Loading...
Agenda 06/08/2021 Item #16C 7 (Work Order for RFQ #14-6213 for Pump Station 305.01 Rehabilitation w/Quality Enterprises USA, Inc.)06/08/2021 EXECUTIVE SUMMARY Recommendation to approve a Work Order to Quality Enterprises USA, Inc., in the amount of $458,686.47, for Bid No. 2104-002 under a Request for Quotations (“RFQ”) for the “Pump Station 305.01 Rehabilitation” project, pursuant to Agreement No. 14-6213 (Project Number 70141). OBJECTIVE: To maintain reliable and sustainable wastewater collection in compliance with Florida Department of Environmental Protection (“FDEP”) agency regulations. CONSIDERATIONS: The proposed scope of work under Project Number 70141, “Pump Station 305.01 Rehabilitation,” can be completed consistent with funding in the FY2021 Capital Improvement Project Budget approved by the Board on September 17, 2020. The project is located in a commercial strip mall parking lot at 3805 East Tamiami Trail. It receives the flows from PS 305.02, from the commercial mall shopping plaza and from the new Kaiser University on East Tamiami Trail. The pump station is 35 years old and at the end of its useful life. The scope of work includes: • Coating the interior of the wet well to protect the concrete walls from corrosion. • Replacing deteriorated pipes with corrosion-proof high-density polyethylene (HDPE) pipe material. • Eliminating the underground valve vault and replacing with above ground valves and HDPE pipe which will reduce corrosion and improve safety during maintenance. • Replacing the existing wastewater submersible pumps with more efficient and reliable pumps. • Replacing the existing electrical components with a standard control panel to meet current standards and codes. • New fence, site restoration, and drainage improvements. These improvements will: (1) update the pump station to meet current Collier County utility standards in a coordinated manner that will not interrupt sewer service, (2) improve the performance and reliability of the sewer system in the community, and (3) improve safety during routine maintenance by the County’s Wastewater Division staff. The County distributed Bid No. 2104-002, RFQ Pump Station 305.01 Rehabilitation project, to the six contractors under the County’s Fixed-Term Underground Utilities Agreement No. 14-6213 on April 27, 2021, Five contractors submitted quotes to the County by the May 17, 2021 deadline as summarized in the below table. Quality Enterprises USA, Inc. $458,686.47 Douglas N. Higgins, Inc. $481,900.00 Kyle Construction, Inc. $502,887.50 Haskins, Inc. $515,825.00 Mitchell & Stark Construction Company, Inc. $623,741.00 The County did not receive a quote from Southwest Utility Systems, Inc. The bid specifications informed bidders that there may be unforeseen conditions associated with the project. The quote amount incorporates an owner-directed project allowance of $57,872.15 for unanticipated costs including, but not limited to, repairs due to structural deterioration and/or replacement 16.C.7 Packet Pg. 1021 06/08/2021 of defective mechanical equipment and deficient electrical components. Use of the allowance will be billed at the appropriate contract price based on a lump sum, unit price, or ti me and material basis. Staff will obtain payment and performance bonds from the contractor per the Agreement prior to commencement of work. County staff determined the lowest bid to be fair and reasonable and recommends awarding the project to Quality Enterprises USA Inc. the lowest responsive and qualified vendor. The low bid received is 15 percent higher than the engineer’s cost opinion. In its recommendation letter dated May 18, 2021 (Attachment 3), the design professional, Hole Montes, recommends awarding the project to Quality Enterprises USA Inc, who has a satisfactory performance and warranty record on previous, similar utility - related projects. Quality Enterprises USA, Inc., formerly Quality Electric Company, was founded