Loading...
Backup Documents 02/11/2025 Item #16B 3 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 B 3 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. 2. 3. County Attorney Office County Attorney Office 4. BCC Office Board of County Commissioners US by'op( z fri/zs 5. Minutes and Records Clerk of Court's Office /C%lf elk .fig/ , PRIMARY CONTACT INFOR1VIATIO1(141/1 Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Pawel Brzeski—TMSD—Transportation Phone Number 239.252.2927 Contact/Department Engineering—Stormwater Agenda Date Item was Agenda Item Number 2025-6; 16.B.3 Approved by the BCC Type of Document Change Order No.4, Carson Rd. Number of Original Documents I Attached Stormwater Treatment Area. Project No. Attached 60143 under Agreement No. 23-8114 Quality Enterprises USA,Inc. PO number or account Pawel.Brzeski@colliercountyfl.gov number if document is CC: to be recorded Nadine.Dunham@colliercountyfl.gov 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 PB 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A 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 PB 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 N/A 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 PB signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A 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 02/11/2025 and all changes made during PB N/A is not the meeting have been incorporated in the attached document. The County an option for Attorney's Office has reviewed the changes,if applicable. 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 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 16B 3 Procurement Services Change Order Form Contract# 23-8114 CO#4 PO# 4500225866 Project#: 60143.2.4 Project Name: Carson Road Stormwater Treatment Area Improvement Contractor/Consultant Name: Quality Enterprises USA, Inc. Select One: 1 Contract Modification(Construction or Project Specific) ❑Work Order Modification Project Manager Name: Pawel Brzeski Division Name: CPP Stormwater Management Original Contract/Work Order Amount $5,865,783 20 08/08/2023#11A Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $5,865,783.20 11/12/2024#16B10 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $5,865,783.20 02/13/2025 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change $o.00 o.00 ro Total%Change from Original Amount Revised Contract/Work Order Total $5,865,783.20 0.00%r0 %Change from Current BCC Approved Amount Total Cumulative Changes $o.00 0.00% %Change from Current Amount Notice to Proceed 10/17/2023 Original NTP 395 Original Final 11/15/2024 Last Final 02/13/2025 Date #of Days Completion Date Approved Date #of Days Added 90 Revised Final Date Current Substantial Completion Date 05/14/2025 01/14/2025 (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: ❑✓ 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. This $0 Change Order utilizes funds in the amount of$68,719.50 from the Owner's Allowance to complete Collier County Work Directives#8 and #9 and adds 90 days for completion of this work. Work Directive#8: Further lake stabilization was required through installation of rip-rap and a Geoweb confinement system. Work Directive#9: Revised the irrigation plan with installation of additional pipe and perimeter berm quick connect stub-outs. 