Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Backup Documents 06/24/2025 Item #16C 5
ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 6 C TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print un 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. MI 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 ' ?2 I 0 9)937 4. BCC Office '� Board of Count y Commissioners 135 4 /.jr'�j /zy/7.s 5. Minutes and Records Clerk of Court's Office PRIMARY CONTACT5 pi tefr<f)K 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 addressees above,may need to contact staff for additional or missing information. Name of Primary Staff 1 ' Phone Number W Contact/ Department a(ne.__ ick,A0 v i c L. - q' '�S' , 5 3'7� Agenda Date Item was Agenda Item Number Approved by the BCC Type of Document I I, 5 Attachedumber of Original PO number or account c`'^5 e. CrC cA Documents Attached /(et) number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column, whichever is Yes N/A(Not appropriate. I. Does the document require the chairman's original signature? (Initial) Applicable) 2. Does the document need to be sent to another agency for additional signatures? If yes, provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. /. '-; 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. /1 4. All handwritten strike-through and revisions have been initialed by the County Attorney's Office and all other parties except the BCC Chairman and the Clerk to the Board ( t1Z.. 5. The Chairman's signature line date has been entered as the date of BCC approval of the ``f�'' document or the final negotiated contract date whichever is applicable. 9412 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's � signature and initials are required. ^ t ,� 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on LIn'Ja1and all changes made during N/A isnot the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. n,''"� an flline. for 9. Initials of attorney verifying that the attached document is the version approved by the 1� this Imn BCC,all changes directed by the BCC have been made,and the document is ready for the N/A not Chairman's signature. n�,� an option foil �' 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 16C5 Colter County Procurement Services Change Order Form Contract 23-8116 co#4 PO# 4500225567 Project#: 70149 Project Name: NCWRF Pretreatment Facility Contractor/Consultant Name: Poole & Kent Company of Florida Select One: Q Contract Modification (Construction or Project Specific) ❑Work Order Modification Project Manager Name: Wayne Karlovich Division Name: PUD - Engineering and Project Management Original Contract/Work Order Amount $55,660,000.00 7/11/23;11A Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $55,660,000.00 8/27/24; 16C5 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $55,660,000.00 3/31/26 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change $0.00 0.00%%o Total %Change from Original Amount Revised Contract/Work Order Total $55,660,000.00 0.00% % Change from Current BCC Approved Amount Total Cumulative Changes so.00 o.00%ra % Change from Current Amount Notice to Proceed 8/28/23 Original NTP 924 Original Final 3/9/26 Last Final 3/31/26 Date #of Days Completion Date Approved Date #of Days Added Revised Final Date Current Substantial Completion Date 17 4/17/26 1/30/26 (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; ElUse 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 is a change order is for use of allowance for additional work as directed by the Owner. The original allowance is $5,000,000, and the current allowance balance is $4,854,491.32. The Design Change Notice (DCN) and Work Directives (WD) described in the attached Change Order No. 4 summary document were issued to the contractor resulting in $302,321.39 to be funded from the allowance. The remaining allowance balance will be $4,552,169.93. This change increases the time to substantial and final completion by 17 days due to weather delays from rain events and Hurricanes Helene and Milton. The revised substantial completion (including this change) is 2/16/2026. 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. See Attached Change Order No. 4 summary document. 4.) Describe the impact if this change is not processed. See Attached Change Order No. 4 summary document. Page 1 of 4 Change Order Form (2023_ver.1) 1 6 C5 1 C000er County Procurement Services Change Order Form Contract# 23-8116 Cott 4 PO# 4500225567 Project#: 70149 Project Name: NCWRF Pretreatment Facility Contractor/Consultant Name: Poole & Kent Company of Florida 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 WO 1-II to s change is not processed Um contractor will have Utilize allowance for provided the additional materials needed to complete the 10 pipe 0 0 relocation Without compensation due to the differing site conditions. 1 WD#1 and WD#2 O !1 W2-II this change is not processed the existing electrical duct to compensate iJ bank could be compromised due to its position under the proposed foundation fur the new pretreatment building.There is also the contractor. possibility of dlflerental settlement underneath the new pretreatment building due to the duct bank location Use of allowance for Additional time is needed for 0 2 WD#3 and WD #5. 22 946 unforeseen conditions. 0 Allowance usage for work Add 22 days. directives. Use of allowance Allowance usage for work 3 for WDs #9, #10, 0 - directives. 0 0 #11, and DON #1. Use of allowance for Allowance usage for work WDs#12,#14,#15, #16, 4 #17, #19, and DCN#12. 0 17 963 directives. Additional time is needed due Add 17 days. to weather delays. ❑ Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form (2023_ver.1) CA° Co it— County 1 610 Procurement Services Change Order Form Contract# 23-8116 CO#4 PO# 4500225567 Project#: 70149 Project Name: NCWRF Pretreatment Facility Contractor/Consultant Name: Poole & Kent Company of Florida 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/searchf), 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. KarlovichWayne Digitally signed by KarlovichWayne Prepared by: l Date:2025.03.27 17.30:33-04'00' Date: Signature-Division Project Manager Wayne Karlovich Printed Name Dgnnlly sgned by Ronald R Cavalieri Ronald R Cavalier) DN cn-Ronaq R Cavalir n :=US o=Unetflllated. Accepted b Dale 2025.0328 li847,22-0400m p y: Date zozs.oa za oe arzz-oa oo Date: Signature-Design/Engineer Professional (if applicable) Ronald Cavalieri, Associate Vice President,AECOM Printed ame/Title/Comp dame Accepted by: Date: '�-1 4-( 5 Signature-Contractor/Cons antlV ndor Brian D. MacClugage, Vice President, Poole& Kent Company of Florida Printed Name/Title/Company Name Approved by: Date: Signature-Division Manager or Designee(Optional) Printed Name Digitally signed by MCLeanMatthew M c L e a n Matthew Accounts, ON E=Matthew McLean@colc untyll.gov,CN=Man nMadhew OU=General,OU=PPM User Accounts,OU=PUD Planning and Project Management,OU=PUD,OU=Divisions,DC=bcc,DC=colliergov,DC=net Approved by: Date:2025.04.0708:14:11-04'00' Date: Signature-Division Director or Designee (Optional) Matthew McLean Printed Name Approved by: Date: Signature-Division Administrator or Designee (Optional) Printed Name Page 3 of 4 Change Order Form (2023_ver.1) C�Q Cotter County 16 C 5 Procurement Services Change Order Form Contract# 23-8116 CO#4 PO# 4500225567 Project#: 70149 Project Name: NCWRF Pretreatment Facility Contractor/Consultant Name: Poole & Kent Company of Florida FOR PROCURMENT USE ONLY FY 25 CHO Request# 643 Digitally signed by BowdenStephanie BowdenStephanie Approved by: Date:2025.04.09 16:08:18-04'00' Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: ❑ Administrative g Administrative-BCC Report ❑ BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL ATTEST: Crystfl,K. Kinzel, clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS and Con,troll COLLIER COUNTY, FLORIDA y: �`l" ,T '1 By & By, At4ite4e€44.06` 4 �� a , Burt L. Saunders Chairman Da af:` Attest as to 311 a* signature only. Date: (a aq ems' (SEAL) Agenda# U J C 5 Ap oved a t F r d egalit De Co ty Attorney gt-• r 6 Q om, Print Name Page 4 of 4 , p� Change Order Form (2023_ver.1) F � Change Order No. 4-Summary Description Project NCWRF Pretreatment Facility Project# 70149 Name: Contractor: Poole & Kent Company of Florida Purchase 4500225567 Order For each item responses to the following are provided below:A.)Detail of change/s to be made through this Change Order; B.)why this change was not included in the original contract; and C.) describe the impact if this change is not processed. DCN#12 Limits of Septage Area Demolition A. DCN (Design Change Notice)#12 was issued to allow for the Hivon odor control unit power supply, control pedestal and duct bank in the area to remain and provide crushed stone restoration.The original design called for the septage receiving station area to be demolished and replaced with parking.The additional cost associated with this change is$2,844.19. B. This change was not included in the original contract due to unforeseen conditions encountered during investigation of the existing electrical utilities at the area. Modifications to the power supply for the existing Hivon odor control equipment and pump station control station was not included in the design documents. The County prefers to keep power conduit in place for Hivon unit and lift station float junction box. C. If this change is not processed, additional cost will be incurred to power the Hivon unit and relocate the float junction box. WD#12 Hydraulic Profile at Fine Screens A. WD (Work Directive)#12 was issued to address differences between the design drawings and shop submittal hydraulics requiring modifications to the fine screens and passive emergency bypass between the grit system and fine screens in addition to control logic adjustments.The additional cost associated with this change is$68,194.00. B. The height of the weir gates submitted differ from the design drawings requiring modification to the structure to maintain a downstream water level consistent with the design drawings.The addition of downward acting weir gates was identified as a betterment for operation of the pretreatment building. C. The required modifications associated with this design change are on the critical path for project completion. If the change is not processed,the hydraulic profile at the fine screen will not meet the design drawings.This would result in operational issues and increased costs/time delay for corrective actions. WD#14 Electric Duct Bank Removal A. DCN#13 was issued to allow for demolition and removal of two existing abandoned concrete- encased ductbanks.The additional cost associated with this change is$25,362.00. B. The ductbanks were partially removed under a previous contract however the majority of the ductbanks were abandoned in place. C. This change was identified as a betterment to the project as it improves access for future operation and maintenance of the plant. If this change is not processed,the yard piping work in this area will be made more complicated and introduce safety concerns and the ductbanks will possibly present conflicts for future plant projects. CAO) WD#15 Potable Water Main Relocation A. WD#15 was issued maintain connection to a 4"potable water main which was discovered during the potable water main relocation and is an unforeseen condition. The additional cost associated with this change is$19,528.23. B. This change was not included in the original contract due to unforeseen underground conditions. C. Relocation of the additional water main in this area is required to maintain water supply to existing plant facilities. If this change is not processed,time delay and addition costs will be required to design and construct water piping to the existing facility. WD#16 18"DFM Exploratory Excavation A. WD#16 was issued to perform additional exploratory excavation required to locate the existing 18"DFM piping so that a new connection point can be identified.The additional cost associated with this change is$38,456.34. B. This change was not included in the original contract due to unforeseen underground conditions. Exploratory excavation at the designed connection point led to the discovery of two additional concrete ductbanks not identified in the design drawings which are in conflict with the proposed alignment.Also,the pipe was not found at the design elevation. C. If the change is not processed,the yard piping cannot be constructed as designed.This would result in a possible time delay for project completion. WD#17 Revised 18"DFM Connection A. WD#17 was issued to modify the connection to the existing 18" DFM (drain force main) pipe based on the unforeseen conflicts with an existing watermain, ductbank, and a connection location buried deeper than shown on the design drawings. The additional cost associated with this change is$69,960.04. B. This change was not included in the original contract due to unforeseen underground conditions resulting in a deeper than planned piping connection point, and additional pipe and fittings required to complete the piping installation. C. If the change is not processed,the yard piping cannot be constructed as designed.This would result in a possible time delay for project completion. WD#19 Bio-trickling Filter Modifications A. WD#19 was issued to change piping and electrical connections to the bio-trickling filters to accommodate differences between the submitted equipment and the basis of design. The additional cost associated with this change is$77,976.59. B. This change was not included in the original contract due to unforeseen changes provided to the configuration and design of the bio-trickling filters equipment submitted during shop drawing review. C. If the change is not processed,the odor control bio-trickling filter equipment would not be functional. CAO t16C5 Time Extension-Weather Delays Weather Delays occurred on the following dates or events with a total of 17 days being added to the contract. 1/19/24 2/5/24 3/22/24 6/11/24 6/12/24 6/13/24 8/6/24 Hurricane Helene-3 days Hurricane Milton-7 days Balance Amount Remaining Owner's Allowance $ 5,000,000.00 $ 5,000,000.00 CO#1 - WD#1 $ 8,342.40 $ 4,991,657.60 CO#1 - WD#2 $ 14,477.40 $ 4,977,180.20 CO#2 - WD#3 $ 80,677.27 $ 4,896,502.93 CO#2 - WD#5 $ 5,643.07 $ 4,890,859.86 CO#3 - WD#9 $ 6,236.00 $ 4,884,623.86 CO#3 - WD#10 $ 8,610.00 $ 4,876,013.86 P#3 - WD#11 $ 2,469.48 $ 4,873,544.38 CO#3 - DCN#1 $ 19,053.06 $ 4,854,491.32 CO#4- DCN#12 $ 2,844.19 $ 4,851,647.13 CO#4- WD#12 $ 68,194.00 $ 4,783,453.13 CO#4- WD#14 $ 25,362.00 $ 4,758,091.13 CO#4- WD#15 $ 19,528.23 $ 4,738,562.90 CO#4- WD#16 $ 38,456.34 $ 4,700,106.56 CO#4 - WD#17 $ 69,960.04 $ 4,630,146.52 CO#4- WD#19 $ 77,976.59 $ 4,552,169.93 f„. 16C5 PUBLIC UTILITIES DESIGN CHANGE NOTICE # 12 PROJECT NAME: NCWRF Pretreatment Facility (Contract 23-8116) DATE OF ISSUANCE: 08/0.5/24 OWNER: The Board of County Commissioners of Collier County, Florida PROJECT#: 70149.1 DESIGN CHANGE NOTICE TITLE: Limits of Septage Area Demolition CONTRACTOR:Poole & Kent Company ENGINEER: AECOM Technical Services, Inc. It is requested that a contract modification be initiated to the above referenced contract. The following information is provided as background information: Description: Revise limits of demolition as described in the response to RFI No. 8. Delete parking area, revise limits of paving, and provide crushed stone restoration as shown in the attached partial drawing 00 C-203. Revise bollard placement in area as shown. Refer to attachments: RFI 8, Partial drawing 00 C-203. Purpose of Design Change: Revise limits of demolition to allow for power supply for Hivon odor control unit, control pedestal and ductbank in area to remain. Restore area with crushed stone for ease of maintenance. Owner prefers to keep power conduit in place for Hivon unit and lift station float junction box. RFI 8 provides limits of demolition detail, removal and relocation of Hivon unit. 