parties except the BCC Chairman and the Clerk to the Board 3. The Chairman's signature line date has been entered as the date of BCC approval of the document or EP the final negotiated contract date whichever is applicable. 4. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's signature and EP initials are required. 5. In most cases (some contracts are an exception), the original document and this routing slip should be N/A provided to Ian Mitchell in the BCC office within 24 hours of BCC approval. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 6. The document was approved by the BCC on 07/24/12 and all changes made during the meeting EP have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. - .. .. l: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2.24.05 «matter number » /<<document_ number» 16C3 MEMORANDUM Date: August 17, 2012 To: Nicole Parker, Purchasing Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Work Order #08- 5011 -64 (Contract #08 -5011) Contractor: Quality Enterprises USA, Inc. Attached for your records is a copy of the document referenced above (Item #16C3) approved by the Board of County Commissioners on July 24, 2012. The original will be held on file in the Minutes and Record's Department for the Board's Official Record. If you have any questions, please contact me at 252 -8406. Thank you. Attachment WORK ORDER Agreement for Fixed Term Underground Utilities Contract #08 -5011 Contract Date: March 11, 2008 Fixed Term Contract Expires March 10, 2013 (RFQ #08- 5011 -64) BCC approval Date: July 24, 2012 This Work Order is for Underground Utility Construction services for work known as: Project Name: PS 112.00 Improvements Project No: 70046 16C3 The work is specified in the Proposal Page, dated May 23, 2012, 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 -64 dated May 23, 2012, as modified by Addendum 1 thru 6, attached hereto a part of this Work Order # (please fill out once received) is assigned to: Quality Enterprises USA, Inc. Scope of Work: As detailed in the attached proposal and the following: • Task I - Supply and install Pumps, Generator and other necessary materials to complete the work as intended by the plans • Task II - 15% Allowance for Owner Directed Work including but not limited to repairs due to wet well deterioration, wet well coating, replacement of defective mechanical equipment and deficient electrical components. Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. 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 (established hourly rate — Schedule A); ❑Cost Plus Fixed Fee, as provided in the attached proposal. Task 1 $408,354.65 Task lI $ 61,253.20 $469,607.85 TOTAL P F .ASKS I & II $ 469,607.85 (LS) PREPARED BY: Sandy Sridhar, Project Manager Date Planning & Project Mana ement Department APPROVED BY: g 3 t2 Craig Pajer, P. ncipal Proje anager Date Planning & P&4cA4 Management Department APPROVED BY: VA 44 Steve Nagy, Collections Manager Date Waste ater Department APPROVED h Johnssen, Ope ions Manager Date W hater Dep e t Q APPROVED BY: S Z' Steve Me sner, Director Dat Wastewater Department RFQ #08- 5011 -64 16C3 Page 2 APPROVED BY: %/115-/W/77_ Tom Chmelik, P.E., Director D to Planning & Pro*�ect Management Department e p APPROVED BY:L'"' 0 lS l Z Nicole Parker, Procurement Specialist ?,,O f ,, iz D to Purchasing Department APPROVED BY: ��..A� —� -- ✓ 7��j �Z George Yilmaz, Administrator Public Utilities Date BOARD OF COUNTY COMMISSIONERS wigli:�'Bik; C`hrYC " Collier County Florida y'By By: Fred W. Coyle, Chairman j C/fL_njj Quality Enterprises, USA, Inc. By. (Print Name /Title) Louis J. Gaudio, Vice President (Print Name /Title) Approved as to Form and egal Sufficienc Emily Pep Assistant County Attorney 7/24161C3 6. C. 3. NVORK ORDFR Av.rcemctit for vixcj rcra, Underground Uiilnivs Contr,!,;, 08-5011 Contract Pate: !iJarch H. 2008 Fixed Term Contract ENpires March 10, 2013 (RFQ 1"08-5011-4-1) 11CCapproNal Date: July 24, 2012 This �kklr� 0t&r I ndcn-,tound Ctiliv, Cinstruction ser\itci for 4%,A i%twwi as. Prue Nar-W, VS ! ; Proi,,�c! Nw '70046 I h-'. %wrk iti Iwt :!'i--d in rh Prorxis;st Page, dated Max I.A. 2012. Ullich is attached hereto and rimit a part of thk kNtA ()rder. In Acco-,jarcc \%ith Terms and Conditions of the Agreement rercn:aced above and Request for Quotation 1-4 ,jattd %jaN 21. -012. as modiriod by Addendum Ithru 6, attached hereto part of this Work Ord.*r fill out once reciivcJ} k assioned la: Qua RIV Eni!;-rmrir,- '-S Inc ,maflcd in the zaactica -,iropos'al ind thir tollowing., !+,wplN anal ir, mll Fwnp", Gcnoa !or and otficr coa"piciv tfw e 'Set: )'•%ner Dircm:,f w,tk imi.iding but not lho,mca to r %,Ct A,,rI,riontt;on, D%Cl \%-clt Coating, rept-ccment of L!0`cOkj� �,Iicdu.coi'%Vork: (ornpitte work within ISO dmi from the date of the Notice to Procccil which is accompanying tills Work Ille County iNill comjxr-a4te thy, Firm in accordance %%iih [11 esoils SUM Plus Rcimbursziblu Costs: \,laterid i-,1jhI:Nl!zJ mle .1 11:tIN I- i±,:,1 I'j:c pro% "dcol in th;: Packet Page -1811- 1M Ai. NU :FORT S If S 40407.85 (LS) 4' //4 . IT" idy Sri J�ar, PR:ijct;t,%1anu,-er ATI) B P Manl,!,mcmt D:PImjwql( Xlll%t A, IA" BN 11 to t, 1) Rilinssen, Operations Manager e e j a L),:prt :nt A t 11 W Z- Packet Page -1811- 7/24/2012 Item 16.C.3. 16C3 RFQ #08-5011-64 Page 2 APPROVED BY: Tom Chmeli0h, Ibirector Date Planning &,Project Management Department c APPROVED BY: Z' i c lzelli, Nicole Parker, Procurement Specialist are Purchasing Department I & APPROVED BY: e-- George Yilmaz, Administrator Public Utilities Date ATTEST: Dwight E. Brock, Clerk By: Deputy Clerk ATTEST.' By (Print Nanie'ritie) Approved as to Form and Legal Sufficiency: Jennifer B. White Assistant County Attorney BOARD OF COUNTY COMMISSIONERS Collier County, Florida By Fred W, Coyle, Chairman Quality Enterprises. USA, Inc. BY: Louis J. Gaudio—Vice President (Print Name/Title) Packet Page -1812- 7/24!2012 Item 16.C.3. 16 C3 O CClammy Adn inistEUve. Ser0ces DMsiun Purchasho COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ #08. 5011.64 Pump Station 112 Improvements PROPOSALPAGE DUE DATE: May 23, 2012 at 3:00 pm. 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 enclosed Quote Form in Excel Format IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 6th day of June , 2012 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 Mannix Drive, Suite 216 Address Naples City Florida State 34114 -5406 Zip P95000002550 Flo ' mate -a uthority Document Number twww. sun Wz.orarsearch(htmi) nature Vice President Title Louis J. Gaudio 6/6/12 Print Name Date RFQ_Con tractDrlven_Revis ed Septem ber2009 3 Packet Page -1813- 7/24/2012 Item 16.C.3. Quality Enterprises USA, Inc. QUOTEFORM .1 O C 3 RrQ #08- 5011 -64 COLLIER COUNTY PS 112.00 IMPROVEMENTS Item No DESCRIPTION Estimated Ouantity Unit Unit Cost Total Cost 1 Pre - Construction Video and Post Construction Video 1 LS $287.50 $287,50 2 Record Drawings 1 IS $575.00 $575.00 Demolition Relocation and Temporary Facilities 3 Demolition of Existing Wetwell Concrete Top, Valve Vault, Piping and Slab 1 LS $1,725.00 $1,725,00 4 Clearing and Grubbing 1 LS $1,150,001 $1,150.00 5 Demolition of Antenna Electrical Panel, Main Breaker Panel, and Meter 1 IS $2,293,101 $2,293.10 6 Temporary Bypass Piping and Pumping Operations 1 LS $17,250.00 $17,250.00 Mechanical 7 Flygt NP 3153 462 Ira eller Submerisble Pumps and Installation 2 EA $70,866.45 $141732.90 8 4 -inch Plug Valve w /BF and 3" Purnp Out Connection FL I EA $1,052.25 $1052.25 9 6 -inch Tee Fitting FL 1 EA $1,380.00 $1,380.00 10 16x4-inch Tee Fitting (FL) 1 EA $1,322.50 $1,322.50 11 4 -incb Plug Valve FL with 4" Blind Flange 1 EA $747.50 $747.50 12 6 -inch Plug Valve (FL) with FAC 2 EA $5,750.00 $11,500,00 13 6 -inch Check Valve FL 2 EA $5 175.00 $10,350.00 14 6 -inch Wye FL 1 EA $1,799,75 $1,799.75 15 6 -Inch 450 Bend 1 EA $1,035.00 $1,035.00 16 6 -Inch 90° Bend 4 EA $1,104.00 $4,416.00 17 6 -1nch Mag Flow Meters 1 EA $12,535.00 $12,535,00 18 2 -Inch SS Ball Valve 1 EA $253.00 $253.00 19 Air Release Valve 1 LS $1,983.75 $1,983.75 20 6 -inch HDPE Above Ground Piping 1 LS $4,715.00 $4,715.00 21 6 -inch HDPE Internal Wetwett Piping 1 LS $3,565.00 $3,565.00 22 Miscellaneous Appurtenances, Pipe Supports, and Spare Equipment 1 LS $6,325.00 $6,325.00 23 1 Stainless Steel Pressure Gauges 2 EA $1,725.00 $3,450,00 Civil 24 6' Chain Lank Fence with Swing Gates 1 LS $5,750.00 $5,750,00 25 Dewaterin , Excavation, and Backfill 1 LS $2,875.00 $2,875.00 26 Site Work Concrete Slabs etc, I LS $1,725,00 $1,725.00 27 Now Concrete Wet Well Top and Hatch 1 LS $3,979.00 $3,979.00 Electrical 28 Counterpoise 1 LS $6,913.80 $6,913.80 29 IFurnish and Install Control Panel 1 LS $1,840.00 $1 840.00 30 Furnish and Install 100 kw Generator with ATS 1 LS $50,570.10 $50,570.10 31 TestWetls 1 LS $602,60 $602.60 32 Antenna 1 LS $48,473.65 $48,473.65 33 200A Disconnect 1 LS 51,840.00 $1840.00 34 200A Circuit Breaker 1 LS $2,760.00 $2,760.00 35 Additional Electrical Rack Items 1 LS $1,765.25 $1,765.25 36 1 Conduit & Wire 1 LS $8,280,00 $8,280.00 37 Additional Electrical 1 LS $5,290.00 $5,290.00 Site Restoration 38 Clean Fill Grass Pave Installation, Re- Grade, Weed Control, etc. 1 LS $4,025,00 $4,025.00 39 Hedge Relocation and Replacement 1 LS $5,520.00 $5,520.00 Manhole Re air 40 All Items Associated with Manhole Repair Mobilization/Demobilization 5 %) 1 LS $7,452.00 $7,452.00 41 1 LS $17,250.00 $17250,00' SUBTOTAL $408,354.65 44 Owner Directed Allowance for Geological or Corrosion Unforeseen Conditions (15% ) 1 LS $61,253.20 TOTAL $469,607.85 Notes: Packet Page -1814- Date: coffl�r COwlty Adrnnistrative Seruioes Dvision Purchasing 7/24/2012 Item 16.C.3. 