2. N/A 3. Further lake stabilization was required to accommodate the increased pipe size and stormwater flow accomplished through the approval of Change Order#1 which was required for compliance with SFWMD permitting comments. The irrigation plan needs to be revised to ensure establishment and viability of the perimeter buffer plants. The original design assumed wet season installation. However, the very low recent dry season rainfall totals would not support the planned installation without additional irrigation. The procurement and construction scheduling require additional time for completion. 4.If this modification is not processed, Quality Enterprises USA , Inc. will not be able to proceed with the construction in accordance with the updated construction documents and the project will not be in compliance with the permit issued by SFWMD. Furthermore, the perimeter vegetation would not become sufficiently established to thrive, would not meet the design criteria or local standards, and could potentially compromise the stability of the perimeter berm. Page 1 of 4 Change Order Form(2023_ver.1) 1 68 3 ' >hE:7^tiiDKYI<t� Procurement Services Change Order Form Contract# 23-8114 CO#4 PO# 4500225866 Project#: 60143.2.4 Project Name: Carson Road Stormwater Treatment Area Improvement 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 Use funds of$9,798.30 Following permitting comments from from the Owner's SFWMD the Lake CR-18 to CR-2A 1 Allowance for a change interconnecting pipe needs to be in the pipe on the job increased from 42"to 48"diameter Use$17,783.14 from To overcome unforeseen pipe the Owner's Allowance conflict, reduce lengthy road 2 for a change in closure and accommodate materials used SFWMD permitting requirements Use$16,782.47 from To adjust plant palette the Owner's Allowance 3 for a change in efficacy and viability for materials used and soil seasonal conditions and stabilization bolster soil stabilization Use$68,719.50 from To ensure stability of lake banks and the the Owner's Allowance perimeter berm,and reduce long term 4 for lake stabilization and 90 485 maintenance while accommodating buffer irrigation.Add 90 SFWMD permitting requirements. Additional time is needed for Days for completion. procurement and construction. ❑Check here if additional summary page/s are attached to this Change Order Page 2 of 4 CAO Change Order Form(2023_ver.1) 16B 3 Ter County Procurement Services Change Order Form Contract# 23-8114 CO#4 PO# 4500225866 Project#: 60143.2.4 Project Name: Carson Road Stormwater Treatment Area Improvement 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.mvflorida.com%sunbiz/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. Brzeski Pawel ME.D C.0, ov Prbpared by: "•° �� Date: Signature-Division Project Manager Pawel Brzeski,Project Manager,Stormwater Management Division Printed Name Accepted by: Date: Signature-Design/Engineer Professional(if applicable) Printed Name/Title/Company Name Lou Gaudio Digitally signed by Lou Gaudio Accepted by: Date:2024.12.16 07:56:14-05'00' Date: Signature-Contractor/Consultant/Vendor Louis J Gaudio,Vice President, Quality Enterprises USA, Inc. Printed Name/Title/Company Name Hay denPeter Approved by: �-�_ - __ � w� Date: Signature-Division Manager or Designee(Optional) Peter