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 Proposal ® Other No additional Time Estimated (increase)/(decrease) in Contract Price Estimated change in Contract Time: TBD Increase or decrease by 0 calendar days. RECOMMENDED: By: rr�u , Engineer Ronald Cavalieri, PE, BCEE 08/05/24 12:50 PM CAO 16 C5 - II o k..\ : 0-) � • 00 � n pi6 i w7; - :;a ,..., , . ., ....... ____, \ k: r - - I1 ,. G ;,in---. _ s 4lr ri T ' -f a•Vcpos)\,.\,„:.„ I — w C1' \) 'z;:3','a,;fe:. oc : ' : 7 \ th inI a .) i 11 j \j _ J Yr • �! of II X • • I 7/e/il:(3. . , : 9.0' cri n m = 27.0' i : ', i-.1 cu \ _ - ,„ in N C7 • r 1+ R1 ~ • • • f _ ____ . _ __ �_ ____ _t______ - _ _____ __ .0 Th'' 1F� Q CO ti wa 0 - w U Cl- O -1 _ z } dw �'v~ivi CL p v..4. 0 i O I. O v { • - °° CT CD ^ 0iffc�V¢ J xCI c 7 fi - Z .1..� ;pr" 1=., VI U <Y cri L 4- c q � v7 sL yC Q a. r cm ci < 3 0.a f COW u?QO a. yj it , (AU 16C5 Poole & Kent Contractors CONTRACTOR REQUEST An EMCt?f�Company 'SAFELY BUILD A QUALITY PROJECT ON TIME AND UNDER BUDGET' FOR INFORMATION REQUEST NO.: 008 PROJECT: COLLIER COUNTY NCWRF PRETREATMENT FACILITY PROJECT NO: 23604 CONTRACTOR: Poole& Kent of Florida(P&Kl Clarification Requested By: Poole&Kent Attachment: RFS-002 Lockout Tagout with Image and Drawing Regarding: Plan Sheet 00 C-103 Spec. Section: N/A Possible Cost Change: Yes No High Priority Response Needed By: 10/03/23 Possible Time Impact: Yes No Low Priority Limit of Demolition per RFS-002 response from County County requested the following adjustment based on the County's RFS-002 response. "Please issue an RFI to AECOM to coordinate limits of demolition. Owner prefers to keep power conduit in place for Hivon unit and lift station float junction box." Please provide revised drawing with changes per the county's request. Mitch MacClugage Prepared by 09/26/2023 Date Design Engineer Owner n u NCWRF Pretreatment Facility-Contract No.20-7722-NS C A G 16C5 PAGE 2 OF 2 Reviewed By Date See next page for AECOM RFI Response NCWRF Pretreatment Facility-Contract No.20-7722-NS CAO 16C Response to RFI-008 Limits of construction are as follows: Demolish all areas that are outlined in RED. Save all areas that are outlined in +'1':..- ' ''. Please see the plan sheet and photos below: _c x --n l ---� PROTECT EXIST. DUCTILE IRON ` r' � REty PIPE ASSEMBLY TO REMAIN -*— :� '_ j EXl9 REMOVE AND DISPOSE OF EXIST. �. 1 h I I I G REINFORCED CONC. WALL, CURB AND hlil'i :�_, N. 146 II '' �- ; SLAB. REMOVE GRAVEL SURFACE AS FII �� i NECESSARY FOR NEW ROAD AND " ( II j i Iun• i � PARKING EXTENTS. s. (( r) } ' 1_ I. .�y(�t a FT.Fi; ,0"" "}"' .— DO NOT DEMO. j_i * r ;L," ' Unistrut in this area XIST. 24" PI/FM TO BE ABANDONED L. '` �, 'sl• f 1 ,i y I PLACE AND FILLED WITH GROUT CUT, PLUG AND ABANDON DEMO this area,west of curb. I1�,� r_--- �� ' • -- - Remove Hivon Unit and relocate to the y� k EXIST. DRAIN AND FM PIPING _ Do not DEMO this area east concrete pad,east of the curb(green area). q /�« of curb wi electrical cYonduits i; AECOM Technical Services, Inc. Marvin Sanchez 10/06/23 CAO 1 6 C5 ....,. , r,.... Or . :t •: '1. 8 • r Fl I 4 !•.Z.:' ,;-.- kk- - ' f4' . .. . •,. • i f Imago, 1111E1111 i .1 ,,, ..4. . , ir--- , ; --- -:-.- - t- r 'II r ---- ., .... ._...... _....... .... . .......... . . ...,. ,, - 4 i ..... ....„.......,., _. ... ..,_ • _ ._ ............._. ___......, _., . • .,.-,......,...,.... •. • . . . , ,.. .o. . , ,.,.....,,,,.. -4t.:-‘,„1>' .6 V:. k.",' ;i'.' -1 • . , , . .. , . .. .• •. • • '7,*'• ''.7,....: '"• ' ;•-;•... . ' ' 4 • lb; - ,-..T . •••--- ••.•Pi4' ,''•!' • ..-Ire";.-4-:- sip• • --, ' -1.. '-..tc."4,..., ---"- - • . 'ft...,.•71-"1:,?..- - -,-..,•, .*...:..• - .. . - . . ., . • , . . , . . . •. '• . - • . . • . . k-.-, '-•:',-...' •''..' '..-.. ,' - • , . , • • . .cf.,.' ..-'.'. ' '''. - ;., • • • .. .. . .• ',., *.•';', -:: ., • ••. -, -.‘- 4------'' '-- . , . • .-.-', , - ' . , . •tr,•,,it'f.,••.s '••.1"..! . x.: - -- -', -' .., ' ' t.i .'.,.-. . . • ',-;',.,-; . . ,,...zuia,.4 .. :. ..•;.,...,.:.-'e ..:,' - ' AN..,..•.1.„,k1/4..45 •V.1.14.' :. ''.;11,..•:. - "ti...;•-.3: s:k "... -.. - •- , • ,gz ., . . . • ... 04..._ ....... . . .... , . ....... _..... . t . .,-,:,.,..• ,. 1: ,,, _ - demo :-....,) ..., •.,... ..- ,-.1.,, • ------- . _ . _. '- . - 3 - Alliliallid i'll......L.,.-.._ ' Wirj6 ....,„,•,- . ...41$. -1‘.1Cra • i '1? ',•.. - r.- i- '''•• ' .• :7 '.v.:•-..1"...'. ..... 6 Airrr7' a • *S.', •,... 7._j 4:4 4.. .";.::"..,---_,,..-,....'"71;.z.:,.':, ''.:'t"t":.-4.• .-_ -... . .:" • !. •%.1.. .'' •'''..,,,,,,,. -;!, : fi,-- :"+:4,4-'7:::,-',...,•,•" •„,•,:,..,:- : . •-, ,..!st .,..., '--,il.:.‘•:"....,:.",.....- . i . ' .• V' - - ,' '-"'','"-..i,'''L.-.7.4:4••-:'1.,-2,.-,''' • :' ..., ----..., .... , -''.1. I-.,:. • , 7111.,..1 1 •:r : ' _ .. - _ :,!V::. k •:'''.'.... '.,'.. itit,‘:; fr4,',-/,,••:- 1it- 't , . II I -'-, -• ,s?'''':'-..:i4.-...": :--.'. '':-.1.-% .r, $ ,:.,, . .....- t tell Ise 7-r--- , _4 • - - ' '.• :'- e ;111119161' . ...a. - -- - '''' '%-f... ,„•ii,47k...s---,..X:i74 • "- ''.4,.."' rtq ., . ---- . , ,... , • , • • _. ....,ii :7 '-- ,,,- ..• .. ..... 'A<*tpx, —.,.• ' : . : ...*•i"•'' ii:) ,i ,--r:..‘. . ' ':'',I< '. .. '.'1• , •-i ,-* -1E7-..7 ! ' - -'•-•':.•• •-.1 Ifs.• 't 0 4."..''''':$:'71.A.‘3,0,,i't'•'7, .-40. (,1 It .-..', , , ••-.'''' • ...' ',.' '': ''; ' '',--%:7 :.., :.....:.1t:-. 7. •t-". .•' '.. ',-...*ti:,,'ts. •*'-, t'.. . • '. ..t`...1-a...U.ift,...'.."7-k ' - \•-'Af.'; •:-.* -1/**.ir•je ' . ' • ",..i'-44.1.:7•Wiss -''••-.--..'.- --.'t -.-. 40. -- •tf 1 6 C 5 - , ,, . ;A:,43.,,.;;,?4,• -,.. . ..i. ...74,-,-,:„.4.'. •',,, :-. bki4,-,.. : -1... ,4, ;,,,':-,.,:':-.!..,,,‘,',04..: ,,,,,%:;, i,.'tt , .1 J'A'• .,,Nlyit... ..:',".%. .:.'r:, '*4 4•••;..,,,T; ',..1.-71.11',';'',,•. ''''','..:..., •.1", ' I" '%'#'-.rr c -9-;tc„i'v; * ;.,1"1 .*„4,'„,1*- 4,, .;,..*; .-..., ,,,..,.,• ,,.;4- ,,•,--,....,4a 4•,.0'.F....-:,i.,'!‘* ,k., *r ., V..,t••!, •A,it •,L -N • — •• .-• '-'--ir A,:.- 'V, '''0 .%t• ''''':'-';';',4;'-;,•"",-'•••* ',.::- '• • -, 9-4• -'."‘ •1'•''t :';'" :..411i•;`. .''''A•ik$,4 4t47.;,V .-.'-‘ ikltritiltr, 4'"'.;*.„ ,,: ` :.4$1:.' '''.' • r. ' " . ' •' '...i ''•.''k ...%'..;‘;''' '.:: -..'` . .... . , _ • II emo •ais .:, .. 4 lir*- •. .. ...-....4'Woo; .... -. ' :,,I g i " ' ‘• 4 I ...,---- i,..1•'.:;'''s ' . "' •'•*%•••.4'.-...,,oti,iiia.4.,..,..... ..g----1 IN ii _.....„ .„. ....:'-' :...4_..."*".' ' . , ....iiimintio,-- . .. . —.....— I.::"? -;.''• '-',r , .,..4. ....4". - i•'''',--". ' - ! . . . . .. . •.• • _ ,, ...... „. .. . . ••,. . .,••Awoumsorar....rdlostado. *Iiki, ur • i ,...a.1* ..m. ... . ,,... . .43:5, • ..'.. . . . • . ., • ... ..,,, :....!.... - .. . , :54 \ ,• , • • '' 41‘,..4 . '' .• ' ,. . . . _ . . . . .. . .•...- . . , .1 4 1 '1 ,. . 1111 . • _ . . . , ., . .,. ... 1 L . .., ••••..- '•.•., i ' I i .'A ' . -- • ., 0., ' v . i • 1 44 - ! f;" ? ; . .0 jUnistrut and I ? .....- •....... 4 • :-', .....L.1. ......t=,•.ir ....---T."... ....,—..... '''' . electrical to •.,. . 11111. remain i . .1141 ' ...A i Ammemumpil 4=11 4go ., — -— . - -- ..v. ,_ ....... . . . — '' .V2t,--- ' —. •"! , J.... _ iirf '-- '-''k', , ,. 11"."'"i16'.• '*'' ' _ - ••• ,••• - ..- .... • . . . .. . APIIIIW, . • "..i ' .. ,....' .. . ' . • . . ,. : .-. . • .. CA° 6 C5 Ol al of imilairmilkomomalik .401i, .,. tit, : f t . '''' ...-._ * 11111Milli , j,* -"$F,,..;‘,7.-", i :ii - . r*' t @ k -..‘... „Ty ' '•� Z k HIVON unit to be removed from slab to be demolished and relocated to the concrete pad, east of the curb in the Do Not DEMO Area. C•AO .16 C 5 rim As, a x� '4 Fri 7 , I4�ia� a" :;,.. .•ps ,.. /41.010, ii . , } J aF._ HIVON unit to be removed from slab to be demolished and relocated to the concrete pad, east of the curb in the Do Not DEMO Area. CAO C5 �/ Poole and Kent Company of Florida-HQ Project: NCWRF Pretreatment Facility Poole&Kent 1781 NW N River Dr 10500 Goodlette-Frank Road ' Contractors Miami, Florida 33125-33125 Naples,Florida 34109 An EMCOR COmpauy P: (305)325-1930 'WRre Mr'A whore wrAz r oh niE,44,uWFaeuxEr Project Request #PR-2 - RFS-002 Lockout/Tagout Remove Odor Neutralizing Equipment Status Closed Assignees Wayne Karlovich,Shon Fandrich Created Date Sep 19,2023 Issued Date Sep 19,2023 Due Date Sep 22,2023 Received From Distribution Description PK respectfully request owner to lockout/tagout, remove wires,and remove order neutralization equipment to prepare areas for new parking spaces. Sent from Procore Attachments • A OM a . : t avers ` ..a e / rear. ; drawing.pdf IMG 2514.ipeq _ I _ _ —V it —_ramre �4--. �1 — ara.. - IMG 2512.ipeq IMG 2515.jpeq Date of Service 09/22/23 at 07:00 am Poole and Kent Company of Florida-HQ Page 1 of 2 Printed On:Sep 26,2023 03:43 PM EDT CIO 16C5 Project Request#PR-2-RFS-002 Lockout/Tagout Remove Odor Project: NCWRF Pretreatment Facility Neutralizing Equipment Activity (3) Official Response(s) Response 1 Shon Fandrich(Collier County) Official Response on Sep 26, 2023 at 02:04 PM EDT Please issue an RFI to AECOM to coordinate limits of demolition. Owner prefers to keep power conduit in place for Hivon unit and lift station float junction box. Sent from Procore All Other Responses Response 3 Mitch MacClugage(Poole&Kent Company of Florida-HQ) on Sep 26, 2023 at 02:04 PM EDT Sent from Procore Response 2 Mitch MacClugage(Poole&Kent Company of Florida-HQ) on Sep 26, 2023 at 02:04 PM EDT Sent from Procore Poole and Kent Company of Florida-HQ Page 2 of 2 Printed On:Sep 26,2023 03:43 PM EDT CAO Z 16C5 w z. OU g y W '', 4 c g ei 6 w m„ z ,,.> ' C 4 W W r A ? °j44.4.;,nw 2 W F i o �U a£ $`a t °u rc & $ d!C s 8 I o vi p O Ij ■I. It 1 8 � , 11 1 1� _ sI -� =g'_ etas--------- - I a h !! :r::1"1:' “..'"'".""aa.Y ,,;', Z.q .0-, ..,g 7-. ___„,,_„.7 - ;-„,„,„ ‘=4-l'4=?'--11, '- _#___ 1 u .. '—'—.— ` —'— �.— '-{ j/— �\ fP' ~� �T'11 7rr `ll Il it u .-'-'-'-'- -s" "T= ,, -. 1. i1 l ►- \, 1 .III; / / \\, a /1� 11 4'y✓1-g" i• I,I X • _, .i, I II I r l' . /-- ,'I• Iiii• II iv,r, ''' I I 1 ill L I - \` is/ I II o 101 hr'-,' .hwy rf i I I!III , I; / ' ,a ..I pi„l .m.3 i 1 ;,;, ail I'Oy.1,5F2 I 1,1 .fzy . a 1 I I ,f ti II, III 01,1 ` i' ril II d j Ill II11 :1 'jfi • o gix 1 1 ` \ \`1,1 11� ! s j� I I j31-'I\' -1 `_ J,1 ` I i o ' 'I I I 1 it.:N/,,i 1 I i i� a " ,�(I ' -.y. p 1'I _-__-- c ▪ r-i I 111 I I n 1 I, >• 1 1 '\U ; — �a---r � b ii If.l... I1 II LIMIT 1 I ;o i 1 o 4^1111 li 1= i- I `` z �_ -� -"�'\ �` 4 :'gd�. III'II Ih`_`- l . {� \� ry y I,�, �,I , 1 �,� �, _I= \\ `\�` ;��II 1`•\ I 1�' �y i iI) j 4. o� a..1111.`�'. PP-1 1i_- -''v }o- \\ `� iii I,�, 1 'sl -tio l V J is of tg I'll roil' ilk\ �'1� v -' - Ws etas--...` \l oq Ill .11.7 4FFrt''G,,,, 'I11yJ��� ,gyp s i!I• I �. � 1ii III i/jllri,',1� �� so =1� Al11/ 11; II tl; I �Xa,11. !!IJM o �+ :.�.. ��_ �y� 1 II, .9a 1plb • I 4 ` 1 11 II III \4 i _ II; ` w •' �i/' I 1 r;i 01 \ gya , II III[-II I'IIL) ,.I ^IIY it p:po \ / I11111 I z 1 n L�� ' ay .4—it-Hi ,1111•I I . �. \` '� �1 -.- u14ri1t�'Ir ,�i'.. iI CR ., ,N it 1 I .% 1 1 11 i \x-. ' / \ 1-'�',: F}r1ii 1�h�` �11 i! g�8 11 / ss: 1 1 Al ii §„g 11 • \ e - N11'f\ 0 a aMl •—B:I -'/ /X34 1 i 11 III' '1 1� eq 1 -ff+F�.r-.ti\ _' tall. \ i l 0\gym - J b ,1 e La ..it „qr .3- .g`.• • _ = 5+"z, � 11 ,/ i li ii tsi r . :el I I .§ ,ii 11 ,1 1 i f M.--II.L_- / ) � ^I 1 of, '.` W ,1 ,�1 I Gk'y�11 _ o'�'u o.— 111 .'illll'\ +s.°A$r=`E-�i '. m -----4-• �\ -I r :mn 3'' U .. 1 .�_ & 1` \\ a�� . I"1" �iiji 1 l: 1 — r Ja t, • ti I \ • • r , 11 „,,,,-.1,m \ „r. 11 ,i �I 1 1 1, G G:1,:i St I II, I .I., „-- ,�. .—,—y. ^'..,, 1�9 /// . 1� 1, # 1'-�� •-Il-Ili': t, .e �N _ '.I 1 1e CP ▪ " i"sV iS uwlo niII'ii 1' a 1 \ xo A :.+f .G I III II '''ll'i, +, i" \ W' SS: I ► : • I. I;. I ,-1,' Cis t tS ' 11111{11`Ijl !Q 11 1 \ j1�� W� 'III fffffflii 1 v J 4b� rriiu�fl �I 11 v - s g iili U Ik..� C `I Ica .. I\�d iII it uigll N\\ . II I ,�I .. \ III 111 lIIl l ��^ a ill t+' t.r�.; .1 \ 5 T`. ', 1\\\\� ` .. I 11 A III,41 Y i. . 52 !! 1 • I up; will a �'• RF r= AI I ` -1 ►\\ 1 , �� iiiiivi,jl tom' '. `----' 141i.^• •v:17▪ \�.`\`_-_*1.'sr- ••• Via; 1 I II , ii -loog- 3m ■ 1 Igo 1 pm - Oa ; i� ',.i1 Qg lli n 3 1 k.II"C— 1�I 11111111111y:�1 I� 7i� lia, 11 I ['''� J� 1 z 9 gY� dos it ci 1I u 1 I111 I II lu°1 ,, o yy h an § s, pi a r,/ 1 � DE I1 B i • i g! o 1 m III °a Rs ag G� g��§+gig :, 1a s: ila , I ' a I it: ihJ1ry 3' � Bd ` r-^i 1gG- .''' I1 I 111dl a� a P e' ,1 :� G � e. i IIl II� 1iu�l=1 C_ ,a- 0u is ---- G_ i' 'gin !i i •�' I°iI�) L, as' C= G L3 LSa 36 1, 0 11 y I 16111I g 41 •yfLf11 1' i+ ° Il cy �`Iiu�II II ! II I i I I�IIIIIS j i 111 I ° ' I fund I®a z 11 A I i 0111. ' N. I. 1 1iii11I t iT II 1 1�(1 4�' -1 II IIIII 1 II 1 I \\�+ ; '16C5 Design Change Notice #12 Poole & Kent Contractors An EMCOR Company March 11, 2025 Collier County Public Utilities Dep. 3339 Tamiami Trail East Naples,FL 34112 Attn: Wayne Karlovich Re: NCWRF Pretreatment Facility Collier County Contract 20-7722-NS, Poole &Kent Job No. 23604 PK PCO 004—Work Directive#4 Limits of Septage Area Demolition REV 2 Mr. Karlovich, Poole & Kent (PK) Company of Florida has received Work Directive #4 Limits of Septage Area Demolition, dated February 12, 2024. Please issue a formal change order for cost and time extension in the amount of$2,844.19 and 0 calendar days to the Contract. Clarifications: 1. This price only includes the cost for the changed work as defined in our proposal. Any additional work required for this change will be quoted as it becomes known. 2. Lump sum proposals are provided by Poole & Kent and our Subcontractor. 3. Poole &Kent shall not be held responsible for LDs for design change notices. Should you have any questions,please do not hesitate to call. Very Truly Yours, Poole & Kent Company of Florida f r Mitch MacClugage Project Manager CN° 16C5 Design Change Notice #1 2 Poole&Kent Company of Florida Poole &Kent 1781 N.W.North River Drive Miami,FL 33125 ' Contractors P.O.Box 420556 An EMCOR Company Miami,FL 33242 Phone:305.325.1930 Project Name: NCWRF Pretreatment Facility Owner: Collier County Public Utilities Department Engineer: AECOM Owner: Wayne Karlovich PK Job No. 23604 Contractor: Poole&Kent Company of Florida WD# 4 Cost Proposal No. 4 Rev: 2 March 11, 2025 Sheet No Sheet Identification Labor Material Process Equip 1 Work Directive#4 Limits of Septage Area Demolition - - - Material Cost, Labor Hours and Equipment Cost TOTALS! - 0.00 - - Labor Totals Category Hours Rate Cost SUMMARY a. Process Equipment&Material Cost - Operator 0 0.00 - b. Freight Included Operator(OT) 0.00 c. Sales Tax 6.0% Operator(DT) 0.00 d. Collier County Surtax - Journeyman 0 67.00 - e. Subtotal Material - Journeyman (OT) 100.50 f. Mark Up 10.0% - Journeyman (DT) 134.00 g. Total Process Equipment&Material - Foreman 0 101.00 - Foreman(OT) 151.50 h. Base Labor Cost - Foreman(DT) 202.00 i. Mark Up 10.0% - General Foreman 0 115.00 - j. Total Labor Cost - General Foreman(OT) 172.50 General Foreman(DT) 230.00 k Subcontracts 2,708.75 Laborer 0 50.00 - I Mark Up 5.0% 135.44 Laborer OT 75.00 m Total Subcontract 2,844.19 Laborer DT 100.00 n Construction Equipment&Tools - o Equipment Mark Up 5.0% - P Total Construction Equipment&Tools - q General Conditions - r GC Mark UP 10.0% - Labor SubTotal - u. Total GC - Total Proposed Change Order Amount $ 2,844.19 16C5 Design Change Notice #12 Material and Labor Cost Estimate Sheet Sheet Description Material and Labor Sheet No. 1 Qty Description Material($) Labor(hrs) Process Equipment($) Unit Total Unit Total Unit Total Material,Labor,Equipment/Tools Subtotals - - - Consumables of material Clean Up of labor -Safety of labor Small Tools of labor - Totals - - - 16C5 Design Change Notice #12 EQUIPMENT AND MAJOR TOOLS Sheet Description Equipment& Major Tools Sheet No, 3 EQUIPMENT/TOOLS UNIT COST TOTAL COST Acetylene Rigs Complete days @ Air Compressor days @ Backhoe Months @ Bobcat Months @ Barricades days @ Blower/Fan days @ Bomag Roller days @ Chain Fall days @ Compactor days @ Core Drill Machine days @ Crane Days @ Crane(Boom Truck) days @ Crawler Tractor days @ Walk Behind Street Saw month @ Dewatering Equipment week @ Dozer weeks @ Drum Roller days @ Dumpster per @ Excavator days @ Flat Bed Truck days @ Fusion Machine, Datalogger&Tech days @ Front End Loader days @ Generator days @ Diesel Fuel Gallons @ Grooving Machine days @ Hilti Drill days @ Lull Weeks @ Laser days @ Pick-up Truck days @ Pipe Bending Machine days @ Pipe Machine week @ Plate Compactor days @ Portable Power Jack days @ Power Hoist days @ Roust-A-Bouts days @ Rubber Tire Combination days @ Scaffolding days @ Scissor/Hi-Lift/Boom Lift months @ Screw Jacks days @ Skid Steer days @ Test Pump days @ Tapping Tool days @ Transit/Level days @ Trench Box- United Rental days @ Trenching Machine days @ Other-Mobilization/Demobilization days @ Other- days @ EQUIPMENT&TOOLS TOTAL COSTS CAO 16C5 Design Change Notice #12 GENERAL CONDITIONS COST Sheet Description GC COST Sheet No. 4 DESCRIPTION UNIT COST TOTAL COST PROJECT MANAGER 0 hours @ 100.00 0.00 ASSISTANT PROJECT MANAGER hours @ 0.00 0.00 SUPERINTENDENT 0 hours @ 128.00 0.00 PROJECT ENGINEER 0 hours @ 36.00 0.00 hour @ 0.00 hour @ 0.00 0.00 Ardman &Associates, Inc. 0.00 Density Test, Nuclear Method (min.4) 0 each @ 23.10 0.00 Trip Charge 0 each @ 120.00 0.00 Standby Time hour @ 88.00 0.00 days @ 0.00 AngleRight Surveying 0.00 As-Builts-Field Crew 0 per @ 640.00 0.00 As-Builts-PSM 0 per @ 125.00 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 0.00 0.00 GENERAL CONDITIONS COST $0.00 Design Change Notice #12 EQUIPMENT AND SUBCONTRACTORS VENDOR/MANUFACTURER EQUIPMENT PRICE TOTAL EQUIPMENT SUBCONTRACTOR SCOPE PRICE Tip Excavation Additional Cost per WD#4 2,708.75 TOTAL SUBCONTRACTORS 2,708.75 16C5 lop.. b u'r ('__{ ' tut-,itcur,m or., u,, 6256 Via Primo Street. Lake Worth, Florida 33467. 