Loading...
Backup Documents 05/27/2025 Item #16F 1 ORIGINAL DOCUMENTS CHECKLIST&ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 16 1- 1 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 Attorneys Office County Attorney Office 4T� 5/91161S 2. BCC Office Board of County Commissioners Chairman Rssyf? S/2'1 3. Minutes and Records Clerk of Court's Office 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 Mav 27,2025 Agenda Approved by the BCC Item 16.F.1 Number Type of Document Attached Recommendation to ratify administratively approved Number of Change Order No. I under Agreement No.23-8096 Original 1 with Heatherwood Construction Company,adding 78 Documents days to the Substantial Completion date and utilizing Attached $214,087.62 of the Owner's Allowance for Purchase Order No.4500229441 on the Pelican Bay New Maintenance Facility project,and authorize the Chairman to sign the attached Change Order.(Project No.50211) 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) I. 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 May 27,2025,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 Cam;//t/4 option for this changes,if applicable. 7J('1 line. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes r / N/A is not an directed by the BCC have been made,and the document is ready for the Chairman's signature. r 1 m L, option for this �J 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 16FCofer County Procurement Services Change Order Form Contract# 23-8096 CO#01 PO# 4500229441 Project#: 50211 Project Name: Pelican Bay New Maintenance Facility Contractor/Consultant Name: Heatherwood Construction Company Select One: ❑Contract Modification(Construction or Project Specific) 0 Work Order Modification Project Manager Name: Brian Mondgock Division Name: Facilities Management Original ContracVWork Order Amount $5,340,571.00 12/12/2023 Original BCC Approval Date;Agenda item# Current BCC Approved Amount $5,340,571.00 12/12/2023 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $5,340,571.00 4/10/2025 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change 4u o.00% Total%Change from Original Amount Revised Contract/Work Order Total $5,340,571.00 0.00% %Change from Current BCC Approved Amount Total Cumulative Changes so.00 o:00%a %Change from Current Amount Notice to Proceed 4/8/2024 Original NTP 390 Original Final 5/3/2025 Last Final 5110/2025 Date #of Days Completion Date Approved Date #of Days Added 78 Revised Final Date 7/27/2025 Current Substantial Completion Date 4/10/2025 (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 al!that apply to this Change Order request:(]Add Time;El Add funds;El Use of Allowance: 0 Modify/Delete existing Task(s);0 Add new Task(s);❑Reallocate funds;❑Other(must be explained in detail below) 1.)Detail of change/a to be made through this Change Order. This change order will add 78 days to the contract extending the current substantial completion date to 6/27/2025 and utilize$214,087.62 of the Owners Allowance leaving a balance of$185,912.38. WD#2$10,265.76-Issued to relocate wall penetrations above below ceiling height. WD#3$1,684.00-issued to furnish and install(2)Moen T8343 three function commercial shower system. WD#4$32,002.86-Issued to paint the proposed coiling doors green in an upgraded RAL color(RAL8028). WD#5$11,491.70-Issued to repair and level 33 feet of existing sanitary lateral line. WD#6$158,833.32-Issued to address multiple existing utility conflicts with the proposed drainage Infrastructure Installation,order additional drainage structures needed to reroute proposed drainage pipes around discovered utility conflicts,and perform additional exploratory work to Identify and resolve conflicts before Installation. 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. A project timeline extension was determined necessary due to an unforeseen delay caused by an FPL utilities relocation which Included transformer Installation,utilities easement changes,end lead time for FPL to acquire equipment and mobilization.Work could not continue on the affected portion of the site until the relocation was complete. WD#2•This change is a result of the construction conflict discovered during the HVAC rough-In related to the three east facing exterior well penetrations for Intake and exhausts. WD#3-The auxiliary shower fixtures were not on the approved plumbing drawings,approved submittal package or clarified during bidding. WD#4- The bid documents did not explicitly specify that the coil doors were intended to match the green color of the roof.A non-standard color Is required for this rnatch, and the contractor's bid included only standard color options. WD#5-This change Is a result of contractors inspection of the existing sewer lateral as required prior to commencing construction.The video evidence and supporting documentation Identified a in the sanitary lateral line that must be repaired prior to making sanitary connection for the new facility. W0116-The utility conflict were unknow until the excavation of the stormwater management system had commenced. 