S.Hayden,P.E. Supervisor-Project Management Printed Name AhmadJay Digitally signed by AhmadJay Approved by: Date:2024.11.22 07:07:04-05'00' Date: Signature-Division Director or Designee(Optional) Jay Ahmad,P.E. Division Director,Transportation Engineering Printed Name ScottTrinit Digitally signed by ScottTrinity Approved by: Y Date:2024.12.17 08:33:21 -05'00' Date: Signature-Division Administrator or Designee(Optional) Trinity Scott, Department Head, Transportation Management Services Printed Name Page 3 of 4 C A Change Order Form(2023_ver.1) 16B C2 r County Procurement Services Change Order Form Contract# 23-8114 CO#4 PO# 4500225866 Project#: 60143.2.4 Project Name: Carson Road Stormwater Treatment Area Improvement Contractor/Consultant Name: Quality Enterprises USA, Inc. FOR PROCURMENT USE ONLY FY 25 CHO Request# 540 Zimmerman B Digitally signed ZimmertnanBecbyra Date.2024.12.23 ecca Approved by: 15:48 42-osroa Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: ❑ Administrative * Administrative-BCC Report ❑ BCC Stand-Alone ES (BCC Approval Required) i BCC APPROVAL ATTEST: Crystal K. Kinzel,.ClerklaLthe Circuit Court BOARD OF COUNTY COMMISSIONERS and Comptroll@r' 04. / COLLIER COUNTY, FLORIDA By: 01. t. . �' By:AteirYX. ,11eZi•41•4" Date.. _, ,i, 4 .' . •`►. '.•I1i Burt Saunders, Chairman � Attest as.t•,Cfi'.iri -:''s signet : •.'ly (SEAL) Agenda# 1601 2/(f/25 A��4ii to F an Le lity: Deputy County Attorney � al? lire Print-Name Page 4 of 4 Change Order Form(2023_ver.1) GPs.C\ 16B 3 Collier County Capital Project Planning, Impact Fees & Program Management Division WORK DIRECTIVE CHANGE CONTRACT#/PROJECT NAME: #23-81 14 CHANGE #8 Carson Road Stormwater Treatment Area DATE OF ISSUANCE: October 23, 2024 EFFECTIVE DATE: October 28,2024 OWNER: Collier County Board of Commissioners PROJECT#: 60143.2.4 CONTRACTOR:Quality Enterprises USA Inc. ENGINEER/DESIGN PROFESSIONAL: GHD Inc. You are directed to proceed promptly with the following change(s): Description: Added Rip-Rap and Geoweb confinement system for lake stabilization. Purpose of Work Directive Change: To stabilize banks around previously installed lake connector pipes that had been upsized for greater stormwater conveyance capacity as well as the inflow area of Lake CR#1A. The upsized pipes run from Lake CR#1A to Lake CR#1B, then CR#1B to CR#2A,and Structure#Wetland-CR2B. Reason/Justification: The pipes were upsized by prior agreement to meet SFWMD permitting comments to accommodate greater stormwater conveyance capacity,which resulted in a higher pipe profile than in the original design,requiring additional bank stabilization. For similar consideration,the inflow area is proposed to be reinforced using Geoweb stabilization as specified elsewhere on the project. Providing the additional stabilization will have a reduced longer term maintenance impact in achieving a higher stormwater carrying capacity throughout the treatment area and concomitant nutrient removal potential. Attachments: Contractor Proposal CO-009 Revised 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: ❑ Unit Prices ® Contractor's records ❑ Lump Sum ❑ Engineer's record ® Other T&M NTE ❑ Other Estimated increase(decrease) in Contract Price Estimated change in Contract Time: $46,179.50 Increase or decrease by 0 calendar days. RECOMMENDED: AUTHORIZED: awel By: Michael A Digitally signed by By: o ",gro we�e,k'P Michael A Studney E Pawei BraasklaicolinoodunlyA goy ChinElrionfiPawei W=Capital Project Date:2024.10.23 BrzeskiPawel i Planning rs o CMOn CM Capital Engineer Stu d n e`' Owner's Representative MC,-,c„ 'ou_no,DC=ei s, g 7 12:47:36 04'00' p oo=o� :2313 38 0�=�1 Oats.202410.23 13'.38'.5500'00' CA I 6 B 3 QUALITY 3494 SHEARWATER STREET PROSAL NAPL39)435-7200 FL 34117 FAX(239)435-7202 ENTERPRISES Collier County October 21, 2024 CO-009 Revised PROPOSAL SUBMITTED TO: DATE PROPOSAL# Carson Road Matthew Murphy STREET SALES REPRESENTATIVE Immokalee, Florida 34142 Carson Road Stormwater Treatment Area CITY, STATE, ZIP JOB NAME Pawel Brzeski Immokalee, FL ATTN.: JOB LOCATION WE PROPOSE hereby to furnish all labor,materials,equipment and services necessary to complete the following: Added Rip-Rap at Pipe Ends Per County Drawing Dated 6/28/2024 1. Bid Item #25—Add 165 SY to pay item for Rip Rap. 2. Bid Item #35—Add 221 SY to pay item for 57 Stone. 3. Bid Item #36—Add 1989 SF to pay item for 4x6 Geoweb Cellular Confinement System. 4. New Item#104—Add 386 SY for Prep, Dam & Dewater Identified Locations T&M. Estimated Total: $46,179.50 CUSTOMER-SIGNATURE&DATE QUALITY ENTERPRISES USA,INC.-SIGNATURE&DATE Page 1 CA 16B 3 14623-12 Carson Rd SW Trcaxmcnt Area '... BIB PROPOSAL '.. Biditem Destdption (Quantity unit. unit Prim : Bid Total 25 Addition-Rip Rap 165.OW SY t26,00 15,840.00 )5 Addition-57Stonc 221.000 SY 1I50 9,1,1.50 36 Addixion-axt;Go+web Cellular Confinement Svstem(11-201.oad) 1989 000 SF 700 11.923.00 104 .\kr,-Prep,Dam&Ihualer Idemdied locatives 1 000 T&At 7.245.00 7,215.00 Bid Total 3a6,179.50 168 3 QUALITY ENTERPRISES USA,INC. Job# 14623-12 Emergency Repair Work for Rates-Carson Rd SW Treatment Area Date 10/21/24 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 1 $150.00 $0.00 $150.00 Project Manager HR $125.00 $162.50 2 $250.00 $0.00 $250.00 Superintendent HR $85.00 $110.50 2 $170.00 $0.00 $170.00 Foreman HR $85.00 $110.50 8 $680.00 $0.00 $680.00 Mechanic,Equipment&Truck Operator HR $75.00 $97.50 8 $600.00 $0.00 $600.00 Laborer HR $55.00 $71.50 16 $880.00 $0.00 $880.00 Administrative HR $75.00 $97.50 1 $75.00 $0.00 $75.00 Equipment Excavator>Cat 349 HR $250.00 $0.00 $0.00 $0.00 Excavator>Cat 320 HR $200.00 $0.00 $0.00 $0.00 Excavator<Cat 320 HR $150,00 8 $1,200.00 $0.00 $1,200.00 Excavator w/hammer/Epiroc HR $350.00 $0.00 $0.00 $0.00 Excavator w/side grip vibratory hammer HR $350.00 $0.00 $0.00 $0.00 Wheel Loader>Cat 962 HR $225.00 $0.00 $0.00 $0.00 Wheel Loader>Cat 938 HR $175.00 $0.00 $0.00 $0.00 Wheel Loader<Cat 938 HR $150.00 8 $1,200.00 $0.00 $1,200.00 Bull Dozer HR $175.00 $0.00 $0.00 $0.00 Motor Grader HR $175.00 $0.00 $0.00 $0.00 Soil/Stone Roller HR $125.00 $0.00 $0.00 $0.00 Telehandler HR $125.00 $0.00 S0.00 $0.00 Manlift HR $125.00 $0.00 $0.00 $0.00 Forklift HR S100.00 $0.00 $0.00 $0.00 Broom Tractor HR $95.00 $0.00 $0.00 $0.00 Milling Machine HR $685.00 $0.00 $0.00 $0.00 Skid steer with milling head(bump grinder) HR $150.00 $0.00 $0.00 $0.00 AsphattiMat.Shuttle Buggy HR $375.00 $0.00 $0.00 $0.00 Asphalt Paver Weiler 385 HR $375,00 $0.00 $0.00 $0.00 Asphalt Paver Cat 1055 HR $575.00 $0.00 $0.00 $0.00 Asphalt Roller HR $125.00 $0.00 $0.00 $0.00 Off Road Dump HR $250.00 $0.00 $0.00 $0.00 Crane>130ton 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 $0.00 $0.00 Vibratory Hammer HR $400.00 $0.00 $0.00 $0.00 Concrete Crusher HR $685.00 $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 Lowboy/Tractor HR $175.00 $0.00 $0.00 $0.00 Dump Truck/Roll Off HR $95.00 $0.00 $0.00 $0.00 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 8 $760.00 $0.00 $760.00 Pickup HR $40.00 2 $80.00 $0.00 $80.00 Camera Truck HR $400.00 $0.00 $0.00 $0.00 Vacuum Truck HR $475.00 $0.00 $0.00 $0.00 Small Equipment $0.00 Air Compressor with Hammer HR $60.00 $0.00 $0.00 $0.00 Concrete Saw HR $60.00 $0.00 $0.00 $0.00 Plate Compactor HR $60.00 $0.00 $0.00 $0.00 Trench Box 16'x 10' HR $50.00 $0.00 $0.00 $0.00 Stone Box HR $50.00 $0.00 $0.00 $0.00 Steel(Road)Plate HR $50.00 $0.00 $0.00 $0.00 Wetlpoint 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 $150.00 8 $1,200.00 $0.00 $1,200.00 12"Hydraulic Pump HR $200.00 $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 $125.00 $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 $300.00 $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 $250.00 $0.00 $0.00 $0.00 Pipe Ramming HR $625.00 $0.00 $0.00 $0.00 Material Disposal Fee(concrete,asphalt,debris,etc) PER LOAD $500.00 $0.00 $0.00 $0.00 Grand Total: $7,245.00 f, (i 1 6 B 3 Collier County Capital Project Planning, Impact Fees & Program Management Division WORK DIRECTIVE CHANGE CONTRACT#/PROJECT NAME: #23-8114 CHANGE#9 Carson Road Stormwater Treatment Area DATE OF ISSUANCE: October 30,2024 EFFECTIVE DATE: October 30,2024 OWNER: Collier County Board of Commissioners PROJECT#: 60143.2.4 CONTRACTOR: Quality Enterprises USA Inc. ENGINEER/DESIGN PROFESSIONAL: GHD Inc. You are directed to proceed promptly with the following change(s): Description: Revised Irrigation Plans and Additional Time Purpose of Work Directive Change: To ensure adequate vegetative growth without causing irrigation erosion issues in stabilizing the perimeter berm, by providing an additional irrigation line with stub-outs for watering during initial establishment of plantings and any future drought conditions. A proposed 90 additional calendar days will ensure sourcing,receiving and installation are properly accommodated. Reason/Justification: The original irrigation plan for the perimeter berm had assumed higher year-round lake levels before Value Engineering had removed the recharge pump and that planting would occur at the beginning of the rainy season;the latter providing natural precipitation for the ground cover to establish for effective slope stabilization,while the buffer trees would continue to be irrigated through the bubbler system. The late season completion of the berm requires additional watering through this installation that will also provide adequate contingency for future drought conditions in maintaining the required buffer and berm stability. This will result in healthier vegetative cover sooner and a reduced short and longer term maintenance impact. Attachments: Contractor Proposal CO-010 Revised 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: ❑ Unit Prices ® Contractor's records ❑ Lump Sum ❑ Engineer's record • Other T&M NTE El Other Estimated increase(decrease) in Contract Price Estimated change in Contract Time: $22,540.00 Increase by 90 calendar days. RECOMMENDED: AUTHORIZED: By: y by By: o« h.