954-650-5686 calltipforquote©gmail.com Project Name: NCWRF Pretreatment Facility Bid Date: August 14, 2024 Attention: Project Manager, Project Location: 10500 Goodlette-Frank Road, Naples FL 34109 TIP Trucking & Excavation. Propose as follows: Provide all labor, small Tools, equipment, supervision, and all else necessary or required to perform all work: in areas identified within Work Directive for NCWRF Pretreatment Facility Project No: 20-7722-NS Scope of work: Bollard Augar Rental 325 Concrete Mixer- Rental 215 Iron Bollard (3) @ 350/EA 1050 Cement 150 Paint 125 Labor 2@250 500 Supervision 125 Sub Total 2490 General Conditions 373.5 Total Bollard $ 2,864 Asphalt Total 54 SY Subgrade 11 SY 54 594 6" Lime Rock 19 Sy 54 1026 Asphalt 29 SY 54 1566 Stripe 1 LS 125 125 Total 54 SY $ 3,311 Crush Stone Parking Subgrade 11 SY 54 594 Lime rock 19 SY 54 1026 Fabric 1 LS 950 950 #57 Rock 10 CY 34 340 Total $ 2,910 16C5 SJ xc ML, i 1,,.,I Sias�,. I ..• .ri - Take out Asphalt Parking Lot and do the Fabric/Crush rock Bollard $ 2,863.50 Credit $ (401.00) Total Increase $ 2,462.50 Profit&Overhead i c`f0 $ •--�3b9 " $ z 416' z Total Increase 318 42, 703. T __ PROPOSAL LLM1PSUM[ AMOUNT AND P:AYNIEN I' SCHEDULE: :\ll clean up and removal of debris generated by Subcontractor's work to be placed in dumpsters by Subcontractor. Clean up shale be performed daily. Subcontractor is fully aware of the schedule of completion for this project and fully understands the work will be ongoing in many areas simultaneously. Subcontractor is to provide adequate manpower, material, and equipment to maintain the project schedule. TIME IS OF THE ESSENCE in all aspects of TIP's performance. TIP shall commence its work immediately after notification by Client 's Representative and shall diligently prosecute its work to completion in a substantial and workmanlike manner in accordance with the proposal documents described herein. CHANGES IN WORK: Client reserves the right to make changes in the Scope of Work (increases and decreases of any kind) and alterations in material and product selections. Proposer and Sub proposers shall make no changes in the work without issuance of a written change order that is first executed by both Proposer or and Client 's Representative. Client will not pay for verbal change orders. Proposer must obtain written change orders, at minimum, email authorization of additional fixed-price change order work BEFORE proceeding with any additional work or any variations in specified materials. Contractor shall mark up additional worko for profit and overhead. Additionally, Client shall be-credited proposer's profit and overhead at the "ter`'wIrcsrr, r 'eet,otic...:10 1 6 `i5 b,ai t .prc,urici aai> 6256 Via Primo Street. Lake Worth, Florida 33467. 954-650-5686 calltipforquote@gmail.com same rate as noted in the sentence above, on all deductive change orders and on work deleted from the Proposer by Client. SAFETY MEASURES: It is the sole responsibility of the Proposal or to continually operate, monitor and supervise all of its operations in a manner that meets or exceeds all statutes and regulations that establish safety requirements as established by state law. In addition, all of TIP's activities (whether labor or materials) shall at all times comply with all OSHA standards and regulations and all applicable governmental laws and orders governing safe operations. Contact Information: Vijoy Ramdin — 954-650-5686 Email: CALLTIPFORQUOTE(a�GMAIL.COM Thank you for the opportunity. Please contact us if you have any questions. Looking forward to hearing from you. Client Date: By: G' .r t? TIP Trucking & Excavation Inc Date: August 14, 2024 By: Vijoy Ramdin 16C5 PUBLIC UTILITIES WORK DIRECTIVE CHANGE # 12 PROJECT NAME: NCWRF Pretreatment Construction DATE OF ISSUANCE: 10/04/2024 EFFECTIVE DATE: 10/04/2024 OWNER: The Board of County Commissioners of Collier County, Florida PROJECT#: 70149.1 WORK DIRECTIVE TITLE: Hydraulic Profile at Fine Screen CONTRACTOR: Poole & Kent Company ENGINEER: AECOM Technical Services, Inc. You are directed to proceed promptly with the following change(s): Description: Modifications to Fine Screens and Passive Emergency Bypass in common channel upstream of the Fine Screens, including the addition of downward acting weir gates. Refer to attachments: DCN42, P&K Cost Proposal PK PCO 007 Purpose of Work Directive Change: • Modifications to Fine Screens o To address the difference between the design drawing and shop submittal hydraulics,the fine screens are to be raised by 0.5 ft, resulting in a fine screen downstream water level that is consistent with the design drawings (31.96). By raising the fine screens by 0.5 ft,this will avoid any issues with water overflowing into the screening trough. The deck elevation is to remain as shown on the design drawings (35.50). o With the raised height of the fine screens,the concrete fill in the inlet channel to the fine screens will need to be slightly sloped from the invert of the slide gate to the inlet of the fine screen unit itself(see sketch below). �k I With screen being raised 0.5 ft,concrete fit will need to be increased as well. _-H—I 'Slope fill from the invert of the inlet slide RWW SCR-7 `gate to the inlet of the fine screen. I I 4"OC I 1 R EL.44.00 'T tz .firer ' RwW.5G-28 10/03/24 3:20 PM CAO 16C5 o The outlet wall/weir from each fine screen to have elevations consistent with the design drawings (Top of concrete El. 29.92 and weir crest El. 30.25). This weir will be submerged during normal operation. To address Huber's concern with limiting the differential head across the screens,the following control logic will be implemented. • On high differential level across the screen (greater than 2'-7.5") or high level at the inlet of the screen (based on the maximum water level before water start to overflow into the screenings trough as confirmed by Huber), a software interlock will open the inlet and outlet slide gates on the bypass channel. To allow the bypass channel to fill,the inlet slide gate to the bypass channel opens first followed by the outlet slide gate 30 seconds later. For.RWW.SCR-5 &RWW.SCR-6,the slide gates on the bypass channel between these two fine screens will open(RWW.SG-26 & 32). For RWW.SCR-7 & RWW.SCR-8,the other bypass channel slide gates will open(RWW.SG-27 & 33). In addition to opening the bypass slide gates, the interlock should be programmed with the option to shut off the screen. The option to shut down the screen or not should be selectable in the HMI. • In order for the bypass gates to open with the interlock,the actuators will need to be in the AUTO position. If the actuator is in manual,the bypass slide gates will not open. If this situation occurs and any actuator is not available in Auto, SCADA will send a high priority alarm message to the Operator to either put the gate(s) in Auto or manually operate them. • In the event that the bypass gates are not in AUTO, another interlock will close the inlet and outlet gate to the fine screen with either the high level alarm or high differential alarm. Since the fine screens are hydraulically connected with the common upstream and downstream channels, the high level alarm or high differential alarm would trigger for all the operating screens. If the bypass slide gates are in manual and the bypass gates remain closed, by closing the slide gates to the operating fine screens,the water level would build up in the upstream channel and spill over the emergency bypass. The top seal on the closed slide gates at the fine screens and bypass would allow the water level to spill over the emergency passive bypass without flooding the fine screen deck. The interlock for closing the fine screen inlet/outlet slide gates is to be programmed with an option to enable or disable the interlock from the HMI. • Modifications to Passive Emergency Bypass in common channel between Headcell Units and Fine Screens o Currently,the design includes a passive overflow on either side of the common channel between the headcell units and fine screens. This passive overflow is set at an elevation of 35.50. The passive overflow is to be modified to include a downward acting weir gate(total of two (2) gates—one per side). The top elevation of the overflow wall is to be reduced from 35.50 ft to 33.00 ft. Additionally, on the outer wall of the overflow, a 6"wide concrete wall is to extend to the deck level to provide a mounting surface for the weir gates. o The weir gate is to include a UV-resistant PVC stem protector with self-adhesive graduated ruler. The ruler is to be graduated with reference to the top of the weir gate elevation. o Refer to the attached markups showing the proposed modifications and slide gate schedule information. 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: Per contract requirements ® Other: No additional time Estimated increase(dccrca3c)in Contract Price Estimated change in Contract Time: $68,194.00 Increase or decrease by 0 calendar days. 10/03/24 3:20 PM CAD 16C5 RECOMMENDED: AUTHORIZED: t ( KarlovichWa r1E' Digitally signed by KarlovichWayne : ,. t2nri, t., By: Y Date:2024.10.04 0934:58 04'00' Engineer Owner's Representative 10/03/24 3:20 PM CAO 16C5 PUBLIC UTILITIES DESIGN CHANGE NOTICE PROJECT NAME: NCWRF Pretreatment Facility (Contract 23-8116) DATE OF ISSUANCE: March 19, 2024 OWNER: The Board of County Commissioners of Collier County, Florida PROJECT#: 70149.1 DESIGN CHANGE NOTICE TITLE: Hydraulic Profile at Fine Screen CONTRACTOR: Poole & Kent Company ENGINEER: AECOM Technical Services, Inc. It is requested that a contract modification be initiated to the above referenced contract. The following information is provided as background information: Description: Modifications to Fine Screens and Passive Emergency Bypass in common channel upstream of the Fine Screens,including the addition of downward acting weir gates. Refer to attachments: 10 D-306, 10 D-308, 10 S-120 and 10 S-403 Purpose of Design Change: • Modifications to Fine Screens o To address the difference between the design drawing and shop submittal hydraulics, the fine screens are to be raised by 0.5 ft, resulting in a fine screen downstream water level that is consistent with the design drawings (31.96). By raising the fine screens by 0.5 ft, this will avoid any issues with water overflowing into the screening trough. The deck elevation is to remain as shown on the design drawings (35.50). o With the raised height of the fine screens, the concrete fill in the inlet channel to the fine screens will need to be slightly sloped from the invert of the slide gate to the inlet of the fine screen unit itself(see sketch below). p r 8-SCR-, 'With screen being raised 0.5 ft,concrete fill will need to be increased as well. Slope fill from the invert of the inlet slide rimy SCR-71 gate to the inlet of the fine screen. I4"OC �4E144OO • 414 • — Rwwsaae CAO 1 6C5 o The outlet wall/weir from each fine screen to have elevations consistent with the design drawings (Top of concrete El. 29.92 and weir crest El. 30.25). This weir will be submerged during normal operation. To address Huber's concern with limiting the differential head across the screens, the following control logic will be implemented. • On high differential level across the screen(greater than 2'-7.5") or high level at the inlet of the screen (based on the maximum water level before water start to overflow into the screenings trough as confirmed by Huber), a software interlock will open the inlet and outlet slide gates on the bypass channel. To allow the bypass channel to fill, the inlet slide gate to the bypass channel opens first followed by the outlet slide gate 30 seconds later. For RWW.SCR-5 &RWW.SCR-6, the slide gates on the bypass channel between these two fine screens will open(RWW.SG-26 &32). For RWW.SCR-7 &RWW.SCR-8, the other bypass channel slide gates will open (RWW.SG-27 & 33). In addition to opening the bypass slide gates, the interlock should be programmed with the option to shut off the screen. The option to shut down the screen or not should be selectable in the I IMI. • In order for the bypass gates to open with the interlock, the actuators will need to be in the AUTO position. If the actuator is in manual, the bypass slide gates will not open. If this situation occurs and any actuator is not available in Auto, SCADA will send a high priority alarm message to the Operator to either put the gate(s) in Auto or manually operate them. • In the event that the bypass gates are not in AUTO, another interlock will close the inlet and outlet gate to the fine screen with either the high level alarm or high differential alarm. Since the fine screens are hydraulically connected with the common upstream and downstream channels, the high level alarm or high differential alarm would trigger for all the operating screens. If the bypass slide gates are in manual and the bypass gates remain closed, by closing the slide gates to the operating fine screens, the water level would build up in the upstream channel and spill over the emergency bypass. The top seal on the closed slide gates at the fine screens and bypass would allow the water level to spill over the emergency passive bypass without flooding the fine screen deck. The interlock for closing the fine screen inlet/outlet slide gates is to be programmed with an option to enable or disable the interlock from the HMI. • Modifications to Passive Emergency Bypass in common channel between Headcell Units and Fine Screens o Currently, the design includes a passive overflow on either side of the common channel between the headcell units and fine screens. This passive overflow is set at an elevation of 35.50. The passive overflow is to be modified to include a downward acting weir gate (total of two (2) gates—one per side). The top elevation of the overflow wall is to be reduced from 35.50 ft to 33.00 ft. Additionally, on the outer wall of the overflow, a 6"wide concrete wall is to extend to the deck level to provide a mounting surface for the weir gates. o The weir gate is to include a UV-resistant PVC stern protector with self-adhesive graduated ruler. The ruler is to be graduated with reference to the top of the weir gate elevation. o Refer to the attached markups showing the proposed modifications and slide gate schedule information. 