16C3 REQUEST FOR QUOTATIONS FOR MULTIPLE PROECTS UNDER CONTRACT #08 -5011 "Annual Contract for Underground Utilities" May 1, 2012 From: Nicole Parker, Contract Specialist 239 - 252 -4270, Telephone Number 239 - 252 -6549, Fax Number nicoleparker(a-).colliergov.net To: Prospective Vendors Subject: RFQ #08- 5011 -64 Pump Station 112 Improvements 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 nicoleparker(a)_colliergov.net no later than 3:00 pm. on May 23, 2012. Any response received after that time shall not be considered. A non - mandatory pre -bid meeting is scheduled for May 9, 2012 at 3:00 pm. at the Purchasing Conference Room A. Although this is not a mandatory meeting, it is advisable that all bidders attend. All quotations for individual projects 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 May 15, 2012 at 3:00 pm.. For general questions, you may contact the Purchasing staff member noted above. Your quotation response 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: Sandy Sridhar, Project Manager Packet Page -1815- RFQ ContractDriven _RevisedSeptember2009 1 7/24/2012 Item 16.C.3. I. General Information 16C3 SCHEDULE: Days to Substantial Completion 150 + Days to Final Completion 30 = 180 days II. Specifications and Plans See separate denoted emailed files III. Instructions 1. Complete Vendor's name, sign and date on all pages where so indicated. This will constitute your acceptance of the specifications, terms and conditions as listed. If taking exception to any part or section of this request for information /quotation, please indicate such exceptions on a separate sheet entitled "Exceptions." 2. Your quote may not be accepted unless all requested information is furnished. 3. The Collier County Purchasing Department reserves the right to reject any and all quotes. 4. All quotations for each individual stand -alone project must be made on the quotation form furnished by the County. No quote will be considered unless the quotation form is properly signed. 5. All work completed shall be under the terms and conditions of the above referenced contract. 6. Liquidated Damages Owner and Contractor recognize that, since time is of the essence for this agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified above. Should Contractor fail to substantially complete the Work within the number of calendar days for substantial completion established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, $715.00 for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the contractor fails to reach Final Completion, Owner shall also be entitled to assess, as liquidated damages, but not as a penalty, a sum certain per day, in the amount of $357.50 for each day after the time set for Final Completion. 7. Performance and payment bonds shall be required if the lowest responsive quote exceeds $200,000. RFQ_ ContractDriven _RevisedSeptember2009 2 Packet Page -1816- 7/24/2012 Item 16.C.3. cove-r ulity 16 ' C3 Adnr inistrative Services Dvision Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ #08- 5011 -64 Pump Station 112 Improvements PROPOSALPAGE DUE DATE: May 23, 2012 at 3:00 pm. 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 enclosed Quote Form in Excel Format IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 2012 in the County of , in the state of Firm's Complete Legal Name Telephone Number FAX Number Email Address Address City State Zip Florida Certificate of Authority Document Number (www.sunbiz.ora/search /htmi) Signature Title Print Name Date RFQ_ ContractDriven _RevisedSeptember2009 3 Packet Page -1817- QUOTE TABULATION FOR RFQ #08- 5011 -64 COLLIER COUNTY PS 112.00 IMPROVEMENTS 7/24/2012 Item 16.C.3. Item NO . ]DESCRIPTION Posted on: 511/12 s QE USA Haskins Inc Due Date: 616/12 Higgins Kyle Comrtructlon ' Packages Sent: 5 Pre - Construction Video and Post Construction Video LS Quotes Recieved: 5 16C3 $1,050.00 $1,368.00 Item NO . ]DESCRIPTION Unit s QE USA Haskins Inc Mftchert! & Stark',. Higgins Kyle Comrtructlon ' 1 Pre - Construction Video and Post Construction Video LS $287.50 $1,250.00 $1,050.00 $1,368.00 $2,100.00 2 Record Drawings LS $575.00 $2,782.50 $2,625.00 $1,995.00 $2,400.00 Demolition Relocation and Temoorary Facilities 3 Demolition ol'Existing Wetwell Concrete Top, Valve Vault, Piping and Sla LS $1,725.00 $3,045.00 $2,625.00 $2,565.00 $4,800.00 4 Clearing and Grubbing LS $1,150.00 $1,500.00 $1,575.00 $456.00 $1,500.00 5 lDemolition of Antenna, Electrical Panel, Main Breaker Panel, and Meter LS $2,923.10 $2,250.00 $1,575.00 $456.00 $2,500.00 6 Temporary Bypass Piping and Pumping Operations LS $17,250.00 $31,260.00 $29,715.00 $34,000.00 $26,000.00 Mechanical 7 Flygt NP 3153 462 Impeller Submerisble Pumps and Installation EA $141,732.90 $102,000.00 $129,300.00 $199,150.00 $178,000.00 8 4 -inch Plug Valve wBF and 3" Pump Out Connection (FL) EA $1,052.25 $800.00 $785.00 $1,900.00 $100.00 9 6 -inch Tee Fitting FL EA $1,380.00 $150.00 $750.00 $1,800.00 $450.00 10 6x4 -inch Tee Fitting (FL) EA $1,322.50 $150.00 $745.00 $1,675.00 $300.00 11 4 -inch Plug Valve (FL) with 4" Blind Flange EA $747.50 $670.00 $610.00 $1,780.00 $200.00 12 6 -inch Plu Valve (FL) with FAC EA $11,500.00 $5,370.00 $2,770.00 $4,720.00 $4,200.00 13 6 -inch Check Valve (FL) EA $10,350.00 $8,540.00 $3,461.00 $6,000.00 $4,800.00 14 6 -inch W e (FL) EA $1,799.75 $150.00 $745.50 $1,680.00 $900.00 15 6 -Inch 45° Bend EA $1,035.00 $150.00 $435.75 $1,575.00 $600.00 16 6 -Inch 90° Bend EA $4,416.00 $1,560.00 $1,520.00 $9,280.00 $1,680.00 17 6 -Inch Mag Flow Meters EA $12,535.00 $14,120.00 $10,200.00 $11,900.00 $14,000.00 18 2 -Inch SS Ball Valve EA $253.00 $350.00 $260.00 $850.00 $300.00 19 JAir Release Valve LS $1,983.75 $2,000.00 $1,392.20 $2,100.00 $2,400.00 20 6 -inch HDPE Above Ground Piping LS $4,715.00 $6,000.00 $8,200.00 $4,800.00 $13,000.00 21 6 -inch HDPE Internal Wetwell Piping LS $3,565.00 $13,600.00 $6,980.00 $8,600.00 $2,600.00 22 Miscellaneous Appurtenances, Pie Supports, and Spare Equipment LS $6,325.00 $8,600.00 $13,600.00 $8,400.00 $2,800.00 23 Stainless Steel Pressure Gauges EA $3,450.00 $3,000.00 $1,290.00 $1,800.00 $2,400.00 Civil 24 6' Chain Link Fence with Swing Gates LS $5,750.00 $8,500.00 $6,289.50 $7,000.00 $9,500.00 25 Dewaterin , Excavation, and Backfill LS $2,875.00 $3,050.00 $3,181.50 $11,000.00 $9,200.00 26 lSitc Work Concrete Slabs, etc.) LS $1,725.00 $3,500.00 $7,969.50 $4,600.00 $6,400.00 27 New Concrete Wet Well Top and Hatch LS $3,979.00 $15,700.00 $14,900.00 $1,900.00 $8,500.00 Electrical 28 Counterpoise LS $6,913.80 $9,500.00 $3,255.00 $3.550.00 $3,472.00 29 Furnish and Install Control Panel LS $1,840.00 $37,000.00 $367.50 $1,400.00 $45,000.00 30 Furnish and Install 100 kw Generator with ATS LS $50,570.10 $51,000.00 $61,026.00 $60,650.00 $61,040.00 31 Test Wells LS $602.60 $800.00 $262.50 $280.00 $280.00 32 Antenna LS $48,473.65 $45,000.00 $53,434.50 $49,000.00 $53,872.00 33 100A Disconnect LS $1,840.00 $2,500.00 $1,155.00 $1,250.00 $1,232.00 34 100A Circuit Breaker LS $2,760.00 $3,800.00 $2,310.00 $2,500.00 $2,464.00 35 Additional Electrical Rack Items LS $1,765.25 $2,500.00 $577.50 $625.00 $616.00 36 Conduit &Wire LS $8,280.00 $6,800.00 $21,525.00 $23,000.00 $22,960.00 37 Additional Electrical LS $5,290.00 $5,800.00 $787.50 $850.00 $840.00 Site Restoration 38 Clean Fill, Grass Pave Installation, Re- Grade, Weed Control, etc. LS $4,025.00 $3,900.00 $5,806.50 $3,306.00 $5,400.00 39 Hedge Relocation and Replacement LS $5,520.00 $7,000.00 $9,240.00 $3,876.00 $4,500.00 Manhole Re air 40 All Items Associated with Manhole Repair LS $7,452.00 $8,610.00 $8,500.00 $4,250.00 $7,200.00 Subtotal 41 Mobilization/Demobilization (5 %) LS $17,250.00 $3,180.00 $14,175.00 $1,254.00 $25,525.30 Subtotal $408,354.65 $ 427 ,437.50 $436,971.95 $489,141.00 $536,031.30 42 Owner Directed Allowance for Geological or Corrosion Unforeseen Conditions (15 %) LS $61,253.20 $64,115.63 $65,545.79 $73,371.00 $80,404.70 TOTAL BID _ $469,607.85 $491,553.13 `- $502,617,74 - $662,512100 $616,436.00 Notes: (1) Contractor will be responsible for any items required during the installation and system start tip that are excluded in manufacturer's quotations. Contractor to coordinate with the County and install odor control mot, pumps and control panel. (2) The Contractor is responsible for all required bypassing and shall provide power to lift station throughout constmction. (3) Weekly progress meetings will be held for the project. The Contractor shall have his Project Manger 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 projea schedule. The Contmctor will need to supplement with additional crews as necessary to remain on schedule for finely 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 personal 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- Construction/Post- 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 safe[) pregraminsk management program. This document should not only address daily activities but ah required actions for tropical storms and hurricanes. (9) All quotes to be per the Utility Underground Contract, plans. standards. Opened by: Nicole Parker Packet Page -1818- rn 00 rn p C m D m rD in 2 o� N n K K A S fD 90 N rt N O O C C a Z 2 aa' Do n O N K A O D 16C37/24/2012 Item 16.C.3. S o 0 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 0 O n=rm+o 0+0 >0 � O 0 0 rh � O M O C M O M L rD O- > M SZ Cr Q G1 O N Q O_ m Gi O_ O —'' Q (D W M =$ C M W c Packet Page -1819- il., M N e`F N 0 �h T A 0 00 1 (J7 0 N N 1 �A Y /M V ' u� r N O O 3 0 C M 3 M 1"F N 16C37/2'4/2012 Item 16.C.3. OTETRA TECH June 7th, 2012 Sandy Sridhar Collier County Public Utilities 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject: LS 112.00 Rehabilitation: Recommendation of Award Tt #200 - 08486 -10005 Dear Mrs. Sridhar, Collier County recently received bids for the rehabilitation of list station (LS) 112.00. Tetra Tech Inc. has reviewed the attached tabulated bids for the LS rehabilitation and based on the results, Quality Enterprises, USA Inc. (QE USA) was the apparent low bidder with a bid of $469,607.85. Upon review of their bid package QE USA Inc. 