� rg„�,k,Pw i Michael AMichaeDigitalllAStudneysigned E_P«w,e800.k0:0Vorcoonly4�e. CN:gaesMiPswei.OU=Leptni Proied BrzeskiPawel Date:2024.10.30 Engineer Studney 16:16:01 -04'00' Owner's Representative °°°20 ~s9�erU,2.°°ab°.,.0eKCi 3 mbN�am,l 4.10 CA( 16B 3 N Gai 3494 SHEARWATER STREET PRPSIJ ES,E (239)FL 34117 FAX(239)435-7202 ENTERPRISES Collier County October 29, 2024 CO-010 Rev PROPOSAL SUBMITTED TO: DATE PROPOSAL# Carson Road Matthew Murphy STREET SALES REPRESENTATIVE Immokalee, Florida 34142 Carson Road Stormwater Treatment Area CITY, STATE, ZIP JOB NAME Pawel Brzeski Immokalee, FL ATTN.: JOB LOCATION WE PROPOSE hereby to furnish all labor,materials,equipment and services necessary to complete the following: Carson Rd SW Treatment Area— Revised Irrigation Plans dated 07/03/2024 The revised irrigation plans dated July 03, 2024, proposed the addition of the following item(s): • 425 LF— 1.5" PVC, 1120-1220 Class 200 Solvent Weld Irrigation Piping • 420 LF— 1" PVC, 1120-1220 Class 200 Solvent Weld Irrigation Piping • 5 EA—Rainbird VBSTD Standard Plastic Valve Box with 6" Dept of#67 Gravel & Filter Cloth • 5 EA—Toro 1" Single Lug Quick-Coupling Valve with Vinyl Locking Lid • 2 EA—Toro 1"ACME Thread Key Model 100-AK • 2 EA— 1" NPT x%" MHT Hose Swivel Model 075-MH5 New Item #106—New Irrigation Line & Quick Connect Hose Connections T&M. Estimated Total: $22,540.00 In addition to the monetary compensation, the Contractor is requesting an extension time for ninety (90) calendar days. The request for additional time will allow the Contractor to source, receive and install the quantified material. CUSTOMER-SIGNATURE&DATE QUALITY ENTERPRISES USA,INC.-SIGNATURE&DATE Page 1 CAO 1 6 B 3 13A23-12 Carson Rd SW Treatment Area BID PROPOSAL Dercriptien Quantiq Units I nit Prig Bid Total 106 New-Sea Imgaliou Line&Qmek Connect Hose Cmmeaiun+ I MO 1&41 22,540.00 22,540.00 Bid Total $22,540.00 CAC) 16B 3 QUALITY ENTERPRISES USA,INC. Job 4 14623-12 Emergency Repair Work for Rates-Carson Rd SW Treatment Area Date 10/29/24 Collier County-Board of County Commissioners Under Contract#20-7800 ST HOURLY OT HOURLY ST OT ST DT UNIT RATE RATE HOURS HOURS TOTAL TOTAL TOTAL Personnel Corporate Officer HR $150.00 $195.00 1 $150.00 $0.00 $150.00 Project Manager HR $125.00 $162.50 4 $500.00 $0.00 $500.00 Superintendent HR $85.00 $110.50 8 $680.00 $0.00 $680.00 Foreman HR $85.00 $110.50 $0.00 $0.00 S0.00 Mechanic,Equipment 8 Truck Operator HR $75.00 $97.50 $0.00 $0.00 $0.00 Laborer HR $55.00 $71.50 $0.00 $0.00 $0.00 Administrative HR $75.00 $97.50 2 $150.00 $0.00 $150.00 Equipment Excavator>Cat349 HR $250.00 $0.00 $0.00 $0.00 Excavator>Cat 320 HR $200.00 $0.00 $0.00 $0.00 Excavator<Cat 320 HR $150.00 $0,00 $0.00 $0.00 Excavator w/hammer/Epiroc HR $350.00 $0.00 $0.00 $0.00 Excavator w/side grip vibratory hammer HR $350.00 $0.00 $0.00 $0.00 Wneel Loader>Cat 962 HR $225.00 $0.00 $0.00 $0.00 Wheel Loader>Cat 938 HR $175,00 • $0.00 $0.00 $0.00 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 Soil/Stone Roller HR $125.00 $0.00 $0.00 $0.00 Telehandler HR $125,00 $0.00 $0.00 $0.00 Manlift HR $125.00 $0.00 $0.00 $0.00 Forklift HR $100.00 $0.00 $0.00 $0.00 Broom Tractor HR $95.00 $0.00 $0.00 $0.00 Milling Machine HR $685.00 $0.00 $0.00 $0.00 Skid