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 n Lump Sum ❑ Engineer's record ® Other: ® Other CAS) 16C5 Estimated increase (decrease) in Contract Price Estimated change in Contract Time: Provide Estimate Increase or decrease by calendar days. PREPARED BY: q T, a I'll.,, By: Engineer 16 C5 z It ' wO m D E _O/g ill ° • > a �` Uri 0 w _ w mm ' u w cP �t / ; J Z T, M L2.071 - w WX rc J W UUZL� � o b $ Ug L.:i5 3 u U a n '' ' I\` u 0 a8g ," ', rWN .— 4 t / V U01 aII: A i 3 a - . P. II •_,,, „, _ ,,, ...... ,...... vq,,,, 1,. ,0„.., , , . , IJ I —u f' �zE ti ® Y r- m • � s�F" � t „ IR S s e a ; U a r ir 1 i El . . 1 I <<w� Ill9 ,) O I Q &e, I 5 I TH-1 d+9 1 _ i.• liiiR _ Q 8s £� W_ r; S v A ; t JIL r .,;. 4 N is k N � '..(' a g . i ({ . ft 9 P a buE C a m 16C5 Z 77) c. g 7.! s Z Di'' °LL w � w [2, W co "- tg wt A x p. -S J to z .,,��„ 'F, w'.Lu ZO f M ,: W ,,,, _ `' top , u m . a—z F p 4 U ms', 3 (haw § 8 a'F; 2 U _ a S• �, _,, o.m wETIro tti w p 4 ih ! '''l sN ..... • • II,: 10111 $ . Ill-- . DP O M a gwo ' Ii] H' x g - —T— ` w 4111e . ^� 0 t ....4 , \ 'ter :`. I. rI ';biII '9 i \r d. t' I �_ — w trL _I a - j ) I , z c— p ' 1 L Q ill . r ., , *:: ���r 5) . - -- - - - r � 3 ,4jIP -, I7,.:1; n I 4 " 4_� l r Tw 'fit �II4 ; K a i Z ; 6C5 Ill O Wiz. O� 9«ep x zap= a �a rr a a f 2 h Pi . a.LEFIi• 3 �o S' W w a zu_v, OOU�Ag Egfat u w - E aB✓, El ?O wO apgt 4 ) w y� �, s„- �Sww w s �xagw :pe 6, • f!al PI Fries mg. ,,b_ < a a e aw !w „t El>4::) ';'4. 4() 4C) jt, nit ()11== 4) '',:L: / ".'.. ''... II 11111 nw s { J l �s, i-p mt El • 17 c LIN, a)c,Ta-c (-1", N T-p .RAW )< — �r-�\> ''''.4,(;)< � .,. 1— "�! �Q tp7l , 3 c 3 a).Yn • \• M` / `� i i o N M•(U m tm r 6,8 ; I . .\ a N!\ ,� ` j' m r k M N O E Q C 4 0 • I 0,\ � •\` q;' i i `\\• Imo 2n. ip.i i N • 4 _w 4 ��i4' M1p ............................. Y_ a @ ; iy g ' Say ' 1 • r . '! II 1 ; IIL :Vs i Fl w me • z - a o Z 16C5 O 61 c \x 0 'PT �. W 0 17- gg C - O i N a J_ V LL 43J Q'�^" ¢ r`a� 4 co Z F V.......,.." m21��6 m S E o— O� M II re, 44 U" 3 ps.. 5 §sLL o V Y. P yq z ww o ZLL o Us s wzSS{ 19 ga Al wp1(nw i- r. _-O (6 a CD !� w ,, m3 — —I pg Uc ,..,co U ID • m e 1 f I w,2 --- W o E in W y 1 or a ,... ! . 2 ;.. ; 1,11 G r 'ea d w cr c e Z v Lei I •• 1,1 V1, 04 or —I N So- o Wt 0' 2L i' 0mu i=� 1/1 ; , Ea VY . it. 'L ,-{II- 1, n _ ,,,,,,,,,: ui 5 Igi .:, 1 • i 0 . L_ F ^ c nN 'r- 1 ---: • Mr) le 1 t Y I N i a d m • Z Q y r, w b• Q i 4 U g Y C W 4 • i 5.�O ` r N.h n I 1 .o z n •_A z YI _ N o • V • m • 4 nr ,e. eim.ru CPS Poole & Kent 16C5 Contractors n EMCOR Company August 13, 2024 Collier County Public Utilities Dep. 3339 Tamiami Trail East Naples, FL 34109 Attn: Wayne Karlovich Re: NCWRF Pretreatment Facility Collier County Contract 20-7722-NS, Poole & Kent Job No. 23604 PK PCO 007—Design Change Notice#02—Hydraulic Profile at Fine Screens Mr. Karlovich, Poole & Kent (PK) Company of Florida has received Design Change Notice #3 Underslab Grounding, dated March 19, 2024. Please issue a formal change order for cost and time extension in the amount of$68,194.00 and 0 calendar days to the Contract. Clarifications: 1. This price only includes the cost for the changed work as defined in our proposal. Any additional work required for this change will be quoted as it becomes known. 2. Poole & Kent shall not proceed with DCN #2—Hydraulic Profile at Fine Screens until a signed Work Directive is issued. Note—Manual Slide Gates have 25wk lead time. 3. Poole & Kent reserves our rights to a contract time extension,pending signed work directive. 4. Poole & Kent shall not be held responsible for LDs for design change notices and contract time extension cannot be determined at this time. Should you have any questions,please do not hesitate to call. Very Truly Yours, Poole & Kent Company of Florida /1Z' Mitch MacClugage Project Manager co 16 C5 Poole&Kent Company of Florida Poole&Kent 1781 N.W.North River Drive Poole Miami.FL 33125 Contractors P.O.Box 420556 Miami,FL 33242 Phone:305.325.1930 Project Name: NCWRF Pretreatment Facility Owner: Collier County Public Utilities Department Engineer: AECOM Owner: Wayne Karlovich PK Job No. 23604 contractor: Poole&Kent Company of Florida oCN# 2 Cost Proposal No. 7 Rev: 0 August 13, 2024 Sheet No. Sheet Identification Labor Material Process Equip 1 Design Change Notice#2-Hydraulic Profile at Fine Screens 10,576.00 1,975.00 37,035.00 Material Cost, Labor Hours and Equipment Cost TOTALS' - 10,576.00 1,975.00 37,035.00 Labor Totals Category Hours Rate Cost SUMMARY a. Process Equipment&Material Cost 39,010.00 Operator 0 - b. Freight 1,371.00 Operator(OT) c. Sales Tax 6.0% 2,340.60 Operator(DT) d. Collier County Surtax - Journeyman 52 67.00 3,484.00 e. Subtotal Material 42,721.60 Journeyman(OT) 100.50 f. Mark Up 10.0% 3,901.00 Journeyman(DT) g. Total Process Equipment&Material 46,622.60 Foreman 52 101.00 5,252.00 Foreman (OT) 151.50 h. Base Labor Cost 10,576.00 Foreman (DT) i. Mark Up 10.0% 1,057.60 General Foreman 16 115.00 1,840.00 j. Total Labor Cost 11,633.60 General Foreman(OT) 172,50 General Foreman(DT) k Subcontracts 3,710.00 Laborer 0 - I Mark Up 5.0% 185.50 Laborer OT m Total Subcontract 3,895.50 Laborer DT n Construction Equipment&Tools 5,493.00 o Equipment Mark Up 10.0% 549.30 P Total Construction Equipment&Tools 6,042.30 q General Conditions - r GC Mark UP 10.0% - Labor SubTotal 10,576.00 u. Total GC - Total Proposed Change Order Amount $ 68,194.00 f f''(.) 16C5 Material and Labor Cost Estimate Sheet Sheet Description Material and Labor Sheet No. 1 Qty Description Material($) Labor(hrs) Process Equipment($) Unit Total Unit Total Unit Total 2 Handling/Installation of(2)Wall Mount Sluice Gates - 52 104.00 1 Hilti Epoxy Adhesive RE 500/lbox 1,975.00 1,975.00 - - Material,Labor,Equipment/Tools Subtotals 1,975.00 104.00 Consumablas of material Clean Up of labor Safety of labor111 Small Tools of labor Totals 1,975.00 104.00 - 16CS EQUIPMENT AND MAJOR TOOLS Sheet Description Equipment&Major Tools Sheet No. 3 EQUIPMENT/TOOLS UNIT COST TOTAL COST Acetylene Rigs Complete days @ Air Compressor days @ Backhoe Months @ Bobcat Months @ Barricades days @ Blower/Fan days @ Bomag Roller days @ Chain Fall days @ Compactor days @ Core Drill Machine days @ Crane-30T Hydaulic Truck Crane 2 days/16hrs 16 hours @ 211.00 4,853.00 Crane(Boom Truck) days @ Crawler Tractor days @ Walk Behind Street Saw month @ Dewatering Equipment days @ Dozer weeks @ Drum Roller days @ Dumpster per @ Mini Excavator w/Delivery/Pickup days @ Flat Bed Truck days @ Fusion Machine, Datalogger&Tech days @ Front End Loader days @ Generator days @ Diesel Fuel gallons @ Grooving Machine days @ Hilti Drill days @ Lull-Offload Delivery/Handling 1 day @ 640.00 640.00 Laser days @ Pick-up Truck days @ Pipe Bending Machine days @ Pipe Machine week @ Plate Compactor days @ Portable Power Jack days @ Power Hoist days @ Roust-A-Bouts days @ Rubber Tire Combination days @ Scaffolding days @ Scissor/Hi-Lift/Boom Lift months @ Screw Jacks days @ Skid Steer days @ Test Pump days @ Tapping Tool days @ Transit/Level days @ Trench Box-United Rental days @ Trenching Machine days @ Other-Mobilization/Demobilization days @ Other- days @ EQUIPMENT&TOOLS TOTAL COSTS $5,493.00 16C5 GENERAL CONDITIONS COST Sheet Description GC COST Sheet No. 4 DESCRIPTION UNIT COST TOTAL COST PROJECT MANAGER 0 hours @ 100.00 0.00 ASSISTANT PROJECT MANAGER hours @ 0.00 0.00 SUPERINTENDENT 0 hours @ 128.00 0.00 PROJECT ENGINEER 0 hours @ 36.00 0.00 hour @ 0.00 hour @ 0.00 0.00 Ardman &Associates,Inc. 0.00 Density Test, Nuclear Method (min.4) 0 each @ 23.10 0.00 Trip Charge 0 each @ 120.00 0.00 Standby Time hour @ 88.00 0.00 days @ 0.00 AngleRight Surveying 0.00 As-Builts-Field Crew 0 per @ 640.00 0.00 As-Builts-PSM 0 per @ 125.00 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 0.00 0.00 GENERAL CONDITIONS COST $0.00 . 1 16C5 EQUIPMENT AND SUBCONTRACTORS VENDOR/MANUFACTURER EQUIPMENT PRICE Fontaine Aquanox Manual Slide Gates-Qty 2 32,562.00 Portable Electric Operator 4,473.00 TOTAL EQUIPMENT 37,035.00 SUBCONTRACTOR SCOPE PRICE Baker Concrete No cost change CST Industries Alum Cover Manufacture/Installer 3,710.00 TOTAL SUBCONTRACTORS 3,710.00 16C5 Fontaine_x QUOTATION NO: 22452.1 Water Control Gates Division of ISE METAL Inc. Date: 2024-03-27 20 Windsor Rd www.ISEaquanox.com Sherbrooke,QC info@ISEaquanox.com To: Poole& Kent Company of Florida J1C 0E5 Ph.:819-769-0157 Att of: Mitch MacClugage PROJECT: NCWRF Pretreatment Facility Add.Weir Gates Collier County, FL Itm Description Qty Unit USD Total USD 01 Tag: RWW.SG-39,40 2 16 281 32 562 Fontaine-Aquanox Series 40 Weir Gate Downward opening without top seal Model:403-Y3X-77x30-A-CW-3 Dimensions:77in x 30in Design Pressure(On/Off):2.5ft/O.Oft Installation depth:4.25ft Self contained frame,Double Rising Stem Mounting:Face of Wall Material:316L stainless steel Operator:Yoke mounted tandem gearboxes and handwheel Anchors included,hardware only,adhesive not included, 316s.s.(Dia.:0.63in,Qty=28) Certification:AWWA C561-14 02 Tag: Portable electric operator 1 4 473 Tripod mounted portable electric operator with safety torque clutch release and 2 inch square nut adapter.Horizontal position only. Sub-Total: 32 562 Freight Charges: 1 371 Field Service: (0 visits,0 days on site): Total Net Price(USD): 33 933 NOTES: 1. Note that gates,stop logs and stop plate frames cannot always be shipped 100%assembled and might require some field assembly.Stems need to be aligned, operators installed and long self contained gate frames(>10ft-3m)assembled. This is part of gate installation and common to all manufacturers, per industry standards. Detailed instructions are available in our manuals available online. 2. 1.05 A. 11.Shop leakage test to be provided for 4 sides sealing gates only. Field leakage tests will confirm the specified leakage rate are followed. 3. 2.03 M. 2. a.Gussets to support the outer portion of the guide assembly are not included nor required with Fontaine gates. 4. Please note that the American Iron and Steel (AIS)requirement of projects funded by EPA's SRF do NOT apply to gates. Gates are mechanical equipment,and have been specifically excluded from the list of equipment covered by AIS requirements. Page 1 de 2 G1 CONDITIONS: 1 6 C 5 Lead Times: Submittal Drawings: 3-4 Weeks Gate(s)Shipment: 12-14 Weeks after approval Above lead times are based on average shop loading and are subject to change depending on actual work load at the time of the order. Taxes: All applicable taxes extra Currency: USD Payment Terms: Net 30 days Freight(Incoterms): FCA(freight prepaid)to destination Via LTL dry box, not unloaded. Validity: 30 days Field Service: Not included, unless indicated in price above If required:1200/day, plus travel and living expenses Daniel Poirier For more information on this quote: Inside Sales Representative Ben McDorman daniel.poirier@iseaquanox.com Moss Kelley inc. 819-769-0157 ext 368 725 Primera Blvd,suite 155,Lake Mary, FL 32746 407-805-0063 wbmPmosskelley.com Page 2 de 2 16C5 CST 498 f4 Loop 336 E CieiM IRS Phone:(935)539-174 i Conroe,Texan 77301 `}-rTf- - •^ Fax:(936)539-5355 REQUEST FOR CHANGE ORDER Project: Aluminum FM EFC Cove 1 Over Venous Tanks Date of Request:. August 7,2024 NCVJRF Pretreatment Fad l tty Design Change Nocte 1t2 teydrauac Prate ar Fmt Change Order Reauett IJumber: CO01 To: Poole E Kant Company of Fonda Subcontract Agreement Number: 236U4-4-01e 1781 N W North River Drive Cyr Covers Project Number. UT5P%07281 ra31 Warm,FL3312S Probedt.ocabon- Its ores,Ft CST Covers requests a change order to the Subcont att tot the following changes: item Desaipboo Amount I Design Change Native R2-Addeo Deems where weir height is reduced to support checkered plate 5 2,514.1)0 Design Change Notice 4i-mstallatiar 5 300 C'1 Seratute car Cot recto•InCl cater the Contractors agreement herewith,it c:udine arty adjustment nl the subcontract sum of time. 8/13/24,3:09 PM Cart-Hilti USA 1 6 C 5 MI`T1 Cart- Hilti USA 8/13/2024,3:08:34 PM PURCHASED ITEMS DESCRIPTION PACKAGING UNIT PRICE/UNIT QUANTITY TOTAL PRICE Epoxy edit RE 500-V3 16.9oz/500m1 20 pc $1,975.00/1 Box 1 $1 975.00 #212340.I 1 x Foil pack I x Mixer lx Mixer extension This is your discounted net price-slipping and other charges may apply.You will have a chance to review those Subtotal purchase items charges Turing checkout. Total purchase items $1.975.00 Hilti=registered trademark of Hilti Corporation,9494 Schaan,Liechtenstein O 2009-2024,Right of technical and program changes reserved,S.E.&O. Hilti USA Service Hotline:(800)879-8000 In accordance with our privacy policy,while using this site you consent to us placing cookies on your computer to help make this website better.Priwicy,r2gLcy AGREE AND CLOSE https://www.hilti.com/cart eM) UP unirea tienrais RNIIIIIIIIIIIIIIIiiIIIIIIIIIIIIIIIIIIII III III IN��QICE 11 w tij 16 C 5 BRANCH 05G N540 TIVE NAFLE 514104-7096 # 2 2 9 2 8 5 8 4 8-0 0 8 239-674-6333 239-674-6332 FAX Customer # : 517051� Invoice Date : 06/21/24 tU NORTH COLLIER WATER PLANT pate out : 01/18/24 09:04 AM !Billed Through : 07/04/24 00:00 10500 GOODLETTE-FRANK RD N iOR Job Loc : 10500 G0ODLETTE-FPAt: NAPLES FL 34109-1 410 'Cu, Job # : 164 Customer Job ID: .C1 P.O. # : 2604 b Office: 305-325-1930 Ordered By : JEFF WILSON 'Reserved By : MAXWELL TYLER Salesperson : MAXWELL TYLER POOLE & ENT MIAMI FL Invoice Amount: $3,834.02 NORTH NW NORTH RIVER DR MI AM I FL 3 312 5-2 311 Terms, Ne:30 Days Payment notions Contact our near,omce 704.916.4888 REMIT TO: UNITED RENTALS(NORTH AMERICAj.INC. PO BOX 100711 ATLANTA GA 30384-071 1 RENTAL ITEMS: Oty Equipment Description Minimum Day Week 4 Week Amount I 1179296f FORKLIFT VARIABLE REACH 100004 50'-62' 640.nn 1,644.00 3,617.00 3,617.00 Make: JCB Model: 510-56 S Serial: JC95CG2GLP3339590 Meter cut: 34.31 Meter in: .00 Ficnc..l Surtctal: 3,617.U0 Agreement Subtotal: 3,417.OD Tax: 23i,07 Total: 3,834.02 COMMENTS/NOTES: CONTACT: JEFF WILSON CELL : ;of_gg4-F118 BtIling period: 2l Days From 6/06/24 09:03 AM Thru 7/04/24 09:CI3 AM PO NO_.. JOB NO NO, CLASS COOED 9:W3 FROJ MGR APPROV 41 A OFFICER APPPOV SALES TAX `JY N _ O Effective February 1. 