4.)Describe the Impact if this change Is not processed. Without the time extension,the project would not meet the final completion deadline WD#2-The three designed wall penetrations and exterior louvers would fall below the designed ceiling height and cause HVAC duct to protrude Info the finished areas. WD#3•The restroom showers would not have shower diverters,slide bar or handheld shower wands. WD#4-If the change In color was not approved,a standard factory gray finish on these doors would be provided. WD#5-The underground conduit work and the FPL relocation would not be comptote.1 his would Interfere with the northeast corner of the maintenance building end { perking lot, lWD#B•The stormwater management system would not be completed. Page 1 of 4 Change Order Form(2023_ver.1) CAS.) it 16F1 Clt;er Coty Procurement Services Change Order Form Contract# 23-8096 CO#01 PO#4500229441 Project#: 50211 Project Name: Pelican Bay New Maintenance Facility Contractor/Consultant Name: Heatherwood Construction Company 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 Utilize$214,087.62 of the This change order addresses Owners Allowance leaving a 9 1 balance of$185,912.38 for 78 468 the additional work required workdlrectivesfl2ihraughNB. in work directives#2 through Add 78 days to the project. g #6. I ❑Check here If additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form(2023__ver.1) 16FCpolter- County Procurement Services Change Order Form Contract# 23-8096 CO#01 PO# 4500229441 Project#: 50211 Project Name: Pelican Bay New Maintenance Facility Contractor/Consultant Name: Heatherwood Construction Company 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://cios.myflorida.corn/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. Mond ockBrian Digitally signed by MondgockBrian Prepared by: Date:2025.04,03 16:29:18-04'00' Date: Signature-Division Project Manager Brian Mondgock, Project Manager II, Facilities Management Printed Name Digitally signed by Jeff Davidson Accepted by: °'==- Date:2025.04.07 11:18:36-04'00' Date: Signature-Design/Engineer Professional (if applicable) Jeff Davidson P.E., President, Davidson EngineerinA!Inc. Printed /'me/Title/Company Name --- Accepted by: -'' �.. ,' Date: • 7,"2 o Z Sin cure-Contractor/Consuttan vnn p g Q/ dor"' Walter Crawford, President, Heatherwood Construction Company Printed Name/Titlei Company Name Co I e m a n C h a d Digitally signed by ColemanChad V G 1 1 ' ' 1 f I U Date: 2025.04.08 11:25:42-04'00' Approved by: Date: Signature-Division Director or Designee (Optional) Chad Coleman,Assistant Division Director, Pelican Bay Services Printed Name DelonyBrian Digitally signed by DelonyBrian Approved by: Date:2025.04.03 16:47:03-04'00' Date: Signature-Division Director or Designee(Optional) Brian DeLony P.E., Division Director, Facilities Management Printed Name Approved by: Date: Signature-Division Administrator or Designee (Optional) Printed Name _ Page 3 of 4 Change Order Form(2023_ver.1) CAr 16F Co County Procurement Services Change Order Form Contract# 23-8096 CO# 1 PO# 4500229441 Project#: 50211 Project Name: Pelican Bay New Maintenance Facility Contractor/Consultant Name: Heatherwood Construction Company FOR PROCURMENT USE ONLY FY 25 CHO Request# 642 B O W den n Stephanie h a f,-�•e Digitally signed by BowdenStephanie 11 l Date:2025.04.09 09:11:43-04 00 Approved by: Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: AdmInistrativek Administrative-BCC Report BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL ATTEST: Crystal K. Kinzel, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS ,,,-‘ehd"'Cattlptioller COLLIER COUNTY, FLORIDA 40 A fi igi r A4€4 0 Pi 4" ,-� Burt L. Saunders ,Chairman 9 •' ,r' nest as to Chairman's 4 { to H OW `' i, signature only Date: 512 ]l25 _.._ y.....,.,.; (SEAL) Agenda# IL F( __.___ pproved a Fo d L gallty: ty County Attorney _Slaa____ /t�c L Print Name I Page 4 of 4 Change Order Form(2023_ver.1) Cdt6(4.,A0 FACILITIES MANAGEMENT DIVISION 16 F j WORK DIRECTIVE CHANGE Pelican Bay New Maintenance Fac. CONTRACT: #23-8096 CHANGE: #2 - Wall to Roof Penetrations PROJECT NAME: Pelican Bay New Maintenance Fac. DATE OF ISSUANCE: 2/14/2025 EFFECTIVE DATE: 2/14/25 PO#4500229441 OWNER: Collier County Board of Commissioners PROJECT NUMBER: 50211 CONTRACTOR: Heatherwood Construction ENGINEER/DESIGN PROFESSIONAL: Davidson Engineering You are directed to proceed promptly with the following change(s): Relocate wall penetrations below ceiling height to "through Roof penetrations as called out in RFI 008. This issue stems from a construction conflict discovered at HVAC rough-in related to the three east facing exterior wall penetrations for Intake and exhausts. 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 ®Time and Material Not to Exceed (T&MNTE) ❑ Engineer's record Other ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time; $10,265.75 Increase or decrease by-o-calendar days. RECOMMENDED: AUTHORIZED: Dgitaly.n.rt by la.D.v1d.on.P.E. ou c.us, Digitally signed by E'M'ga 5 ° ;". MondgockBrian M°ndg°ck8rian Of'MNd.on E n.v ck•u.am a.on,ng Date:202502.14 12:54 11 NMfloaa 2 2am 141238 0.5133rdoco -05'00' O.le'.'10Y.0i.t�t 13l.30-0SVO' By: Engineer of Record By: Brian Mondgock, PMP Project Manager(l Lee Davidson Owner's Representative; Facilities Management { CA0 16F ' heatherwd COAI9 AUt EIONCOMPANV HEATHERWOOD CONSTRUCTION COMPANY Pelican Bay Maintenance Facility RCO 007-Ver 3-Changes to OAU Intake and Exhausts 2/9/2025 Project Name: Pelican Bay New Maintenance Facility CC PM Name: Brian Mondgock HCC Job No. 2318 Address:6200 Watergate Way Job Name: PBMF Naples Florlda P011 4500229441 Cost Code: Multiple•See below and Attached DESCRIPTION SCOPE OF WORK: Maintenance Building Changes to OAU intake and 2 exhaust CC Budget Summary This change is a result of the construction conflict discovered at HVAC rough-In related to the three east facing exterior wall penetrations for Intake and exhausts.The design created wall penetrations below the ceiling heights and door header heats,RFI 008 question and answer to change these three opening to a"through roof" exhaust and Intake has created a cost for this change.This change and the supporting documentation including the masonry Will and addition roof penetrations.If this 1 change order is not processed,the three designed wall penetrations and exterior louvers will fall below the designed ceiling height and be visible in the finished areas. 