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- 64 be awarded to Quality Enterprises, USA Inc. in the bid amount of $469,607.85. Please give me a call if you have any questions. Sincerely, Tetra Tech Daniel M. Nelson, P.E. Vice President Packet Page -1820- Tetra Tech, Inc. i? 60D r N evroe t Way 'SwL(e 3M &,w, ;, L. 33`": iol ,3 "1.390,1467 (pax 239.391 769 1603 7/24/2012 Item 16.C.3. AGREEMENT 08 -5011 "Annual Contract for Underground Utility Contracting Services" THIS AGREEMENT is made and entered into this L day of I'Yl CLCOc� , 2008, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner ") and Quality Enterprises USA, Inc. authorized to do business in the State of Florida, whose business address is 3894 Mannix Drive, Suite 216, Naples, Florida 34114 -5406 (hereinafter referred to as the "Contractor"). COMMENCEMENT: The contract shall be for the period of twenty four (24) months. Additionally, by mutual agreement and funding availability, the contract may be renewed for two (2) terms of twenty four (24) months each. In no event, including renewal options, shall the contract exceed six (6) years. The Purchasing /General Services Director or his designee may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The Purchasing /General Services Director, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK: The Board of County Commissioners deemed five firms to be pre - qualified and awarded a Contract to each firm. Each awardee will enter into an Agreement to provide complete services for a wide range of minor -to- medium scale future construction, renovation and retrofit projects on an as- needed basis as may be required by the Owner in accordance with the terms and conditions of RFP 08 -5011 and the Contractor's proposal made an integral part of this agreement. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the Quotation procedure outlined in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement and that procedure during the term and any extension of the term of this Agreement. The Owner shall provide a summary of Work to be performed which will afford the Contractor the opportunity to submit a formal quotation for the Work; the Contractor shall respond with the information sought within seven (7) working days. For projects with an estimated cost of Fifty Thousand ($50,000) or less, the Owner shall obtain a proposal from one or more of the five (5) selected firms, negotiate favorable project terms and conditions, and issue a numbered Work Order to initiate the projects. For projects with an estimated cost over Fifty Thousand Dollars ($50,000) and less than Two Hundred Thousand Dollars ($200,000), competitive quotes shall be solicited from all of the contracted firms; the Contractor shall respond with the information and or proposal sought within ten (10) working days, the Owner shall negotiate favorable project terms and conditions, and issue a numbered Work Order to initiate the projects. Division Administrator and County Attorney approval is required at this level. For projects over Two Hundred Thousand Dollars ($200,000) and less than Seven Hundred Fifty Thousand ($750,000), competitive quotations shall be solicited from all of the contracted firms. Staff recommendations will then be submitted to the Board of County Commissioners for approval after County Attorney and Division Administrator approval. Page -1- Packet Page -1821- 7/24/2012 Item 16.C.3. In each Request for Quotation, the Owner reserves the right to specify the period of completion and the collection of liquidated damages in the event of late completion. Work orders shall not be required for emergency work but will be authorized by Purchase Order only. The Forms attached to this Agreement as Exhibits A through D shall not be required for emergency work. The Contractor will be compensated for time and material work, either emergency or scheduled, in accordance with the rate sheet with material and specialty equipment markup. 3. EMERGENCY WORK: Contractors under this Agreement will be on an on -call rotation schedule for emergency underground utility contracting services. The on -call Contractor shall be required to have a cell phone number, along with a home number, to the County so that the County will be able to contact the Contractor when needed. This schedule will be rotated on a one (1) week basis. In the event that a Contractor cannot be on -call as scheduled, it will be rotated to the next scheduled Contractor, and the schedule will continue with each Contractor having no more than two (2) weeks in a row on -call. 4. THE CONTRACT SUM: The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the Contractor in his response to a specific Request for Quotation. Any County agency may utilize the service offered under this contract, provided sufficient funds are included in their budget(s). 5. NOTICES: All notices from the County to the Contractor shall be deemed duly served if mailed by registered or certified mail to the Contractor at the following address: Quality Enterprises USA, Inc. Paul J. Moriarty, Vice President 3894 Mannix Drive, Suite 216, Naples, FL 34114 -5406 Phone: 239 -435 -7200 Fax: 239 - 435 -7202 All notices from the Contractor to the County shall be deemed duly served if mailed by registered or certified mail to the County at the following address: Collier County Government Complex Attn: Purchasing /General Services Director Purchasing Department 3301 East Tamiami Trail, Purchasing Building G Naples, Florida 34112 239- 252 -8407 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Service Agreement must be in writing. 6. NO PARTNERSHIP: Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. Paae -2- Packet Page -1822- 16C3 7/24/2012 Item 16.C.3. 7. PERMITS: LICENSES: TAXES: In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 8. NO IMPROPER USE: The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty -four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement immediately for cause; further the County may terminate this Agreement for convenience with a seven (7) day written notice. The County shall be sole judge of non- performance. 10. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 11. INSURANCE: The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $2,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non - Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. Page -3- Packet Page -1823- 16C3 7/24/2012 Item 16.C.3. Special Requirements: Collier County Board of County Commissioners snall ne 11stea as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County 30 days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION: To the maximum extent permitted by Florida law, the Contractor/Vendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor /Consultant or anyone employed or utilized by the Contractor/Vendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13. BONDS. A. The Owner shall use its discretion for bonding where a project may be in excess of fifty thousand dollars ($50,000) but completed in less than sixty (60) days. B. When required by Owner, the Contractor shall furnish a Performance and /or Payment Bond prior to commencing performance, for the full amount of the Work which shall act as a security guaranteeing the performance of the Contractor's work and the payment by the Contractor to any other party (ies) providing labor and /or materials in connection with each construction or renovation project performed by the Contractor in excess of fifty thousand dollars ($50,000). The bonds shall be furnished using the forms prescribed in Exhibit "A ". C. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the Owner's approval. 14. PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may indicate on his response to the Request for Quotation his wish to receive Progress Payments. Before any payment will be made, Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit "B" as a condition precedent to release of each progress payment. All applications for payment, whether for full payment or a progress payment shall be in writing, and in substantially the form attached hereto as Exhibit "C ". Pane -4- Packet Page -1824- 16C3 7/24/2012 Item 16.C.3. 15. PAYMENTS WITHHELD. Owner may decline to approve any Application Tor rayment, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 16. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products /materials from specifications shall be approved in writing by Owner in advance. 17. CONTRACT TIME AND TIME EXTENSIONS. A. Time is of the essence in the performance of any Work under this Agreement and Contractor shall diligently pursue the completion of the Work and coordinate the Worts being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's supplies and contractors. B. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of Government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty -eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. C. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 18.CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor Paae -5- Packet Page -1825- 16C3 7/24/2012 Item 16.C.3. shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No office, employee or agent of Owner is authorized to direct any extra or changed work orally. A Change Order in the form attached as Exhibit "D" to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change order in the manner as Owner and Contractor shall mutually agree. 19.COMPLIANCE WITH LAWS. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Owner in writing. 20. CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 21.ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 22. WARRANTY. Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. Pans _A- Packet Page -1826- 16C3 7/24/2012 Item 16.C.3. 23. EMPLOYEES. The Contractor shall employ people to work at the Owner's facilities who are neat, clean, well groomed and courteous. 24. TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the Owner the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Owner. 25. PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Owner shall re- establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty -eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty -eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such designated portion) is substantially complete and request that Owner issue a Certificate of Completion (substantial or final Certificate of Completion). Within a reasonable time thereafter, Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner does not consider the Work (or designated portion) substantially complete, the Owner shall notify Contractor in writing giving the reasons therefor. Pan= -7- Packet Page -1827- 16C3 7/24/2012 Item 16.C.3. If Owner considers the Work (or designated portion) substantially complete, uwner snail prepare and deliver to Contractor a Certificate of Completion (substantial or final Certificate of Completion) which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchlist of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punchlist. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, and upon receipt of a final Application for Payment, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, he shall promptly issue a final Certificate for Payment, recommending that on the basis of his observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Final payment shall not become due and payable until Contractor submits: (1) The Release and Affidavit in the form attached as Exhibit "B ". (2) Consent of Surety (if applicable) to final payment. (3) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Works acceptability. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. 28. LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Owner. Contractor shall commence the work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. The Work shall be substantially completed within the time specified in the Request for Quotation. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Owner when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within the time specified in the Request for Quotation. Owner and Contractor recognize that since time is of the essence for any work under this Agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified in the Request for Quotation. Should Contractor fail to substantially complete the Work within the specified time period, Owner shall be entitled to assess as liquidated damages, but not as a penalty, the amount specified in the Request for Quotation for each calendar day thereafter until substantial completion is achieved. The Project shall be deemed to be substantially completed on the date the Owner issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly Paae -8- Packet Page -1828- 16 7/24/2012 It m 6.C.3. waives and relinquishes any right which it may have to seek characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 29. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Utilities Engineering Department. 30. COMPONENT PARTS OF THIS CONTRACT, This Contract consists of the attached or referenced component parts, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Contractor's Proposal, Insurance Certificate, Request for Proposal No. 08- 5011,. any addenda, Exhibits A, B, C and D, any Quotation/Work Order made or issued pursuant to this Agreement, and any related plans or specifications for any such Quotations or Work Orders. 31. SUBJECT TO APPROPRIATION. It is further understood and agreed, by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 32. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004 -05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 33. IMMIGRATION LAW COMPLIANCE: By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 34. VENUE: Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 35. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES: Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. PadP_ -9- Packet Page -1829- 16C3 7/24/2012 Item 16.C.3. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: Dwight E: Brock, CLI-, of Courts By 1" - Dated: Attest' it to ur trot ,� signature only First Witness Louis J. Gaudio Type /Print Witness Name Second Wito ess c Susan J. Schultz Type /Print Witness Name Approved as to form and legal sufficie R ert . Za ary Assistant County Attorney BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Yom Hen ing , Chair Quality Enterprises USA, Inc. Contractor By: Signature Paul J. Moriarty Typed Signature Vice President Title Page -10- Packet Page -1830- 16C3 7/24/2012 Item 16.C.3. EXHIBIT A PUBLIC PAYMENT BOND Bond No. Contract No. 08 -5011 KNOW ALL ME BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to Oblige in the sum of for the payment whereof we bind ourselves, successors and assigns, jointly and severally. as our heirs, executors, personal representatives, WHEREAS, Principal has entered into a contract dated as of the day of , 200_, with Oblige for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.0592. In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 200_, the name of under - signed representative, pursuant to authority of its governing body. Paqe -11- Packet Page -1831- Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF _ COUNTY OF 16C3 7/24/2012 Item 16.C.3. PRINCIPAL: By: — Name: Its: The foregoing instrument was acknowledged before me this of 200_, by as of a corporation, on behalf of the corporation. He /she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) ATTEST: Witness as to Surety (Signature of Notary) Name: (Legibly Printed) Notary Public, State of _ Commission No.: SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) •' Paae -12- Packet Page -1832- 16C3 7/24/2012 Item 16.C.3. As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 200_, by as of Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: Pane -13- Packet Page -1833- EXHIBIT A -1 PUBLIC PERFORMANCE BOND I C 7/24/2012 tem .C.3. Bond No. Contract No. 08 -5011 KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bond executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 2001,, with Oblige for ourselves, our heirs, in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Oblige any and all losses, damages, costs and attorneys' fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. Paae -14- Packet Page -1834- 7/24/2012 Item 16.C.3. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Oblige. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 200_, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of : Witnesses as to Principal STATE OF _ COUNTY OF PRINCIPAL: By: _ Name: Its: The foregoing instrument was acknowledged before me this 200_, by , as ,a He /She is personally known to me OR has produced did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) day of of corporation, on behalf of the corporation. as identification and (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: Page -15- Packet Page -1835- ATTEST: Witness as to Surety Witnesses STATE OF _ COUNTY OF SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) (Telephone Number) 16C3 7/24/2012 Item 16.C.3. The foregoing instrument was acknowledged before me this day of 200_, by , as of , Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) Name: (Legibly Printed) Notary Public, State of _ Commission No.: Page -16- Packet Page -1836- EXHIBIT B RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER STATE OF FLORIDA ) 7/24/202 IFerrT16. C.3. Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ( "Contractor ") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated 200_ for the period from to (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly /final] Application for Payment No. W4 ITS: DATE: Witnesses STATE OF _ COUNTY OF CONTRACTOR The foregoing instrument was acknowledged before me this , 200_, by of a President [Corporate Seal] day of as corporation, on behalf of the corporation. He /she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) NAME: (Signature of Notary) (Legibly Printed) Notary Public, State of Commissioner No.: _ Paqe -17- Packet Page -1837- 16C3' 7/24/2012 Item 16.C.3. EXHIBIT C FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) RFP No. 08 -5011 (County Department) Project No. Collier County Board of County Commissioners (the OWNER) Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the (Contractor's Address) Date: RE: (Project Name) Original Contract Time: Revised Contract Time: Percent Work completed to Date: Percent Contract Time completed to Date Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less Retainage $ Total earned Less Retainage $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: Page -18- Packet Page -1838- (Signature) DATE: (Type Name and Title) 16c3 7/2412012 Item 16.C.3. EXHIBIT D CHANGE ORDER CHANGE ORDER NO. CONTRACT NO. 08 -5011 TO: DATE: PROJECT NAME: PROJECT NO.: Under our AGREEMENT dated 200_ You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: FOR THE (Additive) (Deductive) Sum of: $ Original Agreement Amount $ Sum of Previous Changes $ This Change Order (Add) (Deduct) $ Present Agreement Amount $ The time for completion shall be (increased /decreased) by calendar days due to this Change Order. Accordingly, the Contract Time is now calendar days. The substantial completion date is and the final completion date is Your acceptance of this Change Order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in our Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted: , 200 CONTRACTOR: By: DESIGN PROFESSIONAL: By: OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: Page -19- Packet Page -1839- 16C3 7/24/2012 Item 16.C.3. ACORDTM CERTIFICATE OF LIABILITY INSURANCE 1/21/2008 PRODUCER Phone: 757 -456 -0577 Fax: 757 -45.6 -5296 Rutherfoord 222 Central Park Avenue THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 1340 POLICY EFFECTIVE DATE IMMID D POLICY EXPIRATION DATE IMM)DOrM Virginia Beach VA 23462 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA:Old Republic General Insur n — Quality Enterprises USA Inc & Quality Environment Cc Inc 3894 Mannix Drive, Suite 216 INSURERB:American Int'1 S-pecialty Line $1,000,000 INSURERC:Everest National Insurance Co 1 Naples FL 34114 -5406 INSURER D: MED EXP (Any one person) $5,000 INSURER E: THE •POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'L INSRO TYPEOF INSURANCE POLICYNUMBER POLICY EFFECTIVE DATE IMMID D POLICY EXPIRATION DATE IMM)DOrM LIMITS A GENERAL LIABILITY A2CG44000702 7/1/2007 7/1/2008 EACH OCCURRENCE $1,000,000 -DAMAGE TO RENTED PREMISES Ea occurence $100, O 0 COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $5,000 CLAIMS MADE 7 OCCUR PERSONAL& ADV INJURY $110001000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMITAPPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY X ECT X LOC A A AUTOMOBILE X LIABILITY ANY AUTO A2CA44000702 (FL) A2CA44010702 (VA) 7/1/2007 7/1/2007 7/1/200.8 7/1/2008 1 COMBINEDSINGLELIMIT ! (Ea accident) $ 1 000 000 r r I- ALLOWNEDAUTOS SCHEDULEDAUTOS