2024 and where permitted by law, United Rentals may impose a surcharge ofp2.0t for credit card payments on charge accounts. This surcharge is not greater than our merchant discount rate for credit card transactions and is subject to sales tax, NOTICE; This invoice is subject to the terms and conditions of the Rental and Service Agreement, which are available at https://www.unitedrentals.com/legal/rental-service-terms-US and which are incorporated herein by reference. A COPY OF THE RENTAL AND SERVICE AGREEMENT TERMS ARE AVAILABLE IN PAPER FORM UPON REQUEST. ?ace; 16C55 SIMS CRANE 2024 Rate Sheet OPERATED BARE INDUSTRIAL CARRY DECK CRANES HOURLY MIN. WEEKLY MONTHLY - WEEK MONTH 8-9ton 3330FL/SC009 238 8 6.319 23,643 1,639 4,923 10.5-15 ton CD3340B-5540 249 8 6,732 24,869 2,052 6,149 • 18-20 ton 5560B-CD5520 260 8 7,001 25,689 2,321 6,969 22-25 ton 7750-CD7755 277 8 7,650 27,636 2,970 8,916 OPERATED MI BARE ROUGH TERRAIN CRANES HOURLY MIN. WEEKLY MONTHLY - WEEK MONTH 15 ton TR 150XL swing cab 4x4 238 8 6,935 25,452 2,255 6,765 30 ton TR300XL 266 8 7,898 28,367 3,218 9,647 35 ton GR350XL/TR350XL 271 8 8,123 29,049 3,443 10,329 55 Ton GR550XL-3 353 8 10,382 35,870 5,717 17,150 60 ton TR600XL/TR6005XL 344 8 10,098 34,962 5,418 16,242 60 ton LB GR600XL-1/TR600X03L-4 366 8 10,626 36,557 5,946 17,837 75 ton 0R750XL-1 425 8 11,676 39,703 6,996 20,983 80 ton GR800XL-4 451 8 12,277 42,488 7,923 23,768 100 ton 0R1000X1-4 487 8 13,266 45,899 9,060 27,179 120 ton GR12000L-2 734 8 19,939 49,069 15.175 30,349 130 TON GR1300XL-4 805 8 21,841 53,709 17,494 34,989 160 ton GR1600XL-2 860 8 23,337 57,358 19,319 38,638 OPERATED IIYDRAIII IC TRUCK CRANES-1 Man HOURLY MIN. WEEKLY MONTHLY 30 ton TT300XL-1 211 4 7,309 26,420 t 40 ton T-340/TMS540 222 4 7,760 28,048 40 ton TC401425HL 326 4 9,685 33,735 50 ton TC50155HL 354 4 10,510 36,210 60 ton HTC8660/TT600XL 359 6 10,879 37,156 70 ton HTC8670 398 6 11,962 40,841 75 ton HTC8675 409 6 12,281 41,919 OPERATED • II c a HO - Y MIN. WEEKLY++ MONTHLY++ 70 ton LTM 1060-3.1 579 8 15,742 56,340 75 ton ATF70G•4 585 8 17,220 56,483 80 ton GT800XL-2 476 8 12,619 43668 90 ton TT900XL-1 475 8 14,140 47,056 110-120 ton TMS9120/TMS9000E 585 8 17,220 56,483 120 ton GT1200XL-2 623 8 17,893 57,935 110 ton ATF100G 645 8 19,530 63,380 110 ton LTM 1090.4.2 685 8 19,656 63,623 120 ton AC4.110-1 692 8 20,725 67,072 130 ton ATF 110G 700 8 21,730 69,980 140 Ton AC5.130-1 791 8 22,683 73,388 160 ton ATF130G-5 810 8 24,645 78,626 160 ton AC5.140-1 860 8 25,357 82,014 200 ton ATF 1600-5 876 8 26,735 84.874 220 ton ATF 180G/ATF2000 920 8 28,220 89.604 250 ton A1F22013•6 1085 8 33,830 104,696 275 ton L1M1230.5.1 1,180 8 34,791 108,966 350 ton AC6.300.1 1,217 8 37,790 117,390 450 ton ATF400G-6-*-GMK6400"` 1,393 8 43,125 134,066 550 ton GM K7550**`+mega wing&Luffer 1,547 8 48,020 148,740 600 ton AC8.500 1,602 8 49,725 154,020 800 ton AC700-+mega wing 8 Latter 1,657 8 51,430 158,970 '"Luffing jibs&Mega wings available'** *120 2,750 5,500 ++2-Man Equipment"Oiler"Additional++ 70 2.800 11,200 OPERATED BARE CRAWI ER CRANES WEEKLY MONTHLY MONTH 88 ton GTC800 Mantis Hydrailic Boom Crawler 17,275 43,910 25,190 100 ton CK1000`` 14,058 37,475 18,755 130 ton GTC1200 Hydraulic Boom Crawler 23,105 55,570 36,850 160 ton CK1600"` 18,073 45,505 26,785 200 ton CK2000"* 20,768 50,895 32,175 250 ton LS278/CK2500"* 23,435 56,230 37,510 275 ton CK250317**/CK2750G 26,097 61,565 42,845 275 ton LR1250 33,852 78,120 59,400 275ton LR1250 UNPLUGGED*" 44,883 103,420 *** 84,700 ** 16C5 330 ton LR1100SX"` 34,880 80,000 64,000 600 ton SL6000"` CALL CALL CALL "`Luffing jibs attachments available*" 2,750 5.500 Wagon&Counter Weights for LR1300SX CALL CALL ,,...... ++2-Man Equipment"Oiler`Additional if Required++ 2800 11200 Operator labor only-Note Billing Codes per below. 5,500 22,000 Ifon Sims Equipment use Operator billing code.If Customer Equipment use Labor Charge billing code. Weekly rb's are based nn a 5 Ray 40 hour wnnr weak Monthly rates on a 28 nay 4-40 hnurt weeks=160 hour Month Tmnsnnrtation of crane rmmonnents rinninn arresendas concrete buckets man baskets Honors and flanmen err era to he added to the ahnve rates_I attire Room Tntrk Crawler A I one Hydraulic cranes rem lire Molt and flemnh nerinh 'inciter/lion in addition to the above rates Minimums cools to all rates/SFF operated HOURLY 12.2 and rnnditinnc Delivery/Straight Bed Truck 193 2 v min Tractor&Trailer w/Driver 209 2hrmin Tractor&Stretch Trailer 220 2 hr min+Permits Tractor&Lowboy 50 ton 303 4 hr min+Permits Tractor&60 Ton Lowboys-tl Axle 385 4 hr min+Permits Tractor&75 Ton Lowboys-11 Axle 500 4 hr min+Permits Certified Operator 138 4hrmin Codified Rigger 138 4 hr min Certified Ragman 138 4 hrmln Rigger Foreman 176 4hrmin Mechanic 138 4 hr min+mileage Lift Plan 100 each Permit Charge 1 per Ton Manbasket 385 per Day CTW In/Out 800 per Truck RT PM Service-90 Days/250 Hours 2500 per service Crawler PM Service-90 Days/250 Hours 3500 per service CURRENT REGULATORY SUR CHARGE a 10.5%added to all Operates and Bare rates including Tricking.Freigl.t.Mots&Demob Charges (Overtime charges are in addition to the hourly or pro-rated weekly and monthly rates.) Overtime for operator is an additional$60.00/hour.Double time is$120.00/hour. Overtime for operator and oiler(crew)is an additional 595/hr.,double time is$190/hr. BARE RENTAL SHIFT WORK 2nd Shift work to be invoiced an additional 50%to applicable rental rate. 3rd Shift work to be unvoiced an additional 25%+2nd shift up charge(50%)to applicable rental rate. On bare rental rates shown above.lessee is responsible for operators,insurance,fuel,oil.greases and running maintenance. Rentals,freight,labor,insurance,and related charges are subject to applicable sales tax. Equipment delivered full of fuel Refueling on return to Sims yard billed at$8.00 per gallon CONTRACT NEGOTIATICNS Our rate for time spent negotiating contracts is$350.00 per hour. Certified Payroll tee is$200.00 per week. • CAO 16C5 ` MECHANICAL CONTRACTORS ASSOCIATION OF AMERICA, INC. 1 TREATMENT PLANT EQUIPMENT (, SLUICE GATES VERTICAL AXIAL AND MIXED FLOW PUMPS Site Man Weight tin) Hours Discharge (tbs.) Molar Man (In.) (Inct 20'of column) (h.p) Hours 6a6 7.00 12 1765 50 7e 00 12 a 12 15.00 1e 3130 60 81.00 18: 18 20.00 16 3840 75 8900 24 t 24 32.00 18 4265 100 91.00 36 a 36 40.00 20 4640 100 0e.00 48• ab 52 00 24 5070 125 103.00 60 a 60 64.00 26 7600 ISO 107.00 72 s 72 80.00 30 8120 150 115.00 e6 s e6 10e 00 36 10010 200 132.00 Noses: 1 Above man hours for hand crank operator 42 16435 300 140.00 2 Add lot motor operator 6's 6'10 18' ■18'-2 00 man hours b 20350 400 160.00 24' 12,'to 48'r 48'-4 00 man fours 60's 60'to 96's 96'-5 00 man hours Hofer 1. Motor is shipped loose Man hours include mounting and 3 Includes setting wall thimble alignment. 2 Labor is for a one piece pump and Column.add labor for assembly and alignment rl pump's shipped broken down 3. Variable speed equipment is not included 4 Add labor for special storage and rigging requirements ULTRAVIOLET STERILIZERS i„,... Man Description Hours Cabinet•rype ultraviolet sterilizers 16.00 (--. I 't 1082 by MCAA 19.5-10 Revision-0—(511182) CA0 16C5 PUBLIC UTILITIES WORK DIRECTIVE CHANGE # 14 PROJECT NAME: NCWRF Pretreatment Construction DATE OF ISSUANCE: 10/04/2024 EFFECTIVE DATE: 10/04/2024 OWNER: The Board of County Commissioners of Collier County, Florida PROJECT#: 70149.1 WORK DIRECTIVE TITLE: Electric Duct Bank Removal CONTRACTOR: Poole &Kent Company ENGINEER: AECOM Technical Services, Inc. You are directed to proceed promptly with the following change(s): Description: Demolition and removal of two (2) existing abandoned concrete-encased electric ductbanks. Contractor shall cut, remove and dispose of existing ductbanks within the limits of the new road alignment as needed to proceed with the installation of the proposed piping. Refer to attachments: DCN#13, P&K Cost Proposal PK PCO 018 Purpose of Work Directive Change: The purpose of this design change is to demolish and remove two (2) existing concrete-encased electric ductbanks that lie in a north-south alignment and cross the existing administration building parking lot and proposed yard piping aligmnent at approximately a 45-degree angle. A small portion of the ductbanks were removed under a prior contract;however, the majority of the ductbanks were abandoned in place. This change is a betterment to the project as it improves access for future operation and maintenance of the plant. 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: Per contract requirements ® Other: No additional time Estimated increase(decrease)in Contract Price Estimated change in Contract Time: $25,362.00 Increase or decrease by 0 calendar days. RECOMMENDED: AUTHORIZED: B KarlovichWayne DigitallysignedbyKar:02-0 '00' By: r���- y; f� V 1l Date:2024.10.04 10:07:02 04'00' Engineer Owner's Representative 10/03/24 3:18 PMCAC1, 16C5 PUBLIC UTILITIES DESIGN CHANGE NOTICE #13 PROJECT NAME: NCWRF Pretreatment Facility (Contract 23-8116) DATE OF ISSUANCE: 08/28/2024 OWNER: The Board of County Commissioners of Collier County,Florida PROJECT#: 70149.1 DESIGN CHANGE NOTICE TITLE: Electric Duct Bank Removal CONTRACTOR: Poole & Kent Company ENGINEER: AECOM Technical Services, Inc. It is requested that a contract modification be initiated to the above referenced contract. The following information is provided as background information: Description: Demolition and removal of two (2) existing abandoned concrete-encased electric ductbanks. Contractor shall cut, remove and dispose of existing ductbanks within the limits of the new road alignment as needed to proceed with the installation of the proposed piping. Refer to attachments: RFI-126, PDF markup of Drawing 00 C-301, and Email from. Collier County Public Utilities on 8/23/24, showing limits of the concrete electric ductbanks which were abandoned under a previous contract Purpose of Design Change: The purpose of this design change is to demolish and remove two (2) existing concrete-encased electric ductbanks that lie in a north-south alignment and cross the existing administration building parking lot and proposed yard piping alignment at approximately a 45-degree angle. A small portion of the ductbanks were removed under a prior contract; however, the majority of the ductbanks were abandoned in place. This change is a betterment to the project as it improves access for future operation and maintenance of the plant. 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: ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: Provide Estimate Increase or decrease by 0 calendar days. PREPARED BY: By: Jack Miller 08/28/2024 Engineer Date AECOM Technical Services, Inc. 16C5 Poole & Kent Contractors CONTRACTOR REQUEST "SAFELY BUILD A QUALITY PROJECT ON TIME AND UNDER BUDGET FOR INFORMATION REQUEST NO.: 126 PROJECT: COLLIER COUNTY NCWRF PRETREATMENT FACILITY PROJECT NO: 23604 CONTRACTOR: Poole& Kent of FloridalP&K► Clarification Requested By: Poole&Kent Attachment: Photo of Ductbank Regarding: Plan Sheet C-301 Spec. Section: N/A Possible Cost Change: Yes x No High Priority X Response Needed By: 08/16/2024 Possible Time Impact: Yes No Low Priority Abandoned Ductbank Poole & Kent has discovered the ductbank detailed on drawing C-301 within the red box, is abandoned. Please advise if the County would like to remove the abandoned ductbank. Mitch MacClugage Prepared by 08/09/2024 Date Design Engineer Owner The contract documents require protection of existing utilities. A profile view of the duct bank in question is shown on pages 00 C-401 and 00 C-402 of the contract documents. Since this duct bank is abandoned, P&K is permitted to remove it if they wish. AECOM Technical Services, Inc. Reviewed By Jack Miller, 8/14/2024 Date k*dp .4 NCWRF Pretreatment Facility-Contract No.20-7722-NS CAO 5 16C5 E 0 15 . O r t �`W R si o "' t4 ,,, LtIkr, wO f w � c�� d w �zwy¢g 0 a Itlem s` <A ccnn �i "�,: s rw i ���� "< a R is I 1 3 z— () — I 1 % 0 8 a� p G� a88 6,� �d £ „ it: ItIca ! of 1. oT g €N. 0,, 9[ _ 3 W� t # —q_,_ _„ J_� I _=—_—g►= _ __.._ -.0= 8 _—.7:-. _A_—_ �- (fo I as t— � 3 1 3 I II:. �r 3 4y \� may°' # I.. ,.. _{,31I1 1 311"$0 9$II 8R � n1riara7lir . ,, 8,_- a 1 � 1111111 t _p. a ,11�1,�r.�v,14--- bm cd 4 1 I SAW Y i° 1 I o II go n s g. § i W I @j 'ley.. II 1 it m Z II! `1 ._►-� .,1� 1"" I I 1 `d I c I I I ��yy,, II 2 IN — ,,4 p " $I l �i II II H " ii ^ o I I. W. Ill'A , li 1— (1 hi e g '�I I I1 `/,/ um wi.�� es,,le- - " b 3� l I Ill c i. 111 - r�r��wt� s+oa " W w :.. : __ W II 71 i s;- R ;sop.W o C I� I l i // i ! i�� 1 I ;Ill II 102 III• ,IX of I r W / o 2 ,/ W x a W W ;Ill . ��' w I i U I m sn R& , \ . 1 I ._ I I "Ill k'E a�J$ I RtI, II Y I40 �� o� o T W I G3R I ` r; I IIG y 9— r .A -- LL ' I IW II • ,..„.., • bt,...... 1 g,,, . •c, -",. ,,.. _,.., _... . .... .,, _5 , ---.,- ,,,, ,, . . ii ,, I861 il - -1 3 --.......;‘,,,, 2 1 , __I-42r,-, ' `'> ,,, .J \ g .5 .0„ _...," .. ,„ ,„_ . .., ,, .. L., .0 1 ,. “, _ ___„ I'III o �=1 R s iI ! I ' o-''''' 1 r L4 lilt 11 ,o icr'l , //J I �'� , °�k �. 1111 W � 1 111 ,1ga a 1 III ` !.410 ! ='Ito 611, 1 I• 4 I" II III. � 3s� 1; II° o s;q' II ! o ill II UI' a o • i 1 4 -„ p3` ,� 3 111 i1 1 _� W a �N ,I -- Au 11 ,f �g � I1 E $ .a �i�s 0�1 �� �yl lq W i' e II �. '1f,% o - 1% " ii u I :_,,,,„1s �� '°11�1 8 84)• III ip� 3� �,�// p �� ������$$ 1 111 \ ' V E I I s 111` ',j 8 W I I`I I� J/ 9 ter- . .. E -.a..,. `4 IL 3 p, s -- III I p s )i II 0�� fl qt - 11111 I � II �� �� $�� Illlild I ��` f f ,g 1 "gtiLk , J �dG9 -II IIIII�R ` ( -HtTII II I j 12 {, R , Zfiy.T. 8v f,\1 RRF tR'0t I1 `\ ', r= ""5i�1 ' III `' i 1 111111 !III I 1;.\\ x ' = p3' G - I IIc � mill 11 ! I �, - ' - 1i. s ' II I .l P II IIill WI, Id ' I d "�_. i II 111111 I1 1 ( \\MMM Vlyd IA\ \,,▪. r � 1 I \\b' s � ! r----I I 111111 111 1 )' ^ _ I F. m 1111 I 15 lL :.-._x a.{ s _ -ZO£-O 00 133HS 33S-NOIIVf1NI1NO3 210J 16C5 . , -,1- .,2,,,,...„1--1,,, ,To.i, '*I":,1q1P,' . ..ir, i tI7+`'' i y t i:- . r �' i M' �i Att. . .4 tt. , ..444, ,,,,...„,„ , . , 4) ,,'N ' ,,N, ,,; , .' . ., ' )tipt, \lit \,4 k; \it:4 . t All ,i4Z'71. , ;�"'�` .. * a %fir } l t 4- -4 �.` ` , : . t .1 it j � 1 t '' a •1 1, { y�k,k . ' .' . ' 1� , ,y 1 }fir > V _ a.C.fit. l t , ..„. ,, R y e ( �til ' Mk. t*• .� '. ' '''V::‘14.' .„....,,,,: , „1.... ...,, ,. ,. •,.., J, . . ., ... # ,,�1.y ,fit. , "ate' . � `+l• l .A,•+ 1,�1 ( Y ,liig' `tea � i - ' as a `� •s. �� ► `s "It y• Yh ,, 1 • --.1kit.;; t/14o i ; . ,, • 4', . :e N.4 it, .v.-., , ..., ,. . , .,`. ,,,:,,,,,,..... .,..„4<„, • . • ,,,,,w.... ,.., „. ..., - ....--, . Jr:is '.*Niss..::11,111,,,,H. ''' 4."" ....1....:.'' lik,,i , 41::.„,,,I,,',". , • 1 kipiir ,,.1.4 , 11, ,A fir atY ti Y is • .k_`1\' ...( ., ' '4. .'L ♦' _.[. 4 gip. i •i ...1.:: :4' 411:;41:11;: '*4":44.'41,,,,P4.4 ':".'-\1...s. 4i/A t �• 3� ,• . 1..r.' r 4' .1q, y } wi 1y.ff ,7: \ill Y1\"f ta ?:* i t FY 7 a ' 4a a I" ty° , ,0 � o �:•b3 t 16C5 0 E , , :,_) , O 02 �sr h dh 3 a �ffi • s`< �` s w�� a F5 r u" Y T, O 1 ..: — 3—' \\\\ �I o E 3n9 51 = $ ®T1'- �\ _A" -cp �a®-- ao..A :.esu- u o e1IIaa _ II II � p Qd 2 z ,> I 11 °I w Q! .o i �a h �p� Rw 9[ 3 3 rc,7 f ", e 1. '. • R8 7] 18 .d S -_...• 3 1I 1,1 § II Qs EA ill .,Ti =3 , .*. Ted 3 1,;, a AI s. a �1.� - - �G --- ._5�,( #' I' #' 11_}_ 1;V o r 11_g_ E y _ /) P. F-r�, E it • - ,• 3 3 '311 1311..;9 6U 11 $n liE a€- 1 - 11 1'1 Ir k"« �iN t.1 ♦ I ,, 1 11 0 11� 8,2 Ry " I"1. I P ° �� DWI Q �lW 1 w 11 1 II II . �11 W ` ,� .. $2 it $n 1 1 'm ..I 9 c 11 I II '� , Ilk IW "►_� - $s f 9 II ' r Imo- /(• — ; a, W y l _: 1$ I r ° -CZ Ras ❑ III j I III _I II "`/ ����. =s.�- Was I II 11 11, 11 .0 I I W f 11 I��A *. ',s.� s: 111 z it I 11/ ^ n., .! _'.�5f.7a R "I W jryi .02 1 i I 99*OG n i OFF W I . .t .,1 1 I J '" I ` Ufi W 1 1111 4 110 li. .�a"bl 1 r .W L. / �_ �/ I - �R. I �111 �_ 1 Iii,a. w JI I I I Ib isry Ro ' , , m 1 I g = 1 *1111 t y Wj m =� I , � J O Ltd ` a1 oT W I < R. W < 11 W P A ,e: I I 13 --I- E - • ,,,,:9- ...... � _ W o f 1 J 3 — '81 1 11 ao 3 01 11 a em 8 s 8 8_ =_ I:1 W"E. • ryh gam.. 1 w: 0IIL ■C?�T�!"ve�. 1,111 Ii W I b� 1 � !/`g$d n• I as� ll I 11 Id 00- I� 1 c o _ < _± I,�_U x _ _UI�11 . III11 1 I / \ . st.l1 °' i II 1yI I I . / � '` j" a? O^C .O I _G I' II 11•_'= re''" i II.I _ W/ b i be: U # YemA. y�1 1 :1' .1I ' > \gym dk o k ro I —I��, 11 u1 M1� �yy RII .ice ...... .�,1 \ •,— \ -. I, E ` U y o P. ' . I 1 ✓ // y? rc '."s 8 I I''T. ' \ -1"-' �'_ 1"�lIAi. Ee , �L t ig „ �I�iI I - , mA. -- / \\. o E11 3 II II����y.. b i�� III11 I \ -�E 1 II a8 �' y�7 - ae€ miliA 1 �\ 1 1` a I" i m 11 ;1 . / 4I. • \..� 1 11111 w - ` peg 1> >�![1 ,116 4 , a ,.I.. II 11 I 1 \ , • I1_ ''/; a ' iI 11 ,/y1 11111 �* �� ..fie '" II\\\ / `1) . ,arr ! ; ' H rRo I \, tl : $ '' y b , IIIIII 111111 'e\\\: I . . I 1 a / .5� 111111 111111 \a a ram, III !. I1 hill 111111 W s =%��� ' 1 11 1 � _ a€ HIM IIIIII 1 I\ \ .