Loading...
Backup Documents 12/10/2024 Item #16F10 ORIGINAL DOCUMENTS CHECKLIST&ROUTING SLIP 16 F 10 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 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 Office 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 routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s)(List in routing order) Office Initials Date 1. County Attorney's Office County Attorney Office / l 2. BCC Office Board of County Commissioners Chairman 3. Minutes and Records Clerk of Court's Office (� LZ�IerZY zeiswick. 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 addresses above,may need to contact staff for additional or missing information. Name of Primary Staff Bendisa E.Miller,Facilities Division Phone 239-252-8440 Contact/Department Number Bendisa.Miller@colliercountyfl.gov Email Agenda Date Item was December 10,2024 Agenda Approved by the BCC Item 16.F.117 Number Type of Document Attached Recommendation to approve Change Order No.5, Number of adding 53 days and$569,342.70 to the contract Original 1 amount for Work Directive#5 under Agreement No. Documents 23-8147(Purchase Order No.4500229425)with Attached Quality Enterprises USA,Inc.,for the"Big Corkscrew Island Regional Park Phase 2A Access Road,"and authorize the Chairman to sign the attached Change Order.(Project No.70194) PO number or account The Facilities Division is requesting a completed copy number if the document is to be recorded INSTRUCTIONS&CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is appropriate. Yes N/A(Not (Initial) Applicable) 1. Does the document require the chairman's original signature? N/A 2. Does the document need to be sent to another agency for additional signatures? If yes,provide the Contact N/A Information(Name,Agency,Address,Phone)on an attached sheet. 3. The original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,except for most letters,must be reviewed and signed by the Office of the County Attorney. BEM 4. All handwritten strikethroughs and revisions have been initialed by the County Attorney's Office and all N/A 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 BEM 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 N/A provided to the County Attorney's 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 BCC approved the document on.Aretgrtst'27?.Orr,and all changes made during the meeting have N/A is not an been incorporated in the attached document. The County Attorney's Office has reviewed the option for this changes,if applicable. (,t/fO/Z y 5��I'� lin 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes ` N/A is not an directed by the BCC have been made,and the document is ready for the Chairman's signature. 3TI MJ option for this line, 1: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 16F10 CAI' County Procurement Services Change Order Form Contract# 23-8147 CO# 5 PO# 4500229425 Project#: 80039/70194 Project Name: BCIRP Phase 2A Access Road Contractor/Consultant Name: Quality Enterprises USA, Inc. Select One: Contract Modification (Construction or Project Specific) ❑ Work Order Modification Project Manager Name: James Morton Division Name: Facilities Management Original Contract/Work Order Amount $9,028,810.55 11/14/2023 11C Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $7,611,830.56 6/25/2024 16F2 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $7,611,830.56 10/9/2024 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change $569,342.70 -9.39% Total % Change from Original Amount Revised Contract/Work Order Total $8,181,173.26 7.44% % Change from Current BCC Approved Amount Total Cumulative Changes -$847,637.29 7.48% % Change from Current Amount Notice to Proceed 1/22/2024 Original NTP 240 Original Final 9/18/2024 J Last Final 10/14/2024 Date #of Days Completion Date Approved Date #of Days Added 53 Revised Final Date 12/6/2024 Current Substantial Completion Date 9/14/2024 (includes this change) (if applicable) Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete summary on next page. Check all that apply to this Change Order request:0 Add Time; ❑Add funds; ❑ Use of Allowance; ❑ Modify/Delete existing Task(s); ❑Add new Task(s); ❑ Reallocate funds; ❑ Other(must be explained in detail below) 1.) Detail of change/s to be made through this Change Order. This change order will add 53 days and $569,342,70 to the contract amount for Work Directive #5 to reconfigure the utility mains termination point at the southern end of Big Corkscrew Drive. This change will be funded by the Public Utilities Department to support the North East Service Area Division. 2.) If this Change Order is currently under a Stop Work, please identify the date issued and number of days remaining or "N/A" if not applicable. N/A 3.) Explain why this change was not included in the original contract/Work Order. Utilities planning related to the next phase utility main expansion identified the need to adjust the connection point of the water main and force main utility lines on this project to ensure an efficient connection that does not interfere with the future intersection. 4.) Describe the impact if this change is not processed. If the utilities termination is not reconfigured prior to the proposed signalized intersection project it will cause more disruption to the traffic on Oil Well Road, additional costs to the County and potential for delays to the overall program. Page 1 of 4 Change Order Form(2023_ver.1) 16F10 Co -ar County Procurement Services Change Order Form Contract# 23-8147 CO# 5 PO# 4500229425 Project#: 80039/70194 Project Name: BCIRP Phase 2A Access Road Contractor/Consultant Name: Quality Enterprises USA, Inc. Change Order/Amendment Summary (If additional spaces needed, attached a separate Summary page to this amendment request) COST TIME CO# AMD# Description Additive Deductive Days Total New Justification (+) (-) Added Time DMP of drainage To provide a cost savings to 1 and utility $(1,380,557.99) the County in the amount of materials. $78,144.78. Adds 21 days and uses To abandon the existing irrigation well. allowance for WD#2. If the existing irrigation well on the 2 $397,565.55-$14,780.00 21 261 property would remain, it would be in = $382,785.55 the way of the road construction and the project could not be completed. Reduce the To adjust quantities due to a 3 contract amount by $(36,422.00) revision to the plans and a $36,422.00 change in field conditions. Adds 5 days and uses If this Change Order is not processed,the allowance WD#3. wrong conduit will be installed for the Fiber 4 allowance for 5 266 Cable installation along Big Corkscrew Drive which needs to meet the CCIT Construction $31,747.75= Standards. The PVC conduit would need to $351,037.80 be replaced and would delay the project. Adds 53 day and If the utilities termination is not reconfigured prior to the proposed signalized intersection 5 $569,342.70 to the 53 319 project it will cause more disruption to the $569,342.70 traffic on Oil Well Road,additional costs to contract for WD#5. the County and potential for delays to the overall program. ❑ Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form (2023_ver.1) 16F10 Corr County Procurement Services Change Order Form Contract# 23-8147 CO# 5 PO# 4500229425 Project#: 80039/70194 Project Name: BCIRP Phase 2A Access Road Contractor/Consultant Name: Quality Enterprises USA, Inc. 