in 1969 and is located in Naples, Florida. They specialize in heavy civil construction projects including buildings, utility and mechanical piping installations, and roadway projects. Quality Enterprises has had various annual contract services agreements with Collier County for more than 17 years in transportation, facilities, and utilities. FISCAL IMPACT: Funding is available in the Fiscal Year 2021 capital budget approved by the Board on September 17, 2020 in project 70141 in the Wastewater User Fee Capital Fund 414. The source of funding is wastewater user fees. The project is expected to be completed in 2021. Operating costs are not expected to change. Bonds will be obtained prior to issuing a purchase order. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities, and to remain in compliance with all regulatory programs. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: Approve a $458,686.47 Work Order under Bid No. 2104-002, RFQ Pump Station 305.01 Rehabilitation project, under Agreement No. 14-6213 to Quality Enterprises USA, Inc. and authorize the Chair to sign the attached Work Order. Prepared by: Zamira Del Toro, CSM, Project Manager, Engineering and Project Management Division ATTACHMENT(S) 1. Attachment 1 - PS 305.01 Bid Tabulation (PDF) 2. Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (PDF) 3. Attachment 3 - PS305.01 Recommendation of Award ltr (PDF) 4. Attachment 4 -QE PS_305.01_Rehabilitation QUOTE (PDF) 5. Attachment 5 -Work Order-BCC Approval PS 305.01 (PDF) 16.C.7 Packet Pg. 1022 06/08/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.7 Doc ID: 16003 Item Summary: Recommendation to approve a Work Order to Quality Enterprises USA, Inc., in the amount of $458,686.47, for Bid No. 2104-002 under a Request for Quotations (“RFQ”) for the “Pump Station 305.01 Rehabilitation” project, pursuant to Agreement No. 14-6213 (Project Number 70141). Meeting Date: 06/08/2021 Prepared by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 05/20/2021 11:34 AM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 05/20/2021 11:34 AM Approved By: Review: Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 05/20/2021 11:42 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 05/20/2021 11:46 AM Procurement Services Ana Reynoso Level 1 Purchasing Gatekeeper Completed 05/20/2021 12:38 PM Public Utilities Planning and Project Management Zamira Deltoro Additional Reviewer Completed 05/20/2021 12:50 PM Procurement Services Sandra Herrera Additional Reviewer Completed 05/20/2021 3:14 PM Procurement Services Evelyn Colon Additional Reviewer Completed 05/21/2021 10:51 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 05/21/2021 5:19 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 05/24/2021 8:22 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 05/26/2021 9:31 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 05/26/2021 10:23 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 05/26/2021 11:20 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 05/30/2021 3:06 PM Budget and Management Office Ed Finn Additional Reviewer Completed 05/31/2021 5:48 PM County Manager's Office Amy Patterson Level 4 County Manager Review Completed 06/01/2021 9:59 AM Board of County Commissioners Geoffrey Willig Meeting Pending 06/08/2021 9:00 AM 16.C.7 Packet Pg. 1023 BID TABULATION Quality Enterprises USA, Inc. Douglas N. Higgins, Inc. Kyle Construction Inc. Haskins Inc.Mitchell & Stark Const. Co. Inc Southest Utility Systems, Inc. Bid Item Description Units Estimated Quantity Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total 1 Mobilization/Demobilization (Not to Exceed 10% of Total of Items 2-9)LS 1 $30,000.00 $30,000.00 $37,000.00 $37,000.00 $41,000.00 $41,000.00 $30,000.00 $30,000.00 $41,000.00 $41,000.00 $0.00 $0.00 2 Site Demolition LS 1 $26,500.00 $26,500.00 $9,000.00 $9,000.00 $11,250.00 $11,250.00 $7,500.00 $7,500.00 $24,000.00 $24,000.00 $0.00 $0.00 3 Pump Station /Electrical