2 Infill existing masonry openings•Subcontracted with Ogden 3000 $2,860.00 3 Roofing•Suhcobntracted by Apple Roofing 7000 $2,470.00 4 New Gravity vents and OAU intake-Subcontracted with Mechanical contractor 15000 $3,500.00 S General Conditions-See attached 1000 $502.50 Subtotal $9,332.50 Builders Risk $0.00 General Contractors OH&P 10% $933.25 TOTAL $10,265.75 Date: Project Manager: A:444d &nasfacs& CAC) 1b F I Code Description Qty Unit Change NOTES 01000 General Conditions To Y� r,lra n6,- " �t5t+.i ual•(.bn U 9,p f+-; / �. � �ih : go+z. . a. �.:... .ft. Project Mana,per 4 $ 110.00 $ 440.00 Superintendent 0 $ 96.00 $ - General Superintendent 0 $ 110,00 $ - GL Insurance Admin 1 $ 62.50 $ 62.50 • :'i.; a.Llt.i..7_lijitta 5t"infr' 1. .,. OIc den $ 2,860.00 Apple Rooting • f a T434y --4' " Holiday Mechanical $ 3,500,00 SUBTOTAL $ 9,332.60 Builders Risk Insurance t - GC Fee 10%per contract $ 933,25 • .vs;;X am._ 4.- 7;i174c'" 1': iifi. igiali`tilt ilu 'na a* 'k . +• CAC; 1 6 F 1 i F . n __. Potential Change Order Date Estimate# J . February 7,2025 CORD°I STRUCTURAL coNrruicrcw s Ogden Brothers Construction,LLC. Heathenvood Construction Company l Tom Rab Lane 0400128.Pelican Bay Maint Facility 6200 Watergate Way Fort Myers,33907 239 333-4321 Naples, FL 34108 Description Total The following change order is for Concrete and Masonry—Will 3 existing exterior wall openings.(I 8x 12", 24x12",24x18"). — Equipment 600.00 — Labor 1,918,00 Material342.00 CUSTOMER APPROVAL: Total $ 2,860,00 Print Name: Signature: Date: CNO r, 16F1 ESTIMATE Saint Raphael Roofing powered by Apple Roofing Sales Representative 7911 Drew Circle Fernando Lugones ` V ^� apple Fort Myers,FL 33967 (239)272-3268 R O O F i tJ G �p (239)220-5120 fernando.lugones@appleroof.com LIC CCC 1334962 roofing Heatherwood Construction • Job#24SRR52860-Pelican Bay Maintenance Facility Gutters Estimate# CO 001 6200 Watergate Way Date 2/7/25 Naples,FL 34108 Estimate valid for 15 days. Description • Amount Pelican Bay Maintenance Facility- RFI 008 Revised M-2 drawings dated 12/6/2024 $2,470.00 Cut three openings through dry-in and patch dry-in as needed following vent installation by others. Flashing for three new roof vents(installed at same time as roof panels) Paint all three penetrations to match root color Terms and Conditions Sub Total $2,470.00 All material is guaranteed to be as specified,All work to be completed in a workmanlike manner according to standard practices.Any alterations or deviations Total $2,470,00 from the above specifications Involving extra cost would be executed only upon written orders and It would become an extra charge over and above the estimate. Acceptance of the Proposal-The above prices,specifications,and conditions are satisfactory and are hereby accepted.You are authorized to do the work as specified. Payment will be made as outlined above. I hereby authorize the following Items I hereby authorize the work indicated above payment terms:Upon completion of work,Credit card payments incur an additional 3%charge to all invoices. Amount Signature Date C A O 'il 16F1 . A/C SERVICES, LLC t = HOL:fAle MECHANICAL A/C, SERVICES, i..L.:. 17051 JEAN ST., SUITE #6, FORT MYERS, FL 33967 (239) 437-7823 Office (239) 437-7824 Fax info@holidayac.com Pelican Bay Maintenance Facility — RFI #8 February 7, 2025 Proposal Summary Maintenance Building Per RFI#8 - Provide&Install (2) Gravity Vents, (1) for Outside Air Intake (Large.Enough to Accommodate both Outside Air Ducts), (1) for Exhaust. These are NOA (Hurricane Rated) Gravity Vents. Lead Time is 6-8 Weeks Maintenance Building Total: $3,500.00 HOLIDAY MECHANICAL A/C SERVICES, LLC is pleased to present this proposal to Heatherwood Construction for Pelican Bay Maintenance Facility, based on mechanical plans dated 6/8/2023 and our field verification. Approval Signature: Date: CAO 16Fi FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE Pelican Bay New Maintenance Fac. CONTRACT: #23-8096 CHANGE: #3 - Additional Shower Plumbing PROJECT NAME: Pelican Bay New Maintenance Fac. Fixtures DATE OF ISSUANCE: 2/14/2025 PO#4500229441 EFFECTIVE DATE: 2/14/25 OWNER: Collier County Board of Commissioners PROJECT NUMBER: 50211 CONTRACTOR: Heatherwood Construction ENGINEER/DESIGN PROFESSIONAL: Davidson Engineering You are directed to proceed promptly with the following change(s): Furnish and install (2) Moen T8343 three function commercial shower system as outlined in RFI 009. 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 ®Time and Material Not to Exceed (T&MNTE) ❑ Engineer's record Other Other Estimated increase(decrease) in Contract Price Estimated change in Contract Time: $1,694,00 Increase or decrease by-o-calendar days. RECOMMENDED: AUTHORIZED: O(g4a11y signed by Let()Mean,P.E Cd1 CAA E•NaQdandetneng4gaaag com, D.Da er Eng+.wikp.Ino'.GNe Lae Dlgniy signed by MondgockBrlan —��•.,L-----p a.an l am spga»qq Ines aa<vnent Mon d g o c k B r i a n Daley 2025.02.14 12:54,31OS'D0� D.1.:2079D71.17]);0D0500' By: Engineer of Record By: Brian Mondgock,PMP Project Manager II Lee Davidson Owner's Representative: Facilities Management c. tO 16F1 heatherw o'bd ,pbomfrurtbiiic,ur; HEATHERWOOD CONSTRUCTION COMPANY Pelican Bay Maintenance Facility RCO 005 RCO-Ver 4-Additional shower plumbing fixtures 2/9/2025 ?",' ., . 4 ,».- as rg"'rl°4-. ,_,'" sw+'``,n: r'_`?^a' 4' ' t,,0-r,rxM°, W >a �"-, h '"";'`,. R' 'fir * sx fit' k 1W, Project Name: Pelican Bay New Maintenance Facility CC PM Name: Brian Mondgock HCC Job No. 2318 Address: 6200 Watergate Way Job Name: PBMF Naples Florida POtf 4500229441 Cost Code: Multiple-See below and Attached DESCRIPTION SCOPE OF WORK: Additional Plumbing following RFI 8009 CC Budget Summary This change as a a result of the RFI 009 from Stafford engineering is for additional plumbing fixtures at the restroorn showers.These auxiliary shower fixtures were not on the approved plumbing drawings,approved submittal package or clarified during bidding.If this change order is not processed,Collier County will not have shower diverters,slide bar or handheld shower wands SCOPE OF WORK:Furnish and install(2)Moen T8343 three function commercial shower system. "Quote includes backing for plumber provided and installed slide bar. "Shower drain to remain as initially submitted and approved. 