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. Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of the Company or listed as the qualified licensed Professional"Project Coordinator"or Design/Engineer Professional under the agreement. Signature authority of person signing will be verified through the contract OR through the Florida Department of State, Division of Corporations (Sunbiz) website (https://dos.myflorida.cornisunbiz/search/). if the person signing is not listed, we will require signature authority by one of the listed officers/directors of the company giving that person signature authority. MortonJames Digitally signed by MortonJames Prepared by: Date:2024.09.11 10:12:03-04'00' Date: Signature-Division Project Manager James Morton P.E. Project Manager III (Licensed) Facilities Management Printed Name DigitMichael J. Delate P.E. Datea12024 09ly d b1y 14:07:32-Michael J04''00'te P.E. Accepted by: Date: Signature-Design/Engineer Professional (if applicable) Michael Delate, PE, Q. Grady Minor&Associates, P.A. Printed Name/Title/Company Name Lou Gaudio Digitally signed by Lou Gaudio Accepted by: Date:2024.09.11 14:49:22-04'00' Date: Signature-Contractor/Consultant/Vendor Louis J. Gaudio, Vice President, Quality Enterprises USA, Inc. Printed Name/Title/Company Name Olgkally signed by McLeseMeltew M c L e a n M a tt h ew ON.01.s.oEeklat s. MCLesnDC=co ergov.Opov. ON•MCLnanMapM1ew OU General OU=PPM User accounts,DU•PUO Planning and Prole aManegen,enl,OU•P110, OU=OMawm.DC=bcc.DO=colberpov.OC=nel Approved by: oats:202409.121 4E1.11.04W' Date: Signature-Division Manager or Designee (Optional) Matthew McLean, Division Director, PUEPMD Printed Name McCo rrn l ck J n Digitally signed by McCormickJohn �✓ 1��J oh Date: 2024.09.12 13:50:13 -04'00' Approved by: Date: Signature-Division Director or Designee (Optional) John McCormick, PE, Division Director, Facilities Management Printed Name Approved by: Date: Signature-Division Administrator or Designee(Optional) Alicia Abbott E.I., PMP Project Manager III, PUEPMD Printed Name Page 3 of 4 Change Order Form(2023_ver.1) 16F10 Corrir County----- Procurement Services Change Order Form Contract# 23-8147 CO# 5 PO# 4500229425 Project#: 80039/70194 Project Name: BCIRP Phase 2A Access Road Contractor/Consultant Name: Quality Enterprises USA, Inc. FOR PROCURMENT USE ONLY FY 24 CHO Request# 471 Z i m m e rm a n B Digitally signed by ZimmermanBecca ecca Date.2024.09.13 Approved by: 10.41:26.04'00' Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: ^ Administrative n Administrative-BCC Report BCC Stand-Alone ES (BCC Approval Required) `• ' BCC APPROVAL ATTEST: Crystal K,Klnzed,.Qlet*of the Circuit Court BOARD OF COUNTY COMMISSIONERS and Corrmptrolle COLLIER C TY, FLORIDA , By: • By: l - fCNRIS NAU- Chairman Dated: , 12 if1,._- - 7 •'tteStaSt0C(hairp n''.$ Date: IZIiiOI2`( j613tu1'e.