Backup Documents 11/12/2024 Item #16C 8 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1
Pr TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 6 C $
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Offic
at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later"
than Monday preceding the Board meeting.
**NEW** ROUTING SLIP
Complete routing lines#1 through#2 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 routin_• lines NI through#2,complete the checklist,and forward to the County Attorney Office.
Route to Addressee(s) (List in routing order) Office Initials Date
1.
3. County Attorney Office County Attorney Office .:62/ 41rAil
prt 4. BCC Office Board of County
Commissioners ( /245// I f/ZdiL
5. Minutes and Records Clerk of Court's Officeitti ' ' ieea
4 rkt ,9l(A9ati,
PRIMARY CONTACT INFORMATION
Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the c
03 addressees above,may need to contact staff for additional or missing information.
Name of Primary Staff / Uri OL- S .�ic74 77 4 610 Phone Number )(_ge3 35
- Contact/ Department PU— �N D
Agenda Date Item was / / Agenda Item Number 7/ n
Approved by the BCC I f'/ l�-o)-L/ ,- 5
` Type of Document I ( Number of Original
Attached IJOt t, QSl t _(L- Documents Attached �/
PO number or account rrr
number if document is
to be recorded
INSTRUCTIONS & CHECKLIST
Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not
appropriate. (Initial) Applicable)
1. Does the document require the chairman's original signature? -
2. Does the document need to be sent to another agency for additional signatures? If yes,
provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet.
3. Original document has been signed/initialed for legal sufficiency. (All documents to be "
signed by the Chairman,with the exception of most letters,must be reviewed and signed
by the Office of the County Attorney.
4. All handwritten strike-through and revisions have been initialed by the County Attorney's
• Office and all other parties except the BCC Chairman and the Clerk to the Board
5. The Chairman's signature line date has been entered as the date of BCC approval of the
document or the final negotiated contract date whichever is applicable.
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's •
signature and initials are required.
•
7. In most cases(some contracts are an exception),the original document and this routing slip
should be provided to the County Attorney Office at the time the item is input into SIRE.
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!
8. The document was approved by the BCC on I.V t{and all changes made during 1 N/A is not
the meeting have been incorporated in the attached document. The County / Il ik an option for
lopAttorney's Office has reviewed the changes,if applicable. f this line.
. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not
BCC,all changes directed by the BCC have been made, and the document is ready for the ��.(Irll� an option for
Chairman's signature. this line.
I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05.Revised 2.24.05:Revised 11/30/12
16C 8
Co ier County
Procurement Services
Change Order Form
®Contract Modification ❑Work Order Modification
Contract#: 21-7938 Change#: 5 Purchase Order#: 4500217774 Project#: 70215.2
Contractor/Firm Name: R2T, Inc. Contract/Project: Master Pump Station 302.00 Site Improvements
Lourdes Santiago Engineering and Project Management
Project Manager Name: Division Name:
Original Contract/Work Order Amount $ 2,404,514.00 4/26/2022, 11C Original BCC Approval Date; Agenda Item #
Current BCC Approved Amount ' 9/24/24, 16C4 Last BCC Approval Date; Agenda Item#
Current Contract/Work Order Amount $ 2,404,514,00 1/6/2025 SAP Contract Expiration Date (Master)i
Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount
Revised Contract/Work Order Total $ 2,404,514.00 #VALUEI Change from Current BCC Approved Amount
Cumulative Changes $ 0.00 0.00% Change from Current Amount
Completion Date,Description'of the Task(s)Change,and Rationale for the Change
Notice to Proceed 1/4/2023 Original 6/27/2024 Last Approved 1/6/2025 Revised Date 1/16/2025
Date Completion Date Date
(Includes this change)
#of Days Added 10 Select Tasks ❑Add new task(s) ❑ Delete task(s) ❑Change task(s) ® Other
Provide a response to the following:1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and!or
the additional days added (if requested); 2.)why this change was not included in the original contract;and,3.) describe the impact
if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed.
1. Detailed and specific explanation/rationale of the requested change(s)to the task(s)and!or the additional days added(if
requested) This is a zero-dollar change order. The purpose of this Change Order is to authorize the use of Owner Directed Work
Allowance(Pay item#28).This change order addresses changes specified in Work Directive(WD)#6 due to unexpected conditions as
follows:
A. WD #6 — Suction Air and Drain Piping Concrete Encasement: The purpose of this Work Directive is to compensate the
Contractor for lowering the invert elevation of the new 4-inch Schedule 40 PVC Odor Control Unit (OCU) drainpipe and for
encasing both the 4-inch drain pipe and the 12-inch Sch 40 PVC suction air pipe in concrete per RFI #52 and Supplemental
Drawing#1. The additional work will be funded by the existing project Allowance for$54,203.53.
2.Why this change was not included in the original contract?When the Contractor excavated to install the new OCU suction air pipe
and the new drain piping,they encountered several existing process pipes and utilities conflicting with the proposed pipes. The Engineer
of Record reviewed several alternatives to lower the pipes further and achieve the necessary cover, but due to the elevations of the
existing vent and piping penetrations in the wet well, there was a limit on how much both pipes could be lowered. To be able to properly
protect these new pipes from traffic loading, the solution was to encase both pipes in concrete,per Supplemental Drawing#1 issued with
the response to RFI#52.
3.Describe the impact if this change is not processed. Due to the existing vent and piping penetrations in the wet well,as well as
conflicts with existing process pipes and utilities outside of the wet well, we cannot further lower the elevations of the new 4-inch OCU
drainpipe and 12-inch suction air pipingto be installed aspart of this project toprovide enough cover to properly protect the pipes. If the
g P P Yp�P
new pipes are not encased in concrete,they will be exposed to traffic loadings when vehicles drive over them.Without this change,the
project will not operate as intended.
Approved Owner Directed Allowance $313,800.00
CO#1 -$ 6,450.59
CO#2 -$ 3,253.58
CO#3 -$ 18,307.33
CO#4 -$ 3,815.81
CO#5 -$ 54,203,53
Remaining Owner Directed Allowance $227,769.16
This change does not increase the contract amount.
•
Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY
Ad min 5C BCC ES
i '
1 6 C 8
Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same
terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated In this acceptance.The
adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/
Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs.
Digitally signed by SantiagoLourdes
SantiagoLourdes Date:2024.09.25 08:34:14-04'00'
Prepared by: Date:
(Lourdes Santiago, El, Project Manager III, EPMD) KLA 9/24/24
1)1gUIy a'gned by George NY
George A�y��•V3,E•geogRMY�tabnc com,OV=R2T,
�.cee,y�Y 9 24 2024
A fam.2418Cg Ri041Yr N
Accepted by: Grt=2°2<.0g=++fiGgS,.��G Date:
(George Ajy, PE,V, President, R2T, Inc.)
Approved by: Date: 9-25-2024
(Migu I Perez, PE,Adiciate, Stantec, Inc.)
Vw.,�e..du :,
P e1 qJS � w^nu
FandrichShon „
Approved by: a. OCYII
ee",;e,ee61.107 a Date:
(Shon Fandrich, PE, Supervisor Project Management, EPMD)
P9* ,rvan:owMcLeanMatthev uriynaw.;c�«.Propel
aes+x,>rnaugr•w�..RGU.P°
D.
Approved by: 2o�2+ o2sanro Date:
(Matthew McLean, PE, Director, EPMD)
Digitally signed by
Zim mermanBecca Zimmermaneecca
Approved by: Dale:2024.10.03 14:55:29-04'00' Date:
(Procurement Professional) .
is
Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet,) PROCUREMENT USE ONLY
Admin CHO BCC ES
16C 8
ATTEST: y. ..„„ BOARD OF COUNTY COMMISSIONERS
Crystal K.1Cinzsl elpr)t'9,f Courts COLLIER C TY, FLORIDA
&Compix ll
By)Na-31-- By:
�� 4z
is Hall, Chairman
Dated: a J `O L-f
(SEAL) c1+ l
Attest as to Chairman's
signature only
App oved as t form le ality:
By: ?.-_
Scott R. each
Deputy County Attorney
16C
Change Order/Amendment Summary
COST TIME
CO# AMD# Description Days New Justification
Additive(+) Deductive(-) Added Amount
This Change Order
is to authorize the •
use of Owner
Directed Work
Allowance(Pay The installation of a new FDOT
item#28), This Type C storm structure. If this
1 change order N/A N/A N/A N/A change is not processed,then the
addresses new stormwater system will not
changes specified function as intended.
in Work Directive
(WD)#2 due to
unexpected
conditions.
This Change Order
is to authorize the
use of Owner
Directed Work
Allowance(Pay Additional Surveying Works. If this
item#28).This change is not processed,the
2 change order N/A N/A N/A N/A proposed stormwater drainage
addresses system and pond cannot be
changes specified completed.
in Work Directive
(WD)#3 due to
unexpected
conditions.