BODILYINJURY (Per person) $ X X HIREDAUTOS NON -OWNED AUTOS, �;i BODILY INJURY (Per accident) $ X Comp Ded. $1,000 PROPERTYDAMAGE (Per accident) $ X C011 Ded. $1,000 GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHERTHAN EAACC AUTOONLY: AGG $ ANYAUTO $ C EXCESWUMBRELLA LIABILITY 7106000003071 7/1/2007 7/1/2008 EACH OCCURRENCE $ 10,000,000 AGGREGATE $10,000,000 X OCCUR F_] CLAIMS MADE $- DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND A2CW44000702 7/1/2007 7/1/2008 X WCYUMIrs OR E.L. EACH ACCIDENT $ 500-000 EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 5500 0_ E.L. DISEASE - POLICY LIMIT $ 500,000 If yes, describe under SPECIALPROVISIONSbelow B OTHER Contractors Pollution CPL1351083 7/1/2007 7/1/2008 $1,000,000 per claim $2,000,000 aggregate DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS E: Contract #08 -5011 "Annual Contract for Underground Utility Contracting Services" Collier County is Additional Insured under the General Liability policy with respect to work per -formed by the insured, as required by written contract. Waiver of subrogation applies under the General Liability policy. I.;tK I IP II;A 1 r- M VLUMM ••• •�•••��• •• • ,•,' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER Collier County Board of County Commissioners WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE 3301 East Tamiami Trail CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO Naples FL 34112 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE t Pnrleat Pnoa -1 SZAn- mc ACO D CORPORATION 1988 16C3 7/24/2012 Item 16.C.3. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 25 (2001/08) Packet Page -1841- To: 43!D -1zVZ 10/27/09 09,05 AM Page 2 of 3 t�rom: %eavesbr 7/24/2012 Item 16.C.3. . tr County ,AdrrinlwaM SeNkm I vIslon Pu1d-ruing October 27, 2009 Mr. Paul Moriarty Quality Enterprises USA, Inc. 3894 Mannix Drive, Suite 216 Naples, Fl 34114 Fax: 239 -435 -7202 Email: RE: Renewal of Contract #08 -5011 "Annual Contract for Underground Utility Contracting Services" Dear Mr. Moriarty: Collier County has been under Contract with your company for the referenced services for the past two (2). years. The County would like to renew this agreement under the same terms and conditions for two (2) additional years in accordance with the renewal clause in the agreement. If you are agreeable to renewing the referenced contract,. please indicate your intentions by providing the appropriate information as requested below: X I am agreeable to renewing the present contract for Annual Contract for Underground Utility Contracting Services under the same terms, conditions, and pricing as the existing contract. I am not agreeable to renewal of this contract. If you are agreeable to renewing the contract, said renewal will be in effect from March 11, 2010 until March 10, 2012. Also, please provide a current insurance certificate for our files, as per the original contract requirements. Due to the volume of insurance certificates received in the Purchasing Department, the contract number should be referenced on the certificate to ensure that our records are updated accordingly. F� xrllafirKj D1 3+ Packet Page -1842- i 34112 , vn�vu .coir�zrgrn.rxalltxurluasi�l� 1'0: 100-14V4 10/27/09 09:05 AM Page 2 of 2 Page 3 of 3 rrom: -neavubar 7/24/2012 Item 16.C.3. RE: Renewal of Contract #08 -5011 `Annual Contract for Underground Utility Contracting Services" Please return this letter to the Purchasing Department with your response and insurance certificate no later than November 9, 2009. Your prompt attention is urgently requested. If you have any questions you may contact me at 239 -252- 6020, email brendareaves@a collier oq v.net and fax 239 - 252 -6592 or 239 -732 -0844. Best regards, Brenda Reaves Contract Technician Acceptance: Quality. Enterprises USA, Inc. Contracto endor By: S gnat Paul Moriarty, Vice President Typed Name and Title (Corporate Officer) Date: 1n.12R11 n9 In order to make sure our contact information Is current, please provide the following: Contactperson: Paul J. Moriarty Phone # 239- 435 -7200, cell: 239- 777 -4418 FaX # 239 - 435 -7202 Email PMORYARTY @QE -USA. COM Address: 3894 Mannix Drive, Suite 216, Naples, FL 34114 -5406 C: Pam Ubby, PLIED Packet Page -1843- 7 /7 A I'M -1 ' I +o rrm 'I G2 (` Z ACORQ. CERTIFICATE OF LIABILITY INSURANCE v �� . 6/30/2009 PRODUCER Phone: '757 -456 -0577 Fax: 757 - 456 -5296 Rutherfoord 222 Central Park Avenue, Suite 1340 Virginia Beach VA Avenue, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. POLICY NUMBER POLICY EFFECTIVE DATE (MM113 INSURERS AFFORDING COVERAGE NAIC # INSURED Quality Enterprises USA Inc & Quality Environment Co. 3894 Mannix Drive, Suite 216 Naples FL 34114-5406 wsURERA:WaUgQLV._Bll $ inesS Insurance Com ,__ INSURERB:Wausau Underr���rs Insurance 7/1/2009 wsURERC:Interstate Fire & Cas It Co - INSURERD: merican Int' ENTED PREMISE$E.( aoccu�ence�_ INSURER E: MEDEXP Anyone person) $5,000 rn%1P0AP_PQ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE.INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ 7 R D POLICY NUMBER POLICY EFFECTIVE DATE (MM113 POLICYEXPIRATION DATE (MWDVIYYI- LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE FO OCCUR TBKZ91449711039 7/1/2009 7/1/2010 EACH OCCURRENCE $1, 000 00 ENTED PREMISE$E.( aoccu�ence�_ $100,0 MEDEXP Anyone person) $5,000 PERSONAL &ADVINJURY GENERAL AGGREGATE - _$2..000,000,_ GEN'L AGGREGATE LIMITAPPLIES PER: POLICY PRO. IAC JER El PRODUCTS_ COMPIOPAGG $ 2. 0 0 0 _! 9Q_Q_ B AUTOMOBILE LIABILITY ANY AUTO ALLOWNEDAUTOS SCHEDULED AUTOS HIRED AUTOS NON -OW NED AUTOS ASJZ91449711019 7/1/2009 7/l/2010 COMBINED SINGLE LIMIT (Ea eccldent) $1,000,000 ^ BOOILYINJURY (Per person) $ BODILY INJURY (Peraccldent) $ PROPERTY DAMAGE (per eccldent) $ GARAGELIABILtTY ANY AUTO AUTOONLY - EAACCIDENT $ OTHERTHAN EAACC AUTOONLY: AGO $ $ C EXCESSIUMBRELLA LIABILITY X OCCUR n CLAIMS MADE DEDUCTIBLE RETENTION $ PFX70024856 7/1/2009 7/1/2010 EACHOCCURRENCE $10,000,000 $ 10 , 0 0 Q_,�%Q0 _AGGREGATE $ $ ' $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE OFFICEWMEMBEREXCLUDED? S"Yyes describe under PEG�IAL PROVISIONS below WCJZ91449711029 7/1/2009 7/1/2010 }{ wcsrATU- oTH• _ .J4FiY 4L I ` E.L. EACH ACCIDENT _ $ $�,,��_ EL.OISEASE•EAEMPLOYEE $ 500,0()Q E.L. DISEASE • POLICYLIMIT $ 0 0 D OTHER Pollution Liability CP0025695025 7/1/2009 7/1/2010 2,000,000 each claim 2,000,000 aggregate DESCRIPTION OF OPERATIONS 1 LOCATION$ /VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS E: Contract #08 -5011 " "Annual Contract for Underground Utility Contracting Services "" Collier County is Additional Insured under the General Liability policy with respect to work performed by the insured, as required by written contract, waiver of subrogation applies under the General Liability policy. U SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED Collier Count Board Of Count Commissioners BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER Y Y WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE 3301 East Tamiami Trail. CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO Naples FL 34112 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED ACORD 25 (2001/08) ©ACMD CORPORATION 1988 Packet Page -1844- 16C3 7/7AP7n'I7 o �I( IMPORTANT If the certificate holder Is an ADDITIONAL. INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon, ACORD 25 (2001108) Packet Page -1845- 7/24/2012 Item 16.C.3. i Co Ie county Administrative Services Division Purchasing December 20, 2011 Mr. Paul Moriarty Quality Enterprises USA, Inc. 3894 Mannix Drive, Suite 216 Naples, FL 34114 Fax: 239.435 -7202 Email: pmoriarty(.QE- USA.com RE: Renewal of Contract #08 -5011 "Underground Utility Contracting Services" Dear Mr. Moriarty: Collier County would like to renew the above agreement under the same terms and conditions for one (1) additional year in accordance with the renewal clause in the agreement. Per your agreement /contract, you may at time of renewal request a price increase. If you are agreeable please indicate your intentions by providing the appropriate information as requested below. X I am agreeable . to renewing the above referenced contract under the same terms, conditions, and pricing as the existing contract. The following attached documentation must be provided with response. I am not agreeable to renewal of this contract. By your signature this contract will be in effect from March 11, 2012 until March 10, 2013. ftdiasN DepaVe - 3327 Tamlami Trail East • Naples, Florida 34112-4901 - www.colllergov,netlpurchasing Packet Page -1846- 7/24/20T2 §nQA.3. Page. 2 of 2 RE: Renewal of Contract #08 -5011 "Underground Utility Contracting Services" Please return this letter to the Purchasing Department with your response at your earliest convenience. If you have any questions you may contact me at 239 - 252 -6020, email brendareaves0collieroov.riet and fax 239 - 252 -6592. Best regards, Steve Y, CUarneil Director - Purchasing / General Services Name of Company I Qilal'-it)E Frfiari riaara TTSA Inc.-- Signature a Officer) Print Corporate Officer Paul J. Mcriarty , Vice President Name Signature Date 1/19/12 Contact Name PguL T r[� ori artyor Louis J.-Gaudio Vice President Vice VTesident Telephone Number 239- 435 -7200 FAX Number 239- 435 -7202 Email Address I PMORIARTY @QE -USA. COM LUAU V IUTYL -USA. C: Pam Libby, PUED 8 4 Mannix Drive, Suite 216 Naples., Florida 34114 -5406 Packet Page -1847- 7/24/201AeM 0.A. Tetra Tech — LS 112.00 Improvements ADDENDUM NO. 1 May 16th, 2012 PROJECT: Collier County LS 112.00 Improvements OWNER: Collier County Public Utilities Water -Sewer District Tamiami Trail E., Suite 303 Naples, FL 34112 ENGINEER: Tetra Tech, Inc. 10600 Chevrolet Way, Suite 300 Estero, Florida 33928 TO: All Plan Holders The following changes are hereby made a part of the Contract Documents: This Addendum consists of the following changes /comments: DRAWINGS The most recent revision of project drawings, dated 16 May, 2012, is included in this addendum. These drawings replace the drawings originally distributed to all prospective bidders. SPECIFICATIONS 1. The Bid Form has been revised to include two (2) additional line items, and remove one (1) item: Add Line 39: Hedge Relocation and Replacement Add Line 40: All Items Associated with Manhole Repair Remove Line 44: All Items Not Listed Above but Required To Complete Work NOTES AND REVISIONS 2. A pre -bid site inspection took place on May 1 I th, 2012. During the site visit it was determined that there are two (2) incoming gravity sewer lines, and one (1) incoming force main feeding directly into the lift statin (LS). It was also noted that one (1) of the incoming gravity lines appeared to be a combined force main / gravity system. All TCW /B idding/Addendum -1 ADDENDUM NO. 1 TO 200 - 08486 -10005 A -1 Packet Page -1848- 051612 7/24/2012 Item 16.C.3. incoming flow will require bypass pumping during construction. The Contractor shall refer to Section 11312 Collection System Bypass in the Technical Specifications for further information regarding bypassing requirements. 