(S AL) Agenda # 16 F(d pr ved as F and Legality: t ountyAttorney Sub k % i Print Name Page 4 of 4 � Change Order Form (2023_ver.1) 16F 10 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE BCIRP PHASE 2A ACCESS ROAD CONTRACT #23-8147 CHANGE#5 Reconfigure Utilities in Oil Well Road at Big Corkscrew Dr. Intersection PROJECT NAME: PHASE 2A ACCESS ROAD DATE OF ISSUANCE: 01/02/2024 EFFECTIVE DATE: 08/08/2024 PO#4500229425 OWNER: Collier County Board of Commissioners PROJECT NUMBER: 80039 CONTRACTOR: Quality Enterprises USA, Inc. ENGINEER/DESIGN PROFESSIONAL: Q Grady Minor & Associates, PA You are directed to proceed promptly with the following change(s): Description: Change order in the amount of$569,342.70 for the reconfiguration of the utility mains termination point at the southern end of Big Corkscrew Drive.The connection point of the watermain and force main utility lines will be adjusted to ensure an efficient connection in the next phase of utility work and avoid conflict with the intersection project.This work will add 90 days to the contract. Purpose of Work Directive Change:To construct the utilities in Oil Well Road at Big Corkscrew Drive efficiently and avoid conflict with the proposed signalized intersection project.This will minimize the disruption to Oil Well Road traffic and reduce costs overall. Attachments: Quality Enterprises USA, Inc. Proposal 05/21/2024—Request for Change Order—Reconfigure termination point of Watermain and Forcemain into Oil Well Rd If a claim is made that the above change(s)have affected Contract 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 Contract Price: Method of determining change in Contract Times: E Unit Prices ❑ Contractor's records ® Lump Sum ❑ Engineer's record ❑ Other ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: $ 601,000.00 Increase by-90-calendar days. RECOMMENDED: AUTHORIZED: Digitally signed by Digitally signed by Michael J.Delete.P.E. q�rtOnJameS MortonJames Date.2024.08.12 I V t Dale:2024.08.08 ..s:,,,.. 10:15:46-04'00' 11:47:48-04'00' By: Engineer of Record By: James K. Morton,PE, Sr.Project Manager Q Grady Minor Owner's Representative: Facilities Management 16F10 S QUALITY ENTERPRISES May 21, 2024 Mr. Nestor Fernandez, CPMWSP Assistant Vice President—Construction Management 4850 Tamiami Trail North,Suite 301 Naples, Florida 34103 Re: Big Corkscrew Island Regional Park Phase 2A Access Road Request for Change Order—Reconfigure termination point of Watermain and Forcemain into Oil Well Rd Nestor: Quality Enterprises USA, Inc. request a change order in the amount of$569,342.70 for the installation of watermain and forcemain per the attached sketch provided to us on April 23, 2024. The total amount of the request is made up of the following: 24" Gate Valve: 2 @ $32,885.00/ea $ 65,770.00 24" DR18 Watermain per contract line item: 250 If x $393.00/If $ 98,250.00 24" DR25 Forcemain per contract line item: 211 If x$347.00/If $ 73,217.00 6" Sidewalk: 74 sy x$85.00/sy $ 6,290.00 F Curb: 60 If x$28.00/If $ 1,680.00 Sod: 1200 sy x$7.00/sy $ 8,400.00 Crossing of Oil Well Rd,valves,fittings & connections ** $315,735.70 Grand Total $569,342.70 In addition to the above cost,we request an additional 90 days be added to the contract. Please let me know if you have any questions. Sincerely cd, Louis J Gaudio Vice President ** All utility materials and fittings to be supplied by county. Pricing includes coordination of delivery and installation of all county provided materials. 1 6F 1 0 fn 2 ,, li CC "., i, ,, ! - —4.4e4—y,--OINK 9,42);-i!'.. 0 0 (n cn ! • o 7,-x < lil --J < __ b*-- "(C -..! -...) .