This Change Order
is to authorize the
use of Owner
Directed Work
Allowance(Pay Odor Control Unit Drain Piping
item#28).This
3 change order N/A N/A 4 544 Alignment Modifications. If this
addresses change is not processed, the odor
changes specified control unit will not work properly.
in Work Directive
(WD)#4 due to
•
unexpected
conditions.
This Change Order
is to authorize the
use of Approved
Original Electrical
• Relocation of Electrical Transformer
Service Allowance Relocation and Electrical Meter. If
and Owner
Directed Allowance this change is not processed, the
4 for Electrical N/A N/A N/A N/A contractor will not be able to
perform the task required in the
Transformer and contract documents,which will
Meter Relocation. prevent the completion of the
This change order
addresses project.
changes specified
in Work Directives
#5A.
•
Revised:01/14/2021 (Divisions who may require additional signatures may Include on separate sheet.) PROCUREMENT� USE ONLY
[Admin ' BCC ES
I 6 C 8
This Change Order
is to authorize the Encasement of both the 4-inch
use of Owner drain pipe and the 12-inch Sch 40
5 Directed Work PVC suction air pipe in concrete
Allowance(Pay per RFI#52 and Supplemental
item#28).This N/A N/A 10 554 Drawing#1. If this change is not
change order processed,the new pipe will be
addresses exposed to traffic loadings,and will
changes specified break.This will cause the odor
in Work Directive control to not work properly.
(WD)#6 due to
unexpected
conditions.
t4
Ii
Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY
AdminCM) BCC ES
f 1;.
16C 8
Collier County Engineering & Project Management Division
WORK DIRECTIVE CHANGE
CONTRACT#/PROJECT NAME: WORK DIRECTIVE#6
Master Pump Station 302.00 Site Improvements
PURCHASE ORDER#: 4500217774 DATE OF ISSUANCE: 5/20/2024
OWNER: Collier County Board of Commissioners PROJECT#: 21-7938
CONTRACTOR: R2T, INC. ENGINEER/DESIGN PROFESSIONAL: Stantec
Consulting Services, Inc.
You are directed to proceed promptly with the following change(s):
Description: To authorize the Contractor to lower the invert elevation of the new 4-inch Schedule 40 PVC Odor
Control Unit(OCU)drain pipe and encase both the 4-inch drain pipe and the 12-inch Sch 40 PVC suction air pipe
in concrete per RFI #52 and Supplemental Drawing#1. All work shall be billed on a time and material basis.
Purpose of Work Directive Change: When the Contractor excavated to install the new OCU suction air pipe and
the new drain piping, they encountered several existing process pipes and utilities in conflict with the proposed
pipes.The FOR reviewed several alternatives to further lower the pipes and achieve the necessary cover, but due
to the elevations of the existing vent and piping penetrations in the wet well, there was a limit on how much both
pipes could be lowered. To be able to properly protect these new pipes from traffic loading, it is recommended to
encase both pipes in concrete, per Supplemental Drawing#1 issued with the response to RFI #52.
Reason/Justification: Due to the existing vent and piping penetrations in the wet well, as well as conflicts with
existing process pipes and utilities outside of the wet well, we cannot further lower the elevations of the new 4-
inch OCU drainpipe and 12-inch suction air piping to be installed as part of this project to provide enough cover
to properly protect the pipes. Due to this, it's recommended to encase both pipes in concrete to ensure the pipes
are not exposed to traffic loadings when vehicles drive over them. Without this change, the project cannot be
constructed as intended.
Attachments: Work Directive#6—Suction Air and Drain Piping Concrete Encasement Cost Proposal
05/23/24 3:25 PM
16C 8
If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any
claim for a Change Order based thereon will involve one or more of the following methods of determining the
effect of the changes(s).
Method of determining change in Method of determining change in Contract Times:
Contract/Allowance Price:
❑ Unit Prices ❑ Contractor's records
❑ Lump Sum ❑ Engineer's record
® Time & Material ® Other Contractor's Proposal
❑ Other
Estimated decrease in Allowance: Estimated change in Contract Time:
$66,439.78 Increase by 10 calendar days.
RECO MENDED: AUTHORIZED:
0 4.1/ IA
By: Miguel Perez, PE ',By. t ourdes Atiago, EI
Engineer ` : Owner's Representative
05/23/24 3:25 PM
16C 8
•
•
•
•
•
•
•
R2T, � T — T
590 W Crossville Rd K(\V/■L:_- .,1.1A'`717
Roswell,GA 30075
Phone:470.274.7791
•
• Change Order Proposal Fonn
3ubml1ed To: Dale: 5 172024
Colter County•Public Utilities Department i Owner. Colter County
3339 TancarN East,Suite 303 Project Number 21.7938
Naples,Florida 34112 Project MPS 302 SITE IMPROVEMENTS
• Attn.Lourdes Santiago,El
Item Deecdptlen I Ouaniltyl Cost I UOM I Touter. I Cledn I Subcontractor I Equipment I Material
Ail 518 Rfl S!concrete enrate
Labor
1 R2T-Protect Merlin!..._ 1000 $105.00 rin $0,40000
2 superintendent 4000 S 9S.00 lie $7.600.00
{ 3 Forman 8000 f 6000 RR $4,800.00
4 Surveyor _ 1600 5120.00 1011 $1,920.00
5 Laborer 4000 $ 4500 UR $3.600.00
6 Label*, 8000 $ 45.00 Re $3,600.00
7 Laborer 8000 $ 45 CO trR 13,603.00
8 Laborer s0o0 $ 45.00 RR 33.600.00
9 EReavdlen trench L concrete dela9
10 Concrete 4000 PSI 4600 $199.50 (u/W _ $ 8602.00
11 at,Reber 4700.00 5 1.19 et $ 1.971.65
12
bete
314 3000 $ 73.09 FA
1] 4080008 50.00 5 5.09 EA - $ 2.2i6.70
14 CMU blockse-a8-a16iuMar them.to keep slope 100.00 $ 2.17 FA "—"— �1 27.00
3 217.00
15 mbar chabe 250,00 f 1.09 fA --- $ 273.00
16 Books le supPon mbar m iteeehelm 20000 $ 0.9a FA $ 187.11
17 Sobel rJ no fl von and 646011 it eel0*0 is not suitable) 20 CO S 13.00 Ion $ 250.00
18 Bedding rock 20.00 5 3000• Ion 5 600.00
•
19 Equipment
20 excavator rental 8000 nR
•
$ 3,944,00
21 Tamper/compactor _
--.--__—_ 00,
...'9100 Day s 196.00... _.—^
DO
• _22 _._ Dump Nor for tap rat —..._—V 11191 FA 6 2.000.00•
•
.
•
23 --
74
•
26
Buble41 $37,120,09
•
wtn0tal
TOTAL PER COLUMN:I $37,110.001 30.00E 30.001 18,140.00I $14,69/.99
Subtotal
$57,6SL95
Request for Additional Contract Time
R2T requires an extension of 10 work days ,Rr a R.,l.V4oram.a, $1,201.32
R.Isr/S(IReW/r„r $1,101.30
ROT Equipment and Labor Retest o en sob,enl,4ne,r 90.00
ROT Protect Manager Rate-5105 per hour lox Mail,en Mantslalflabefno la.ant,kb0M8 $8,7116,20
RN Superintendent Rate•$95 per hour .Man onn tone Ds111 1.1011. $6.00
Rtf Foreman Rate•$60 per hour Total Change Order Amount vdth 1015 markup: $66,439.78
R2T Laborer-$45 per hour
ROT Operator Rate-$55 per hour
R2T Surveyor..120 per hour
Temper/Compactor$98 per day
••
Vac Truck•$3400 per Day Total Price of Work in accordance with the tpeclllcations for the lump sum amount of
12K Lull•$3825 per Month $Air-Le mousend four hundred INrlr nine end78/10Q
• Crane 75 Ton-$245 per hour
'Emergency Response Lebo,Rotes ore 1?Imes Regaler Roles Acceptance of Proposal
The above prices,specifications and consideration are satisfactory and are hereby accepted.
You are authorized to do the work as specified.Payment will be made as outlined above.
Date of Acceptance:
Contractor's signature: George A/y
• Owner's Signature:
16C 8
Quote
CPMarsha Fox<mfox@drakereadymix.com, (-) Reply «j Reply All Forward
To •'George Tomeh Tue 5/14/2024 12.13 PM
CAl.f11011:This email is from an external sender.Please be careful clicking links or opening attachments.Also double check the sender and report
suspicious emails.
Hello George,
It was a pleasure speaking with you.Please see the following as per your request:
products I Qelvery Info !Payment i Tmes/Emad I Ticket Notes I."'Notes"'
Product Id IDescrlptlon ]U/M IQty Sol Unit Price (Unit Disc ISrc IFL
401CFS02 I 4000 Regular TRI COM CY I 46.0000 187.0000 !P IY
FUEL Fuel Surcharge EA I 5.0000 75.0000 1 �Y
ENVIRO Environmental Fee EA I 5.0000 10.0000 Y
i' (M_ Y
Sub Total $9,177.00 Sales Tax ;596.51 TidcetTotal $9,773.51
If you have any other questions,call dispatch 239-590-9199 and select option 2.