1 15000 $1,085.00 2 General Conditions-See attached 1000 $455.00 Subtotal $1,540.00 Builders Risk $0.00 General Contractors OH&P 10% $154.00 TOTAL $1,694.00 Date: Project Manager:°N.claee F2ucial"'i 16F1 ieatherw41'. Pelican Bay Maintenance Facility iV ° : 3 0 Estimate.•RFI 9-Vor 4-Additionai:.s pr:_plumbing fixtures Code Description Qty Unit Change NOTES 01000 General Conditions To tclafalfaMtiFiefEllr � $ 110.00 $ 330.00 i •• '•- 3 `-.`.w�`"."; .r Admen 2 $ 02.50 $ 126.00 Furnish and install(2)Moen T8343 three(unction commercial shower s stem. _-_- $ 1,086.00 MOM SUBTOTAL_- $ 1 640.00 Builders Risk Insurance $ - GC Fee 10%per contract $ 1sa.00 CA() 16F1 Building Contractor CBC:'1.2623 i '1 iL fir l i Electrical Cor tractor ECI3010936 irL 11 Plumbing Contractor Cf:14 30250 Roofing C:ontractar CCC'133 1681 CON .T R ACTING` Contractor: Heatherwood Construction Proposal Date: 2/7/2025 Project: Pelican Bay Maintenance Building Change Order#1 6200 Watergate Way Naples, FL 34108 Plumbing Proposal SCOPE OF WORK: Furnish and install (2) Moen T8343 three function commercial shower system. *Quote includes backing for plumber provided and installed slide bar. *Shower drain to remain as initially submitted and approved. EXCLUSIONS: *Permit& engineering fees. *Grab bars, seats and other ADA shower accessories to be provided and installed by others. TOTAL BID: $1,085 This proposal is valid for 30 days. After that time, it could be subject to changes in material and labor costs increases. Should there be extensive delays after the contract is awarded due to circumstances outside of our control this proposal may also be subject to a cost increase. This proposal constitutes the entire understanding between the parties engaged in this agreement, All alterations to this agreement must be in writing and executed by an authorized representative for each party. Upon execution this proposal will constitute a valid and binding agreement between the parties Approval Signature: Titan Contracting LLC., 2558 Fourth St, Fort Myers, FL. 33901 www.YourTitanTeam.com 1239.689,5060 (PHONE) 1239.791 .8225 (FAX) FACILITIES MANAGEMENT DIVISION 16 F 1 WORK DIRECTIVE CHANGE Pelican Bay New Maintenance Fac. CONTRACT: #23-8096 CHANGE: #4—Color Match, Coiling Doors to PROJECT NAME: Pelican Bay New Maintenance Fac. Roof Panels DATE OF ISSUANCE: 2/14/2025 PO#4500229441 EFFECTIVE DATE: 2/14/25 OWNER: Collier County Board of Commissioners PROJECT NUMBER: 50211 CONTRACTOR: Heatherwood Construction ENGINEER/DESIGN PROFESSIONAL: Davidson Engineering You are directed to proceed promptly with the following change(s): This request is to paint the proposed coiling doors green in an RAL color(RAL6028). This color will match the green color specified for the roof panels as requested by PBSD. This custom green color is an upgrade from the standard coiling door colors. 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 ®Time and Material Not to Exceed (T&MNTE) ❑ Engineer's record Other Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: $32,002.85 Increase or decrease by-o-calendar days. RECOMMENDED: AUTHORIZED: DI9„Y9r signed by lee oe.id.an,a.E. ON.GUS.E.Ieei2Orddsonengineednp con 0,Doldson Enelneennd.Inc".CNaee Dlgllally signed by Mondgock8rian D.Hde4n.P E" Mon d g('�oc k B r i a n NIL Nis document `,J' Date:2025.02.14 92:54:54-05'00' -.. Orb:2025 02.14 12'.37.09.05'00' By: Engineer of Record By: Brian Mondgock, PMP Project Manager 11 Lee Davidson Owner's Representative: Facilities Management C/tO 1 6 F 1 heatherw:ri'8d CONSTE I JO r10N COM PAN y HEATHERWOOD CONSTRUCTION COMPANY Pelican Bay Maintenance Facility RCO 004-Ver 4-Color Match to roof panels on Coiling doors 2/9/2025 Project Name: Pelican Bay New Maintenance Facility :C PM Name: Brian Mondgock HCC Job No. 2318 Address: 6200 Watergate Way Job Name: PBMF Naples Florida P011 4500229441 Cost Code: Multiple-See below and Attached DESCRIPTION SCOPE OF WORK: Upgrade finish on all Coiling doors to RAL color CC Budget Summary This change is a result of the Instructions recieved during the submittal process that the coiling door color would need to match the roof color.The roof color was selected as a classic green from sentri-clad.The matching green In a RAL color Is RAL6028.This is an upgrade from the standard colors provided by the specified manufacturer Wayne Dalton of Grey,White,Beige and Brown.Per drawing T2.2 Specification 083323-Overhead Coiling doors Section 2.2/A"Finish"the required finish on the doors are to be"shop coat of rust inhibitive primer on non-galvanized surfaces and operating mechlnisms"and not the full range of RAL colors that are considered available option.There are 13 coiling doors that are being requested to match the selected Classic Gees roof panel,If this change order is not accepted or 1 work directive Issued,the doors order will be delays and a standard factory gray finish on these doors will be provided. 