Demolition LS 1 $18,600.00 $18,600.00 $5,000.00 $5,000.00 $12,000.00 $12,000.00 $14,500.00 $14,500.00 $7,300.00 $7,300.00 $0.00 $0.00 4 Pump Station Bypass LS 1 $15,720.00 $15,720.00 $12,000.00 $12,000.00 $35,000.00 $35,000.00 $12,500.00 $12,500.00 $113,250.00 $113,250.00 $0.00 $0.00 5 Pump Station Coating LS 1 $12,360.00 $12,360.00 $18,000.00 $18,000.00 $25,000.00 $25,000.00 $20,000.00 $20,000.00 $25,315.00 $25,315.00 $0.00 $0.00 6 Pump Station Rehabilitation LS 1 $145,803.31 $145,803.31 $181,000.00 $181,000.00 $164,000.00 $164,000.00 $218,000.00 $218,000.00 $187,000.00 $187,000.00 $0.00 $0.00 7 Pump Station Electrical LS 1 $85,918.80 $85,918.80 $101,000.00 $101,000.00 $87,000.00 $87,000.00 $33,000.00 $33,000.00 $35,075.00 $35,075.00 $0.00 $0.00 8 Site Work LS 1 $42,322.61 $42,322.61 $41,000.00 $41,000.00 $35,000.00 $35,000.00 $98,000.00 $98,000.00 $89,000.00 $89,000.00 $0.00 $0.00 9 Pump Station Testing & Startup LS 1 $8,589.60 $8,589.60 $2,000.00 $2,000.00 $14,000.00 $14,000.00 $2,000.00 $2,000.00 $7,400.00 $7,400.00 $0.00 $0.00 10 Owner's Allowance (15% of the subtotal of items 1-9, inclusive)LS/TM 1 $57,872.15 $57,872.15 $60,900.00 $60,900.00 $63,637.50 $63,637.50 $65,325.00 $65,325.00 $79,401.00 $79,401.00 $0.00 $0.00 11 Owner's Landscape Allowance LS/TM 1 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $458,686.47 $481,900.00 $502,887.50 $515,825.00 $623,741.00 NO QUOTE COLLIER COUNTY WATER SEWER DISTRICT PUMP STATION 305.01 REHABILITATION COUNTY BID NO. 2104-002 TOTAL PRICE 16.C.7.a Packet Pg. 1024 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) Bid #2104-002 - PS 305.01 Rehabilitation   Creation Date  Apr 27, 2021 End Date May 17, 2021 3:00:00 PM EDT Start Date Apr 28, 2021 8:01:03 AM EDT Awarded Date  Not Yet Awarded  2104-002--01-01   PS 305.01 Rehabilitation  Supplier Unit Price   Qty/Unit Total Price  Attch. Docs Quality Enterprises USA, Inc.  First Offer -  $458,686.47    1 / lump sum $458,686.47  Y   Product Code: Agency Notes: Supplier Product Code:  Supplier Notes:   Douglas N. Higgins, Inc.  First Offer -  $481,900.00    1 / lump sum $481,900.00  Y   Product Code: Agency Notes: Supplier Product Code:  Supplier Notes:   Kyle Construction Inc  First Offer -  $502,887.50    1 / lump sum $502,887.50  Y   Product Code: Agency Notes: Supplier Product Code:  Supplier Notes:   Haskins Inc.  First Offer -  $515,825.00    1 / lump sum $515,825.00  Y   Product Code: Agency Notes: Supplier Product Code:  Supplier Notes:   Mitchell & Stark Const. Co. Inc  First Offer -  $623,741.00    1 / lump sum $623,741.00  Y   Product Code: Agency Notes: Supplier Product Code:  Supplier Notes:   Supplier Totals f   Quality Enterprises USA, Inc.  $458,686.47     Bid Contact Louis Gaudio mcohen@qeusa.com Ph 239-435-7200   Fax 239-435-7202  Address 3494 Shearwater Street Naples, FL 34117-8414  Qualifications  14-6213   Agency Notes:Supplier Notes:Head Attch: f   Douglas N. Higgins, Inc.$481,900.00     Bid Contact Matthew DeLuca tammyl@dnhiggins.com Ph 941-465-8358   Fax 239-774-4266  Address 4485 Enterprise Avenue Naples, FL 34104  Qualifications  14-6213   Agency Notes:Supplier Notes:Head Attch: f   Kyle Construction Inc $502,887.50     Bid Contact Kyle Abraham kyleconstinc@aol.com Ph 239-595-0438    Address 3636 Prospect Ave Naples, FL 34104  Qualifications  14-6213   Agency Notes:Supplier Notes:Head Attch: f   Haskins Inc.