Thank you,
Marsha Fox
2920 Rocklifi Road
Fort Myers,FL 33916
office:239-590-9199 ext.905
mfox@drakereadymix.com
dispatch@drakereadymix.corn
DRAKE
1 6 C 8
WHITE CAP ON ACCOUNT 11111111111 11111
250-Naples(6022) QUOTE
3400 PROGRESS AVE 59348270
NAPLES,FL,34104
(239)430-9711
THIS IS A QUOTE ONLY DO NOT SHIP OR
TENDER FUNDS
Sold To: 10000132499 Ship To: 6000 RATTLESNAKE HAMMOCK RD,10004983704
R2T INC 6000 Rattlesnake Hammock Rd
580 W CROSSVILLE RD SUITE 101 NAPLES,FL,34112
ROSWELL,GA,30075 Job Site Contact:
Job Site Phone:
Map#:
03 59 PM Ordered By: GEORGE TOMEH Contact Phone:786-4516584
Quote Number Quote Date Valid Until Request Date Sales Person
5934827(1 05/14/2024 05/24/2024 Smith,T
Terms Shipping Method Quote Name Customer PO Created By
N3OD 2.Our Truck Fernandez,.1 _
SEQ Partk Description Ord Quantity U/M Price Amount
II/M Unit WI' COO
10 43542060 #4 GR60 I/2"X20'REBAR SOLD/PC 235 EA $8.39 $1,971.65
13.36 LBS
20 339BBOES34F 3/4"X4'X8'BBOES FIR PLYWOOD 30 EA $73.89 $2,216.70
39.6 LBS
30 3392SPF248 2"X4"X8'#2 SPF LUMBER 50 EA $5.29 $264.50
9.34 LBS
40 505RCP2 8"2-BAR ROD CI[AIR 250 EA $1.092 $273.00
.12 LBS
50 113CONCB248 2"X4"X8"GRAY CONCRETE BRICK 200 EA $0.93555 $187.11
5.16 I,BS
Shipped amount $4,912.96
Order charges $0.00
Tax amount $294.78
Lumber Tax rate/amount 1.00% $0.00
Quote total $5,207.74
Page 1 ol'2
16C 8
•
•
Tue 5/14/2024
Your Order 5230c2
CART (100)
4,Share
Subtotal $217.00
Remove All Items
Pickup FREE
Estimated Sales Tax' S13.02
Pickup Apply Tax Exempt lD
•
South Naples{1 item) •
Total 323002
8 In.x 8 In.x 16 In.Concrete Block $217.00
Have a promo code?
Model#1001924 (52.17/item)
Pickup at South Naples Delivering to 33135 •
is ,, Pickup Delivery
Today Tomorrow Yi Checkout
1,051 in stock 57,742 available
T 100 FREE I_„-,.,,__-_...-„-,.....-_ l �p Easy In-Store and Online Returns
G�Read Our Return Policy
Get It as soon as tomorrow.Schedule your
delivery in checkout.
tglSave for Late( Save to Um13efnora Get Up to$100 Off
Get a Home Depot Credit Card and receive$28 off your qualifying
purchase of$25+,S50 off purchases$300+.or$100 off orders over
$1000.CS
it
4l
I:
f
FF¢'
16C 8
Page 1 of 2
SUNBELT.
gNTALB SUNBELT RENTALS, INC.
PC#: 0226
2600 DAVIS BLVD Salesman: 022622 ZIMMERMAN, ERIC (2
NAPLES, FL 34104 4333 Typed
239-774-7117 yP B y: MSPORDER
Job Site: QUOTE
WATER PUMP STATION 6000 RATTLESNAKE HAMMOCK RD tI IIIIIII11I1Ii11 II�I�I���I� If
NAPLES, FL 34113
Contract #.. 154497122
C#: 770-569-7038 J#: 843-751-5899 Contract dt. 5/22/24
Date out.... 6/03/24 8:00 AM
Est return.. 6/13/24 8:00 AM
Customer: 574553
Job Loc 6000 RATTLESNAKE HAMMOCK RD, NAP
R2T, INC, Job No RATTLESNAKE
580 W CROSSVILLE RD, STE 101
ROSWELL, GA 30075 P.O. # NR
Ordered By.. TOMEH, GEORGE
NET 30
• For operations in Florida: Prima facie evidence of intent to defraud: Failure to return rental joroperty or equipment upon expiration of rental period
and failure to pay all amounts due (including costs for damage to the property or Equipment) are evidence of abandonment or refusal to redeliver
the property, punishable in accordance with Section 812,155; Florida Statutes.
QTY EQUIPMENT # Min Day Week 4 Week Amount
1.00 18,500LB MINI EXCAVATOR CAB 660.00 660. 00 1972.00 4230.00 3944.00
0350180
1.00 24" COMPACT EXCAVATOR BUCKET N/C
Smooth edge
*** EQP MSG ***
WARNING Overheight Hazard! ! The machine you are loading REQUIRES
that you check the height of your load. Maximum Legal Height = 13'6"
ALWAYS LOAD, TRANSPORT AND MOVE MACHINES WITH THE ARM IN A TUCKED
POSITION
PLEASE ENSURE TO USE THE PROPER ATTACHMENT TO PREVENT TIP OVER/CENTER
OF GRAVITY ISSUES
SALES ITEMS:
Qty Item number Unit Price
1 DLPKSRCHG EA 68.400 68.40
TRANSPORTATION SURCHARGE
1 ENVIRONMENTAL EA 77.900 77.90
2133XXX000 ENVIRON/HAZMAT/DISPOSAL FEE
DELIVERY CHARGE 180.00
PICKUP CHARGE 180.00
I'.
IF THE EQUIPMENT DOES NOT WORK MULTIPLE SHIFTS OR CUSTOMER IS RESPONSIBLE FOR
PROPERLY,NOTIFY THE OFFICE AT ONCE OVERTIME RATES MAY APPLY REFUEUNG,DAMAGES AND REPAIRS
7.The total charges are an estimate based on the estimated rental period and other Information prodded by Customer.
2,Customer assumes all risks associated with the Equipment during the Rental Period Including injury and damage to persons,property and the Equipment.
3.Customer Is responsible for and shalt only permit properly trained,Authorized Individuals to use the Equipment.
4.if the Equipment does not operate properly,is not suitable for Customer's Intended use,does not have operating and safety instructions or Customer has any questions regarding use of the Equipment,
Customer shall not use the Equipment and shall contact Sunbelt Immediately.
5. Equipment misuse or using damaged or malfunctioning Equipment may result in serious bodily Injury or death and Customer agrees that Customer(I)assumes all risk associated thereunder,and(II)
indemnifies Sunbelt Entitles for all claims or damages as a result of misuse or use of damaged or malfunctioning Equipment.
6.Customer has received,read,understands and agrees to the estimated charges and all the terms on this page,plus all sections on the reverse side of this Contract("Sections"),including Release and
indemnification In Section 8 and Environmental Fee In Section 16,which can also be found at www.sunbeltrentals.comfrentalcontract.'DetveryiPtckup Surcharge fee explanation is available at
www,sunbeltrentals.comisurcharge.
7.Customer must contact Sunbelt to request pickup of Equipment,retain the Ptck•Up Number given by Sunbelt and will be responsible for Equipment until actuatlyretrieved by Sunbelt.
a.Customer waives Its right toe Jury trial to any dispute as sot forth In Section 19.
9.At the election of Sunbelt or Customer,Customer agrees to submit every dispute to arbitration and waives any right to bring a class action as set forth in Section 20.
Customer is declining Rental Protection Plan(see reverse side for details) (Customer Initials)
Customer Signature Dale Name Printed Delivered By Date
www.sunbeltrentals.com j POFW66(Ran 02128122)
16C 8
0
SUNBELT.
RENTALS SUNBELT RENTALS, INC.
Page 2 of 2
PC#: 0226
2600 DAVIS BLVD Salesman: 022622 ZIMMERMAN, ERIC (2
NAPLES, FL 34104 4333
239 774 7117 Typed By: MSPORDER
Job Site: QUOTE
WATER PUMP STATION 6000 RATTLESNAKE HAMMOCK RD III I1) IIII1E1II1 I I1I1IIII I1I
NAPLES, FL 34113
Contract #,. 154497122
C#: 770-569-7038 J#: 843-751-5899 Contract dt. 5/22/24
Date out.... 6/03/24 8:00 AM
Est return.. 6/13/24 8:00 AM
Customer: 574553 Job Loc 6000 RATTLESNAKE HAMMOCK RD, NAP
R2T, INC. Job No RATTLESNAKE
580 W CROSSVILLE RD, STE 101
ROSWELL, GA 30075 P.O. # NR
Ordered By.. TOMEH, GEORGE
NET 30
For operations in Florida: Prima facie evidence of intent to defraud: Failure to return rental property or equipment upon expiration of rental period
and failure to pay all amounts due (including costs for damage to the property or Equipment) are evidence of abandonment or refusal to redeliver
the property, punishable in accordance with Section 812,155, Florida tatutes.