--- LL3 ,....> 7..--) 1/1 LI/ ...., .—fs•I L1J 0 ''' 0i_ , 7 r2.1-- CC iL..)• ,..., ...C] o . -• f--• 0 t....) 0 ci... 'fr._ ul Z Z _-) < u- 0 CI) i: I ,. ' I 1.• ,, , 1 , .,..i.. . , , 1 1 •t-... 0;.:2 il ' 1 l' , I I , . 1 ...., . zz, L1J.,i„1 1 1 . .z LT.a .t, ,1 t , ..„ . 4. 14 ,:il 0 1 , c, ! I ,.. ..V.I I I,.AI P,No 1 )--. ., I 1 ; i ° I,, ;?'1 ..-1 ,r) I --- * i ; \ i II I ' '! I ' a,, 711 • '-1Y ° -4 - . , ,1 ti i ' ,1 11 I I i E " " ',•- 1.' -, ' - t Ill\ 'k 1 '. 1 > I1 > N ' - ; .,`,',I , g ,,,..›., :1-1..4' 74,lista ,,.,, ,,, „ ! • , :-,.? I (I. .Ul k ,, . ,. I ... , L.-4 L '''',, I( „ft- . '"7''''''` 1 1 i ''_-_1 -, ,, -• a ' ' ''''.'fr+01101 ' mr44 1 ,, ! - -...1 ' 3 ..f • ,-,, ;;- ... ',' c E ' I - --I 11 ,! , .,11 ..i i ; 5 •..;= ; , -.. ri- ., , . .. E b.. it.-- . '. :•. , . 1' *-71 (D C.) ..?....2 7:c2g . , , '., .• ,,,, .,_.•.7. . . , ,--,-,, 1 `'Ej (s2 CY 1,,,t .1, ..-•" `, '',411' - rt CI I I" •,' I ,. 1:8-1 ,, IT — U 7... . _1IF - -- 4 ,i,.,•,i'")r"_-o-r - I --"-"Ht. ._ 1,'`11.1 F.' 1 i6 M5 'ICC.1 11 4t f• '.13 V,'‘.,f,C4, "t. ?..:1'.' I III .., L,' QUALITY ENTERPRISES USA,INC, Job S Emergency Repair Work for Rates Date Collier County-Board of County Commissioners Under Contract#20-7800 ST HOURLY OT HOURLY ST OT ST OT UNIT RATE RATE HOURS HOURS TOTAL TOTAL TOTAL Personnel Corporate Officer HR $150.00 $195.00 5 $750.00 $0.00 $750.00 Project Manager HR $125.00 $162,50 42 $5,250.00 $0.00 $5,250.00 Superintendent HR $85.00 $110.50 125 $10,625.00 $0.00 $10,825.00 Foreman HR $85.00 $110.50 175 $14,875.00 $0.00 $14,875.00 Mechanic,Equipment&Truck Operator HR $75.00 $97.50 303 $22,725.00 $0.00 $22,725.00 Laborer HR $55.00 $71.50 700 $38,500.00 $0.00 $38,500.00 Administrative HR $75.00 $97.50 3 $225.00 $0.00 $225.00 Equipment Excavator>Cat 349 HR $250.00 $0.00 $0.00 $0 00 Excavator>Cat 320 HR $200.00 145 $29,000.00 $0.00 $29,000.00 Excavator'Cal 320 HR 3150.00 $0.00 $0.00 $0.00 Excavator w/hammer/Epiroc HR $350.00 30 $10,500.00 $0.00 $10,500.00 Excavator w/side grip vibratory hammer HR $350.00 $0.00 $0.00 $0,00 Wheel Loader>Cat 962 HR 5225.00 $0.00 $0.00 $0.00 Wheel Loader>Cat 938 HR 5175.00 175 $30,625.00 $0.00 $30,625.00 Wheel Loader<Cat 938 HR $150.00 $0.00 $0.00 $0.00 Bull Dozer HR $175.00 $0.00 $0.00 $0.00 Motor Grader HR $175.00 $0.00 $0.00 $0.00 Solt/Stone Roller HR $125.00 $0.00 $0.00 $0.00 Telehandler HR $125.00 30.00 $0.00 $0.00 Manlift HR 8125.00 $0.00 $0.00 $0.00 Forklift HR $100.00 $0.00 $0.00 $0.00 Broom Tractor HR $95.00 20 $1,900.00 $0.00 $1,900.00 Milling Machine HR 5685.00 20 $13,700.00 $0.00 $13,700.00 Skid steer with milling head(bump grinder) HR $150.00 20 $3,000,00 $3,000.00 Asphalt/Mat.Shunle Buggy HR $375.00 20 $7,500.00 $0.00 $7,500.00 Asphalt Paver Weiler 385 HR $375.00 $0.00 $0.00 $0.00 Asphalt Paver Cal 1055 HR $575.00 20 $11,500.00 $0.00 $11,500.00 Asphalt Roller HR 8125.00 $0.00 $0.00 $0.00 Off Road Dump HR $250.00 $0.00 $0.00 $0.00 Crane>130 ton HR $1,500.00 $0.00 $0.00 $0.00 Crane>30 ton HR $500.00 $0.00 $0.00 $0.00 Crane<30 ton HR $250.00 $0.00 S0.00 $0.00 Vibratory Hammer HR $400.00 $0.00 $0.00 $0.00 Concrete Crusher HR $885.00 $0.00 $0.00 $0.00 Screener HR $375.00 $0.00 $0.00 $0.00 Push Boat HR $275.00 $0.00 $0.00 $0.00 Sectional/Hopper Barge HR $175.00 $0.00 $0.00 $0.00 Drone Lidar Photogrammetry HR $350.00 $0.00 $0,00 $0.00 Directional Drill JT 100 HR $2,000.00 $0.00 $0.00 $0.00 Directional Drill AA 440 HR $4,000.00 $0.00 $0.00 $0.00 $0.00 Lowboy/Tractor