2 RAL6028 paint color selected from the Orylac chart to match roof panels 8000 $28,756.00 3 General Conditions-See attached 1000 $337,50 • Subtotal $29,093.50 Builders Risk $0.00 General Contractors OH&P 10% $2,909.35 TOTAL $32,002.85 �y/�,�/-�,f Date: Project Manager:7tiGlaee EVairde Owner: I'. I. 6 F I RCO 004.070.011414.411A3 Code Description Gay Unit Change NOTES 01000 General Conditions To 4trWiStbiN41 to'till'I. Project Manager 2,5 $ 110.00 $ 278.00 Superintendent 0 $ 96.00 S - General Superintendent 0 110,0D $ • GL Insurance $ • Admin 1 $ 62.50 62.60 ' 1• _ -'-- Upgrade to a standard RAL color selection SUBTOTAL $ 29,093.60 Builders Risk Insurance s - GC Fee lo%per contract $ 2,009.36 MgRi -?7:2;;Itilrfr- - 16F1 WayneWayne-Dalton Dalton, P. O. Box67 Mt, Hope, OH 44660 GARAGE DOORS Phone: 800-827-3667(DOOR) Fax: 330-763-8042 www.Wayne-Dafton.corn February 9, 2025 RE: Wayne Dalton Rolling Steel Service Doors Subject: Color Availability To whom it may concern, Please be advised Wayne Dalton rolling steel doors' standard finishes are gray, white, beige, and brown. We also offer just under 200 RAL finishes at an additional cost. Please feel free to contact me if you have any further concerns or questions. Best Regards: Bryan J. Foutz Eastern Regional Commercial Sales Manager Wayne Dalton a division of Overhead Door Corp. { (M) 404-670-8179 bfoutz(a�wayne-dalton.com The Genuine.'Phe Original. Overhead Door Corporation Tom, - " i111 A Subsidiary of Sanwa Holdings Corporation �o " ° 1 l Hopp \Tonca) CS° 16F 4 D&D GARAGE DOORS, INC. D eaRATGp Commercial Division & 1177 Cattlemen Road DOORS Sarasota, FL 34232 Telephone: 941-371-7242 Fax: 941-377-2979 soo,sFc • To: Heatherwood Construction Co. JOB location: 8880 Terrene Ct. Bonita Springs, Fl. 34135 Pelican Bay Maintenance Facility Michael Brunoli (239) 427-6017 6200 Watergate Way mpb@heatherwoodconstruction.com Naples, Fl. 34108 CHANGE ORDER REQUEST Adder for Standard RAL Powder Coating Finish as selected from the Tiger— Drylac chart of standard colors $ 28,756.00. • We hereby propose to complete in accordance with above specification, for the sum of$ Signature Date: 2/9/25 Chuck Price/Commercial Division Terms and Conditions Prices are subject to change if not accepted in 30 days. Prices are subject to change if job site delivery of material ordered is not completed in 90 days from acceptance date. In the event the purchaser breaches or defaults under the terms of provisions of this agreement, the purchaser shall be responsible for the costs of collection, including reasonable attorney's fees. The seller shall be entitled to full and final payment on the purchase order. There shall be a 1-'/4 percent service charge for all payments due and owing after 30 days. (Agreements are contingent upon accidents or delays beyond our control.) Acceptance: Terms, price, and specifications on this proposal are hereby accepted and authorized. Purchaser: Signature: Title Date is C'AO 16F1 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE Pelican Bay New Maintenance Fac. CONTRACT: #23- 8096 CHANGE: #5— Existing Sanitary Lateral Repair PROJECT NAME: Pelican Bay New Maintenance Fac, DATE OF ISSUANCE: 2/14/2025 EFFECTIVE DATE: 2/14/25 PO#4500229441 OWNER: Collier County Board of Commissioners PROJECT NUMBER: 50211 CONTRACTOR: Heatherwood Construction ENGINEER/DESIGN PROFESSIONAL: Davidson Engineering You are directed to proceed promptly with the following change(s): Repair& level 33'of existing sanitary lateral line as needed to make fully functional and ready to tie into remainder of the sanitary system. 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 ®Time and Material Not to Exceed (T&MNTE) ❑ Engineer's record ❑ ❑ Other Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: $1 1,491.70 Increase or decrease by-o-calendar days. RECOMMENDED: AUTHORIZED: i QG.Uh stntd by L..o.4.on.P E. Du o•us. Digitally signed by / EN..®d.Nd.oMrgine.rbq.com, MondgockBrian Date 2 25Brian Dindwn,P.E' 4742'i Cau m.ds, " Date:2025.02.14 12:55;17 o.,2O2 z.i.ixi�aeosnD •05'00' { By: Engineer of Record By: Brian Mondgock, PMP Project Manager II Lee Davidson Owner's Representative: Facilities Management CAC) 1 6 F 1 heatherwro''+ d cbV RUcnoNcoi'Nv48j'; tr HEATHERWOOD CONSTRUCTION COMPANY Pelican Bay Maintenance Facility RCO 002-Ver 6- Existing Sanitary lateral repairs 2/9/2025 Project Name: Pelican Bay New Maintenance Facility CC PM Name:Brian Mondgock HCC Job No, 2318 Address: 6200 Watergate Way Job Name: PBMF Naples Florida PO9 4500229441 Cost Code: Multiple-See below and Attached DESCRIPTION SCOPE OF WORK: Repairs to existing Sanitarty Lateral CC Budget Summary This change Is a a result of contractors inspection of the existing sewer lateral as required by the contract documents prior to commencing construction.This change and the supporting documentation Including the sewer camera video as well as Davidson Engineering response to the submittal 033;this change proposal Is submitted formally for Collier County review.Video evidence and supporting documentation of the appearent dip in the sanitary lateral line must be repaired prior to making sanitary connection for the new facilities. Although,the exploration and documentation of the condition of the lateral Is required by the contract,any subsequent repairs are not.If this change order is not processed,Collier County will need to perform the work under Its own forces.If this UG conduit work and the FPI relocation is not complete,the NE corner of the 1 maintenance building and parking lot cannot be completed. 2 Field repairs to level 33"of existing sanitary lateral line-Subcontracted with Haskins 2000 $8,767.00 3 Private GPR locates required prior to excavation-Subcontracted with Earthview 2000 $760.00 4 General Conditions•See attached 1000 $920,00 Subtotal $10,447,00 Builders Risk $0.00 General Contractors OH&P 10% $1,044.70 � TOTAL $11,491.70 Date: Project Manager: itee t evotoei, C Nei 1 6 F a Wafkoilitsr heather w • f.15 • ' Code Description Qty Unit Change NOTES 01000 General Conditions To Ilk41'hi h, Project Manager 6 $ 110.00 $ 550.00 Superintendent 2 $ 96.00 $ 190.00 General Superintendent 0.6 $ 110.00 $ 66.00 CL Insurance $ Admin 2 $ 02,50 $ 125.00 1 , Earth View $ 760.00 GPP ocr Haskins SUBTOTAL $ 10,447.00 Builders Risk Insurance GC Fee 10%per contract 1,044.70 ___:s rf.-4,.