QTY EQUIPMENT # Min Day Week 4 Week Amount
George +1 (786) 451-6584
Sub-total: 4450.30
Tax: 245.41
Total : 4695.71
All amounts are in USD
IF THE EQUIPMENT 00ES NOT WORK MULTIPLE SHIFTS OR ,.CUSTOMER IS RESPONSIBLE FOR
PROPERLY,NOTIFY THE OFFICE AT ONCE OVERTIME RATES MAY APPLY - 'REFUELING,DAMAGES AND REPAIRS
1.The total charges are an estimate based en tire estimated rental period and other information provided by Customer.
2.Customer assumes all risks associated with the Equipment during the Rental Period,including Injury and damage to persons,property and the Equipment.
3.Customer Is responsible for and shall only permit properly trained,Authorized Individuals to use the Equipment.
4.If the Equipment does not operate properly,Is not suitable for Customer's Intended use,does not have operating and safety Instructions or Customer has any questions regarding use of the Equipment,
Customer shall not use the Equipment and shall contact Sunbelt Immediately.
5. Equipment misuse or using damaged or malfunctioning Equipment may result In serious bodily Injury or death and Customer agrees that Customer(i)assumes all risk associated thereunder,and(II)
Indemnifies Sunbelt Entitles for all claims or damages as a result of misuse or use of damaged or malfunctioning Equipment.
6. Customer has received,read,understands and agrees to the estimated charges and all the terms on this page,plus all sections on the reverse side of this Contract f'Sections"),including Release and
Indemnification In Suction 8 and Environmental Fee In Section 16,which can also be found at www.sunbeitrentats.comfrentalcontract.'Delivery/Pickup Surcharge fee explanation is available at
www.sunbeltrcntals.comf surcharge.
7. Customer must contact Sunbelt to request pickup of Equipment,retain the Plck•Up Number given by Sunbelt and will be responsible for Equipment until actuallyretrleved by Sunbelt.
8. Customer waives its right to a jury trial in any dispute as set forth in Section 19.
9.At the election of Sunbelt or Customer,Customer agrees to submit every dispute to arbitration and wolves any right to bring a class action as sot forth in Section 20.
Customer is declining Rental Protection Plan(see reverse side for details) (Customer Initials)
Customer Signature Date Name Printed Delivered By Date
www.sunbeltrentals.c❑m PDFWselnev aziusr22t
is
16C 8
i
,;,„,,,, ,•• •••• „.:,.:.N. -,..„:„.• ..,,-,.::,'...: I':::::•:.E........:........ -,--;..-.2, ,,•:--,-,:: 1 ,.:, _:.„.•
c ,
•
:-:' -IC 1.'...-:;•ZMItiT;g7.43.-..- .. :......:-..•.........,:::::.'•,.-•••: :
\ ii� • r
'1.0401 Pheasant Blvd Tours o 'Opera`Tiroli "
Punta.Gorda; FL 3395,0 Monida Freda lam: 5 m
.:. ._ .,. =NI
Material
Asphalt Millings - •• $20/ton
RCA Base Rock � $20/ton
: RCA #57 Stone • $30/ton
tilliiiiiil :-.,:•:. - RCA Ballast (2"-4") $30/ton
RCA Gabion Stone (3"-6")•. . . . ... . . $40/ton
Rip Rap (6"_12") . . : . . . . . . .$50/ton
RCA Screened Fine �_,�i �_.�_ . . ..a._._ . . . .$16/ton
Screened Fill Dirt . •-•-• • •is Dil•i g , c ,t�1�e; n,�; �'• , `i; ��i7 . . . $13/ton
•
Course Fill Dirt - • $10/ton
::-.-:, •:.. .:' ,,, -. • : •
I Dehhvery•cast pe ton ,!>13
Dumping Fees i______._
s-1 6
Clean Concrete $2/ton
Clean Asphalt • $5/ton
ti:1
Concrete w/ Rebar $30/ton
r; •
co
Misc. Disposal p)
(Pilings,Poles,Pipe,Bridge Decks,and Manholes) $30/ton
is
Rates Effective 1-1-2024
Notes.
Prices do not include any applicable sales tax
• Ail prices are subject to change without notice
• *Saturday sales available upon request waif mtnlmum fond requited,
• Please make checks payable to:
Quality Enterprises USA, inc. 13494 Shearwater Street I,Naples,FL 34117
t Plant Operations Man•ager Billing #aformetion
Barry Blankenship Chr sfiin eMcCartney
(513) 260-7961 (239) 398�5789
bblankenship@geusa:com cmccartney@geusa com
}
QU LITY
t EiNTERPRISES . .. x.;
I6C 8 .
f
1=11 .
(in
1111111
r '
A�i1 r.. vgy� S aqtY ; /fir• t ' . 1
' ii� .'��i I • c t ,_Y. '.,r .' --� y Yc "` "4 ' HUurs 0 grabo'10401 Pheasan Blvd. * Il -5pm:Ma - •Punta Gorda. FL.3395.0 . onFriday am : .
•
•
=rl '..
• Material
Asphalt Millings. . . . . : . . . . . . . . . . . . . . . . $20/ton
. . . ... . .
... =
RCA Base Rock _ _ a_. ., _. __ , _.,_. _�_. :_,._r_._ ;.f_..._.,_.,__,_ $20/ton
•
RCA #57 Stone t: ddthflj o.e.k _�,2 Lu7. 'u,;0 3U= ,:_________.._I $30/ton
RCA Ballast (2 --4 } $30/ton
RCA Gabion Stone (3"-6'} . . • • , . , • $40/ton
> Rip Rap (6"_12") . . . . . . . . . . . . : . . .$50/ton
RCA Screened Fines . . . . . . . . . . . .$16/ton
Screened Fill Dirt $13/ton
•
Course Fill Dirt $10/ton
t)ehivery•c:o,�t Peat N:11-.,
tt�fi• `;) IJ3
Dumping Fees _. l _� .i// _._�
�4�i 7 ray 6%
.. • Clean Concrete $2/ton
? • Clean Asphalt $5/ton
1)
Concrete w/ Rebar $30/ton
Misc. Disposal{Pilings,Poles,Pipe,Bridge.Decks,and Manholes)
$30/ton
,, : (I) ..., : .-. ':.'
Rates Effective 1-1-2024
Notes;
Prices do not include an a licable sales tax
• All'prices are subject fo change without nofce ' =
• *Saturday sales available upon request with minimum load required
• Please make checks payable to.
Quality Enterprises USA, Inc. l 3494 Shearwater Sti eet[ a
Nples,FL 3�4117
. 3 -. •, Plant operations Manager Billing Inf rmation
Barr Blankensh `" Christine McCartne ,,
Y p Y
•'' (513) 260-7961 " (239) 398 5789
° bb(ankenship@geusa,corn cmccartney@geusa com
QL LITY
•
�■-' ENTE°:RPRI:SES '-
6C 8
1E4 On
WASTE MANAGEMENT
2380 College Avenue
Davie, Florida,33317
954-615-4130
PROPOSAL
DATE: 10/19/2023
COMPANY: R2T INC
SITE LOCATION: 6000 Rattlesnake Hammock Rd Naples FL 34112
SCOPE OF WORK: Roll Off dumpster Service.
Proposed pricing:
20yd
Initial Delivery $300.00
Per Haul Rate $450.00 Inc 3 tons
Disposal Fee— $65.00 per ton
Trip Fee/ Relocation Fee $300.00 if needed.
Inactivity Fee After 30 days 100%
COMMENTS:
Thank you for allowing Waste Management the opportunity to provide a quote for services. Pricing valid for
30 days.
John Schneider
Sales Specialist
Construction Florida
Jschnei3@wm.com
T: 954.248.3985
2380 College Ave
Davie, FL 33317
16C 8
•
•
FOR COMMENTS HIGHLIGHTED IN
i YELLOW.
i
CONCRETE c �. �x ' " s ... 5''` a .f ` : ,- cs nu ,T � �' '
i ;' ENCASEMENT FLUSH r,th�• x.3. [ Raro A ig s.�r-'°e�•e_�` ..x �„e . �3r V � .. FErs i rr '.i;
k; WITH TOP OF k, .. y . Y,°. �4 .,,1 r c r„ s , x ar,A i��t >A
�'-- a •7- sv£ >sy fir/ • '� „9, , i'e ',4";
1.