> toy. y d 1 MMM Y IhJ I \\ PrgetW � c: . Kr -ii,E,. I : IIIIII 111j11 \ d`� _ 1 ....1' . will III 111 ►� / n o - -- I I I� 111i11 I -ilairle.... ZOS-O 00133HS 33S-NOI1Vf1NIlNOO 210d 16C5 Olivares, Alfredo From: Shon Fandrich <Shon.Fandrich@colliercountyfl.gov> Sent: Friday, August 23, 2024 10:05 AM To: Cavalieri, Ronald Cc: Olivares, Alfredo; Miller, Jack;Wayne Karlovich; Mike Raabe; Matthew McLean; Dustin Grossenbaugh; Damian Cuadrado; Storm Gewirtz; Lourdes Santiago; Matthew Fortune;Zamira Deltoro; Robert VonHolle; Jon Dumas;Joe Angius; Clinton Monpas; Jason Landberg; Adrian Carmenate Subject: FW: 23604-RFI-126 (revised) RESPONSE Abandoned Ductbank This Message Is From an External Sender This message came from outside your organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Report Suspicious Ron,we have confirmed both ductbanks in the red square below are abandoned. Please continue with the draft DCN for our review. Shon Fandrich Supervisor- Project Management (Licensed) (Fss Public Utilities Engineering & Project Management (.,c_)11 i e 1- Count' Mobile:239-315-2181 ocCO Shon.Fandrich(a.colliercountvfl.ciov From: Mike Raabe<Mike.Raabe@colliercountyfl.gov> Sent: Friday, August 23, 2024 9:42 AM To: Shon Fandrich<Shon.Fandrich@colliercountyfl.gov>; Clinton Monpas<Clinton.Monpas@colliercountyfl.gov>; Matthew McLean <Matthew.McLean@colliercountyfl.gov>; Dustin Grossenbaugh <Dustin.Grossenbaugh@colliercountyfl.gov>;Jon Dumas<Jon.Dumas@colliercountyfl.gov>;Joe Angius <Joe.Angius@colliercountyfl.gov>;Jason Landberg <Jason.Landberg@colliercountyfl.gov> Cc: Robert VonHolle<Robert.VonHolle@colliercountyfl.gov>; Wayne Karlovich<Wayne.Karlovich@colliercountyfl.gov>; Adrian Carmenate<Adrian.Carmenate@colliercountyfl.gov> Subject: RE: 23604-RFI-126 (revised) RESPONSE Abandoned Ductbank Here is a visual. The two ductbanks in red square appear abandoned from our research and investigation. T ii 4_ r : • .r":er-r -1wrw1t I a 1,.. , 1 .., i . :- ._�...�.�..... 1M r' rri i 4. �,y lhMye. �tiyy}�p.��. . w. ; , 4.�. `l,Y lf+.nYJ,x4e Y�MhW,,,,z i•r,:ei:.. s'� �i}a.y' 1f ^nY1.��.�+r^f.*r. "`, ::;. r��! ? du*av ... .• . , pi 1 u L +J t .t OH I j 0ii . r� „ k��t , rt «wc. ` ir* .. it, l ' . .. 4 \ II * I ) A * 131 r r, r4 'r �a ! ..1 . I i• a i i I i i f�! .• —'"=r ! ,sow r I 1 Y i • ` ' • eta , i1y ii; `I f I I It , - ,1'v6 1 •R 4 A. i i' I tip itgr ► .... . i _ `�,� t • ... ..►.. -- —•J t I t I t 41 j_J" r I ; . r � �p I iil� z a A ,' rAi IX -- `.. 4 e'1.» _ ii L r \\t-ti'Il t? ,ram_ -- II 1 I �3 +1 II it i I S qiiII II II I " , 11 S i R II��1 '.! a �i 1id i 1 tl �IM - ii. i4 1 rt ire # I' - _'■ it- - �! illti 1 u .- El ' jJ iil. t FI I 6. •',. ,, f ii ini A % kit 11- "i _ ,I -� �.u� i rt Ir-_— i .A r q UR I •• %` ' s• • tt - —__r.... - at 1 Ir IILL�.-..T_ ..1 . ▪ liii 11 '\` t * __T. IM T r p i 1.?�► _ .` t :I $IP i y '•ill uII I 11 - 111 h t" ? erg^ i a II ! ,�. • 1 1' I ! lip 1 �l 4k. .` I. 1 1t ;li 1 L.. .•:,, i,,-ii ri„,1 Ito ii i. t I III `. ,,,• $ _ ii ii lilt iri 1 lq ,11 I r �''1 �\ r`R:.-i ....Ir.E.:HT— " 1 .' �l_S r ' i1 III is v _frr ; � - a�__1 I%„-",...\\,4 Z t /' .etc: 1 Ari I 1111. - -^ - _.�.—.. .'.1..--- wn,w•wr I C ( s I. .- .. '11 1 .I I r R r11 .1 41 7 kv Is _ -_ t* i iI t ' • *tits ii l; I ii t p ct.o _--1 I' t 16C5 4, I i 'tl4 1 b 111r — —+I———---— I I I 1 , 'rr `*. ` ` ►—' M 11 1111 1 i 11 — --- _ L ��U1 1 - - I 1 r---" +aa ' i 1 1 1 1 L i t 1 11 i 1.-... 11 ,11111 ,,,,i.r , Oto(04 1.1 __ ; 4;;;;'', "ill ii Iig-Inli'Or `I 4tY 111 {` s r -- _ _� 1 �_II, r„ i 1�r 11 1L” I 111 II L l r az� .wsZ�Ias_iso0 ill a4 esin.4 1.I ' ;11 11 �►''' Irl II >II tea . t f ► 1 11l 1 1! ":-4 �IIce,IIII , ti AN 1 �r j`' .P 1; r /� 9' �!/ l a i., . r �j! - 1 1 -,1 I : it i f e...' !fi ,;: .o. .i } // 0'4:- �iI 1I I , fr 111 1 I *Oar, w,t '. ! y ,�c�,rn p i • . Ar4 J[ftint 4 +l !. II�I1 1 '"?''f • , ` rr,, .'�' fii Girt I1 e. 1 N, • 17 ; t �,wr� i - snow it I I r 1' 1 --- { C ,.� '(.tiMACS 1 - 1 J i %JV '1 i I-{ - Ems' Z til r a. mold )�i r' ;; I, _ {l ll�® ,'Irk�a I i ti -tom 4yr , rr • , 11 -1 I '. Z..? j ' .r y cLwrrtrt tn+� ` r I \ - ' -• - !.\ i i`}k j 1 1 I .Pbs:""1":1: CyeYVa86Nuer + 74.04/ II lt,li �•i I Y 1, 1 I - I Amur i' ti • 1 ` Fr _L yI �; f�� I nu, a Dill. as oarlsia 40 r f' r L 1 I CORE MI AS. !�+- •• P 1I a .7.' / T is"aaerwrr;F_ a - - %'IL i - - " stlit iiiillio _ -- --- -- - - T- - _ _ _- 11cr I i i I kW or i1 • �r`, r r;-..I 1 0 } I i 13 i'' f ' frevort ! r 1, u lneow n:Ec 1 nz .1 I j1 i;/f�,�/�/•�r„F./✓;=!1 UI -1+ -i11 inn 1 r7i .,�.T—.r- i ;! f./ l"t �� 1 _c-r aa•ir.RT dP — I — — — 1 \ \k\ '(')f.',:::''.,;(031.: ' I .I L .L.......(12.1 t p;:%•;.-- r I I f 'j.,. lip , 1� _ r 1 +"Xt !.*1+h't rs� r [`46,..,.:1, �i� -"1 iauF.AvE34N, H 1 c} srti1, tC' "h• I 1 I Idl'44Jf' C I +• __.§ t I 11. 14 itiayti I, . 6.• ,",- i .E.' '''''-nr,_ !I..... _.- --- ..........-........ _1 ,JI acmes— iiAZENAlfin SAWYER Elillitimer.lil l nr■I i drib„■'c l7I1 j , lfiuAl - n INPJ.rp. . 1 /[5 .tat �it�l,�'�+ ar,cr! n.0 ul� lfa4 Mr EL Wins.lx, .c WI ,.. 7 _..._.._. w T- w ,il r [I l.low 2 16C5 Mike Raabe Supervisor- Project Management(Licensed) Public Utilities Engineering & Project Management Office:239-252-5379 Coll ler Cou nt- Mobile:239-537-6819 3339 East Tamiami Trail, Suite 303 0063000 Naples, Florida 34112 Mike.Raabe(a�colliercountvfl.gov From: Mike Raabe<Mike.Raabe@colliercountyfl.gov> Sent: Friday, August 23, 2024 9:36 AM To:Shon Fandrich<Shon.Fandrich@colliercountyfl.gov>; Clinton Monpas<Clinton.Monpas@colliercountvfl.gov>; Matthew McLean <Matthew.McLean@colliercountvfl.gov>; Dustin Grossenbaugh <Dustin.Grossenbaugh@colliercountyfl.gov>;Jon Dumas<Jon.Dumas@colliercountyfl.gov>;Joe Angius <Joe.Angius@colliercountyfl.gov>;Jason Landberg<Jason.Landberg@colliercountyfl.gov> Cc: Robert VonHolle<Robert.VonHolle@colliercountvfl.gov>; Wayne Karlovich<Wayne.Karlovich@colliercountvfl.gov>; Adrian Carmenate<Adrian.Carmenate@colliercountyfLgov> Subject: RE: 23604-RFI-126 (revised) RESPONSE Abandoned Ductbank Yes. Mike Raabe Supervisor- Project Management (Licensed) Public Utilities Engineering & Project Management Office:239-252-5379 Collier Count' Mobile:239-537-6819 3339 East Tamiami Trail, Suite 303 0 to opal Naples, Florida 34112 Mike.Raabe a(..colliercountvfl.gov From:Shon Fandrich <Shon.Fandrich@colliercountvfl.gov> Sent: Friday,August 23, 2024 9:35 AM To: Clinton Monpas<Clinton.Monpas@colliercountvfl.gov>; Mike Raabe<Mike.Raabe@colliercountvfl.gov>; Matthew McLean<Matthew.McLean@colliercountvfl.gov>; Dustin Grossenbaugh<Dustin.Grossenbaugh@colliercountyfl.gov>; Jon Dumas<Jon.Dumas@colliercountyfl.gov>;Joe Angius<Joe.Angius@colliercountyfl.gov>;Jason Landberg <Jason.Landberg@colliercountyfl.gov> Cc: Robert VonHolle<Robert.VonHolle@colliercountvfl.gov>; Wayne Karlovich<Wayne.Karlovich@colliercountvfl.gov>; Adrian Carmenate<Adrian.Carmenate@colliercountyfl.gov> Subject: RE: 23604-RFI-126 (revised) RESPONSE Abandoned Ductbank Does this confirm we can remove both ductbanks 1 &2 North of the Manhole? 3 16C5 Shon Fandrich Supervisor- Project Management (Licensed) � 1 Public Utilities Engineering & Project Management Collier Count' Mobile:239-315-2181 00001111 Shon.Fandrich(a,colliercountyfl.gov From:Clinton Monpas<Clinton.Monpas@colliercountyfl.gov> Sent: Friday,August 23, 2024 9:25 AM To: Mike Raabe<Mike.Raabe@colliercountyfl.gov>; Matthew McLean <Matthew.McLean@colliercountyfl.gov>; Dustin Grossenbaugh <Dustin.Grossenbaugh@colliercountyfl.gov>;Jon Dumas<Jon.Dumas@colliercountyfl.gov>;Joe Angius <Joe.Angius@colliercountyfl.gov>;Jason Landberg<lason.Landberg(a colliercountyfl.gov> Cc: Robert VonHolle<Robert.VonHolle@colliercountyfl.gov>; Shon Fandrich <Shon.Fandrich@colliercountyfl.gov>; Wayne Karlovich<Wayne.Karlovich@colliercountvfl.gov>; Adrian Carmenate<Adrian.Carmenate@colliercountvfl.gov> Subject: RE: 23604-RFI-126 (revised) RESPONSE Abandoned Ductbank Good Morning Team, Here are both duct bank manholes I took video. Mike Raabe was on site. Thanks Clinton Monpas Supervisor- Field I �_' Wastewater Office:239-427-7155 Collier Count' 10500 Goodlette-Frank Rd 0CM C Naples, FL 34109 Clinton.Monpas a(�colliercountvfl.gov From: Mike Raabe<Mike.Raabe@colliercountvfl.gov> Sent:Thursday,August 22, 2024 10:14 AM To: Matthew McLean<Matthew.McLean@colliercountvfl.gov>; Dustin Grossenbaugh <Dustin.Grossenbaugh@colliercountyfl.gov>;Jon Dumas<Jon.Dumas@colliercountyfl.gov>; Clinton Monpas <Clinton.Monpas@colliercountyfl.gov>;Joe Angius<Joe.Angius@colliercountyfl.gov>;Jason Landberg <Jason.Landberg@colliercountyfl.gov> Cc: Robert VonHolle<Robert.VonHolle@colliercountyfl.gov>; Shon Fandrich<Shon.Fandrich@colliercountyflgov>; Wayne Karlovich <Wayne.Karlovich@colliercountvfl.gov>;Adrian Carmenate<Adrian.Carmenate@colliercountyfl.gov> Subject: RE: 23604-RFI-126 (revised) RESPONSE Abandoned Ductbank 4 16C5 Clint/Jason, I talked to Jon this morning and he mentioned that you guys were going to be investigating the abandoned ductbank area. I circled the two manholes below in red that would be good to look in and see if there is anything running out of them to the north through the suspected abandoned ductbank,shown on the second drawing below. It is expected that the wire and communications cables will be coming into them from the east and west. I can come up there in the morning if you need any help. Let us know what you think or if you have already looked into these. ',µ'`RP.'.% 6i h7 -:`'WENT AlO'-ki \4_1,1 I 1 .vuuiu1Jw _ 10 n, 0 coo, as ; --- -- AR �. r. F• rt[1� -- If U t] ( 1 a_ I ��,yy 4 I ' GRAVITY 57A7NNSITE CRAW k ` THICKENER ` `� THICKENERI "`\ (EXISTING) /` 11 STORAG NO. 27L _ i� sras71 f j r� ——.....k..N- -.---.======--“-.-.--_-_-_==—..... =======,:,,-,-,,*ft; •rL-11 ,B REJECTWATT — -- rt-_•••-•� f�Fl. rill 45i.4 rro tBlt d_I T ii 1+� l-' - i` Pi I) SAS}R£OUTREO iv PROMOCL£ £IRWNCEOFOR PROPCS£D4GR4I 0 II ' Ii DRAIN.5m10.i AND EEECTRICAL DUCT ENNX. PIPE SE7WEEN / r� ;12 6ENAS TO BE ETTNER NEW OR RELOCATED IXISANG PPE'Al/, 1 1 �t .r I' THE CONTRACTORS DESCREAD 4 n —— I41,� 16'REUSE YU?ER T �. �'�'��_ in 11: 47`1V:I1 ill !,. `- : --$.....,..I---c r 1 _—��.-Ili— G---t R ---C. / �f,^.•/`-E I.t r 1 4 h' � 2 I�� ..._ .f 72 R.C.P. .S tI� CONTRACTOR 7O SWORE UP .� - AROUND ENO ANTENNAE----------- -I II//TOWER SLAB iv PROTE'T { �/ ANTENw�TOWER DURlNO N � rNsrat�inhN or•24' 0?ERAT70NS Ii AERATION lNFLUEN7 11 I —IBUILDING 1 I I! // r'e ^i V I 1 / ;1' '" 5 CIN° Poole & Kenn 1 6 C 5 Contractors An EMCOR Company September 11, 2024 Collier County Public Utilities Dep. 3339 Tamiami Trail East Naples, FL 34112 Attn: Wayne Karlovich Re: NCWRF Pretreatment Facility Collier County Contract 20-7722-NS,Poole & Kent Job No. 23604 PK PCO 018—DCN#13 Electric Duct Bank Removal Mr. Karlovich, Poole & Kent (PK) Company of Florida has received Design Change Notice #13 —Electric Duct Bank Removal, dated August 28, 2024. Please issue a formal change order for cost and time extension in the amount of$25,362.00 and 0 calendar days to the Contract. Clarifications: 1. This price only includes the cost for the changed work as defined in our proposal. Any additional work required for this change will be quoted as it becomes known. 2. We shall not proceed with this additional work, please issue written directive per the Contract Documents. 3. Poole &Kent shall not be held responsible for LDs for work directive. Should you have any questions, please do not hesitate to call. Very Truly Yours, Poole & Kent Company of Florida r.'rr� f` /17: ._ Mitch MacClugage Project Manager CIO 16C5 Poole&Kent Company of Florida Poole &Kent 1781 N.W.North River Drive Contractors PO.Miami,BoxF 205331 5 P.O. 420556 Miami,FL 33242 Phone'305.325.1930 Project Name: NCWRF Pretreatment Facility Owner: Collier County Public Utilities Department Engineer: AECOM Owner: Wayne Karlovich PK Job No. 23604 Contractor: Poole& Kent Company of Florida DCN# 13 Cost Proposal No. 18 Rev: 0 September 11, 2024 Sheet No. Sheet Identification Labor Material Process Equip 1 Design Change Notice#13-Electric Ductbank Removal - 720.00 - Material Cost, Labor Hours and Equipment Cost TOTALS' - 0.00 720.00 - Labor Totals Category Hours Rate Cost SUMMARY a. Process Equipment&Material Cost 720.00 Operator 0 0.00 - b. Freight 369.60 Operator(OT) 0.00 c. Sales Tax 7.0% 50.40 Operator(DT) 0.00 d. Collier County Surtax - Journeyman 0 67.00 - e. Subtotal Material 1,140.00 Journeyman(OT) 100.50 f. Mark Up 10.0% 72.00 Journeyman(DT) 134.00 g. Total Process Equipment&Material 1,212.00 Foreman 0 101.00 - Foreman(OT) 151.50 h. Base Labor Cost - Foreman(DT) 202.00 i. Mark Up 10.0% - General Foreman 0 115.00 - j. Total Labor Cost - General Foreman(OT) 172.50 General Foreman(DT) 230.00 k Subcontracts 23,000.00 Laborer 0 50.00 - I Mark Up 5.0% 1,150.00 Laborer OT 75.00 m Total Subcontract 24,150.00 Laborer DT 100.00 n Construction Equipment&Tools - o Equipment Mark Up 5.0% - P Total Construction Equipment&Tools - q General Conditions - r GC Mark UP 10.0% - Labor SubTotal - u. Total GC - Total Proposed Change Order Amount $ 25,362.00 t P): r 16C5 Material and Labor Cost Estimate Sheet Sheet Description Material and Labor Sheet No. 1 Qty Description Material($) Labor(hrs) Process Equipment($) Unit Total Unit Total Unit Total 3 Additional Fill(Material) 240,00 720.00 - - 3 Hauling for Fill(No ix:No mark up)3@123.20=369.60 - - - Material,Labor,Equipment/Tools Subtotals 720.00 - - Consumables of material , � �t ,4 - a :1 A Clean Up of labor f�5V . ri, • - £ - '' ;r- Safety of labor e` 3 ! - - }, � }-- e Small Tools of labor . k-'s''n� < _. _.. - ._..„� Totals 720.00 - - 16C5 EQUIPMENT AND MAJOR TOOLS Sheet Description Equipment& Major Tools Sheet No. 3 EQUIPMENT/TOOLS UNIT COST TOTAL COST Acetylene Rigs Complete days @ Air Compressor days @ Backhoe Months @ Bobcat Months @ Barricades days @ Blower/Fan days @ Bomag Roller days @ Chain Fall days @ Compactor days @ Core Drill Machine days @ Crane Days @ Crane(Boom Truck) days @ Crawler Tractor days @ Walk Behind Street Saw month @ Dewatering Equipment week @ Dozer weeks @ Drum Roller days @ Dumpster per @ Excavator days @ Flat Bed Truck days @ Fusion Machine, Datalogger&Tech days @ Front End Loader days @ Generator days @ Diesel Fuel Gallons @ Grooving Machine days @ Hilti Drill days @ Lull Weeks @ Laser days @ Pick-up Truck days @ Pipe Bending Machine days @ Pipe Machine week @ Plate Compactor days @ Portable Power Jack days @ Power Hoist days @ Roust-A-Bouts days @ Rubber Tire Combination days @ Scaffolding days @ Scissor/Hi-Lift/Boom Lift months @ Screw Jacks days @ Skid Steer days @ Test Pump days @ Tapping Tool days @ Transit/Level days @ Trench Box-United Rental days @ Trenching Machine days @ Other-Mobilization/Demobilization days @ Other- days @ EQUIPMENT&TOOLS TOTAL COSTS 16C5 GENERAL CONDITIONS COST Sheet Description GC COST Sheet No. 4 DESCRIPTION UNIT COST TOTAL COST PROJECT MANAGER 0 hours @ 100.00 0.00 ASSISTANT PROJECT MANAGER hours @ 0.00 0.00 SUPERINTENDENT 0 hours @ 128.00 0.00 PROJECT ENGINEER 0 hours @ 36.00 0.00 hour @ 0.00 hour @ 0.00 0.00 Ardman &Associates,Inc. 0.00 Density Test, Nuclear Method(min.4) 0 each @ 23.10 0.00 Trip Charge 0 each @ 120.00 0.00 Standby Time hour @ 88.00 0.00 days @ 0.00 AngleRight Surveying 0.00 As-Builts-Field Crew 0 per @ 640.00 0.00 As-Builts-PSM 0 per @ 125.00 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0,00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 0.00 0.00 GENERAL CONDITIONS COST $0.00 CIO 16C5 EQUIPMENT AND SUBCONTRACTORS VENDOR/MANUFACTURER EQUIPMENT PRICE TOTAL EQUIPMENT � � SUBCONTRACTOR �� SCOPE PRICE Tip Excavation Duct Bank Demo approx 40' per DCN #13 23,000.00 TOTAL SUBCONTRACTORS 23,000.00 TATE TRANSPORT CORPORATION Page 11 6 C ;Q E 2830 W State Rd 84, Suite#102 12/07/23 12:21 TRANSPORT Ft. Lauderdale, FL 33312 — _. cogPotIATtoN 954 581-3545 Fax 954 581-6038 ! HAULING INVOICE Date 12102/2023 POOLE & KENT CONTRACTORS DEE I. l 7023 i' invoice# 23011323 1781 N.W NORTH RIVER DRIVE I Terms MIAMI, FL 33125 PO# 23604 Ref# P&K1042206FDL danny 3053653909 Sales Job WATER PLANT From /To BONITA GRANDE/ 10500 GOODLETTE FRANK RD N-NAPLES F Type of Work HAULING FILL PER LOAD DATE HAULER TICKET QUANTITY RATE TOLL/FSC TOTAL 11/28/23 1954 27372 1.00 LOAD 123 20 123.20 11/28123 1052 27373 1,00 LOAD 123.20 123.20 1 1/28/23 1953 27401 1 00 LOAD 123.20 123 20 DATE TOTAL 11/28/2023 3 3.00 369,60 3 3.00 SUB TOTAL 369.60 INVOICE DUE UPON RECEIPT. TOTAL 369.60 ACCOUNTS WITH A BALANCE OVER 10 DAYS WILL HAVE A 1.5%INTEREST ADDED MONTHLY PLUS COST OF COLLECTION,IF NECESSARY,INCLUDINO A REASONABLE ATTORNEY FEE ANY DISCREPANCIES MUST DE PRESENTED WITHIN 14 DAYS FROM THE DATE OF INVOICE TO OUR MAIN OFFICE OR THE INVOICE HILL BE CONSIDERED VALID AND NON DISPUTAELEI DATE . r PO No JOB No CLASS CODE PAOJ.MGRAPPROV Vi1 BA,MGR.APPROV 612 SALES TAX ❑Y 0N , -RI 0174,TE TATE TRANSPORT CORPORATION 1 6C5 2830 W State Rd 84, Suite#102 2417/22 12 21 TRA NB P ORT CCIaPpRATI CI N Ft Lauderdale, FL 33312 954 581-3545 Fax 954 581-6038 MATERIAL INVOICE DATE: 12/02/2023 ._ — INVOICE#: 23011409 —1 — TERMS: DEE POOLE& KENT CONTRACTORS 11 2B23 P.O. #: 23604 1781 N.W. NORTH RIVER DRIVE , _ __ ___ - -i REFERENCE it: P&K1042206F0LM 1 1.!