steer with milling head(bump grinder) HR $150.00 $0.00 $0.00 $0.00 Asphalt/Mat.Shuttle Buggy HR $375.00 $0.00 $0.00 $0.00 Asphalt Paver Weiler385 HR $375.00 $0.00 $0.00 $0.00 Asphalt Paver Cat 1055 HR $575.00 $0.00 $0.00 $0.00 '.. Asphalt Roller HR $125.00 $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 $0.00 $0.00 Vibratory Hammer HR $400.00 $0.00 $0.00 $0.00 Concrete Crusher HR $685.00 $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 Lowboy/Tractor HR $175.00 $0.00 $0.00 $0.00 Dump Truck/Roll Off HR $95.00 $0.00 $0.00 $0.00 Water Truck/Trailer HR $125.00 $0.00 $0.00 S0,00 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 $0.00 $0.00 $0.00 Pickup HR $40.00 12 $480.00 $0.00 $480.00 Camera Truck HR $400.00 $0.00 $0.00 $0.00 Vacuum Truck HR $475.00 $0.00 $0,00 $0.00 Small Equipment $0.00 Air Compressor with Hammer HR $60.00 $0.00 $0.00 $0.00 Concrete Saw HR $60.00 $0.00 $0.00 $0.00 Plate Compactor HR $60.00 $0.00 $0.00 $0.00 Trench Box 16'x 10' HR $50.00 $0.00 $0.00 $0.00 Stone Box HR $50.00 $0.00 $0.00 $0.00 Steel(Road)Plate HR $50.00 $0.00 $0.00 $0.00 Wellpoint 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 $150.00 $0.00 $0.00 $0.00 1 12"Hydraulic Pump HR $200.00 $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 i Generator/Welder HR $50.00 $0.00 $0.00 $0.00 Generator 70kw HR $125.00 $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 $300.00 $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 $250.00 $0.00 $0.00 $0.00 Pipe Ramming HR $625.00 $0.00 $0.00 $0.00 Material Disposal Fee(concrete,asphalt,debris,etc) PER LOAD $500.00 $0.00 $0.00 $0.00 ICI Sod and Landscaping,LLC T&M $19,600.00 1 $19,600.00 $0.00 $19,600.00 5%Markup T&M $980.00 1 $980.00 $0.00 $980.00n Grand Total: $22,540.00 16B 3 TCI Sod and Landscaping, LLC. Phone# 2393030648 tcisodllc@hotmail.com 10/24/2024 334Revised Fax# 239-303-1976 www.tcisod.com t1.ti Name I Address '.; Quality Enterprises 3494 Shearwater Street Naples,FL 34117 Carson Description Qty U/M Rate Total irrigation plan to add a new line and install quick 0.00 0.00 connect hose connections in the event the county has to provide irrigation to the lake bank planting. 1.5"PVC, 1120-1220 Class 200 Solvent Weld 425 8.84941 3,761.00 Irrigation Piping 1"PVC, 1120-1220 Class 200 Solvent Weld Irrigation 420 6.62857 2,784.00 Piping Rainbird VBSTD Standard Plastic Valve Box with 6" 5 1,328.00 6,640.00 Dept of#67 Gravel&Filter Cloth Toro 1"Single Lug Quick-Coupling Valve with Vinyl 5 875.00 4,375.00 Locking Lid Toro 1"ACME Thread Key Model 100-AK 2 689.00 1,378.00 1"NPT x3/4"MHT Hose Swivel Model 075-MH5 2 331.00 662.00 Total $19,600.00 CAO 16B 3 ' E%HIBIi"A' Deductions hom Allowance Category Original COntrxtt Previous Change Orden Wils Change Revised 000040t Original Unit Of Milt Cost Increase/Decrease lDeems,.aael Oecaae Imre,ae0Decrease Unit Increased/oFIncreased/ TotRevisedl Revised Total Quantity Measure Quantity Cost QYeO06 Measure Decrease Cost Item Quantity Item Cost '.. REM II CO4 Work Directive• Description 57 I WDJI 42.RCP 8 3 IF $ 25225 107 1 (26.990 75) 716 S 180,611.00 A0096 1 WOai 48'AOSMpe LF 107 $ 38.789.05 107 $ 36.739.05 AD0303 2 13W!2. P6g amGrout TOM 1 $ 12.632.50 1 S 12.63250 59 2 WDy3 Limerock 9 TN S 15.40 -34 S 1476 00) 34 S (476.00) ADD93 2 WDI3 FDOTOotiotwl B 123 Black Base TN 