PAVEMENT.ee s r a'a� F .•
- WN I I ENT. LTIG tee- - ,r.,, 'R r- - '` ' ,.". r1,-.z-..- .
t cep-PANT- -� k* ^c-ry Z li xi q F, ? a t y„a�a F
�v$J s a 3 ,,< • v A
,*._rt , � -3.o � { S c', 'r_ ,A , ' x s..g s " .tea f t„r-�" - t �.. s
Sao a-?n .q � F .z',-'� F< a -1�x,�`.. Er .' `h.•:. ` L.
n' .,R
to�' .cam-=°�e�y �y Kc ` } .•^• .. �� .� � xf�
,\ •
4{ j^n ,a'�. � - .tom � ) �"� 1 �Y ��'-
e^ :t ?'� -"./�'.49 �` "' �i P !fir ,4 aY.'�
IF to' S L ii O y - -' �s '?- °•,� ,,•v • .1 y >� -_
it
? € 0 / . k.'� tt C° .,,;-.,.....--.,-,'-A
t^ :.. *� t'"' r. . 47 . v..w .cam :,,e,F:' '.i'',plc„ 4.q a.-s. v r xz^r r
%° ; f r jP i , i_ - { trr` ha r 4' Syr. . X1
E EOP=9.6 z w � w}
f } ma.;;;7r: ` 4 ^ rT-.
EOP 9 3 . , 1
I! y 4
r >Green line will be concrete encasement only according to elevation provided from the RFI
•
>Red line will be concrete encasement with Top of pavement and WITHOUT asphaltic paint coating
e
p
f
11
`s
I
i
i
f
(i
i
ii
•
16C 8
:
,
!i i t
i 1 i ! 1 i
I ! i
� i 1-....
z
i
'
i.
i
;.....1 1 . refs E•nca f. ..-i••-• .. 1 ... .•. _ ...i....._..,
, ,
c i �
Qnc cement ,f
.I t-.... r
4 or Coat o! Dra na'geland .�.2"•Ductwo•rk Piping4. 1......... _......:......
, !
i
:
i
I
I_....._i.. ...1 .... . I.. i.... .1__..._ 1Stabiiized Subgr_ade � imerock. Base i ,
1 ( ; pavement i 1
. 11
4
1 I i i i •i i , 1
+ 1.......i.... !..... i . i " 1.•_ 4 'i , •, •I i 1 #.4 BAR@112'" I i : _ MIN - _� ... ,. S., __ _,.;_..._� _E.,_-} ,
1 1 1 1 i� ; ►
j MIN)....1. _ . ( i I i i 1
, 1, ..n,..
1
• , . , , . i
>
$ ! I.. t � I i. f
• , i ,
1 -- , , •• ,
, , i , .,.. ..4 ..t. , 1. i.
•i 1 I N' T ; I i.
Q 1� I YR
•
•
l' _ , I I I I . i• , i Ii. '
DRAINAGE OR i ► M .. .
:
,
•
• DUCTWORK., .,.... . . 1 -.i._ . k.... . t . i 1... }
I1 .I 4;ooa Psl;
;PIPING ._ •�„ N}. � ;
I. • • } • • C
•I l
] • ,1
1 • I I I I I I I ; 1 1 1 ;
! t... �..• NOT SCALE �, i .L�4BAR1i
. ; 1, i 1 i i , i • ,
I 1 i.. 1 1 i I '
• •• i 1 i
i �
I 11 i
it ! I i j i 1 1 !
;.. a i ek
: 1 I _ - t il'zed- ulgrade;Lirheco I !.� i _.Basel OR
. . .!. Pavement
2j (MIN} ., 11
I 1 J. p •€ ,,. ._ -..i....A.......I ....,-; }... 1 1 1 1 , i1 /4� "1 . • .a
•
E.
i 1 at•
� to4" T ; .� �. 4 1 ! e . ' .; I
t•
/
y
, 12'.... IVIIN+ : .i . • i rf i f ,, t......1.... i . ..+,.~ 1 .
, F
? t
1� � . i • iv��Il~ �.
1 T I I --01► V 4 R iES 1 'S
' -D
12� N�,
• I
1 : •' I i .. `� I
1
•
• i I 1 i i i. } . 4 3 p•f. -f... 1 ._k..
•
DUCTWORK 1 1
•
1
' Al
I; ,_ ..i._............... .....t.•.._..i... _ i•_ . . 1• 1• I... !• 1; PIPING i
i.
1
i .1 i
( , t
�: /�' ..._.•,.... _ ., j� ;... '1�.1. ,.. . ! • . ... 1
! ,
! i'
N
OT1Ta SCALE 000 PSI , i ,
r , , I •�_...•..... CONCRETE 1.. ... k..... ... ... ...
' 1
1 i I _I.
f3111111• 1 j � i __ ". .
•
I 1 € 1 1 ._...._ ._. . - •
I i c I•. L t DRAWING
?....... ....... ".._.. t.......1 . {{ ._. -.. f.. I 1 ...I .. UPP MENTARY `
• i , i 1 € 1 i 1 1 { 1. 1 }... I J
I
I
j ! 1
16C 8
RrINC
• Crossville Rd IIWRIVE ir0 1I1PRoswell,GA
30076
Phone:470.274.7791
Change Order Proposal Form
submitted To: 0e1e: 7 27 2024
Coll.County•Pudic Uvlhei 17eparlmant Ou,oar Cehu county
7339 Temiami East,Sene 303 Pao ect Number 21.7436
Naples,Ffaride 34112 Protect; MPS 302517E IMPROVEMENTS
Ann'Lau Ides SantalTA
Ilea OaMpdan - ..•..':Q.nhisy 1:1 ':UOM:' idlel.fen ::.C,03N::... .:��: -• Y ': '.:.:SibeeMrartei'.:.::. .'...:I I ent
- RR51t16153 venue enemy
rum-,as ..aY=:. 2vky r>..0 r4! .: ..t.? �'; .:%:3'F' . ele enemy
_..�i`?s.•...> : ..uI..-,g..5..:.(,%,.%r.� J . '
I PST-Pose sr Manager Mal $101.00 HI 57.9e0.00
2 Superv.ndere a050 5 95.00 OR 53,647.50
I 3 Farms 41.00 5 60.00 52460,00
4 Suck.. 17.pp $540.00 NR $2.O40.OW
5 Lamer1000 3 1900 OR $3,OW:01
I , 6 Leborar 1950 $ as oa Re 53.677.50
T Laborer 7a50 $ 15.00 AR $3,512.633
I a Lebae1 1e.So $ 4500 an 53.577.56
I a M.52.66.136, 2.115:*5244aPayatlal:6eadi leant ft4 a Pot ar2 ecAnH.n00=T+,,ttn M-AM nIPP :%c"89808.,SS£•n'.?MosZtoctsgSAM,'csas...-.. ..:_2'7091AA.AZ034me'• f 4.,0..WAs% M.TXd'»v mmA 0.. ""Su'&_t'oTL,el
I 10 Conuae4.000 PSI 4501 0WrO $ 6455.00
i 11 ad Reber 4209.00 Fs $ 1,971.65
1 52 dawe0d314 1010.1 SA t 2.216.70
j e 03 2.418000d saw d , 1 264.50
I 14 CMS blacks t1e'x16;;elder the Plpela 38006hpe 000 LA 5
16 whv4haks 750t0 10 -'-.� s 273,00
III 16 Bricks to support If bvmabraae h place 70000 3 187.11
t7 Se! t91Oofillvoda ndb rl1A islrq It/table) 00 ion $ -
Ia 6 46ry k as T y
t4 It ,' .',Ts F0)Fd-: 3. r. -'." v,YadPtnvil ',•re1'-".�-"'. 92-.ts35-:39 o-4o o0000.A'7 wG.. '. »•r5?'A-39-:.:'Wix✓,444 0s00✓7".,,,i,.07l4 ..,,iS*r n z0 +'An70
20 wnlul tonal 900 par 5 3.29200
i2c Tampedr mpactm 000 04, 1 -
t 22 D,en?N-,lot cop rock 000 10 5 ,
23 10o707a2'- r 55'c %r."..6APG YMAr r iara .-7atR2 L.'^'a -611Ri r4"22+ 10005o.wi.16111-Y1T2`3r H22'71.3..02e':z:4J., ;9' 40'NS:C74 7YF 'T004 1,.,,s,ireat morialno
24
t . ,..-I g'46g "._3 `^,e.^s ;/7. .:s' C'+.,,v a&0' .. - - ffftglelleski
2G
06 .-� _ww_: ^4. wbrew P� ;..s :". . - ,..r2.2..,aa.:s53 $6.00'.,'74o. s**-,-: „. zxdk,gro i�4`3 =f;.r�r7-A ems-.
.
i.