$515,825.00    Solicitation #2104-002 - PS 305.01 Rehabilitation Line Collier County 5/19/2021 p. 1 16.C.7.a Packet Pg. 1025 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1)  Bid Contact Ryan MacPhee rmacphee@haskinsinc.net Ph 239-947-1846   Fax 239-947-3857  Address 10956 Enterprise Avenue BONITA SPRINGS, FL 34135  Qualifications  14-6213   Agency Notes:Supplier Notes:Head Attch: f   Mitchell & Stark Const. Co. Inc $623,741.00     Bid Contact brian penner jdina@mitchellstark.com Ph 239-597-2165    Address 6001 Shirley Street Naples, FL 34109  Qualifications  14-6213   Agency Notes:Supplier Notes:Head Attch: Award Total  $458,686.47 (Does not apply to percentage or no price items.) **All bids/proposals submitted for the designated project are reflected on this tabulation sheet. However, the listing of the bid/proposal on this tabulation sheet shall not be construed as a comment on the responsiveness of such bid/proposal or as any indication that the agency accepts such bid/proposal as being responsive. The agency will make a determination as to the responsiveness of the vendor responses submitted based upon compliance with all applicable laws, purchasing guidelines and project documents, including but not limited to the project specifications and contract documents. The agency will notify the successful vendor upon award of the contract and, as according to the law, all bid/proposal responses received may be available for inspection at that time. Solicitation #2104-002 - PS 305.01 Rehabilitation Line Collier County 5/19/2021 p. 2 16.C.7.a Packet Pg. 1026 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.a Packet Pg. 1027 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.a Packet Pg. 1028 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.aPacket Pg. 1029Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.aPacket Pg. 1030Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.a Packet Pg. 1031 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) UPDATED 4/22/21 Bid Item Description Units Estimated Quantity Cost Per Unit Total 1 Mobilization/Demobilization (Not to Exceed 10% of Total of Items 2-9)LS 1 $41,000.00 $41,000.00 2 Site Demolition LS 1 $11,250.00 $11,250.00 3 Pump Station /Electrical Demolition LS 1 $12,000.00 $12,000.00 4 Pump Station Bypass LS 1 $35,000.00 $35,000.00 5 Pump Station Coating LS 1 $25,000.00 $25,000.00 6 Pump Station Rehabilitation LS 1 $164,000.00 $164,000.00 7 Pump Station Electrical LS 1 $87,000.00 $87,000.00 8 Site Work LS 1 $35,000.00 $35,000.00 9 Pump Station Testing & Startup LS 1 $14,000.00 $14,000.00 10 Owner's Allowance (15% of the subtotal of items 1-9, inclusive)LS/TM 1 $63,637.50 $63,637.50 11 Owner's Landscape Allowance LS/TM 1 $15,000.00 $15,000.00 $502,887.50 Owner's Allowance: Compensation for unforeseen conditions will be made at the appropriate contract price based on lump sum, unit price or time and materials depending upon the nature of the work. (15% of the subtotal of items 1-9, inclusive) Note: Easement agreement documents are included as part of the bid package. Please read the conditions under item # 9 (a to f) for this project. COLLIER COUNTY WATER SEWER DISTRICT PUMP STATION 305.01 REHABILITATION COUNTY BID NO. 2104-002 TOTAL PRICE H:\_PUD Capital Project Files\414 - Wastewater User Fee Fund\70141 - MPS 305 Basin Program\70141.2 - PS 305.01 w-fence & PS 305.02 Rehab (op)\5. Construction\Quotes\Kyle 305.01_Bid_Schedule 16.C.7.a Packet Pg. 1032 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.a Packet Pg. 1033 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) UPDATED 4/22/21 HASKINS INC. Bid Item Description Units Estimated Quantity Cost Per Unit Total 1 Mobilization/Demobilization (Not to Exceed 10% of Total of Items 2-9)LS 1 $30,000.00 $30,000.00 2 Site Demolition LS 1 $7,500.00 $7,500.00 3 Pump Station /Electrical Demolition LS 1 $14,500.00 $14,500.00 4 Pump Station Bypass LS 1 $12,500.00 $12,500.00 5 Pump Station Coating LS 1 $20,000.00 $20,000.00 6 Pump Station Rehabilitation LS 1 $218,000.00 $218,000.00 7 Pump Station Electrical LS 1 $33,000.00 $33,000.00 8 Site Work LS 1 $98,000.00 $98,000.00 9 Pump Station Testing & Startup LS 1 $2,000.00 $2,000.00 10 Owner's Allowance (15% of the subtotal of items 1-9, inclusive)LS/TM 1 $65,325.00 $65,325.00 11 Owner's Landscape Allowance LS/TM 1 $15,000.00 $15,000.00 $515,825.00 Owner's Allowance: Compensation for unforeseen conditions will be made at the appropriate contract price based on lump sum, unit price or time and materials depending