HR $175.00 10 $1,750.00 $0.00 $1,750.00 Dump Truck/Roll Off HR $95.00 38 $3,610.00 S0.00 $3,810.00 Water Truck/Trailer HR $125.00 $0.00 $0.00 $0.00 Tack/Prime Truck/Trailer HR $150.00 $0.00 $0.00 $0.00 Lube/Mechanics Truck HR $125.00 $0.00 $0.00 $0.00 Truck with Hand Tools HR $95.00 130 $12,350.00 $0.00 $12,350.00 Pickup HR $40.00 80 $3,200.00 $0.00 $3,200.00 Camera Truck HR $400.00 $0.00 $0.00 $0.00 Vacuum Truck HR $475.00 $0.00 $0.00 $0.00 $0.00 Small Equipment $0.00 Air Compressor with Hammer HR $80.00 $0.00 $0.00 $0.00 Concrete Saw HR $80,00 $0.00 $0.00 $0.00 Plate Compactor HR S80.00 $0.00 $0.00 $0.00 Trench Box 16'x 10' HR $50.00 130 $6,500.00 $0.00 $8,500.00 Stone Box HR $50.00 $0.00 $0.00 $0.00 Steel(Road)Plate HR $50.00 $0.00 $0.00 $0.00 Weilpoint System HR $250.00 $0.00 $0.00 $0.00 3"Trash/Submersible Pump HR $50.00 $0.00 $0.00 $0.00 6"Hydraulic Pump HR 5150.00 130 $19,500.00 $0.00 $19,500.00 12"Hydraulic Pump HR 5200.00 $0.00 $0.00 $0.00 Cut Off Saw HR $20.00 $0.00 $0.00 $0.00 Light Set HR $50.00 $0.00 $0.00 $0.00 Generator/Welder HR $50.00 $0.00 $0.00 $0.00 Generator 70kw HR 8125.00 $0.00 $0.00 $0.00 Generator 125kw HR $150.00 $0.00 $0.00 $0.00 MOT HR $150.00 $0.00 $0.00 $0.00 Fusing Machine 2-16" HR $150.00 $0.00 $0.00 $0.00 Fusing Machine 18"-42" HR 5300.00 $0.00 $0.00 $0.00 Tap Machine-small(3/4"-3") each tap EA $750,00 $0.00 $0.00 $0.00 Tap Machine-large(4"-12") each tap EA $1,000.00 $0.00 $0.00 $0.00 Pipe Trenchless Piercing tool HR S250.00 $0.00 $0.00 $0.00 Pipe Ramming HR $825.00 $0.00 $0.00 $0.00 Sleterlat Disposal Fee(concrete,asphalt,debris,etc) PER LOAD $500.00 $0.00 $0.00 $0.00 $0.00 Bob's Barricades ($10,549'1.10) $11,603.90 OE Flowable Fill 240cy al$140 ($33,600.1.1)+2,018 $38,976.00 Ajax BOtn al$121 ($9,680"1.1)+580.8 $11,228.80 Paramount ($4,500.1.10) $4,950.00 QE 57 Stone 401n 0$30 ($1,200'1.1)+72 $1,392,00 Grand Total:$315,735.70 10%MARK UP ON MATERIAL 15%MARK UP ON SUBCONTRACTORS REV 3/17(2021 16F10 921 SHOTGUN ROAD SUNRISE, FLORIDA 33326 5.10.24 Oil Well Rd Forcemain Crossing 30 days Collier County QE Fdot q Description U/M Est Qty Price Ext 999-1 Postmounting workzone signs Is 1 $975.00 $975.00 102-60 Workzone sign ed 750 $0.30 $225.00 102-74-1 Drums/barricades type II ed 1200 $0.16 $192.00 102-74-8 Longitudinal Channeling Device(LCD) ed 1200 $0.30 $360.00 102-76 Arrowboard ed 120 $10.00 $1,200.00 102-99 VMS Variable Message Sign ed 74 $20.00 $1,480.00 102-115 Type III Barricades ed 120 $0.35 $42.00 — . . ...._�._ _. $4,474.00 999-1 Labor to setup EB right shoulder ea 1 $975.00 $975.00 999-2 Labor to setup EB right outside single lane ea 1 $1,275.00 $1,275.00 999-3 Labor to setup EB left inside single lane ea 1 $1,275.00 $1,275.00 9999-4 Labor to setup WB left inside single lane ea 1 $1,275.00 $1,275.00 9999-5 Labor to setup WB right outside single lane ea 1 $1,275.00 $1,275.00 999-6 Certified traffic control plan page ea 3 200 Included est $10,549.00 mm Please send all Contract documents to Contracts@bobsbarricades.com Phone 800-432-5031;fax 954-473-8737 This quote is valid for 45 days from bid date. Job minimum$1,450.00 exclusive of labor or services. Maintaining of traffic control devices is the full responsibility of the contractor after setup. MOT devices will be charged each per day. Quoted labor does not guarantee availability of resources. Mutual agreement must agreed upon prior to scheduling. Quantities are estimates and may increase or decrease,invoice amount