L f "-:�`r'�g� '- oTxt!>rR eak'sxl x F 4Seeltw� .,;s P.ilS xs- woo 1,4,4491 ►I$t31
,.,. 2^r:Zc.._. . rri..... ,x.:.....,.,,,.,u_ �a+s_...:._ .s .9_.. *ti,`.l:'r:_i ., f47r317e9.B
Re Quoit for Additional Contract Time
R2T ran WI.an extension of l0 work days 294.78+205.26+258.05+331:69 �'\y�,n,Ren.mgywrm.m $1.415.71
E 64.8+64.19+180+180+40+75+40+75+40+75+40+75+40+75 � 5O.ka,.n,ln. $l,ap,»
R2T£pulpm ant and Labor Rates( S%ma,k.a oa sukreNrsvm. 10.00
R2T Project Manager Rate-$105 per hour 624 MAop.n b,dyuw we rasndah rrana sb,ne•fa
R2T Superintendent Rale-$95 per hour .Aeanlan.laecdlLsOl 1.9018 CIAO
. R2t Foreman Rate-$60 mho. Taal Chance Older Amount wide 10%markup: 354,203.33
R27 Laborer•$45 per hour
R2T Operator Rau-555 per boor
R2T Surveyor-120 per hour
Tamper/Compactor-$93 par day
Vac Truck.53400 per Day Total Price of Work In accordance with the 1peclRcallons for the lump sum amount of:
It UK Lull.53625 per Month fine-Farr r04510nd.Mn hundred three eadsu2P2
4 Crane75 Trn-$245 per hour
t •(engtp my Relpenre avau Rower ere S Timer RepWvr60001 Acce plan re of Proposal
( The above prices,sped Taltonl and consider alion are satisfactory and are hereby accepted.
You are authorizedto do the work as specified.Payment wilt be made as outlined above.
Dale of Acceptance;
•
Contractor'sslynature: George Ary
•
Owner's Sttnalure:
•
•
•
z
r,-.it,c
16C 8
BRANCH ADDRESS INVOICE
WHITE CAP 250-NAPLES(8022) INVOICE NUMBER
(239)430-9711 50026870199
White Cap,L.P. 3400 PROGRESS AVE
PC Box 4944 NAPLES FL 34104 INVOICE DATE
COLLIER
Orlando,FL 32802-4944 05/31/2024
CUSTOMER PO NUMBER
TO VIEW AND PAY ONLINE 00 TO: F030-0005
http:I/whitecap.bIlitrust.com
ENROLLMENT TOKEN:
BVR OOX PZB
TERRITORY: MAKE CHECKS PAYABLE TO.
SOLD TO: 10000132499 SHIP TO: 10004983704 White Cap,L.P.
P.O.Box 4862
ORLANDO,FL 32802-4862
R2T INC 6000 RATTLESNAKE HAMMOCK RD
580 W CROSSVILLE RD SUITE 101 6000 RATTLESNAKE HAMMOCK RD
ROSWELL GA 30075 NAPLES FL 34112
ORDER DATE ORDER NO ORDERED BY ACCOUNT MANAGER ,: TAKEN BY ;.
05/29/2024 59602789 GEORGE TOMEH SMITH,TIMOTHY FERNANDEZ,JORNAL
BRANCH " ACCT JOBNO TERMS SHIP VIA r ROUTING CUSTOMER JOB NO.
250 10004983704 NET 30 DAYS 2. OUR TRUCK 6000 RATTLESNAKE
LINE PART NUMBER ' - DESCRIPTION •OTY ORD UNIT PRICE QTY 8KO OTY 6HP
,EXTENDED TAX
PRICE AMT
0 HDRDESC 1 0 0 1 0.00
DELIVERY TAG#:29756585
1 43542060 #4 GR60 112"X20'REBAR SOLD/PC 235 8.39 EA 0 235 1,971.65 118.30
2 339BBOES34F 3/4"X4'X8'BBOES FIR PLYWOOD 30 73.89 EA 0 30 2,216.70 133.00
3 3392SPF248 2"X4"X8'#2 SPF LUMBER 50 5.29 EA 0 50 264.50 15.87
• 4 505RCP2 8"2-BAR ROD CHAIR 250 1.092 EA 0 250 273.00 16.38
5 113CONC8248 2"X4"X8"GRAY CONCRETE BRICK 200 0.93555 EA 0 200 187.11 11.23
is
The White Cap Family of Brands includes Ail-Tex Waterproofing Solutions,Harmac,Kenseal,Marvel Building&Masonry Supply,MASONPRO,
Williams Equipment&Supply,Valley Supply Co,and Diamond Tool.Learn more at About.WhiteCap.com
Pay your invoices online by visiting:htlps://whitecap.bilitrust.com
Sales Tax Exemption Questions or Certificates:TaxExemptCredit@whitecap.com
THESE ITEMS ARE CONTROLLED BY THE U.S.GOVERNMENT AND AUTHORIZED FOR EXPORT ONLY TO THE COUNTRY OF
ULTIMATE DESTINATION FOR USE BY THE ULTIMATE CONSIGNEE OR END-USER(S)HEREIN IDENTIFIED. THEY MAY NOT BE
RESOLD,TRANSFERRED OR OTHERWISE DISPOSED OF TO ANY OTHER COUNTRY OR ANY PERSON OTHER THAN THE
AUTHORIZED ULTIMATE CONSIGNEE OR END-USER(S),EITHER IN THEIR ORIGINAL FORM OR AFTER BEING INCORPORATED INTO
OTHER ITEMS,WITHOUT FIRST OBTAINING APPROVAL FROM THE U.S.GOVERNMENT OR AS OTHERWISE AUTHORIZED BY U.S.
LAW AND REGULATIONS.
I I I I I I I
For questions regarding this invoice please call 1-866-857-0295. TOTAL GROSS 4,912,96
NO REFUNDS OR EXCHANGES ON NON STOCK MERCHANDISE TOTAL TAX 1294.781
Visit https://www.whilecap.com/terms/terms-conditions-of-sale-terms to view TOTAL SHIPPING 0.00
complete terms and conditions. AND HANDLING
• RECEIVED BY: GEORGE TOMEH SIGNATURE COPY ON FILE TOTAL INVOICE 5,207.74
Page 1. of 1
16C 8
INVOICE
SEND ALL PAYMENTS TO:
SUNBELT SUNBELT RENTALS, INC. INVOICE NO. 154924233 0001
PO BOX 409211
RENTALS,
® ATLANTA, GA 30384-9211 ?, r„
RENTALS � . ,; 574553
J. r s Cy —"ATE 7/03/24
PAGE 1 of 1
INVOICE TO RECEIVED BY 1 CONTRACT NO.
TOMEH, GEORGE 154924233
1oe-3532.3583 PURCHASE ORDER NO,
R2T, INC.
',c 580 W CROSSVILLE RD, STE 101 NR
ROSWELL, GA 30075 JOB NO. __..___
. __.
RATTLESNAKE
JOB ADDRESS BRANCH —
WATER PUMP STATION
6000 RATTLESNAKE HAMMOCK RD NAPLES Pc226
NAPLES, FL 34113 2600 DAVIS BLVD
NAPLES, FL 34104 4333
843-751-5899 239-774-7117
QTY EQUIPMENT # Min Day week 4 week Amount
1.00 18,SOOLB MINI EXCAVATOR CAB 660.00 660.00 1972.00 4230.00 3292,00
10375207 Make: JCB Model : 85z Ser #: 3CB8AEA3CM2736602
HR OUT: 1043.600 HR IN: TOTAL: 1043.600
Billed '' 9 Days
1.00 12" COMPACT EXCAVATOR BUCKET N./C
#Sand plate. '
Rental Sub-total : 3292.00
SALES ITEMS:
Qty Item number Unit ;Price
1 DLPKSRCHG EA 64.800 64,800..
TRANSPORTATION SURCHARGE
1 ENVIRONMENTAL EA 64190 64,190
2133XXX000 £NVIRON/HAZMAT/DISPOSAL`FEE
DELIVERY CHARGE 180.00
PICKUP CHARGE 180.00
BILLED FOR 9 Days : .
Equipment. Service„ ' a ntoed . F — _ —3780,99-----
REMIT TO: c.. 4'z 205.26
—
SUNBELT RENTALS, INC. NET30 INVOICE TOTAL 3986.25
PO BOX 409211 Invoices not paid within 30 days may be subject to a I-1%
ATLANTA, GA 30384-9211 per month charge. ____ _
JAMES KELLEY jamcs.kellcy@sunbeltrentals.com
16C 8
1 ''RAKE INVOICE
READY MIX DATE NVQXCE#
A Foundation of Integrity and Service 07/03/24 113330
2920 Rockfill Rd
Fort Myers, FL 33916
BILL TO DELIVERY TO .