3. To the maximum extent possible, bypass piping shall be permanent in nature, and remain in place after construction for future bypass capability. 4. The proposed chain -link fence has been modified in the Drawings to include green colored privacy slats. 5. To the maximum extent possible, the existing hedge surrounding the LS shall be transplanted to the proposed location. Due to the increase in area of the proposed hedge, it is estimated that 20 additional plants will be required. The exact number of hedges required shall be determined in the field by the Contractor. Hedges shall be placed approximately 36" from center to center, or less as required so that the LS is completely isolated from view. New hedges shall be of the same species as existing, and shall be a minimum of 48" in height. 6. Mark 10 and Mark 11 on Sheet M -402 of the Drawings have been removed. No 3 -way plug valves are to be installed. QUESTIONS 1. What type of flow meter is required for the discharge force main? An Endress +Hauser Promag 53W is required. Contractor shall refer to manufacturer recommendations for separation requirements from the meter to any valves or bends 2. What types of pressure gauges are required, and where are they to be located? At a minimum, Contractor shall provide liquid filled, stainless steel / diaphragm sealed pressure gauges with a range of 0 -50 PSI, specifically manufactured for use in sewage applications, at least three (3) inches in diameter. Pressure gauges shall be located on the above ground discharge piping, as shown on the Drawings. 3. What is the material for the above ground discharge piping? All above ground discharge piping is to be HDPE, as specified on the Drawings 4. Can the Dataflow Systems TCU controllers be in a separate enclosure from the Flygt control panel? Yes. Contractor shall coordinate with Dataflow Systems and Flygt to acquire and install the proper enclosure required. TCW /Bidding/Addendum -1 ADDENDUM NO. 1 TO 200 - 08486 -10005 A -2 Packet Page -1849- 051612 16C3 7/24/2012 Item 16.C.3. 5. Where is the 3" pump -out connection to be installed? The 3' pump -out connection shall be on the 6x4 tee, after the 4" plug valve as shown on Sheet M -402 of the Drawings ADDITIONS 1. The manhole adjacent to the LS, directly to the East has deteriorated and requires repair. In addition to the LS refurbishment, Contractor shall repair the manhole as follows: • Remove and replace steel frame and cover • Remove and replace brick corbel • Pressure clean and reline the manhole per Collier County Utility Standards • Repair any leaks discovered during construction • Add a rain guard to prevent further infiltration The Contractor shall reference "Section 333913 Sewer Manholes" of the Collier County Technical Specifications for further information regarding manhole repairs. END OF ADDENDUM TCW /Bidding/Addendum -1 ADDENDUM NO. I TO 200 - 08486 -10005 A -3 Packet Page -1850- 051612 0 � � « 0 ■ ■ � . 0 � E 0 § � � _ � � m t E § \ 5,\m = EE c �/) k ez4 /@ C) E U \ 7?0�- �mR 22 Z � CL E < U) E R 1-0 CU) 0 Ez 0LL I »\#w /< o w\ 6�±o - % =E&7 � t /E�\ =oc =r X222\ 2£@�w.. 13 / /RCL E�2 =<� (D F- 00 7 00 E' < e �E\ =o/ %\O = ®c co Z) = -2 y = m 2< \>/2k w/ zfz&@o� =meaaz� «§« :_<� a /CL / \3\ � I § 2 0 0. § � � � N � d N � � c � F- \ / f } CL / \ \ 0 2 \ / ƒ t � § \ % a ƒ E �k E \ \� P d2 LL � I § 2 0 0. § � � � N � d N � � c � F- \ / f } CL / \ \ 0 2 \ / ƒ t � § \ % \ CIT ri ID In In 16C3 N A N O N CD 3 0) � ƒ E \ \ 0 o ) w� \ 0 Lu cu \ } \ \ / V) % -- a t z n >, t t \ / t A \ 0 2 / % V. 0 \ u n ,$ * . 3 t\ Q e § 0 ) 6 % � ,. a / > o- / / k ƒ 2 i \ CIT ri ID In In 16C3 N A N O N CD 3 0) � 16C3 7/24/2012 Item 16.C.3. QUOTEFORM RFQ #08- 5011 -64 COLLIER COUNTY PS 112.00 IMPROVEMENTS Item No DESCRIPTION Estimated Quanti Unit Unit Cost Total Cost 1 Pre - Construction Video and Post Construction Video 1 LS $0 $0 2 Record Drawings 1 LS $0 $0 Demolition Relocation and TemDorary Facilities 3 IDemolition of Existing Wetwell Concrete Top, Valve Vault, Piping and Slab 1 LS $0 $0 4 Clearing and Grubbing 1 LS $0 $0 5 Demolition of Antenna, Electrical Panel, Main Breaker Panel, and Mete 1 LS $0 $0 6 Temporary Bypass Piping and Pumping Operations I LS $0 $0 Mechanical 7 Flygt NP 3153 462 Impeller Submerisble Pumps and Installation 2 EA $0 $0 8 4 -inch Plug Valve wBF and 3" Pump Out Connection (FL) I EA $0 $0 9 6 -inch Tee Fitting (FL) 1 EA $0 $0 10 6x4 -inch Tee Fitting (FL) 1 EA $0 $0 11 4 -inch Plug Valve (FL) with 4" Blind Flange 1 EA $0 $0 12 6 -inch Plug Valve (FL) with FAC 2 EA $0 $0 13 6 -inch Check Valve (FL) 2 1 EA $0 $0 14 6 -inch Wye (FL) 1 EA $0 $0 15 6 -Inch 450 Bend 1 EA $0 $0 16 6 -Inch 900 Bend 4 EA $0 $0 17 6 -Inch Mag Flow Meters 1 EA $0 $0 18 2 -Inch SS Ball Valve 1 EA $0 $0 19 Air Release Valve 1 LS $0 $0 20 6 -inch HDPE Above Ground Piping 1 LS $0 $0 21 6 -inch HDPE Internal Wetwell Piping I LS $0 $0 22 Miscellaneous Appurtenances, Pipe Supports, and Spare Equipment 1 LS $0 $0 23 Stainless Steel Pressure Gauges 2 EA $0 $0 Civil 24 6' Chain Link Fence with Swing Gates 1 LS $0 $0 25 Dewaterin , Excavation, and Backfill 1 LS $0 $0 26 Site Work Concrete Slabs, etc.) 1 LS $0 $0 27 New Concrete Wet Well Top and Hatch 1 LS $0 $0 Electrical 28 Counterpoise 1 LS $0 $0 29 Furnish and Install Control Panel 1 LS $0 $0 30 Furnish and Install 100 kw Generator with ATS 1 LS $0 $0 31 Test Wells 1 LS $0 $0 32 Antenna 1 LS $0 $0 33 100A Disconnect 1 LS $0 $0 34 100A Circuit Breaker 1 LS $0 $0 35 Additional Electrical Rack Items 1 LS $0 $0 36 lConduit & Wire 1 LS $0 $0 37 Additional Electrical 1 LS $0 $0 Site Restoration 38 Clean Fill, Grass Pave Installation, Re- Grade, Weed Control, etc. 1 LS $0 $0 39 Hedge Relocation and Replacement 1 LS $0 $0 Manhole Repair 40 All Items Associated with Manhole Repair Mobilization/Demobilization (5 %) 1 LS $0 $0 41 1 LS $0 $0 SUBTOTAL $0 44 Owner Directed Allowance for Geological or Corrosion Unforeseen Conditions (15 %) 1 LS $0 TOTAL I I $0 Packet Page -1852- r 4?3. 7/24/2012 Item Notes: (1) Contractor will be responsible for any items required during the installation and system start up that are excluded in manufacturers quotations. Contractor to coordinate with the County and install odor control unit, 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 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. (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- Construction/Post- 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 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 -1853- 16C3 7/24/2012 Item 16.C.3. BID FORM COLLIER COUNTY PS 112.00 IMPROVEMENTS Item No DESCRIPTION Unit Total Cost 1 Pre - Construction Video and Post Construction Video LS 2 Record Drawings LS Demolition Relocation and Temt)orary Facilities 3 Demolition of Existing Wetwell Concrete Top, Valve Vault, Piping and Slab LS 4 Clearing and Grubbing LS 5 Demolition of Antenna, Electrical Panel, Main Breaker Panel, and Meter LS 6 Temporary Bypass Piping and Pumping Operations LS Mechanical 7 IFlygt NP 3153 462 Impeller Submerisble Pumps and Installation LS 8 4 -inch Plug Valve w /BF and 3" Pump Out Connection (FL) LS 9 6 -inch Tee Fitting (FL) LS 10 6x4 -inch Tee Fitting (FL) LS 11 4 -inch Plug Valve (FL) with 4" Blind Flange LS 12 6 -inch Plug Valve (FL) with FAC LS 13 6 -inch Check Valve (FL) LS 14 6 -inch Wye (FL) LS 15 6 -Inch 45° Bend LS 16 6 -Inch 900 Bend LS 17 6 -Inch Mag Flow Meters LS 18 2 -Inch SS Ball Valve LS 19 Air Release Valve LS 20 6 -inch HDPE Above Ground Piping LS 21 6 -inch HDPE Internal Wetwell Piping LS 22 Miscellaneous Appurtenances, Pipe Supports, and Spare Equipment LS 23 Stainless Steel Pressure Gauges LS Civil 24 6' Chain Link Fence with Swing Gates LS 25 Dewatering, Excavation, and Backfill LS 26 Site Work (Concrete Slabs, etc.) LS 27 New Concrete Wet Well Top and Hatch LS Electrical 28 Counterpoise LS 29 Furnish and Install Control Panel LS 30 Furnish and Install 100 kw Generator with ATS LS 31 Test Wells LS 32 Antenna LS 33 100A Disconnect LS 34 100A Circuit Breaker LS 35 Additional Electrical Rack Items LS 36 Conduit & Wire LS 37 Additional Electrical LS Packet Page -1854- 16C3 7/24/2012 Item 16.C.3. Packet Page -1855- Site Restoration 38 Clean Fill, Grass Pave Installation, Re- Grade, Weed Control, etc. LS 39 Hedge Relocation and Replacement LS Manhole Re air 40 All Items Associated with Manhole Repair LS Subtotal 41 Mobilization/Demobilization (5 %) LS 42 General Requirements (3 %) LS 43 Bonds and Insurance (2.5 %) LS Subtotal LdTOTAL Owner Directed Allowance for Geological or Corrosion Unforeseen Conditions (15 %) LS BID Packet Page -1855- O t O N N 16C3 O Y O J Q O C N v tv E L U c O an w ` ro O G1 U � L N i C r- m M N L _ N O fn =3 J N O N U_ 'U U 0-) m Y N •� O CC G Imo- zCL UmZF�LL- w LM L C L � T c C Z O (o L J CD C U O uj O c (0 m >+ .D C "O C m ~ > +� W 6z C: N E Z J fn c > v o O O Z E U o C- M O m Q LO HS Qc ` E �^ @ C V J C C aciY O 2 C a� m i--I O �c c n M U) cco Q ° O °' a ° c-1 L = O -p E O cu m U J Q co v, E 0 � c :3 U) O_ d o .-, E 0 C) O .�-+ m ? m c ` . 'fn -�e_0 o> F- i O c op u _ a g U O ao a) Q) � t0 = m ' E a L a� S CV) O> j � 3 Y C) O C t0 L ro m o O u a0 LL N m c O . c m s = ai N O X- c E a� [7u O N N V O Z C *k cs N U O Z o C� O Q Z W 0 u = O U� (o�> L a ZY � - LwU Lr) m u. cic L���� LL n4 QL W N cA MLLM V(n<> Lti. N Q c) 3 0 o n rlJ a) Z of w ^ m Y = N L v -C cam_ 0 =m m O v a�S� ~ L i W 0- ca O ` � z Z O O -0 \Y r c c N O 2 c C i Cc: L Z U � L N O co L ru cu C� ��� L G> O U 7' o O p�pCac��a G O O O V O o O .