-)C)I E .•: I .E:I.)1 FLP, MIAMI, FL 33125 danny 3053653909 Job : WATER PLANT From i To: BONITA GRANDE/10500 GOODLETTE FRANK RD N-NAPLES F Quantity Description Rate Amount 3.00 LOAD FILL 240.00 720,00 Sub Total: 720.00 Sales Tax: 50.40 Material Orly-NO HAULING ! Total! 770,40 kVI o •i ACCOUNTS WITH A BALANCE OVER 30 DAYS WILL HAVE A 1.4%INTEREST ADDED MONTHLY PLUS COST OF COLLECTION,IF NECESSARY,INCLUDING A REASONABLE ATTORNEY FEE. ANY DISCREPANCIES MUST BE PRESENTED WITHIN 14 DAYS FROM THE DATE OF INVOICE TO OUR MAIN OFFICE OR THE INVOICE WILL BE JEERED V lettV If!,',15 AS I PO No JOB No •Al CLASS 00D1 144M4M PROJARAPPROV ef 811.MGRAPPROV 61/2,SAI.ES TAX 0 y ON c NO 16C5 but troatt, t-crts. .0r .,..r..t .., 6256 Via Primo Street. Lake Worth, Florida 33467. 954-650-5686 calltipforquote@gmaiLcom Project Name: NCWRF — Collier County Bid Date: September 10, 2024. Attention: Project Manager/Mitch Subject: Demo Duct bank Project Location: 10551 Frank- Goodlette Rd Naples Fl TIP Trucking & Excavation (Subcontractor) is pleased to furnish this quotation for Excavation and preparation of Pads Scope of Work: Remove and dispose up to 40 feet of 2' x 4' duct bank as per drawings provided. This includes Excavate, saw cut, remove, separate rebars, plastic, and concrete, dispose, backfill and restore surface. This Estimate is for demolish up to 40 feet only, any additional length will be done at a fix rate of$590/FT. 1. Subcontractor will furnish all labor, equipment, tools, equipment, transportation, items required for safe operations in accordance with the safety provisions in this Agreement, and supervision to complete, in a substantial and workmanlike manner, to the satisfaction of the Owner and/or its Representative, the following work in accordance with all applicable Codes and in accordance with all the Contract Documents specified in this Agreement. 2. Protect existing structures, appurtenances, underground utilities, etc. 3. There is limited storage space onsite. Subcontractor will fully cooperate with Poole & Kent in accommodating onsite storage of equipment and materials. 16C5 Sg ar.4 r -. a a .'rag.sQT,aa bill it<> 1tlrrs, rAr,.,, .r1 t.,• 6256 Via Prima Street. Lake Worth, Florida 33467. 954-650-5686 calltipforquote©gmail.com 4. All wages under your scope of work agreement shall be in strict accordance with Broward County Responsible Wages and Benefits as specified. Certified payroll will be required per contract. 5. All drinking water, ice and containers for Subcontractor's forces as required. 6. Submit daily production report to Poole & Kent on an approved from provided by Poole & Kent. All reports are to be submitted to Poole & Kent by 9:00 am on the workday following the day being reported. 7. Comply with security measures as required by Owner, including cost of background check and security badges. All employees must be badged prior to allowing access to the site. 8. All clean up and removal of debris generated by Subcontractor's work to be placed in dumpsters by Subcontractor. Clean up shale be performed on a daily basis. 9. Subcontractor is fully aware of the schedule of completion for this project and fully understands the work will be ongoing in many areas simultaneously. Subcontractor is to provide adequate manpower, material, and equipment to maintain the project schedule. PROPOSAL AMOUNT AND LUMP SUM PAYMENT SCHEDULE: The above scope of work can be done for Twenty-Three Thousand dollars ($ 23,000) Assumption: No obstruction or foreign object in path left over from other contractors working on site. Exclusions: No permit, survey, or compaction testing. WORK COMMENCEMENT AND COMPLETION TIME: Work shall commence immediately. 16C5 M Illik. 4go e A il:P —IF.. Pit .-. .... TIME IS OF THE ESSENCE in all aspects of TIP's performance. TIP shall commence its work immediately after notification by Contractor 's Representative and shall diligently prosecute its work to completion in a substantial and workmanlike manner in accordance with the proposal documents described herein. CHANGES IN WORK: Contractor reserves the right to make changes in the Scope of Work (increases and decreases of any kind) and alterations in material and product selections. Proposer and Sub proposers shall make no changes in the work without issuance of a written change order that is first executed by both Proposer or and Contractor 's Representative. Contractor will not pay for verbal change orders. Subcontractor must obtain written change orders, at minimum, email authorization of additional fixed-price change order work BEFORE proceeding with any additional work or any variations in specified materials. Subcontractor shall mark up additional work it,', o for profit and overhead. Additionally, Contractor shall be credited proposer's profit and overhead at the same rate as noted in the sentence above, on all deductive change orders and on work deleted from the Subcontractor by Contractor. SAFETY MEASURES: It is the sole responsibility of the Proposal or to continually operate, monitor and supervise all of its operations in a manner that meets or exceeds all statutes and regulations that establish safety requirements as established by state law. In addition, all of TIP's activities (whether labor or materials) shall at all times comply with all OSHA standards and regulations and all applicable governmental laws and orders governing safe operations. 16C5 t‹,,: aa�An 4 c�a.q••�a.�'�a.+t.i�Q .�H lry [R t'ts tag yr 1 tr,. 6256 Via Primo Street. Lake Worth, Florida 33467. 954-650-5686 calltipforquote©gmail.com Contact Information: Vijoy Ramdin —954-650-5686 Email: CALLTIPFORQUOTE(cz7GMAIL.COM Thank you for the opportunity to continue doing business with Poole & Kent Florida. Please call us if you have any questions. Thanks again and we look forward to hearing from you. CONTRACTOR Date: By: 't• eP(11: TIP Trucking & Excavation Inc Date: September 10, 2024 By: Vijoy Ramdin Cpk4 PUBLIC UTILITIES 1 6C5 WORK DIRECTIVE CHANGE # 15 PROJECT NAME: NCWRF Pretreatment Construction DATE OF ISSUANCE: 10/23/2024 EFFECTIVE DATE: 10/23/2024 OWNER: The Board of County Commissioners of Collier County, Florida PROJECT#: 70149.1 WORK DIRECTIVE TITLE: Potable Water Main Relocation Phase 2 CONTRACTOR: Poole: & Kent Company ENGINEER: AECOM You are directed to proceed promptly with the following change(s): Description: During potholing for the potable water main relocation phase I work, the contractor encountered an additional 4"potable water main connection on the segment of water main that is to be relocated, Therefore. this unforeseen condition will need to be accounted for when the potable water main is relocated. As shown in the attached PDF markup, the contractor is to also tie in the 4-inch potable water connection to the relocated main using an 8-inch x 4-inch tee fitting. Contractor shall provide required fittings to accommodate the change in elevation of the potable water pipe from its existing location to proposed new location. Refer to attachments: DCN#1 I. P&K Cost Proposal PK PCO 017 REV I Purpose of Work Directive Change: To address the unforeseen conditions identified dand maintain water supply to the plant systems served by connecting to the existing 4-inch potable water pipe. 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: Per contract documents © Other: No additional time Estimated increase fc -t in Contract Price Estimated change in Contract Time: S19,528.23 Increase or decrease by 0 calendar days. RECOMMENDED: AUTHORIZED: k By: t"� t. t.�u By: G�.J, Engineer Own s Representative C f',t) 16C5 PUBLIC UTILITIES DESIGN CHANGE NOTICE #11 PROJECT NAME: NCWRF Pretreatment Facility (Contract 23-8116) DATE OF ISSUANCE: 05/08/2024 OWNER: The Board of County Commissioners of Collier County, Florida PROJECT#: 70149.1 DESIGN CHANGE NOTICE TITLE: Potable Water Relocation Phase 2 CONTRACTOR: Poole & Kent Company ENGINEER: AECOM Technical Services,Inc. It is requested that a contract modification be initiated to the above referenced contract. The following information is provided as background information: Description: During potholing for the potable water main relocation phase 1 work, the contractor encountered an additional 4"potable water main connection on the segment of water main that is to be relocated. Therefore, this unforeseen condition will need to be accounted for when the potable water main is relocated. As shown in the attached PDF markup,the contractor is to also tie in the 4-inch potable water connection to the relocated main using an 8-inch x 4-inch tee fitting. Contractor shall provide required fittings to accommodate the change in elevation of the potable water pipe from its existing location to proposed new location. Refer to attachments: PDF markup, RFI 100 Purpose of Design Change: The previously unidentified 4-inch potable water connection was not shown in the contract documents and therefore the contractor needs to be issued a Design. Change Notice in order to address the unforeseen conditions. 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 n Lump Sum ❑ Engineer's record ® Other: TBD ® Other: 0 days Estimated increase (decrease) in Contract Price Estimated change in Contract Time: Provide Estimate Zero (0)calendar days. PREPARED BY: By: May 14, 2024 Engineer Date AECOM Technical Services, Inc. < < 16C5 E 2 5 ( ,., .4*.X, ' a . fY s< e ks' ' a1 a z � �d�r ' ' d a zya� " owo O u• o sUN , W . 2u. g o Ui�' a § a526 ? o w O � g � " oi <e / s II z a r �Z T Nw� gaNm m' - ° Vii g 1� o '+ \ . 1± ; II �s ,-- 3II L — } 0 L >}'W 3 -II3 • 11 d " H3 0.— 3 — 1p1—i , I -41 !L - I, `; — — W \`�,-- ' 3 � 3 II3 III 3 r1� 8 I '� —^ , .��• �' $ \ n .o 4. H II i W/ ^4IV vgi H II I I i /ai 3_ n IV I ; iI I II. ■® ice, s5 W F a� I II W Ir �I I WI =II I , r� s —lib V w .a I I G _, I I II g WI sn $s I $ $ a — • I w . W =W _III W I W'IJ,I , I ' ll I / ''- ..�II i i � Imo I I . a I il ` I e1a� i I 1II R �Wd TaW n:1 Ill II II � I I W. II II ; W s: I in Z P II Il n I J IIII 11 11 ° - I mI m .w I - 1 4sD--- 4- 1. e a 3it il i 1 Ij J mx r 1' t wog r®-4 //f t a I ii = 1 I III f aR a r. I W o -1 , ,—wG7:4'l I I I ' W 1 17 F , • II , I ��,,,. _�: , 1 W I // II M W • W !// / / HII bi 2 1 1 III! `,�`! 01`'4 .• . . 1� — A # y = _.. .Qj /{,' 3 —•— 3�] ''� 3 3, i I 3 —1 W I /// I .. II I 44 / II I I I ., v t • I j u II /j it W ,. I // ', Mw I~; :c $W= ' THI 4, I 1 I � . 1 — — ---W----- I' 11 I I / / 8 44 fL �. : T v ..,1 I 1 II II(W �: / gs. &= 11111' I d 17 E_! . E I gill II G2a Mlmiji I I4,,,=1: ____ 6 IE�I it II I : IIIII 1 m �� 1�11� II ; '� §= \\ ��; L. I _1/ 111111iit� I I\�\` )IIj I •-'•, 11111w I v e I III J EI1 Iri / 1 L -- 11IIII1\\ f o / ,ll 411 11 1 t coA' 1605 Poole & Kent Contractors CONTRACTOR REQUEST "SAFELY BUILD A QUALITY PROJECT ON TIME AND UNDER BUDGET' FOR INFORMATION REQUEST NO.: 100 PROJECT: COLLIER COUNTY NCWRF PRETREATMENT FACILITY PROJECT NO: 23604 CONTRACTOR: Poole& Kent of Florida(P&Kl Clarification Requested By: Poole&Kent Attachment: Photo and drawing Regarding: Plan Sheet Spec. Section: Possible Cost Change: Yes X No High Priority Response Needed By: 5/07/2024 Possible Time Impact: Yes X No Low Priority Existing Unforeseen Pipes Discovered during POT Excavation See attached drawing and photo with unforeseen existing unforeseen pipes discovered during excavation of existing potable water piping. Please advise with direction for the following issues, unknown 4" PVC that ties into POT WTR, unknown 30" DIP that conflicts with POT WTR re-routing, and 30" DIP that conflicts with Electrical Building underground conduit. Mitch MacClugage Prepared by 04/30/2024 Date n Design Engineer Owner Work Directives will be issued to address these unforeseen pipe conflicts. Jack Miller AECOM Technical Services, Inc. 05/03/24 Reviewed By Date NCWRF Pretreatment Facility-Contract No.20-7722-NS 1 . , 6Cr 0wE. . ra 4 ii:1! ._ o LLN'� i 0 3 CL .g ¢ o aLLO x. a =• 11 e h, O s€ g Jfi �� �¢a w - CL RI W CD t t � ' :I e Ui . U 8 � ;; o � �—Z Fa41 o2q 66 O' a J6a ° xaOZ IL:i 3 O �_ S =, sI OQ I— Lri u .\ w W 0 A it W CL 1 q`' I z 3 d mwI_ ,nI Z n 1— _`A_4_ __ -2 • —'1TI -� fti•W -- l/1 W �- E- _—*� it .,. , _IL_ __ • __-i _ — Il/) c/1 X Cl- 1 3Sf13Y-kat 11 i t-- I 1 - L ..,.. S1d-A'Sd.9 ,$K _ II W i itit _.—. —. ��. a.� ,_it i III E /S.-Pi i_ ASd-1 II II I 1 4 _ _ ;-z- / 6..-1-1r'.K`� I- "JFs. I' i/'.� - \ j. ,+ 1--' i= ,—,-�frj, 11;JJ 1„I/1 a J II 'Ir m,-ll•J4 J ?2, T Ir " "'W5.. I i/i., a\ ,t'` • i , $fi • I10,,1F a. g. _ ,, "LI !;'i i ,II I ill b �I _II___!.._I-_ .7�. \`�.`�.\\1 I I. �'',1c' 1 I=117 K j 4 k 1 I g) �!0....! I r 1.,, I nl o H I 1I( I iii t 53I a _ ,.' 1 1 . i i,,:,,,-.1,-Y�_ -_-_'. 1 i i I 1 1� d �� 41 .� . I:1;•l�, g '�+tom_F'--- :// 1 Y I 'x'-_-- II iij 8 1 � I I' Y1 � ''�l. 1 i i • �, 1! JL ' iil 1 ff ;'ii 1,,1� \ 11l mod 1 ��� 'r am \\y I: � ,,, ,., V II.11 I, .' 1 ' " �!I ii�1 1 I ��1 i, �- 1 \ '� j 1 " 1 1 n ' �4 II 1I1; 'TI I I = am9i - a lam- ul l'iri,l iitL,1 , ` , '' it y /� ;ii /i ( 05v v( 1, d 11 Il'_, m AI `�`Xii►\\\\\\\"�►\Nrsz....mil �►:,�i-,-. / r ,y' i AJ j„' i 1910—Ndg9t -1- i vi N �.CNW ii 1 1.'LPT �7' 1) ', / n �j it "�, 4 -ii 1 i 1 �. 1 I IIN�r ! tl '' t _ _ r a� i 1 1 1 .1 P.1 ._f ia'�iii J - r d9Y.Z I II '� .//�. /X �'1 i• ,¢ J� °6 '_•11 14- ._�._(� 1 1\\y_1 ! ' - �i� ' / 1 CI 3 w5 Foo3 '�I 11 v \ A,�'11 11 '1q 1 _ itri) �µ:".9II- I __I g°g`�€: li< 1 es, \`� `•' L\kk Z i*Y �\, Itli'-`-i---='t1-P"�=='_ i•' -�`.,_ ===-ffiSo� q � � �1�JJ I ' , f! 11, G y n� 1 -II lil .r p.�, II _ rt-YO.Yt .T�k' k" `! 1• I f 1 �. • 1"!'1' y ' �� / I1= I!I i I II • 1 ___ —Ye 1� II I II I1 I I • 1 u6"/ I !III, II! 1 �'•&j-,;_ � 14a�`ao.8s4'6 Ga I I1 II�' ' "Or i 1i 1 \`` ' F �✓ II ti!I i �1yl 1/ 11 3 klt------1-' ~• '` will 1 1�r/ I \ �eII III 1 .y I I I- _ _`�iit L1fy 1 ,)�i u II; 1:111 1 ; iI I ,11t girl 111!1 R,1 a 11 -�-^lr---1'---1 - ----------'III 1111 ' 1 ! �{ yi � ,Li::::-:r 1/� I ,•- 1 n Iiiio 1 1 TIi7 "`�N'.` 1f I ,�' 1 III 11 1 1„ I I1.utI w P I • nI / - • 1 1I 11 iIi ' I I 1 \\I / / Y 1I {1`1 I w,j' / 1 I u IIIVir 1 1 , 1 /S-..ri /I I'VZ:llu" 'It' ,zm�m�m� I i 1 II ! I , cA- ..,--,'. ,..., _,Ilvt1101, Me a'en, e.a,ra:Ir..,..�,�....., 1 6G5 UNFORESEEN 4" , • ,, „,‘:...:: A . t .,, Ar.0 A ......0 PVC WITH 45s, 't , . . i. '.. . ii•- R .404'V j, ......" (7) if --.. ____ TIES INTO POT iy. 4 44411 , 11 ' 1'4: _Are „4 WATER • , :441.',..,,,_-_,(t.,....4.,„„ • . • t ,,,,.:: .., , ,-----,-------- . t . .... i ,- . . ,,:-,- -_..... ......__ ..... i _ 1_, „„._ • • . „4„....%.„,„‘,.... •-,,,--t-..... tr,,,..., -•• - ., ...„... _, , UNFORSEEN 30" 1 --' - ----"*i'r • • :.,,, --1, '-:'; ei,•,:•: ' • '''':...t-,-:7. . 044 V . ..- t, • 7. -,,,-.' , • ', ,5: k, PIPE ,. _.rr- - •, - ._„dor-.- • ,• f .2. ' • 5CI s 4, ..o. •:I '-',-pr., _,,,,,..;... „ ,,,,,, -,, „... c•-•-•,. - • ,, 4,, . , ,.. -,,-,;( ..,----,:- * ,. •1 .,,, . , ....,44..„. ..... .., it, .. , .....„. — ..4.: -,,..-r ,,,,.•-,...'-.--.: ,-, - . ..v,:, • .. ..„ ,—,•• ' '-,..., tign. ..... .„ j_:t.: *... -'..--i,-----:, .