C.O.D. RIVER TO TAP
6000 RATTLESNAKE HAMM
NAPLES
PAD
Contact P O No.;': Terms;_ Due Date: Delivery Date Other
C CARD #468 COD 7/3/2024 7/3/2024 RIVER TO TAP
I Item Description s Delivery#, Truck# Driver. Qty Rate A ount
401CFS02 4000 Regular TRI COM 195933 211 JOHNR 10 187.00 1870,00*
ENVIRO Environmental Fee 195933 211 JOHNR 1 40.00 40.00*
FUEL Fuel Surcharge 195933 211 JOHNR 1 75.00 75.00*
401CFS02 4000 Regular TRI COM 195945 209 ROBER RR 10 187,00 1870.00*
ENVIRO Environmental Fee 195945 209 ROBER RR 1 40.00 40.00*
FUEL Fuel Surcharge 195945 209 ROBER RR 1 75.00 75.00*
***** PRODUCT SUMMARY*****
PRODUCT QUANTITY U/M
4000 Regular TRI COM 20,00 CY
Environmental Fee 2.00 EA
Fuel Surcharge 2,00 EA
Thank you for your business!
Sub-Total $3970,00
Sales Tax- FL $258.051
TOTAL $4228.05
Dispatch Ph# Admin.Ph# Fax# E-Mail Payments/Credits $4228.05
239-590-9199 Ext 1 239-590-9199 Ext 3 239-590-0912 billing@drakereadymix,com
Balance Due $0.00
16C 8
DRAKE INVOICE
READY MIX DATE IIYVOXCE#.
A Foundation of integrity and Service 07/26/24 114008
2920 Rockfill Rd
Fort Myers, FL 33916
BILL T4 DELIVE.RY TO
C,O.D, RIVER TO TAP
6000 RATTLESNAKE HAMM
NAPLES
PADS
Contact P O No; Terms: Due Date'. Dellve Date Other
C CARD#468 COD 7/26/2024 7/26/2024 RIVER TO TAP
Item Descriptiion Delivery# Truck# Drluer Qty Rate ? Artlount
401CFS02 4000 Regular TRI COM 198088 204 STURGES M 10 183.00 1830.00*
ENVIRO Environmental Fee 198088 204 STURGES M 1 40.00 40.00*
FUEL Fuel Surcharge 198088 204 STURGES M 1 75,00 75.00*
401CFS02 4000 Regular TRI COM 198100 217 JOSUE V 10 183,00 1830,00*
ENVIRO Environmental Fee 198100 217 JOSUE V 1 40,00 40,00*
FUEL Fuel Surcharge 198100 217 JOSUE V 1 75.00 75.00*
401CFS02 4000 Regular TRI COM 198114 236 JULIO G 6 183.00 1098.00*
ENVIRO Environmental Fee 198114 236 JULIO G 1 40,00 40,00*
FUEL Fuel Surcharge 198114 236 JULIO G 1 75.00 75,00*
***** PRODUCT SUMMARY*****
PRODUCT QUANTITY U/M
4000 Regular TRI COM 26,00 CY
Environmental Fee 3,00 EA
Fuel Surcharge 3,00 EA
Thank you for your business!
Sub-Total $5103.00
Sales Tax- FL I $331.69 L
TOTAL $5434.69
is
Dispatch Ph# Admin.Ph# Fax# E-Mail Payments/Credits $0.00
239-590-9199 Ext 1 239-590-9199 Ext 3 239-590-0912 billing@drakereadymix.com
Balance Due $5434.69
ii
is
is
is
16C 8
T&M - FORM
R2T, Inc. PROJECT: Master Pump Station 302.00
Site Improvements
Project No: F030-0005 Contract No: 21-7938
To: Collier County Task Order No: Change order
#OS
DATE: 06/07/2024 Friday
DESCRIPTION OF WORK: T& Al X LS
- OC Drain pipe and Air pipe excavation
Material/Equipment Source Qty Labor Name Craft C3.rs °rTg
excavator Sunbelt 1 George Tomeh PM/R2T 4.5
Alexander Rivera Surveyor/R2T 4.5
Alvin Pazo SI/R2T 4.5
Juan Samora laborer/R2T 4.5
Marlon Hernandez laborer/R2T 4.5
OTHER MISC. COST
The undersigned certify that the TIME&MATERIAI,charges indicated are true and valid.
R2T, Inc. Collier County
George Tomeh PM
(Name) (Title) (Name) (Title)
7I 6/07/2024
(Signature) (Date) (Signature) (Date)
Al I.T&M TicKFTs MUST 111'SI(ii l IlY Collier County 1\/I'I'I IIN'I TWO I)AYS r7f WORK PPRFORMl I)
16C 8
T&M- FORM
R2T, Inc. PROJECT: Master Pump Station 302.00
Site Improvements
Project No: F030-0005 Contract No: 21-7938
Change order
To: Collier County Task Order No: #OS
DATE: 06/08/2024 Saturday
DESCRIPTION OF WORK:
T& AEI X LS
- OC Drain pipe and Air pipe excavation
Material/Equipment Source Qty Labor Name Craft H Hr
excavator Sunbelt 1 George Tomeh PM/R2T 3.5
Alexander Rivera Surveyor/R2T 3.5
Alvin Pazo suR2T 3,5
Juan Samara laborer/R2T 3.5
Marlon Hernandez laborer/R2T 3.5
OTHER MISC, COST
The undersigned certify that the TIME&MATERIAL charges indicated are true and valid.
R2T,Ii1C.. Collier County -`4 N.� W `.41Y
George Tomeh PM
(Name) (Title) (Name) (Title)
G` 7h 6/08/2024
(Signature) (Date) (Signature) (Date)
ALL T&M TICKETS MUST F3E SIGN BY Collier County V./ [IN TWO DAYS OF WORK PERFORMED.
is
6
16C 8
T&M-FORM
R2T, Inc. PROJECT: MasterPump Station 302.00
Site Improvements
Project No: F030-0005 Contract No: 21-7938
To: Collier County Task Order No: Change order
405
DATE: 06/10/2024 Monday
DESCRIPTION OF WORK: T& M X LS
- OC Drain pipe and Air pipe excavation and form rebar and pipe layout
DT
Material/Equipment Source Qty Labor Name Craft -- Hrs,
excavator Sunbelt I George Tomeh PM/122T 9
Alexander Rivera Surveyor/R2T 9
Alvin Pazo SI/R2T 9
Juan Samora laborer/R2T 9
Marlon Hernandez Taborer/R2T 9
Salvador Gonzales laborer/R2T 9
Alan Hernandez IaborcrIR2T 9
Alex Santos General SI/R2T 9
OTHER MISC. COST
The undersigned certify that the TIME&MATERIAL charges indicated are true and valid.
T,Inc. ` Collier•Ooun g^
R2 s
George Tomeh PM
(Name) (Title) (Name) (Title)
Cr ,e Tt ►p 6/10/2024
(Signature) (Date) (Signature) (Date)
TB:NE'I'li;'F:P'I'S MUST BE SIGN BY Collier County W1TIfIN'I WO DAYS r)I'WORK i'ERPORMCif).
fi
16C 8
T&M -FORM
R2T, Inc. PROJECT: Master Pump Station 302.00
Site Improvements
Project No: F030-0005 Contract No: 21-7938
To: Collier County Task Order No: Change order
#05
DATE: 06/12/2024 Wednesday
Iff DESCRIPTION OF WORK: T& li't X LS
- OC Drain pipe and Air pipe excavation and form rebar and pipe layout
Material/Equipment Source Oty Labor Name Craft IH s
excavator Sunbelt 1 Alvin Pazo SI/R2T 4
Alexander Rivera foreman/R2T 6
Salvador Gonzales laborer/R2T 6
Juan Samora laborer/R2T 6
Marlon Hernandez laborer/R2T 6
OTHER MISC. COST
The undersigned certify that the TIME&MATERIAL charges indicated are true and valid.
R2T Inc. Collier County ~. ter:. .
George Tomeh PM
(Name) (Title) (Name) (Title)
6— - T 6/12/2024
(Signature) (Date) (Signature) (Date)
AI t. I'RM'IICKETS MUST BE SIGN BY Collier Ce im y WITI IIN'I'WO DAYS OF WORK.I'FRPORMED
16C g
T&M - FORM
R2T, Inc. , Master Pump Station 302.00
PROJECT;
Site Improvements
Project No: F030-0005 Contract No: 21-7938
To: Collier County Task Order No: Change order
#05
DATE: 06/27/2024 Thursday
DESCRIPTION OF WORK: T& X LS
- OC Drain pipe and Air pipe excavation and form rebar and pipe layout
Material/Equipment Source Oty Labor Name Craft RII •
.
4 °5
excavator Sunbelt I George Tomeh PM 9
Salvador Gonzales laborer/R2T 9
Marlon Hernandez laborer/R2T 9
OTHER MISC. COST
The undersigned certify that the TIME&MATERIAI,charges indicated are true and valid.
R2T.Inc. Collier County •
George Tomeh PM
(Name) (Title) (Name) (Title)
�` 4 6/27/2024
(Signature) (Date) (Signature) (Date)
AI.i.TSM'IIcF:t Ts MUST BE SI(ii;BY(_'oilier County WITHIN TWO DAYS OF WORE PERFORMED
16C 8
T&M - FORM
R2T, Inc. PROJECT: Master Pump Station 302.00
Site Improvements
Project No: F030-0005 Contract No: 21-7938
To: Collier County Task Order No: Change order
#05
DATE: 06/28/2024 Friday
DESCRIPTION OF WORK: T& Al X LS
- OC Drain pipe and Air pipe excavation and pipe layout
Material/Equipment Source Qty Labor Name Craft RFirs s
excavator Sunbelt 1 George Tomeh PM 9
Salvador Gonzales laborer/R2T 9
Marlon Hernandez laborer/R2T 9
OTHER MISC. COST
The undersigned certify that the TIME&MATERIAL.charges indicated are true and valid.