� IL CO F- 0 co Q 0 1L {A H U U 0 16C3 v N \ N O N CD 3 O E (U � C Q O v tv 0 L c an w ` ro O G1 t6 L ` N r, i V) L N i C r- m M N L _ N O =3 J N O N U_ CL U 0-) m Y N 3 41 ~ N N .� O UO _ N Imo- zCL UmZF�LL- w v N \ N O N CD 3 O 16C3 N N O N (D 3 O ll 7/24/2012 Item 16.C.3. Operational Description of VFD TCU The VFDTCU RTU contains a Telemetry Control Unit with Radio (TACPAC TCU), Rail Input/Output (RIO) module, relays, loop isolators and other appurtenances to monitor and control up to three pumps both locally and remotely. The pumps can be manually controlled locally at VFDTCU in both automatic and manual operations by using the Hand - Off -Auto selector switches on the TCU, or remotely if the local H -O -A selector on the TCU is in Auto via the HyperSCADA Server. Using the "Automatic" scenario, up to 3 Variable Frequency Drive (VFD) pumps are controlled to manage the process. The standard TCU program Ver. 1.5 was customized to operationally control VFDs and the VFDTCU program still has many similar functions to the standard TCU operation. Noted - The ability to operate regular Float mode and to configure Modbus via the LCD screen has been removed from the functionality. To use additional Modbus points beyond the default configuration (1.00001 -8, 1.10001 -8, 1.30001 -4 and 1.40001 -4) must be configured via WinRTU or the PLC/TCU editor. General Operation Principles When placed in the "Hand" position, the pumps are started and the speed manually controlled using the buttons on the key pad of the TCU. In the "Auto" control mode, the pumps are controlled by the automatic algorithm. The "Lead" VFD pump operates first, followed by the Lag and Lag 2 pumps. Pump staging is controlled by one of two methods and pump speed is control by one of two methods, all depending on the configuration of the TCU. Details of these operations are described later in this narrative. When in Auto the pump may also be manually overridden to start, or be disabled via the telemetry system. When a pump is manually overridden to start the pump's speed command will be set to the predetermined speed as set in the TCU. Any pump operating, including any pump operating under the automatic algorithm will also be brought to this speed. The details of the VFDTCU's operation are outlined below. Process Controller The VFD TCU is capable of two basic modes of process control, Fixed Set Point and Variable Level Control. Fixed Set Point Controller The aim of the Fixed Set Point Controller is to match the Process control Variable (PV) to the Process Set Point (Process Setpt). In a lift station application it would maintain a fixed level in the Wet Well, in doing so it will basically match the effluent flow to the lift stations influent flow. So in this case the controller would operate from the wet well transducer that controls the pumps staging (PV from Analog 1 input (Cl), VFD PV Xducer 1 in the Menu). Packet Page -1858- 16 C3 7/24/2012 Item 16.C.3. The Fixed Set Point Controller can also operate using the AUX (C2) analog input as the PV (configured by the VFD PV setting in the TCU's VFD menu). An example of this usage would be providing control of a constant Flow requirement (PV coming in from a flow meter on Analog 2 (C2), VFD PV AUX ) that would match the effluent flow rate of the pumps to the Process Setpt, keep in mind pump staging would still come from the XDUCER 1 (Cl). A summary for this scenario would be, the pumps would be turned on and off by the wet well level (Xducer 1 (Cl)), and once running would maintain a specific flow rate set point using a PV from (AUX (C2)). To achieve either of the above applications the VFDTCU will vary the pump speed between the MIN and MAX SPD set points to maintain the PV as defined by the operator adjustable Process Setpt point using a PID algorithm. The PID algorithm may be tuned by adjusting the P, I, and D set points. Variable Level Controller Variable Level Control allows the well level to travel up and down between the LEAD OFF and LAG ON or LAG2 ON setting, the pump speed control is Proportional to the level. Only Analog 1 input (Xducer 1 (Cl)) can be used in this controller and VFD PV setting has no effect. When a single pump is running the speed control output to the pump is scaled so MIN SPD is outputted when the PV is equal to the LEAD OFF set point and MAX SPD is outputted when the PV is at the LAG ON set point. When more than one pump is running the speed control output to the pumps are scaled so MIN SPD is outputted when the PV is equal to the LEAD OFF set point and MAX SPD is outputted when the PV is at the LAG ON2 set point. VFD Speed Control When in automatic the VFD speed control output will be limited by the operator defined MIN and MAX SPD set points. The MIN and MAX SPD set points are applicable during both automatic and manual operation. While operating under the automation programming all pumps will operate at the same speed once ramping is complete, with two exceptions: If any pump is placed into Hand locally at the TCU or if Pump 3 Lag is Enabled. If any pump is placed into HAND at the TCU all pump will operate at the Ovrd Sped Set speed, and if PMP 3 LAG is Enabled Pump 3 will operate at the OVRD SPED SET speed. Ramp Speed defines the acceleration of a pump when a VFD is initially called to run. It will gradually increase speed from 0% to the desired control output in increments defined by the RAMP SPD set point until the pump's speed equals the process control output speed. Once the VFD ramp speed has met the control output the ramp speed function is disabled. Ramp speed is applicable during automatic operation and when placing a pump in HAND. Pump Staging Controller The VFDTCU is capable of two modes of pump staging controls, Level ( XDUCER 1 (Cl)) and Speed. Level Packet Page -1859- 16C3 7/24/2012 Item 16.C.3. When LEVEL mode is selected the pumps will be staged on and off using their LEAD, LAG and LAG2 ON and OFF set points that correspond to XDUCER 1 (Cl). Speed When SPEED mode is selected the VFDTCU will stage pumps on using their LEAD, LAG and LAG2 ON Level set points using XDUCER 1 (C1). Staging off the pumps will use a Speed set point (Spd Setpt in the TCU's VFD menu options) in conjunction with the ON set points and the Min Run Timer value. Operation will be in the following manner. The basic staging off operation will begin when the speed command to the pumps is at or below the Spd Setpt. However, two additional criteria must also be met; first the PV from XDUCER 1 (C1) must be below the LEAD, LAG or LAG2 ON set point for the pump being staged off, and the Timer from the preceding pump being staged off must have timed out. The Min Run Timer value is used in the staging timer during the stop process when this method is used. The Min Run Timer value is configurable in the TCU's menu. Additional Alternation Modifiers The standard alternation scheme may be modified in with VFDTCU additional options. LAG 2 Pump Standby The LAG2 STDBY option, when enabled, the Lag 2 position pump will be handled as a stand by pump and will only be called in the event the Lead or Lag pumps fault. It is not recommended and this option should not be used with regular TCU Alternation modifiers. Pump 3 LAG only The PMP 3 LAG option, when enabled, Pump 3 will always be called to run in the Lag position, and the speed of the Pump 3 will be fixed at the Ovrd Sped Set. This option cannot be used with regular TCU Alternation modifiers. The LAG2 STDBY option and PMP3 LAG options may be used together. Alternation by Time Alternation is typically triggered when the Lead pump is called to Run. The VFDTCU is also capable of triggering the alternation using a HOUR ALT set point. When used pump alternation will occur on the hour that is programmed into the set point and Lead Pump run trigger is disabled. When the set point is set to 24 the HOUR ALT function is disabled. Fixed Pump Rotation When fixed Pump order is desired set the ALTERNATE option to "None ", and ensure the VFDTCU alternation modifiers are disabled, and select the lead pump using the LEAD option (1, 2, or 3). During this mode the pump assigned to the lead position will always be called to run as Lead. Lag and Lag2 will follow in order. For example, with the LEAD option set to 2; Lead will call Pump 2, Lag will call Pump 3, and Lag2 will call Pump 1. Manual VFD Control Packet Page -1860- 7 /24 /2D1ZIt�m 16.C.3. When a pump is placed into the HAND position or Overridden in Auto via telemetry, the pump will be called to run at a fixed speed determined by the operator defined OVRD SPD SET set point. Once called to run the pump speed may be adjusted up by using the 1 key (+1%) and 2 key ( +5 %) and down using the 7 key ( -1 %) and 8 key ( -5 %). Any change made to the manual pump speed will be stored in the OVRD SPD SET set point. Float Backup Mode The float backup mode in the VFDTCU operates differently from the regular TCU depending on the configurations. If the High Float is ENABLED it will call all pumps when actuated and the speed Command to all pumps will be set at the Ovrd Spd Set. If the Low Float is DISABLED the VFDTCU will run the pumps until the High Float is not longer actuated and the Minimum Run Timer has expired, this operation is similar to a standard TCU operation. If the Low Float is ENABLED the TCU will maintain pumping operation until the Low Float is tripped, and the Minimum Run Timer has expired. VFD TCU Set points All set points residing in the TCU will have default factory set points when shipped. New set points values can be entered locally at the TCU via the LCD screen, or remotely from the Central telemetry via the PLC/TCU editor, default or custom screens if configured. The new values will be retained in the TCU in the event of a power cycle. Packet Page -1861- Q 0 N N 7 3 O J E O U U c _O L c T c N c O O m m T c mw w o, z �z J (n c —Z N E Y aa) F- 2 O N @ E cz N Y aQ c CO U) is U d E o N 7 � � m w aY o 0 LO CD 0p = m o Y d O m af cq N E. U o T� Q) 4t o TO mCo� > U U m a �z o � z z (nY Lw Co -C m co .70 dF - d (D (nQ �i U m 0 LiU)f0 - Ucn Y C f6 t r W Y � o U U O U i� bA Ct C, m U m U m U o � O Ct V) O 3 � c U m n L � c tn c • 'c w F- co c CA w _0 3 {��••' fu O M O O s N c U T-4 O to O m L m I is 0 3 4; -M ° 1 rLa Q o C's '' m E > y C = J > C 3 ' V T a -O E 0. C�3 C- o v v m in E Y m LL c 0 c +_� M o a 4-1 tf1 Ln O s. .