will be determined by devices on rent. Signs are standard legend and size only.Detour sign panels may require a fabrication charge. Work zone signs are ground mounted only. Contractor is responsible for coring asphalt and/or concrete if required for work zone signs or any other MOT devices. Contractor is responsible for covering and/or uncovering signs.Bob's Barricades will supply covers if required. Barrier wall mounted signs supports are not included in above unit price and may incur additional charges. Contractor is responsible for attenuator foundation,base pad and proper lane closure while installation takes place. Layout of wall by Prime Contractor.No staking or pinning of wall is included in unit prices. Attenuator repair invoices are the full responsibility of the contractor and will be billed at cost of repair plus 20% Bob's Barricades is not responsible for the FDOT$2,000 deductible or partial payment for unnamed 3rd party damage. Price for item 102-74-1 excludes LCD's(Longitudinal Channelizing Devices) Temporary rumble strips are not included in Lump Sum jobs unless noted above. Missing or damaged rumble strips will be billed at replacement cost. 5-7 business day notice is required prior to delivery of MOT devices,post mounting will take longer. Prices do not include any labor for lane closures,detours,traffic switches or setups unless noted above. Unique and significant orders of devices may increase minimums. By agreeing to this quote,it becomes part of any resulting contract. Prices exclude bond. This quotation in no way authorizes the use of any Bob's Barricades personnel and/or their certification as Worksite Traffic Control Supervisor. All applicable sales tax will be added;resale and or exempt certificates must be submitted prior to scheduling We appreciate your business! John Baldwin Vice President Cell:754-224-0034 jbaldwin@bobsbarricades.com 16F14 #' Juan Barco, Jr. CI) Concrete Dispatcher (239) 293-5297 Ojbarco@qeusa.com ,,411111. 111166, 3494 Shearwater Street Naples, Florida 34117 =I www.geusa.corn CONCRETE CIO ,,,,,,p,,,,„,,,,,,„;"10444t4,1- ..°M‘I 41,14416' mit Material Costs 3000 PSI Regular Mix $154/yd MP 3000 PSI Pump Mix $161/yd 4:11 4000 PSI Regular Mix $161/yd 4000 PSI Pump Mix $168/yd Shotcrete $180/yd 71 Flowable Fit - Excavatable $140/yd Flowable Fil - Non-Excavatable $150/yd 111114 Pipe Grouting $155/yd Fiber 81 d �� $ y Cill Additional Costs r =I Fuel Surcharge $40/load per truck Environmental Fee $30/load per truck 0 t ' 'g "� 'rws i Notes: v , � f � � �� �� 14 . Any load under(3) Yards =Additional$250 short load fee' 1, ,� f p ,7, lr1 s 7 Loads between (3-6) Yards =Additional$200 short load fee Et. �' Each truck 45 minutes to unload on site;the truck will be$1,50/minute after the first 45 minutes. Saturday Additional Fees = $300/truck Standard Hours: 6:00AM-5:00PM, Monday through Friday Scheduled 'After Hours'Fee= $500 Unscheduled/Emergency Fee = $3,000 The minimum load for each delivery is 1.5 cubic yards. 2024 Cancellations without 24-hr notice will be charged$300. No charge will be incurred for cancellations due to weather. Prices effective 5/1/2023. 