upon the nature of the work. (15% of the subtotal of items 1-9, inclusive) Note: Easement agreement documents are included as part of the bid package. Please read the conditions under item # 9 (a to f) for this project. COLLIER COUNTY WATER SEWER DISTRICT PUMP STATION 305.01 REHABILITATION COUNTY BID NO. 2104-002 TOTAL PRICE H:\_PUD Capital Project Files\414 - Wastewater User Fee Fund\70141 - MPS 305 Basin Program\70141.2 - PS 305.01 w-fence & PS 305.02 Rehab (op)\5. Construction\Quotes\Haskins PS_305.01_Bid_Schedule_Complete 16.C.7.a Packet Pg. 1034 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.a Packet Pg. 1035 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.a Packet Pg. 1036 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) UPDATED 4/22/21 Bid Item Description Units Estimated Quantity Cost Per Unit Total 1 Mobilization/Demobilization (Not to Exceed 10% of Total of Items 2-9)LS 1 $41,000.00 $41,000.00 2 Site Demolition LS 1 $24,000.00 $24,000.00 3 Pump Station /Electrical Demolition LS 1 $7,300.00 $7,300.00 4 Pump Station Bypass LS 1 $113,250.00 $113,250.00 5 Pump Station Coating LS 1 $25,315.00 $25,315.00 6 Pump Station Rehabilitation LS 1 $187,000.00 $187,000.00 7 Pump Station Electrical LS 1 $35,075.00 $35,075.00 8 Site Work LS 1 $89,000.00 $89,000.00 9 Pump Station Testing & Startup LS 1 $7,400.00 $7,400.00 10 Owner's Allowance (15% of the subtotal of items 1-9, inclusive)LS/TM 1 $79,401.00 $79,401.00 11 Owner's Landscape Allowance LS/TM 1 $15,000.00 $15,000.00 $623,741.00 Owner's Allowance: Compensation for unforeseen conditions will be made at the appropriate contract price based on lump sum, unit price or time and materials depending upon the nature of the work. (15% of the subtotal of items 1-9, inclusive) Note: Easement agreement documents are included as part of the bid package. Please read the conditions under item # 9 (a to f) for this project. COLLIER COUNTY WATER SEWER DISTRICT PUMP STATION 305.01 REHABILITATION COUNTY BID NO. 2104-002 TOTAL PRICE H:\_PUD Capital Project Files\414 - Wastewater User Fee Fund\70141 - MPS 305 Basin Program\70141.2 - PS 305.01 w-fence & PS 305.02 Rehab (op)\5. Construction\Quotes\Mitchell & Stark PS_305.01 Rehab QUOTE 16.C.7.a Packet Pg. 1037 Attachment: Attachment 1 - PS 305.01 Bid Tabulation (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1038 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1039 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1040 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1041 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1042 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1043 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1044 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1045 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1046 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1047 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1048 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1049 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1050 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1051 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1052 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1053 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1054 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1055 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1056 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1057 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1058 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.b Packet Pg. 1059 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. 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). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 10/18/2019 A Marsh &McLennan Agency LLC 222 Central Park Avenue,Suite 1340 Virginia Beach VA 23462 Marsh &McLennan Agency LLC 757-456-0577 certificates@MarshMMA.com Zurich American Insurance Company 16535 Evanston Insurance Company 35378QualityEnterprisesUSA,Inc.