-.1i5:-1.4',.afillaltLijoirszoY`tm.4::m723-eg.t.t.:33sK,.,:i-t_Pofzfr.) ® 3494 Shearwater Street 1 b F ® EEARTHVIEW FL 34117 Phone: 239.435,7200 Fax:239.43.5.7202 Serv. Site: Pelican Bay Maintenance Facility Customer: Heatherwood Construction Company Address: 6200 Watergate Way Address: 8880 Terrene Court, #101 Naples, FL 34108 US Bonita Springs, FL 34135 US Req. By: Michael Brunoli On: 2/7/2025 Contact: Michael Brunoli Phone: 239.427,6017 Phone: 239.427.6017 Description: Scope 1: Ground Penetrating Radar and Electromagnetic locating will be used to locate utilities for directional bore in marked area per print supplied by customer, see appendix A. Reporting is limited to paint and flag findings In field. Upon customer's request, additional reporting can be supplied at an additional cost with advanced notice before signing proposal. Additional reporting consists of Google Earth diagram. Diagram is not survey grade. Utility Locating billed at time and material with a 4-hour minimum required per trip, Any additional hours will be billed at stated T&M rate. Our services are provided"As is."We make no representation or warranty of any kind. SERVICE '";4*:if 'W,: "-akft" FtAAE UNIT UM TOE Utility Locating with Ground Penetrating Radar(Per Hour) 190.00 4.00 HRS 760.00 ESTIMATE Plsctalmer Locating underground utilities is not an exact science.Therefore,Earth View,LLC("EV")expresses no guarantees that using one of any of the available technologies for identifying utilities/structures will identify BE utilities/structures and/or meet the objective of each individual project.By authorizing,it is understood that limitations within the available technology,the complexity of site conditions and circumstances beyond the control of EV may limit the performance/results ofthe EV services.The services provided by EV shall he performed in accordance with generally accepted professional practices as related to nature of services performed,EV cannot guarantee that all utilities within any given survey area will be identified as a result of inherent limitations with the technology and existing site conditions.The Project Owner and any of its subcontractors shall hold harmless and indemnify EV against any and all losses as a result of inability to locate or mislocate due to limitations within the available technology,the complexity of site conditions and circumstances beyond its control. Hand digging is required in all situations when excavating within 24"of Earth View,LLC markings. Customer Name(Print) Customer Signature Date Juvenal Galue 94w-ettaltlakz 2/7/2025 EV Name (Print) EV Signa Date Page 1 of 1 Quote:1921 16F1 Heavy Utility Construction Serving S.W.Florida for aver 30 years Haskins Inc. 10956 Enterprise Ave. Bonito Springs, FL 34135 Ph.239.947-1846 Fax.239-947-3857 Water,Sewer Drainage,Excavation Proposal Date: 2/7/2025 Old Title: POMF Change orders 4 Submitted To: Heatherwood Construction Project Location: Naples,FL Engineer: Plan Date: Contact: Estimated Item Description Unit Quantity Unit Price Total Pelican Bay Maintenance Facility Change Order H 4 I `Repair Dip is Sewer lateral 1 IS 1 1 $ 8,767.00 $ 8,767.00 Subtotal S 8,767.00 Accepted: By: Haskins Inc. Date: Date: • 9, a 16F1 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE Pelican Bay New Maintenance Fac. CONTRACT: #23-8096 CHANGE: #6—Drainage Utility Plan Changes PROJECT NAME: Pelican Bay New Maintenance Fac. DATE OF ISSUANCE: 2/21/2025 EFFECTIVE DATE: 2/21/2025 PO#4500229441 OWNER: Collier County Board of Commissioners PROJECT NUMBER: 50211 CONTRACTOR: Hcatherwood Construction ENGINEER/DESIGN PROFESSIONAL: Davidson Engineering You are directed to proceed promptly with the following change(s): This request provides the contractor with additional funds to address multiple existing utility conflicts with the proposed drainage infrastructure installation, order additional drainage structures needed to reroute proposed drainage pipes around discovered utility conflicts,and perform additional exploratory work to identify and resolve conflicts before installation. 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 IZITime and Material Not to Exceed (T&MNTE) ❑ Engineer's record Other Other Estimated increase(decrease) in Contract Price Estimated change in Contract Time: $158,633.32 Increase or decrease by-o-calendar days. RECOMMENDED: AUTHORIZED: Dlpta5y signed by Lee David.on,P.E. Digitally signedby 051:C.us, g' y EN<eed.Hd.en.n�n..dn,.<om, MondgockBrlan D.•Da la Enan..dna Inc•,cN."Le. M O n d g o c k B r i a n Date:2 2k5.02.28 10:52:02 Davidson,P,E" Reason:I am approving mi.dooum.nl -05'00' 0a1e'2025.02.21 13 2):10-45'00' By: Engineer of Record By: Brian Mondgock,PMP Project Manager II Lee Davidson Owner's Representative: Facilities Management CAO 1 6 FIffl PA EM HERTHERWOO❑ HEATHERWOOD CONSTRUCTION COMPANY Pelican Bay Maintenance Facility RCO 0013-Ver 3-Utility Plan Changes 3/10/2025 Project Name: Pelican Bay New Maintenance Facility CC PM Name: Brian Mondgock HCC Job No. 2318 Address:6200 Watergate Way Job Name: PBMF Naples Florida POI)4500229441 Cost Code: Multiple-See below and Attached DESCRIPTION SCOPE OF WORK: Revised Utility Plans C-21.00 Dated 11.18.24 CC Budget Summary Following the submittal process for underground drainage structures,underground utility installation started.From the start of excavation, the abundance of existing and undocumented utililties on the property would prevent installation of designed and bid and drainage system. To identify existing unknown utilities and conflicts,Heatherwood commissioned the the potholling at all of the proposed storm drainage structures and provided Davidson Engineering an as-built survey of existing conditions and conflicts that were discovered so a system redesign could be developed by Davidson.The redesigned storm system adjusted pipe,locations and either modified or replaced storm structures previously approved and purchased. The following detailed request for change,accounts for the drainage structures that require modification,replacement or relocation as a result of the redesign and made part of this change order request detailed as C21.00"Master Drainage Plan"dated 11.18.24. 