R2T,Inc. Collier County
George Tomeh PM
(Name) (Title) (Name) (Title)
r 6/28/2024
(Signature) (Date) (Signature) (Date)
&M TIC KIII fS MUST ItE SIGN RY Collier Counts WIN UN TWO DAYS OF WORK PERFORMED.
16C 8
T&M - FORM
R2T, Inc. PROJECT: Master Pump Station 302.00
Site Improvements
Project No: F030-0005 Contract No: 21-7938
Change order
To: Collier County Task Order No: #OS
DATE: 07/1/2024 Monday
DESCRIPTION OF WORK: T& Al X LS
- OC Drain pipe and Air pipe layout and form work
OT
Material/Equipment Source Qty Labor Name Craft Hu u
excavator Sunbelt 1 George Tomeh PM/R2T 7
Alvin Pazo SI/R2T 3
Marlon Hernandez laborer/R2T 10
Salvador Gonzales laborer/R2T 10
Alan Hernandez laborer/R2T 10
OTHER MISC. COST
The undersigned certify that the TIME&MATERIAI,charges indicated arc true and valid.
R2T,Inc. Collier County
George Tomeh PM
(Name) ('Title) (Name) (Title)
w x. Tpmeli7/1/2024
(Signature) (Date) (Signature) (Date)
Al I.T&M TICKETS MUST BE SIGN BY Collier County WITI IIN TWO I)AYS OF WORK PERFORMED.
16C 8
T&M - FORM
R2T, Inc. PROJECT: MasterPump Station 302.00
Site Improvements
Project No: F030-0005 Contract No: 21-7938
To: Collier County Task Order No: Change order
405
DATE: 07/02/2024 Tuesday
DESCRIPTION OF WORK: T& M X LS
- OC Drain pipe and Air pipe layout and form and rebar work
Material/Equipment Source Qty Labor Name Craft RI Ir•
5
excavator Sunbelt I George Tomeh PM/R2T 9
Alexander Rivera Foreman/R2T 10
Alvin Pazo SI/R2T 10
Juan Samora laborer/R2T 10
Marlon Hernandez taborer/UT 10.5
Salvador Gonzales laborer/R2T 10.5
Alan Hernandez laborer/R2T 10.5
OTHER MISC. COST
The undersigned certify that the TIME&MATERIAI,charges indicated arc true and valid.
R2T.Inc. Collier County
George Tomeh PM
(Name) (Title) (Name) (Title)
Crum r 7/02/2024
(Signature) (Date) (Signature) (Date)
1"1 1;PT5'1t_iST ftE`I(IEi BY Collier Count5 Will IIN TWO i)AYS 01 WORK P1 RF( RMlil).
16C 8
T&M— FORM
R2T,Inc. PROJECT: Master Pump Station 302.00
Site 1m t•ovements
Project No: F030-0005 Contract No: 21-7938
To: Collier County Task Order No: Change Older
#05
DATE: 07/03/2024 Wednesday
DESCRIPTION OF WORK: T& ,t f X LS
- OC Drain pipe and Air pipe layout, form work, rebar and concrete pouring
Material/Equipment Source Qty Labor Name Craft ►Ifs
excavator Sunbelt 1 George Tomeh PM/R2T 6.5
Alexander Rivera Foreman/R2T 6.5
Alvin Pazo suR2T 6.5
Juan Samora laborer/R2T 6.5
Marlon Hernandez laborer/R2T 6.5
Salvador Gonzales Iaborer/R2T 6.5
Alan Hernandez taborer/R2T 6.5
OTHER MISC. COST
The undersigned certify that the TIME&MATERIAL charges indicated are true and valid.
R2T.Inc.
George Tomeh PM
(Name) (Title) (Name) (Title)
&tele 7-aine47/03/2024
(Signature) (Date) (Signature) (Date)
T&M TICKETS MUST BE.SIGN BY Collier roam} f tIN TWO DAYS OF WORK PERFORMED.
16C 8
T&M - FORM
R2T, Inc. PROJECT: Master Pump Station 302.00
Site Improvements
Project No: F030-0005 Contract No: 21-7938
To: Collier County Task Order No: Change order
#05
DATE: 07/23/2024 Tuesday
DESCRIPTION OF WORK: T& Al X LS
- OC Drain pipe and Air pipe layout, form work, and rebar
Material/Equipment Source Qty Labor Name Craft Hers
H.
Bricks White Cap George Tomeh I'M/R2T 4
Form/ plywood,2x4 lumber White Cap Alexander Rivera Foreman/R2T 8
Rebar, Rod chair White Cap Alan Hernandez laborer/R2T 8
Juan Samora taborer/R2T 8
Marlon Hernandez laborer/R2T 8
Salvador Gonzales laborer/R2T 8
OTHER MISC. COST
The undersigned certify that the TIME&MATERIAL charges indicated are true and valid.
R2T,Inc. Collier County
George Tomeh PM
(Name) (Title) (Name) (Title)
pro 7/23/2024
(Signature) (Date) (Signature) (Date)
At I.T&M TICKI_TS MUST BE SIGH BY Collier Count} will(IN TWO(LAYS r'd'WORK I l ltl OItP,-II{I1
16C 8
T&M - FORM
R2T,Inc. PROJECT: Master Pump Station 302.00
Site Improvements
Project No: F030-0005 Contract No: 21-7938
To: Collier County Task Order No: Change order
#05
DATE: 07/24/2024 Wednesday
DESCRIPTION OF WORK: T& M X LS
- OC Drain pipe and Air pipe layout, form work, and rebar
Material/Equipment Source Qty Labor Name Craft H O S
Bricks White Cap George Tomeh PM/R2T 6.5
Form/ plywood,2x4 lumber White Cap Alexander Rivera ForemanfR2T 10.5
Rebar, Rod chair White Cap Alan Hernandez laborer/R2T 10.5
Juan Samora laborer/R2T 10.5
Marlon Hernandez laborer/R2T 10.5
Salvador Gonzales laborer/R2T 10.5
OTHER MISC. COST
The undersigned certify that the TIME&MATERIAI.charges indicated are true and valid.
R2T.Inc. Collier County
George Tomeh PM
(Name) (Title) (Name) (Title)
7 4 7/24/2024
(Signature) (Date) (Signature) (Date)
At F'l M TICKETS MUST BE SIGN BY Collier County Will IIN'I'WO DAYS OF WORE PERFORMED
16C 8
T&M - FORM
R2T, Inc. PROJECT: Master Pump Station 302.00
Site Improvements
Project No: F030-0005 Contract No: 21-7938
To: Collier CountyChange order
Task Order No: #05
DATE: 07/26/2024 Friday
DESCRIPTION OF WORK: T& M X LS
- concrete pouring
Material/Equipment Source Qty Labor Name Craft H 11 s
4000 PSI concrete Drake George Tomeh PM/R2T 8
Salvador Gonzales laborer/R2T 8
Alan Hernandez laborer/R2T 8
Juan Samora laborer/R2T 8
Marlon Hernandez laborer/R2T 8
OTHER MISC. COST
The undersigned certify that the TIME&MATERIAL charges indicated are true and valid.
R2T,Inc. Collier County
George Tomeh PM
(Name) (Title) (Name) (Title)
reimel 7/26/2024
(Signature) (Date) (Signature) (Date)
ALL"I&M TIt.LETS MUST BE SIGN BY Collier Count Will IN'IWO DAYS or\VORI:PERFORMED
16C 8
T&M -FORM
R2T, Inc. PROJECT: Master Pump Station 302.00
Site Improvements
Project No: F030-0005 Contract No: 21-7938
To: Collier CountyChange order
Task Order No: #OS
DATE: 07/27/2024 Saturday
DESCRIPTION OF WORK: T& A'! X LS
concrete saw cut
Material/Equipment Source Qty Labor Name Craft Hr ss
Salvador Gonzales Iaborer/R2T 2
Juan Samora laborer/R2T 2
Alan Hernandez laborcr/R2T 2
Marlon Hernandez laborer/R2T 2
OTI-IER MISC. COST
The undersigned certify that the TIME&MATERIAL charges indicated are true and valid.
R2T,Inc. Collier County
George Tomeh PM
(Name) (Title) (Name) (Title)
&tole 7-6niadi 7/27/2024
(Signature) (Date) (Signature) (Date)
ALL'I&M TICKL:rS MUST BE SIGH BY Collier County WIT!IIN TWO DAYS OF WORK PERFORMED