& Quality Environment Company,Inc. 3494 Shearwater Street Naples FL 34117 Phoenix Insurance Company 25623 Travelers Prop &Casualty Co of America 25674 XL Specialty Insurance Company 37885 1748190232 C X 1,000,000 X 300,000 10,000 1,000,000 2,000,000 X Y CO7N91352A19 7/1/2019 7/1/2020 2,000,000 C 1,000,000 X X Comp X Coll 8107N67219019 7/1/2019 7/1/2020 PIP 10,000 aggregate D X X 15,000,000CUP8N00458A7/1/2019 7/1/2020 15,000,000 X 10,000 A X N WC017931004 7/1/2019 7/1/2020 1,000,000 1,000,000 1,000,000 B E Pollution Liability Installation Floater MMAENV0001065 UM00030160MA19A 7/1/2018 7/1/2019 7/1/2020 7/1/2020 $1,000,000 each claim $200,000 $1,000,000 Aggre $2,500 DED RE:For Any and All County projects Board of County Commissioners in Collier County are included as additional insureds under the General Liability policy as respects to work performed by the insured as required by written contract Board of County Commissioners in Collier County 3925 Tamiami Trail East Naples FL 34112 16.C.7.b Packet Pg. 1060 Attachment: Attachment 2 - 14-6213 QualityEnterprisesUSAInc_Contract (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.cPacket Pg. 1061Attachment: Attachment 3 - PS305.01 Recommendation of Award ltr (16003 : PS 305.01 Rehab - Priority 1) EOPC PUMP STATION 305.01Bid Item Description Units Estimated  Quantity Cost Per Unit Total1 Mobilization/Demobilization (Not to Exceed 10% of Total of Items 2‐9) LS 1 $25,000.00 $25,000.002 Site Demolition LS 1 $15,000.00 $15,000.003 Pump Station /Electrical Demolition LS 1 $5,000.00 $5,000.004 Pump Station Bypass LS 1 $20,000.00 $20,000.005 Pump Station Coating LS 1 $20,000.00 $20,000.006 Pump Station Rehabilitation LS 1 $80,000.00 $80,000.007 Pump Station Electrical LS 1 $115,000.00 $115,000.008 Site Work LS 1 $43,000.00 $43,000.009 Pump Station Testing & Startup LS 1 $10,000.00 $10,000.0010 Owner's Allowance (15% of the subtotal of items 1‐9, inclusive) LS/TM 1 $49,950.00 $49,950.0011 Owner's Landscape Allowance LS/TM 1 $15,000.00 $15,000.00$397,950.00Owner's Allowance: Compensation for unforeseen conditions will be made at the appropriate contract price based on lump sum, unit price or time and materials depending upon the nature of the work. (15% of the subtotal of items 1‐9, inclusive)TOTAL PRICEH:\2012\2012015B Duplex PS\EN\D Permits\DUPLEX COST ESTIMATES2.xlsx16.C.7.cPacket Pg. 1062Attachment: Attachment 3 - PS305.01 Recommendation of Award ltr (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.d Packet Pg. 1063 Attachment: Attachment 4 -QE PS_305.01_Rehabilitation QUOTE (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.d Packet Pg. 1064 Attachment: Attachment 4 -QE PS_305.01_Rehabilitation QUOTE (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.d Packet Pg. 1065 Attachment: Attachment 4 -QE PS_305.01_Rehabilitation QUOTE (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.d Packet Pg. 1066 Attachment: Attachment 4 -QE PS_305.01_Rehabilitation QUOTE (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.e Packet Pg. 1067 Attachment: Attachment 5 -Work Order-BCC Approval PS 305.01 (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.e Packet Pg. 1068 Attachment: Attachment 5 -Work Order-BCC Approval PS 305.01 (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.e Packet Pg. 1069 Attachment: Attachment 5 -Work Order-BCC Approval PS 305.01 (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.e Packet Pg. 1070 Attachment: Attachment 5 -Work Order-BCC Approval PS 305.01 (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.e Packet Pg. 1071 Attachment: Attachment 5 -Work Order-BCC Approval PS 305.01 (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.e Packet Pg. 1072 Attachment: Attachment 5 -Work Order-BCC Approval PS 305.01 (16003 : PS 305.01 Rehab - Priority 1) 16.C.7.e Packet Pg. 1073 Attachment: Attachment 5 -Work Order-BCC Approval PS 305.01 (16003 : PS 305.01 Rehab - Priority 1)