1 Underground Locates 2000 $760.00 2 Underground Site Utilities•Equipment 2000 $70,875.00 3 Underground Site Utilities-Labor 2000 $52,700.00 4 Underground Site Utilities-Material 2000 $15,231,60 5 General Conditions-See attached 1000 $2,430.00 Subtotal $141,996.60 General Contractors OH&P 10% $14,199.66 Haskins Markup $1,523.16 Haskins Tax $913.90 TOTAL $158,633.32 Date: Project Manager:WeiG4a.tre srtttatoe 16F1 j j y � HEATHERWOC]O a 42 p qq� lly 1 �T r(.�•jy ''a f �w ar a n}�? 6ei ® <...,.,... Jr,7 ;`�Y f•! f{� 4A1' Code Description Qty Unit Change NOTES 01000 General Conditions To �.. � _ Project Manager 8 $ 110.00 $ 800.00 Superintendent 0 $ 95.00 $ • General Superintendent 0 $ 110.00 $ • GL Insurance $ 1,425.00 Admin 2 $ 82.50 $ 125.00 (hit Underground Locales _ $ 760.00 I day Site Utilities Equipment S 70,875.00 seranachaepaaaupanamp,kac.,n Site Utilities labor $ 5$700.00 Sae auacerd aackup and Brea kaorvn Site Utilities Materiel S 15,201.80 See coached 6acaup ane Breakdown SUBTOTAL $ 141,996.60 GC Fee 10%per contract S 14,199.86 Haskins Markup S 1,523.16 Haskins Tax $ 913.90 ,y fro "3?S-a.a...::141:h' -..TEIM ASES.a ., .a. £Lr.^a.k...cc. .rz t*l Le �_ fir.'.'_.. Ij 4{f 1 3494 Shearwater Street L 4/® Naples, FL 34117 Phone: 239,435.7200 EARTHVI LW Fax:239.435,7202 Serv. Site: Pelican Bay Maintenance Facility Customer: Heatherwood Construction Company Address: 6200 Watergate Way Address: 8880 Terrene Court, #101 Naples, FL 34108 US Bonita Springs, FL 34135 US Req. By: Michael Brunoli On: 2/21/2025 Contact: Michael Brunoli Phone: 239.427.6017 Phone: 239,427.6017 Description: Scope 1: Ground Penetrating Radar and Electromagnetic locating will be used to locate utilities for directional bore in marked area per print supplied by customer, see appendix A. Reporting is limited to paint and flag findings in field. Upon customer's request, additional reporting can be supplied at an additional cost with advanced notice before signing proposal. Additional reporting consists of Google Earth diagram, Diagram is not survey grade. Utility Locating billed at time and material with a 4-hour minimum required per trip. Any additional hours will be billed at stated T&M rate. Our services are provided"As is."We make no representation or warranty of any kind. SERVICE '� " {���x p� �+ �yyy}�{{.r�n'�{� •� 2,4A Utility Locating with Ground Penetrating Radar(Per Hour) 190.00 4.00 HRS 760.00 � '< 'r .. ESTIMATE ` 1 - t t + , Disclaimer Locating underground utilities is not an exact science.Therefore,Earth View,LLC("EV")expresses no guarantees that using one of any of the available technologies for identifying utilities/structures will identify gjj utilities/structures and/or meet the objective of each individual project.By authorizing,it is understood that limitations within the available technology,the complexity of site conditions and circumstances beyond the control of EV may limit the performance/results of the EV services.The services provided by EV shall he performed in accordance with generally accepted professional practices as related to nature of services performed.EV cannot guarantee that all utilities within any given survey area will be identified as a result of inherent limitations with the technology and existing site conditions.The Project Owner and any of its subcontractors shall hold harmless and indemnify EV against any and all losses as a result of inability to locate or n»slocate clue to limitations within the available technology,the complexity of site conditions and circumstances beyond its control. Hand digging is required in all situations when excavating within 24"of Earth View,LLC markings. Customer Name (Print) Customer Signature Date is Juvenal Galue �i e C2�ct� 2/21/2025 EV Name(Print) EV Signa re Date is Page 1 of 1 Quote:1921 • 16 F 1 h C�rue+en�Iliay HASKINS IfVC 1 p^■i 10900 Enlorprisn Avnuun• Bonita RDrinL3 .FL 34135 PH.(239)047 1840 ...FAX(239)947.3867 • • BILLED TO: Hoatharwood n P.O.N: INVOICE p: 27p1/2028' - COMMENCEMENT DATE: INVOICE OATS: BATE A TIME CALL REC'VD WORK ORDER it: COMPLETION GATE: Order and Install new strueturas par redeaIgn that was Flooded to evold PROJECT NAME: DESCRIPTION OF WORK ma(or unforeseen oonflels.Addlilonal lime Io modify struamures per PERFORMED: redesign end to deflect multiple coRlcle Mat ware discovered during oxploratory efforts Including ntulllipla duct banks at sirucluro location and In nip,tune. • • ETND IIRS IDL! IDLE HR9 ETAMM AFTER EQUIPMENT DESCRIPTION UNIT OTT STND UNIT UNIT TOTAL LABOR DESCRIPTION NUMBER pD STIR)HRS. HAS AFTER HRS. TOTAL HRS PRICE HRS PRICE OF MEN HRS.IMA UNIT PRICE OH/ UNIT PRICE N MAN 45 TN EXCAVATOR HR $ 276,00 $ 137,50 $ PROJECT MANAGER 10 I$ 110,00 $ . 165,00 $ 1,100,00 40 TN EXCAVATOR WI HAMMER HR_ ,$ 200.00 $ 140.00 3 - SUPERINTENDENT 40 $ 90.00 $ 135,00 5 3,600,00 251N EXCAVATOR HR I 150 $ 185.00 $ 82.50 $27,750.00 FOREMAN 150 S 76.00 $ 112.50 511,260,00 MIDI EXCAVATOR HR $ 140,00 $ 70,00 $ EQUIPMENT OPERATOR 150 5 70.00 ,$ 105.00 $10,500.00 MINI EXCAVATOR HR $ 130.00 $ 65.00 3 PIPE LAYER 150 S 65.00•_ $ 97.50 $ 9,760.00 MINI EXCAVATOR WIHAMMER HR $ 150,00 $ 75,00 3 • PIPE LAYER 150 5 65.00 $ 97.50 $ 9,750.00 RUEBER TIRE DACKHOE HR $ 110.00 $ 55.00 3 - J PIPE LAYER 3 85.00 5 97,50 $ • 20 TN LOADER HR 5 185.00 1 92,50 5 - LABORER 160 I$ 45.00 5.. 67.60 5 6,750.00 15 TN LOADER HR 5 150.00 $ 75.00 3 • LABOR SUBTOTAL: -- $52,71107K1 6 TN LOADER HR 5 115.00 1 57,50 5 • BOX BLADE HR 3 95.00 3 47.50 S - TRACK SKID STEER IrR $ 95,00 $ 47,50 5 • MATERIALS INCLUDING 10%MARK UP 15,000 LB DOZER HR $ 110.00 S 55.00 3 - MATERIALS DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 35,000 LB DOZER HR $ 130.00 65,00 $ . STR•11).5 1 EA 53,133.79 3 1,133,79 MOTOR GRADER(SMALL) HR $ 110,00 55.00 $ • STR•106 1 EA $2,334 55__. 