�: _ •U m CJ f0 Q 0 C Vi G' O O O V � bAC 0 � en M m d O U U N N i 0 y m m fu Cf U o y ti v LM a) Ln Q •= �? ° O cu t N z °° 4J O O O a� U a x O � _ d a' O U sL �O 00 O m C ,,, N (n lO .O m N U p V, 4-1 O "' C� �# °vi _ o cn aci 3 ° c T m Z 0 o m Z c°wp tw � Z c� 0 0 L L O Q 'a a 41 _ U- ^ - N v i Y c m L L C a N v 0 m y H U U Vf CL w Nf Y C m vi 0 E O N u U 0 v L co ca .c N a v m v O_ cw c O O E 0 0 16C3 -0 > O OL c Q O m N m rl T 4-' c O L c o, j m c� ru U) 01 E 3 =3 U _ "o 7 O m cn u� ~ CO c c O p+ a v0, cy L (c0 m O m rI ro Z c Z) (J � Y O Q � U) C6 �LU Q O N a) Z � UJ C N m >. m oEce= w m O _ U T T c z m o a � A C: M: 0 O m V m = m L c t £+.'a toLn c6 ar. c v N N O N CD 3 O 4-J O 0 rali I'm 0 4) 4-0 m to O ti Ti ti ri ca r1i -4 N) 0 —A CD 3 0) 0 N tin — tw t LU cu u 3e r G7' rj Ln Ycc a) Ln ri 0 E E -L-L' CL u C.,J 0 U o = r,4 co E ro 0- u m m Z Ll- Lu O ti Ti ti ri ca r1i -4 N) 0 —A CD 3 0) C O t C O N 7 TA Q) Q c d 0 0 O O C J w v E O to u � U U � v O s bA r 3 O y c L -0 LL a ICI ^` ui fu V) O W .� m N'1 ai O % O CU = v c . 4-1 V w E O W O C O O O v m CL I-- a > uJ a c � c -v m r w 3 u, 3 m Z v L Y Q v +- 3U t 0 a 0 Z N r u., v O J (5 C >, Z O L Q W v EY E y ° a E U) > X - = N U-0 v F(6 o E O O 0 3 L (D 0 0 _ c Z r> N n O N `L O > t3 V) c a Q O v 0 3 c _ m m= �� o o v E CO �� m d (0 C 7 CL NO d O C ra V C: N O U > O O a C O m 'o c-1 Q CD YIn C O LL LO 0 = 0 i v r �U LOw J Y w N_ v o0 N O �, It � Q v N 3Y as v o E CD M m O O- L 0 O U -a+ a N c _v LL N j . N U a v >'— M ado v v �v U� U 2 m 0 4 v a O v Z CZ p -Z a v CD a) Q) c (D =p L LLI : m i -o v O r_ v � aUO 0 a-0)<w L o E m Y t7u O z °' N Oa LM m C Cd O v O (V6 N !- Q o M ..0 on v E v v c o x cn O o O C Y p _ O = O v v ON rte+ LLU)F -- UNQ l7 Imo— Q Q) c d C cad U � U v Q, aci O y fu M .� m N'1 7 J O % O . 4-1 V w o u N C n -a to c -v 3 6 s u > 0 D E :v,) v U O +L+ L p N U-0 O v C m °= c a to 0 0 _ _ m v N to ru Q) > y c m d U 41 a E o aO. w of o cu = 0 04 ? E Ln F- Q U -a+ a N a _v LL N j . N U v fU LL v a CD n O +- O w I o L o h m Y t7u O z °' �' °° V) L Cd bA v Ln Q Y Y M M ..0 OA u cr = x cn o N O Z Lu co 0 ON CD Y D O O- U O. OJ C Q Ln 4JN�= O O. O o > c I uvi o z� o C�'VV) Q.a o = U U ao i i-oz O aLL t� 4�.^ r L 3 a C v; �o+ Y Ia L L a N V) •.-� T O C r O V 7 O — CA vi N Q V)F -UucA V a N N O N CD 3 0) I V) C C� N U C O �3 oq C L u N cel E b �3 a. 0 bA C 'TJ L m ai � x 3 C-• E 'b L N y O ul >, E rn O .a O y„ C C o � w 'L' o O O U a� u Q U N co v s C fD a, -a O V hA C ' Q a V t o Ln 45 w- O bn O W f0 C 3 N v v L S_ O N U v a u. R3 v C N O C O v „ i u rr C C. W O C u L V t4 � CL 0 _E O W aci o -= L tw i., C T w v c `v a' n oa L � v• m 0 CL C O VI C L .a tp o v u � O O i m u 'O C (U � i- CD N v C a) -r- 0 U a) y L f6 O 7 ru c� J E O V vi C C C ro a) C yO fu L m C �O OD c aj E ° a) J O E E � N L � C C C O a c Ln a m E a Z t�0 a•, U a) O v Z o a Ln a) _ om�N N C L C6 _ Q) o _ Z o : c LU U C f 4J O c6 Q D lL i j - V �O L L C C a Ln C LL u u ( f Y C v O U a) i �6 O C r� c� J E O vi C L C 7 > +� -0 C c v E � v L C a O E � � N m � ri � 41 C C dt O ra (n D v a . L' Ln ti E E �o un06 Ln ~ L O U- C O C o O' E a � LL O C L 4- (0 m �O C m � r•-I o 0 0 z �[ W v g�cn -0 avZ o u ^ Y Q *� u?�vYi�oiS LU a) omz ui v � U 0 o ro =mZ Z D C: Z 2 an U (p Q L L Z O U C E aFL =3 (a L C 0 CL ++ cn...,0 C07 tiwl --000f -£i 16C3 M V) m t tiJ m c O C Y v E v aJ _v Q C M V v= V v v c 0 0 Q) O a• L v L L C m v s 0 vi Y C s H P, N N O N 3 0) n W 16C3 m --4 IQ 11b, CD 3 0) E t ra > 0 (U nn SU- ,u 4 L CL lu Ln E o E a) M O=3 V� u o 0 m z CL U m z LL Lu --4 IQ 11b, CD 3 0) 7/24/2012 L 6 1 U. QUOTE FORM RFQ #08- 5011 -64 COLLIER COUNTY PS 112.00 IMPROVEMENTS Item No DESCRIPTION Estimated uanti Unit Unit Cost Total Cost I Pre - Construction Video and Post Construction Video I LS $0 $0 2 Record Drawings I LS $0 $0 Demolition Relocation and Temporary Facilities 3 IDemolition of Existing Wetwell Concrete Top, Valve Vault, Piping and Slab 1 LS $0 $0 4 Clearing and Grubbing 1 LS $0 $0 5 Demolition of Antenna, Electrical Panel, Main Breaker Panel, and Meter 1 LS $0 $0 6 Temporary Bypass Piping and Pumping Operations 1 LS $0 $0 Mechanical 7 Flygt NP 3153 462 Impeller Submerisble Pumps and Installation 2 EA $0 $0 8 4 -inch Plug Valve wBF and 3" Pump Out Connection (FL) 1 EA $0 $0 9 6 -inch Tee Fitting FL I EA $0 $0 10 6x4 -inch Tee Fitting FL 1 EA $0 $0 11 4 -inch Plug Valve FL with 4" Blind Flange 1 EA $0 $0 12 6 -inch Plug Valve FL with FAC 2 EA $0 $0 13 6 -inch Check Valve (FL) 2 EA $0 $0 14 6 -inch Wye FL I EA $0 $0 15 6 -Inch 45° Bend I EA $0 $0 16 6 -Inch 90° Bend 4 EA $0 $0 17 6 -Inch Mag Flow Meters 1 EA $0 $0 18 2 -Inch SS Ball Valve I EA $0 $0 19 Air Release Valve 1 LS $0 $0 20 6 -inch HDPE Above Ground Piping 1 LS $0 $0 21 6 -inch HDPE Internal Wetwell Piping 1 LS $0 $0 22 Miscellaneous Appurtenances, Pipe Supports, and Spare Equipment 1 LS $0 $0 23 Stainless Steel Pressure Gauges 2 EA $0 $0 Civil 24 6' Chain Link Fence with Swing Gates 1 LS $0 $0 25 iDewatering, Excavation, and Backfill 1 LS $0 $0 26 Site Work Concrete Slabs, etc. 1 LS $0 $0 27 New Concrete Wet Well Top and Hatch I LS $0 $0 Electrical 28 Counterpoise I LS $0 $0 29 Furnish and Install Control Panel I LS $0 $0 30 Furnish and Install 100 kw Generator with ATS I LS $0 $0 31 Test Wells 1 LS $0 $0 32 Antenna I LS $0 $0 33 200A Disconnect 1 LS $0 $0 34 200A Circuit Breaker 1 LS $0 $0 35 Additional Electrical Rack Items 1 LS $0 $0 36 Conduit & Wire I LS $0 $0 37 Additional Electrical 1 LS $0 $0 Site Restoration 38 Clean Fill, Grass Pave Installation, Re- Grade, Weed Control, etc. I LS $0 $0 39 Hedge Relocation and Replacement I LS $0 $0 Manhole Repair 40 All Items Associated with Manhole Repair Mobilization/Demobilization 5% 1 LS $0 $0 41 1 LS $0 $0 SUBTOTAL $0 44 Owner Directed Allowance for Geological or Corrosion Unforeseen Conditions (15 %) 1 LS $0 TOTAL $0 Packet Page -1867- 7/24/2012 Item 16.C.3. 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 odor control unit, 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 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. (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- Construction/Post- 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 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 -1868- 16C3 g€ Sol $ SO � a 1 Pp� $£ m og� Qa fD °f a i vg 00 Ql 1p T COLLIER COUNTY PUBLIC UTILITIES IF 1 ' I ENCY POWER ENE a O TETRA TECH EMERGENCY POWER GENERATOR ORISER & WIRING DIAGRAMS co *e, C.ounty ° _a ESO a wa goIT�E s t C O N N 7 iA M 0 0 N 0 v N Y m aJ 16Cs 7 Y Y J C a) � E L L U O U w � h C U V 0 _O r0 ro L C O �\ _O C C V (o f0 T O O C r6 L.. J L E a) C O O V o 0 C vi C — r0 co i CY T r C C m w > � a � 6z C N 3 CU -o OZ U) c J fn N >' Z � Y 49 c O aEi m o o p N > ro H= m o m a� E a E V) c Z a_i L mY - E a 3 N rl m Ln c o J M = L`° E m U) is U CL 4 C a) J >O c E C :3 c (6 V) T E E CL .r o a E E E v > c a °' C a � CL a) v ' a� c O - O � ch L) v m` L a� = ao a> ° � � o ' d � N N > o Y CJ t C fu z a rD E N O LL co N Lj N m 0 m 0 `O V) 0 a m m > V LO - C fu N _Z QYY N U ,1 N N i> Ln � rn Q a) Z O N� U�,�� C _ W Z� Z U) a: � o Z a T-i X �# _ co �L "dY "a L W N Q O LL a) ° m N 0 U .i -2 oN of°�a(DU) ,� Q 3Ln o a E a)NtY_ �O ° m z ra ro v -0 o a Z O c c A qp fo 5' _ T 4- fo tl LL i :3 -0 a� Y ro L L u ro N Z z ° v 0 (p Q a a) - o M Q � a) E O O C > C c U- co FO- U fn Q H 1i I V U (n M 0 0 N 0 v N Y m aJ 16Cs N N N fD 3 m Y C a) L U w U r0 _O C (o O O O � C N O r6 i N 7 y > � a � ro C N cu C -o c a) v 49 b N m o p N > cd O m o a 3 a E V) o a_i o Y 3 N rl y J 4 N (6 V) a! c a °' @ a � L ' N m` L o a � o r_ o t C fu z a N -a Lj N 'a V) 0 C� c _Z QYY Ln � rn ai _ o E E �z w N o ° m N 0 U to O ,� Q o a a)NtY_ �O cow ra ro v -0 o a Z O c c A qp T 4- fo tl LL i :3 -0 Y ro L L Q Fes- LL. u u C7 N N N fD 3 m 16C3 -?�, a a as Y Y C C v_ O O ,E U U a �S] is N i i fu fu cd `Z � ct v O O V) y O d 6 = (moo fOo cq3 =3 cn M a V > u U 0 CL o a n CL C C 3 : CO VII t �_ : N 3 � ° E v 0 n > M c c Q o 0.¢1 m m m �N-' u c L o O C LL sue. L a m m C (n Ln LA co O 04� 3 � Ua c E °o cu T a �• o rr a r' CO (V E a � a L +c o c a in p o v° =_ cLc .� d D n a) E Y a m E > L fo w o o m Q. 0 m :3 c m V) O _ N L v ;_ LL a i v >, 0 C _N� v- E a� 41 L m m � (". u. = L M Z l0 V Co Z C D b V u Q O = 4-1 O -C O y O V o a> bq a a p _ . , �n -a — 0 Ln o' L s o a V—) a cn O i- .� L ~ b 41 Ln L ar )Z aYz�Q o 3 o a to 2: ._ um L � a�oiS Q�� a �? ' •Y WD V C Q do O a M Q � to cV __ w .� a' V C x O V C w -0 L. S w ay r4 Q) a F- �- R 0 � O O .G 0 r1i N Z O N ON z Di _ w *O� U O. a :3 C = Q C)mY � ^mY►L -�O m a— c cn a .� c cn CL m -L3 V v p I S LU cad O O a Z U "- C 4a Z V C Q V N N N V �Z C Y z C S V f0 fo L L (o L L O. t- co v� L. (W H U U Vf l7 LL (A H U U Vf ►y a N N O N N 3 0) O to O cr ca cu cl 0 0 (v 0 0 APA, (D U- -q- 0 E CL c 0 N O c V) 0 Q) :3 cr cu t (U Om =3 V� ti a. s. 16C3 Ul --4 O CD 3 -L 0) E > CL 0 to UJ Y CL V) r-4 Ln V E rr) Ln N aj Ln E 0 E -u-j .-0 U m a) cu L O aj r, V� M -(U N Cj 0 U = 0 - f"I a -- m E z " 0 ro 0- u m w z m Li- w ti a. s. 16C3 Ul --4 O CD 3 -L 0) C v E 7 J (ll fl O U cu c c O _P a L (� C ° C.i o E +� 0 LA v tiA Ul w x w c Z; O O 0 s- m (�,! In t lD s C c d' N N L m� i m Ln w a, z Y v N L v 3 � °z Q1 m > z J aci a, C1A E 4J N N__ E U) > ° Q O = H a L @ E > a u r.. CZ Z~ w aY � � cQ o c O Q @_ c O = 0 � F- L U a E Q :E O N U) ; r 5 ( -0 4-+ L � N O N Y O O = _ i-+ L O 06 ° O 0 CL 00 3 Y * a�i Q N N d N m x v V) C) C L N N TU O Q r x N (.0 Q Q O O O c O Z �Z i5 (") Z N N L w N cu `v .-, vi s c (B (6 O cu a N � Y � E d — 0 C UN z tiU)FO- Q C v n u m a ra s s s n 1; G N L �r a; u w W, C z' j a i u s .v 16C3 N N N CD 3 0) W E fl O cu 0 v cw - E +� 0 LA v tiA Ul w u O i (�,! In t lD ro C E d' N N N i m N O E O •� E J N N O L d cu L N Q1 m C Q% N 4J N N__ Z a u U- m Z~ w n u m a ra s s s n 1; G N L �r a; u w W, C z' j a i u s .v 16C3 N N N CD 3 0) W