34 $ 4,488110 34 5 4,488A0 62 2 W044 Flaree End Section 4T EA 6 13.091350 -1 $ (13.098.50) 5 $ 65.492.50 ADO102 2 W044 Flared End Sanon Sr T8M 1 $ 14237.14 1 1 14.237.14 84 WDnT Midele Oeotn PlanengZone 14.856 5Y S 125 -14956 SY $ 118.520 001 0 $ (18.620.00) B5 WD45 KIole Deep Depth Planting Zone 6.417 SY $ 1.25 -6417 SY $ 19021.25) 0 $ (8,021.25) 86 WOOS Dee0 Panting Zone 5.938 5Y $ 1.50 -5938 5Y $ 18,907.00) 0 $ (9.907.001 ADD 105 WO65 Lake LOOmt PW.0 0 27351 SY S 30.842.02 27,251 3 30,842.02 ADD 105 34085 PlpMtrg 0ver50311Iabo' 0 3,505 TOM $ 3,305.00 $ 5,305.00 80 WD46 Pine Shaw Mulch-3-CO:mpacted 3.000 SF S 1.00 203.39 SF $ (203.39) 2.79661 5 1203.39) 26 W045 Bahia Sot 8.833 5Y 5 3.50 13.34 SY $ 46.63 8.646.34 $ 30.962.19 25 WD/G Rip Rap 1.597 5Y $ 96.00 .. 9.25 SY $ 889.00 1,606 25 $354.200.00 ADO100 : W046 Monitoring Acean(Model,Survey*Grade)Lac. 0 20o T84 $ 6,295.00: 210 1 6.29S DO 89 W047 Soan:I4 Bane Panting 136'0 C.)P:nntrew ST8 22.275 SY $ 4.75 2.098.40 5Y $ 9.967.40 24,373.40,$11537365 ADD 101. WDA Grade&Pebare Netra VegembonAlea for sparring Bark Planting 0 1.00 TOM _ $1,190.00 : 1.00 *1,190.00 25 Mall Rip Rao 1.597 ST $ 96.00 9.25 $ 808.00 165 SY $ 15.840.00 1.771.25 $ 170.040.00 35 990413 57 Stow 208 SY 5 4150 221 SY $ 9.171.50 429 $ 17.803.50 36 W048 4'x6'Ge0weD Co;;Iule:Con)Semen?System 1.859 SF $ 7.00 1989 SF $ 13.923.D0 3848 5 26936.00 ADD104 YAM P•eoare.Dam 6 Deviate, 0 1 TOM $ 724500 1 1 7245.00 A00106 WC49 New'ninon Line 5 Quick Connect Mose Connectons 0 1 TOM -S 12540.00 1 1 22,64000 CHANGE ORDER SUM 5 65,711.60 Owner Allowance 5 490,000.00 PreyDus C0011m:teases/(Decrease) $ 9.3830 S 480,20170 Prey 0u5 CO 02 Increases,(Decreases; $ 17.783.14 $ 462118.Se Preyous C0e3 Increases)(Decreases) $ 16.782.47 $ 445,636.09 Totoi Increase)(Decrease)This Change $ 68,71950 $ 378,918.59 Total Re1se0 Allowance S_____ 17691650 16B 3 AFFIDAVIT REGARDING LABOR AND SERVICES Effective July 1,2024, pursuant to § 787.06(13), Florida Statutes,when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Nongovernmental Entity's Name: Quality Enterprises USA, Inc. Address: 3494 Shearwater Street, Naples, FL 34117 Phone Number: 239-435-7200 Authorized Representative's Name: Louis J.Gaudio Authorized Representative's Title: Vice President Email Address: LGaudio©QEUSA.COM AFFIDAVIT 1 Louis J.Gaudio (Name of Authorized Representative),as authorized representative attest that Quality Enterprises USA,Inc. (Name of Nongovernmental Entity)does not use coercion for labor or services as defined in§787.06, Florida Statutes. Under penalty of perjury,I declare that I have read the foregoing Affidavit and that the facts stated in it are true. /-6- zs (Signature of authorized representative) Date STATE OF F'ioiU`t{t1 COUNTY OF Ldiier- Sworn to(or affirmed)and subscribed before me, by means of physical presence or❑online notarization this (-t i. t; day of '141.;u y, 20),5, by� c,�; J-C-,-A-ucl'o (Name of Affiant),who produced his Florida Driver's License as identification. Notary Public(not required when digital) q;;iY�;.,. MARCIE L.COHEN *= MY COMMISSION#i-`H 196569 r //14 2,'. ,��,;. EXPIRES:February 11,2026 w�°;' Bonded Thru Wan/Public Underwriters Commission Expires —;;— , Personally Known j81 OR Produced Identification ❑ Type of Identification Produced: O f f\ --f<fd 0id(i