3 2,334.45 MOTOR GRADER(LARGE) H, $ 126,00 62,50 $ - STR•109 1 EA 53,470,96 $ 3.472,95, PAVER(SMALL) HR _ $ 106,00 52,50,$ • STR•1 H I EA 51,045,46 $ 1,045,45 ASPHALT MILLING MACHINE HR $ 375,00 167.50 5 • STR•112 I EA $2.209.65 $ 2,269.65 $TON VIBRATORY ROLLER HR $ 45.00 22.50 $ • 3TR•113 I EA $2,977.31 $ 2,977,31 $TON VIBRATORY ROLLER HR $ 55.00_ 27.50 $ $ 1-TON ASPHALT ROLLER HR 5 45.00 22.50 $ • 7.70)4 ASPHALT ROLLER HIT $ 55.00 27.50 S - 3 • DUMP TRUCK HR $ 125,00 82.SU 5 SubTaUl $152.71,60 ROLL OFF TRUCK HR $ 135,00 67.50 5 • lOS $ 1,523,16 • LOWBOY TRACTOR HR $ 145,00 72,50 $ • TeX $ 913,90 21/2 TON FLATBED HR 5 85,00 $2,50 3 • Fuel Surcharge $ • ROCK CRUSHER HR $ 290.00 145.00 S • Frol9hl $ • SCREENER PLANT HR $ 270,00 135.00 $ - TOTAL: $17,868.66 SOIL STABILIZER HR , 5 235.00 117,50 $ • STREET SWEEPER HR 5 50,00 25,00 S • t LIGHT PLANT HR $ 20,00 $ 10,00 5 SUBCONTRACTORS INCLUDING 15%MARK UP VACCUM TRUCK HR $ 200.00 $ 100.00 $ SUBCONTRACTORS QUANTITY UNIT UNIT PRICE TOTAL VACCUM WAGON HR $ 85.0D $ 42.50 5 • $PUMPER TRUCK HR $ 300.00 $ 150.00 S $ • WATER TRUCK HR $ 125,00 5 82,50 5 • S • MOT•BARRIER WALL(EA.) HR $ 3,00,, $ 1.50 $ • $ • MOT•BARRELL(EA) HR $ 1 75 9 0.63 $ • $ • MOT•CONES WA,) HR 5 0,50 $ 025 3 • $ • MOT•SIGNS(EA) HR 5 1,00 $ 0,50 $ • $ • 2DCY DUMPSTER EA $ 476,00 $ 237,60 $ 9 • 3"HYDRAULIC PUMP HR $ 66,00 $ 27,50 5 • $ 4"HYDRAULIC RUMP HR I 126 S 65,00 $ 32.50 $ 8,125,00 '$ 6"HYDRAULIC PUMP HR $ 75.00 $ 07,60 S Subrulel $ ' 6"HYDRAULIC PUMP HR $ 05.00 $ 42,50 3 % $ ID"HYDRAULIC PUMP Nq S 105.00 $ 52,50 3 - Texee S • WELL ORILUNG RIG HR $ 225.00 $ 112.50 S TOTAL: $ • WELL POINT SYSTEM HR I 125 $ 250.00 $ 125,00 5 31,250,00 6"VACUUM PUMP HR $ 50.00 $ 25,00 3 S"VACUUM PUMP HR 5 70.00 5 35.0P $ 2"ELECTRIC PUMP HR $ 15.00 5 7.50 $ • PLATE COMPACTOR HR $ 20,00 $ 10.00 $ ' TRENCH PDX IIR $ 40.00 1 20.Do $ - PICK-UP TRUCK WI TOOLS HR I 150 5 25.00 4 12.50 5 3,700.00 EQUIPMENT SUBTOTAL; S 70,875.00 TOTAL DUE: $141,243.66 Actual Was and material will vay but are not l0 exceed Ilse total duo. Addlllonat(lore requested as follows. Working time per this Grange Ole 18 days lime lost duo to redesign and approval 170 days Time loges re008000d SmlCulures built once epprowd, 35 days Total time eeslcialed w!This CO. 223 days 16F1 PRODUCTSP.O.Box 2447 QUOTE FOLEY Columbus, GA 31902 Quote#:25-10073 COMPANY Phone: (770) 251.0296 Fax: (770)254-2223 Order Date: 1/3/2025 BidDate: 2/21/2025 QUOTE. Quote#: 25.10073 Terms: NET 30 DAYS Order Data: 113/2025 Bill to: Haskins Inc. Delivery to: PELICAN BAY-NEW PBSD MAINTENANCE FACILI 10956 Enterprise Ave. Bonita Springs,FL 34135 NAPLES,FL Contact: !Janet Arriela Project Manager: Phone: (239)947-1846 Fax: Phone: Fax: Customer ID: F63158 PO: ShipVia: Sales Rep: KAM FL.CI.TYPE-9 INLET Structure Structure ID Structure Type Weight Height Qty Unit Price Price/Average Notes STR-101 Curb Inlet 48", 6,279 3,58' 1 $2,077,85 STR-106 Curb Inlet 48" 7,588 5.09' 1 $2,334,45 STR-102 Curb-Inlet Type C-(Type-9) 6,320 5.44' 1 $2,178,89 $2,197,06 $6,591.19 FL.CI.VGI Structure Structure ID Structure Type Weight Height Qty Unit Price Price/Average Notes STR-4-14 VGI-Double 13,-297 8,-52' 1 $3r750,-7-1 $3,750.7-1 $3,750,71 FL.DI/GI Structure Structure ID Structure Type Weight Height Qty Unit Price Price/Average Notes STR-118 Grate-inlet 1,5'--x-1,25': 2,280 2,45' 1 $558,90 STR-1-19 Grate-Inlet-l-.5--x--1,25' 1,976 1,91' 1. $498.20 $528.55 $1,057,10 FL.DI/GLFDOT-C TR Structure Structure ID Structure Type Weight Height Qty Unit Price PricelAverage Notes STR-103 FDOT TYPEC-TRAFFIC.F/G INLET 7,861 7.1' 1 $2,433.85 STR-108 FDOTTYPE-C.TRAFFIC-F/Q-INLET 5,743 4,75! 1. $1,984,85 STR--110 FDOT-TYPE-C.-TRAFFIC-FIG.INLET 5,789 4,8! .1 $1,994,40 STR-111 FDOT TYPE C TRAFFIC F/G INLET 1,312 -0.5' 1 $1,045.45 $1,864.64 $7,458.55 FL.DI/GLFDOT-D NT Structure Structure ID Structure Type Weight Height Qty Unit Price Price/Average Notes STR-146 Control Struoturo.(Modifiod-D lvi CMP 8,087 5,6' 1 $2,800,71 Baffle) STR-115 FDOTTYPE—D-INLET 7-r777 4,5! 1 $2,196,87 STR-117 FOOT-TYPED-INLET 7,777 4..5' 1 $2,196.87 -. $2,401,15 $7,203.45 Friday,February 7,2025 02:06 PM Page 2 of 4 16 F 1 f�RODUC-r P.O, Box 2447 QUOTE F LEY / Columbus, GA 31902 Quote #:25-10073 COMPAN) Phone: (770)251.0296 Fax (770)254 2223 Order Date: 1/3/2025 BidDate: 2/21/2025• •cc. rr,eii ai '2 - tX k ;a 1' ,1 QUOTE FL.DI/GI.FDOT-D TR Structure structure ID Structure Type Weight Height Qty Unit Price Price/Average Notes STR-113 FDOT TYPED TRAFFIC INLET 8,896 5.26' 1 $2,977.31 $2,977.31 $2,977.31 FL.JB Structure Structure ID Structure Type Weight Height Qty Unit Price Price/Average Notes STR-105 Custom Box VT3K 12,253 7.45' 1 $3,133.79 STR-109 Custom Box VT3K 13,721 8.69' 1 $3,470.95 STR-104 JunctIon Box 48 8,458 7.89' 1 $2,004,54 STR-112 Junction Box 48" 9,810 9.45' 1 $2,269.65 $2,719.73 $10,878,93 PIPE Structure Structure IDStructure Type Weight Height Qty Unit PricePrice/Average Notes 18,3 $19,760,00 1838 18"Class 3.Concrete Pipe B-Wall Solid 1480 608 $32.50 $19,760,00 (8'Section) 18G 18"-Pipe Gasket 0 76 $0.00 $0,00 24,3 $16;128,00 24G 24'-'-Pipe-Gasket 0 40 $0.00 $0.00 2438 24"-Class3-Concrete-Pipe-B-Wall-Solid 2200 320 $50,40 $16,128.00 (8'Section) 30,3 $37,673,60 30G 30''.Pipe.Gasket 0 64 $0,00 $0,00 3038 30''-Class-3-Concrete-Pipe-B-Wail-Solid 3160 488 $77.20 $37,673.60 (8'Section) LUBE $209,00 LUBE Pipe Luba 0 19 $11.00 $209,00 1612 $18,442.65 $73,-770.80 Total $113,687,84 Applicable taxes will be applied at time of sale. Job Notes: (1) This quotation Is only valid 1n Its entirety. Partial acceptance of this quotation is subject to an increase in pricing. Friday,February 7,2025 02:06 PM Page 3 of 4