16F10 0 Ajax Paving Industries of Florida,LLC AJAR An Equal Opportunity Employer One Ajax Drive • North Venice,FL 34275 Main:941.486.3600 • Fax:941,486.3500 Please be aware that due to the volatility of material prices, AC, fuels, and trucking we cannot guarantee these prices. Do not bid future work using the prices below they can change at anytime and without notice. To lock-in project specific pricing contact Roger Owens at 813-267-2298 or Sonny Webb at 239-470-8732. Gold Customers Effective May 6,2024 location S-1 S-3 9.5C 12.5C FC 9.5C?w/ FC 12.5C'w/ recycle 76-22 recycle 76-22 Plant 1 North Venice $88.00 $88.00 $88.00 $88.00 $115.00 $115.00 Plant 2 Punta Gorda $86.00 $86.00 $86.00 $86.00 $121.00 $121.00 Plant 3 Palmetto $87.00 $87.00 $87.00 $87.00 $112.00 $112.00 Plant 4 Ft. Myers $86.00 $86.00 $86.00 $86.00 $121.00 $121.00 Plant 5 Odessa $92.00 $92.00 $92.00 $92.00 $118.00 $118.00 Plant 6 Tampa $87.00 $87.00 $87.00 $87.00 $112.00 $112.00 Plant 7 Largo $92.00 $92.00 $92.00 $92.00 $118.00 $118.00 Plant 8 Lake Wales $92.00 $92.00 $92.00 $92.00 $118.00 $118.00 litri ' '2R tNU :TIVI4 + .... - 5r 1 IPW;;¢i '" „IAIMI,. ,f ' !ttk N't1; 1; `11 Y''.)11147d:§,ii 16F1Q PARAMOUNT ASPHALT ESTIMATE & SEALCOATING Date Estimate# 5/6/2024 17345 www.ParamountSealcoating.com 239-348-0777 Nick@paramountsealcoating.com Mitch@paramountsealcoating.com ;, Name/Address Quality Enterprises Oil Well Rd&Big Corkscrew Dr Naples,FL r ♦ NOTE,: Pricing for all items will only be valid for 30 days due to unstable markets and supplier pricing. Description Qty Rate Total THERMOPLASTIC MARKINGS: 1 4,500.00 4,500.00 1 LS Temp/Penn Paint 200 GF 6"Thermoplastic White 10-30 Skips 250 LF 6"Thermoplastic White Solid 200 LF 6"Thermoplastic Yellow Solid 20 R/W RPM Signature Total $4,500.00 rPricing for asphalt is only valid for 30 days. lithe asphalt price per ton increases before the job is performed a change order will he submitted for the increased amount regardless of a signed contract. 1 6F 1 0 , i , ik IC "111 4, , /''''''''..1,'.7''''--- *4741,41V/••,,.„' ,, ,,:' „,.„ — ' '.'747r—... ,„, .,. , ;•,.. -4—.-. Ivi."1,v.%.,„ (111) 16000 Immokalee Road Hours of Operation Naples, FL 34120 Monday-Friday I 7am -5pm . , 7,-.;. - :,.1 ,,,, . , , ,,,, ., ,,,,,,774 , , . ,,-t.- -- - - - ; , IIIIIIII 0 Material , =r1Commercial Base Rock $16.00/ton FDOT Base Rock $17.00/ton FDOT 11/2" Base Rock $19.00/ton Double Crush Limerock $17.00/ton 57 Stone $30.00/ton MAIII i.., Ballast Stone Rip Rap - 12" ,..,. $29.00/ton 6" $50.00/ton ., '' Rip Rap 12" - 24" $50.00/ton Rip Rap 24" - 36" $50.00/ton Seawall Boulders 36" + $50.00/ton Shot Rock $11.00/ton 5" Shot Rock $13.00/ton Prices Effective 1-1-2024 CI) 41",;-4:tgli':I.V.,:4:11jqjTitil:47.t.i0.4N1 ,TIrr,:.;;7:-.T.,7"YrTf. ".`f,717"z7r.,=1"11.5411,111%11M,,t. MieZn&WIti•P4''''.1''Ilr' 's '' ' '" , , ' ' ' il #41::11.4: 1,1!!!1"ViRiWiglitii,41141' Notes: A titlk.s.i!!,-.'.,,,',:''', .44',;,,itt,.‘:,,44i&f, • Prices do not include any applicable sales tax.. s : ,,,,,t.....,,k4,•...k.,. ,......,,,t,s4,p,„*.ttm• , t kl. kl,",..,-,.:.: .‘t,',..i',4"',,,47t'sr,?'.1* *, • All prices are subject to cilange without notice.'i,.,,i-,•',., v :\!ri,,,:..t..$,..,,,;„.t.,,,,,Viloir 1.4144t4,11 A1,- \tilir4iiii4V3i4,;'4iNit.'Ntanit, • Please make checks payable to: .4 1.114iiitle;-.:4441ttit'n'AZA16, , vtret,'03-(4-V.t.'1..A` tliii1V6f, Quality Enterprises USA, Inc. I 3494 Shearwater Street I Naples, FL 34117 '." 444itiqii.44*Ceklrltzi,li 14P. 11.14'. Vtiok*:11';'i'sA,64pli,',41.ittfrIV':'„,41.0i4,1 Plant Operations Manager Billing Information ,,,,,,,,,,;..4., 1 ..,4'''' impliml '':‘‘•11 Barry Blankenship Christine McCartney (513) 260-7961 (239) 398-5789 C., cmccartney@qeusa.com i.: bblankenship®qeusa.com 4 o ,...... C;tU-kLITY ENTERPRISES 1