--*;,-,.._•:-_• • ,•••-z.,,.e ,.....,,, ;,..;-. . . ....00,,, - ....,, _ .+If , ...:, . .. . , ,- • :01r; .. - ,. ' ,,,' -.1..., " , -e '. i-, -) ,—.t-3ir,1% ...I."' , . , .., , , ..-4".7*, ,,--,.. .,'''',74,-,...''' ' +1-,-r„= ' -' - -- ... • , ' ' -.''. --.S.,-;.::';‘,#4,---,:Is!, -:.',- ' --%.*:t.-,e71* - - .::•T':— 77-A,./,,,,..'.'.','.0%)4ii-'-" ',- ---- -4.,. ; ,ii.---,,,45 OFFSETS 0 N -...-;— ',..**,r' 7z:."--- .7":"--7 .' ' ,4474..." -•: -' -- ...r.'IL., ,,,,l' -4''-'''"-*,- ', -4- - EXISTING 10" ..„;•,,, ..,, : ,, - ,:J.• _ ..,-.5.;z;-4-A, ' POT WTR 4 - ...„ -- ... . /..-= .:,- ,,,,,,,,,,- ,Aiix ,,, , . - c......., 4-;-! ,10.6•P!.- "sr-ryitfi -.4,4- 0;:r7:17." 44. ... ,,i• ,....„„.. . • .,,k, '.,' ,_ - _ :. q., , 411),,,,A 44,.. . 4,-, it ... dfi.:.'IP ,-;#* / - - CN° Poole16 C5 111 Contractors An EMCOR Company September 24, 2024 Collier County Public Utilities Dep. 3339 Tamiaini Trail East Naples, FL 34112 Atm: Wayne Karlovich Re: NCWRF Pretreatment Facility Collier County Contract 20-7722-NS,Poole & Kent Job No. 23604 PK PCO 017 REV 1 —Design Change Notice#11 Potable Water Relocation Phase 2 Mr. Karlovich, Poole & Kent (PK) Company of Florida has received Design Change Notice #17 Potable Water Main Relocation Phase 2, dated May 5, 2024. Please issue a formal Work Directive for additional cost and time extension in the amount of $19,528.23 and 0 calendar days to the Contract. Clarifications: 1. Poole & Kent will not proceed with this work unless written directive is provided. 2. Any additional work required for this change will be quoted as it becomes known.. 3. This work shall be performed concurrently with contractual work as this additional work includes modifications necessary based on changed conditions discovered in the field. 4. Poole& Kent shall not be held responsible for LDs for work directive. Should you have any questions, please do not hesitate to call. Very Truly Yours, Poole& Kent Company of Florida „Jjr Mitch MacClugage Project Manager 0,*C 16C5 Poole&Kent Company of Florida Poole & 1781 N.W.North River Drive Poole KentMiami,FL 33125 Contractors P.O.Box 420556 Miami FL 33242 Phone:305.325.1930 Project Name: NCWRF Pretreatment Facility Owner: Collier County Public Utilities Department Engineer: AECOM Owner: Wayne Karlovich PK Job No. 23604 Contractor: Poole&Kent Company of Florida DCN# 11 Cost Proposal No. 17 Rev: 1 September 24, 2024 Sheet No. Sheet Identification Labor Material Process Equip 1 Design Change Notice#11 -Potable Water Main Relocation Phase 2 6,631.66 - Material Cost, Labor Hours and Equipment Cost TOTALS' - 6,631.66 - Labor Totals Category Hours Rate Cost SUMMARY a. Process Equipment&Material Cost 6,631.66 Operator 0 0.00 - b. Freight 500.00 Operator(OT) 0.00 c. Sales Tax 6.0% 397.90 Operator(DT) 0.00 d. Collier County Surtax - Journeyman 60 67.00 4,020.00 e. Subtotal Material 7,529.56 Journeyman(OT) 100.50 f. Mark Up 10.0% 663.17 Journeyman(DT) 134.00 g. Total Process Equipment&Material 8,192.73 Foreman 30 101.00 3,030.00 Foreman (OT) 151.50 h. Base Labor Cost 8,775.00 Foreman (DT) 202.00 i. Mark Up 10.0% 877.50 General Foreman 15 115.00 1,725.00 j, Total Labor Cost 9,652.50 General Foreman(OT) 172.50 General Foreman(DT) 230.00 k Subcontracts - Laborer 0 50.00 - I Mark Up 5.0% - Laborer OT 75.00 m Total Subcontract - Laborer DT 100.00 n Construction Equipment&Tools - o Equipment Mark Up 5.0% - P Total Construction Equipment&Tools - q General Conditions 1,530.00 r GC Mark UP 10.0% 153.00 Labor SubTotal 8,775.00 u. Total GC 1,683.00 Total Proposed Change Order Amount $ 19,528.23 Z. 3t1 16C5 Material and Labor Cost Estimate Sheet Sheet Description Material and Labor Sheet No. 1 Qty Description Material($) Labor(hrs) Process Equipment($) Unit Total Unit Total Unit Total 1 4"GATE VALVE 780.00 780.00 - 1 4"MJ SLEEVE 71.76 71.76 - - 1 8X4 MJ TEE 205.47 205.47 - - 1 4X2"TAPPED PLUG 69.92 69.92 - - 5 4"MEGALUG FOR PVC 48.18 240.90 - - 5 4"MJ GASKET 19.25 96.25 - - 20 4"304SST T-BOLTS AND NUTS 7.15 143.00 - - 2 8"MJ 45 156.40 312.80 - - 1 6"MJ 45 107.33 107.33 - - 1 8X6 MJ REDUCER 112.24 112.24 - 5 8"MEGALUG FOR DIP 65.07 325.35 - - 5 8"MJ GASKETS 31.15 155.75 - - 30 8"MJ T-BOLT AND NUTS 7.58 227.40 - - 3 66"MEGALUG FOR DIP 46.18 138.54 - 3 6"MJ GASKET 21.83 65.49 - - 18 6"MJ T-BOLTS AND NUTS 7.15 128.70 - - 1 10"GATE VALVE 2,472.00 2,472.00 - - 2 10"MEGALUG FOR DIP 96.30 192.60 - - 2 10"MJ GASKETS 37.49 74.98 - - 16 10"MJ T-BOLTS AND NUTS 7.58 121.28 - - 2 VALVE BOXES 169.95 339.90 - - 2 VALVE BOX LID - - - 2 3"ENGRAVED BRONZE VALVE TAG 25.00 50.00 - - 2 CONCRETE FOR VALVE COLLARS 100.00 200.00 - - Material,Labor,Equipment/Tools Subtotals 6,631.66 - - Consumables of material - a vs Clean Up of labor - ' r ' Safety of labor - ,,,, 4Small Tools of labor Totals 6,631.66 - - ' y 16C5 EQUIPMENT AND MAJOR TOOLS Sheet Description Equipment& Major Tools Sheet No. 3 EQUIPMENT/TOOLS UNIT COST TOTAL COST Acetylene Rigs Complete days @ Air Compressor days @ Backhoe Months @ Bobcat Months @ Barricades days @ Blower/Fan days @ Bomag Roller days @ Chain Fall days @ Compactor days @ Core Drill Machine days @ Crane Days @ Crane(Boom Truck) days @ Crawler Tractor days @ Walk Behind Street Saw month @ Dewatering Equipment week @ Dozer weeks @ Drum Roller days @ Dumpster per @ Excavator days @ Flat Bed Truck days @ Fusion Machine, Datalogger&Tech days @ Front End Loader days @ Generator days @ Diesel Fuel Gallons @ Grooving Machine days @ Hilti Drill days @ Lull Weeks @ Laser days @ Pick-up Truck days @ Pipe Bending Machine days @ Pipe Machine week @ Plate Compactor days @ Portable Power Jack days @ Power Hoist days @ Roust-A-Bouts days @ Rubber Tire Combination days @ Scaffolding days @ Scissor/Hi-Lift/Boom Lift months @ Screw Jacks days @ Skid Steer days @ Test Pump days @ Tapping Tool days @ Transit/Level days @ Trench Box-United Rental days @ Trenching Machine days @ Other-Mobilization/Demobilization days @ Other- days @ EQUIPMENT&TOOLS TOTAL COSTS Cp,O 16C5 GENERAL CONDITIONS COST Sheet Description GC COST Sheet No. 4 DESCRIPTION UNIT COST TOTAL COST PROJECT MANAGER 0 hours @ 100.00 0.00 ASSISTANT PROJECT MANAGER hours @ 0.00 0.00 SUPERINTENDENT 0 hours @ 128.00 0.00 PROJECT ENGINEER 0 hours @ 36.00 0.00 hour @ 0.00 hour @ 0.00 0.00 Ardman &Associates,Inc. 0.00 Density Test, Nuclear Method (min.4) 0 each @ 23.10 0.00 Trip Charge 0 each @ 120.00 0.00 Standby Time hour @ 88.00 0.00 days @ 0.00 AngleRight Surveying 0.00 As-Builts-Field Crew 2 per @ 640.00 1,280.00 As-Builts-PSM 2 per @ 125.00 250.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 0.00 0.00 GENERAL CONDITIONS COST $1,530.00 1 605 EQUIPMENT AND SUBCONTRACTORS VENDOR I MANUFACTURER EQUIPMENT PRICE TOTAL EQUIPMENT , ---:4744,trUttAtrfni :4'.' SUBCONTRACTOR SCOPE PRICE TOTAL SUBCONTRACTORS 0.00' 16C5 '-McDade Quote Number: Q12395 1' Waterworks, Inc. Quote Date: Sep 6, 2024 Page: 1 PO BOX 16039 TAMPA, FL 33687-6039 Voice: (813)740-1144 Fax: (813)627-9387 Quoted To: Ship To: POOLE AND KENT COMPANY POOLE &KENT COMPANY PO BOX 420556 @ NORTH COUNTY WRF MIAMI, FL 33242-0566 10500 GOODLETTE-FRANK RD NAPLES, FL 34109 JOB#23604 Payment Terms F.O.B 1 Freight Estimated Freight Sales Rep Net 30 Days BAN-PPA $ Continued STEVEN MULLEN Quantity Item Description Unit Price Amount 1.00 6.1KMJGVDI04 04" KENNEDY MJ R/W GATE VALVE, EPDM 780.00 780.00 ENCAPSULATED WEDGE, OIL, L/ACCYS, 304SS STEM #7571, C515#10104007571SSZ 1.00 1.1CMJSLP04 4" C153 MJ L/P SLEEVE, L/ACCYS 71.76 71.76 1.00 1.1 CMJT0804 08" X 04" C153 MJ TEE, C/L, L/ACCYS 205.47 205.47 1.00 1.1CMJPT04 04" X 02" C153 MJ TAPT PLUG 69.92 69.92 5.00 5.1MJRPEO4 4" MEGALUG FOR PVC 48.18 240.90 5.00 04" MJ NEOPRENE GASKET 19.25 96.25 20.00 3/4"X 3-1/2" 304SS T-BOLTS& NUTS 7.15 143.00 2.00 1.1CMJ4508 8" C153 MJ 45, C/L, L/ACCYS 156.40 312.80 1.00 1.1CMJ4506 6" C153 MJ 45, CIL, L/ACCYS 107.33 107.33 1.00 1.1CMJR0806 08" X 06" C153 MJ REDUCER, C/L, L/ACCYS 112.24 112.24 5.00 5.1MJRDE08 8" MEGALUG FOR DIP 65.07 325.35 5.00 08" MJ NEOPRENE GASKET 31.15 155.75 30.00 3/4"X 04"304SS T-BOLTS& NUTS 7.58 227.40 3.00 5.1MJRDE06 6" MEGALUG FOR DIP 46.18 138.54 3.00 06" MJ NEOPRENE GASKET 21.83 65.49 18.00 3/4"X 3-1/2" 304SS T-BOLTS& NUTS 7.15 128.70 1.00 6.1KMJGVDI10 10" KENNEDY MJ R/W GATE VALVE, EPDM 2,472.00 2,472.00 ENCAPSULATED WEDGE, OIL, L/ACCYS, 304SS STEM #7571, C515#10110007571SSZ 2.00 5.1MJRDE10 10" MEGALUG FOR DIP 96.30 192.60 2.00 10" MJ NEOPRENE GASKET 37.49 74.98 16.00 3/4"X 04"304SS T-BOLTS& NUTS 7.58 121.28 DISCLAIMERS Subtotal Continued Thank you we appreciate your business!Please review your quote for accuracy. Sales Tax Continued Non-Stock(Special Orders)items are considered non-returnable.Non-Stock items cannot be canceled Freight Continued once the Purchase Order has been issued and placed with our vendor.Please note lead times are approximate,in business days.All prices are based upon quantities quoted and are subject to change if TOTAL Continued the quantity is modified.McDade reserves the right to submit a revised quotation.This quotation is valid for 15 days.Service Charge of 1.5%per month will be applied to past due invoices. 16C5 MN A-McDade Quote Number: Q12395 Waterworks, Inc. Quote Date: Sep 6, 2024 Page: 2 PO BOX 16039 TAMPA, FL 33687-6039 Voice: (813)740-1144 Fax: (813)627-9387 Quoted To: Ship To: POOLE AND KENT COMPANY POOLE &KENT COMPANY PO BOX 420556 @ NORTH COUNTY WRF MIAMI, FL 33242-0566 10500 GOODLETTE-FRANK RD NAPLES, FL 34109 JOB#23604 Payment Terms F.O.B/Freight Estimated Freight Sales Rep Net 30 Days BAN-PPA $ 500.00 STEVEN MULLEN Quantity Item Description Unit Price Amount 2.00 VB461SD TYLER UNION (19"-22") SCREW TYPE VALVE BOX, 169.95 339.90 LESS LID- DOMESTIC, 10T+15B PN#144939/145004 2.00 VBLW-D VALVE BOX LID-"WATER"- DOMESTIC-N/C 2.00 VTO3B 3" ENGRAVED BRONZE VALVE TAG WITH POST 25.00 50.00 DISCLAIMERS Subtotal 6,431.66 Thank you we appreciate your business!Please review your quote for accuracy. Sales Tax 385.90 Non-Stock(Special Orders)items are considered non-returnable.Non-Stock items cannot be canceled Freight 500.00 once the Purchase Order has been issued and placed with our vendor.Please note lead times are approximate,in business days.All prices are based upon quantities quoted and are subject to change if TOTAL 7,317.56 the quantity is modified.McDade reserves the right to submit a revised quotation.This quotation is valid for 15 days.Service Charge of 1.5%per month will be applied to past due invoices. 16C5 From: Joe Harrington To: Mitch MacClugage Cc: Joseph Felix;Wendv Campbell; Rhea Alkhelaifi Subject: RE: NCWRF-Design Change Notice#11 Potable Water Main Relocation Phase 2 Date: Thursday,September 19,2024 9:23:13 AM Attachments: imaoe003.nnq This Message Is From an External Sender This message originated outside your organization. Mitch, It would just be our time and materials rate from the contract. Shouldn't take less than 4 hours. Joe Harrington Area Manager AngleRight Surveying 5011 Luckett Road, Unit 9 Fort Myers, FL 33905 239-986-2814(m) www.angleright.net ANGLEPIGHT.NET From: Mitch MacClugage<MitchM@pkflorida.com> Sent: Wednesday, September 18, 2024 3:51 PM To:Joe Harrington <jharrington@angleright.net> Cc:Joseph Felix<JosephF@pkflorida.com>; Wendy Campbell<WendyC@pkflorida.com>; Rhea Alkhelaifi <RheaA@pkflorida.com> Subject: NCWRF- Design Change Notice#11 Potable Water Main Relocation Phase 2 Joe, Please look at the attached DCN #11 Potable Water main Relocation Phase 2. There are a couple hours of additional time be required for as-builts for changes. Can you send me a quote tomorrow morning or sooner? M( AAA,M at-CAAAgage. Project Manager 6C5 PUBLIC UTiLITiES WORK DIRECTIVE CHANGE #16 PROJECT NAME: NCWRF Pretreatment Construction DATE OF ISSUANCE: 10I29/2-4 EFFECTIVE DATE: 10129/24 OWNER: The Board of County Commissioners of Collier C'ounr , Florida PROJECT#: 70149.1 WORK DIRECTIVE TITLE: 18" DFM Connection Exploratory Excavation CONTRACTOR; Poole & Kent C ompainti ENGINEER: AECOM You are directed to proceed promptly with the following changes): Description: As described in RFi 140, contractor shall perform exploratory excavation to locate the existing drain force main (DFM) piping so that the connection point for the IV DFM can he identified. Perform additional exploratory excavation and investieati►►n to determine the extent and nature of the concrete structure (presumably electrical duct bank at/adjacent to the proposed connection point. Attached markup of 00-C 301 shows the general area where exploratory digging for the connection point shall he completed: Coordinate exploratory excavation with i_•ngineer and county inspection team. Refer to attachments: RIl 140 Response. 00-C31)I Markup Purpose of Work Directive Change: l inforescen underground conditions encountered during the initial exploratory excavation efforts to locate the existing DFM require additional exploration to locate the piping and the extent of the buried concrete structure. If claim is made that the above chaniets) have affected Contract Price or Contract Times am claim ii►r as Change Order based thereon will involve one or more of the Iollowing methods of determining Che effect of the changests). Method of determining change in Contract Price: Method of determining change in Contract limes; ❑ t'nit Prices ❑ Contractor's records ❑ Lump Sum ❑ Engineer's record 1�1 Other: Per contract requirements ® Other: Per contract requirements I stimnted increase ; in Contract Price: I.stimated change in Contract I in►e: lr,lie /)ego,,ui,,'d IT/h i Increase or decrease h. TBI)calendar days, RECOMMENDED: Al / , �BY k,d4pi 0 , 4 lay: W I:_ngineer ()caner Representative I0.29:2-1 5:25 PM r, . 6Cg Ii OZ ,1+w� a _ , D 2- 0 O 8 k' S 13 C W --I <J t o W cg a ' <'6,in z sf 2 et ~ � � �m � J�'a w _ lL W� M ."� J Cn Z a oy h w N ' w :�' w Fu y "� 0 w a - n � n� § w U � �4 �' e¢ y6 U u � &a3c9a i gH > � p 1 al 2tgi Q ".q ,v05, b LL�^. ue g,II h of � 1 Q; Got Ie Pi !q9"" i'd," Q 1 !•d a�: v: r3 rot > 7 1 V g'i 8Ee5' ; ,t>1s bid a , ; u _ag 1=_ma„o:¢_ =_([-= _'�'�7'--—= \�m + "" ! _=mow.- x .L 1FbF2--�- !sue �=a~- g' - 1 _— l— 1 9 2 1.$ X'b_ u 3 3 3 JIn 3 Il G ;.`_ _• T _--- — 1 1!a, 3 ' 3 - 311�II, Il_ ��_ — U n # \.1 r 1 3 II 1311"8o s II $b �n �� Min 3g_ . 1 z ul II4 - __ ,nnomit s $11. W , III _-,.E.�, it I .k: N µ--ma " I_ l= 1 4 .ti I N 1 3I II ;IIQ yW g�s� °2 II I I 9t W ,Ill �� II IN $� W� I n II II II , �1 ,� — I �4 3a »" — — -R I,11 I :` = ,,,_ W lull . 1111 1 I1 U I . I II 1 W - i ( U. s1. 11% 11 p •• � V I1 (1 G , I$1 a r 3>*oc � W , y W I I I! 10? I .....1 1g � lii !? / P, I1 I - I 11;;y` u ' ' • ra 8',I WI11 ' u 1' § s m � I .IIIII t 1 .12 1 I �' y J's 1 I 0 1 ��� , E .,�.1:., �W li-„ s, '., oI I it 3——.�. 1. G� I11i o1 o s 3j; 81 W ' I 1 � , ✓/"' l�� J ' 11114„ uup• s —; 17-7----- --.4 0- 5 �''"' 11 � s g ME a ��_� R 3 s III W 1 I lg �ll�„k III � ` I ...9I Wsf 1 // g!§a 4111V *i 1' tT ii y� ., E ,8'A i; 0i�• nrE;- -FAI R U j 3�1101 --' I •W 7( II y w YID -".* 11, II s o 1 `1�A , fold e� � W /� I 5 gill %. I✓ P 8''" 1%-: -=_ __J_�, 1 Iiiii _ . Oil I I I I i w/ g , d $i.11 q III a ( -.J III 11 1 1 l�II _ _ i I I� _ b` �� s�; Viil Ili i ;gi e "PH -s+ 141 11 \ 3,, Ee IL s I f '" T „o! a ril� ' API r G ��_ B t,, + III I • 3 --{-- ' 11 j- / \ = 3 rypll ,fji0, a� IIIIII.€, I \ .�' 1, �mL• s_ .2�.�/d illll 1 Eni ` ,,4 11 z I\ !Y � � -Y/ • IP h 1 II Y F1 '1 4 g .. g;; " h * 1P, 2 8.g}'1 Ipg 11111 , - ,N.; RRR ' 5t9 I \ I g ��c� N r_z' RgI 1O lI s mu!! II �1 W I°\\ w P — ■ �'1 G,n$ ill: §5� R I 1 11111 ` \ Eta: rwow_ y `j w o� II II 11 ' : '� u.." I �r d I IIIIII ill i1 I I g � J11„,,,,,,,,, W :� �I , N"a� I 2 IIIIII Ijl k \ ., �' ; u ':' MMM Viy� 1 \\ ,, = ,� ;v Will 11 W I I \\,.� :.� _ _ . IIIIII 11I II i I 1 _ ` f ' I IIF3�\qti - - - - - , . Z0E O 00133HS 33S-NOIlVf1NI1NOO 210d m �ps0 16C5 Poole & Kent Contractors CONTRACTOR REQUEST `SAFELY BUILD A QUALITY PROJEC I ON IIME AND UNDER BUDGET' FOR INFORMATION REQUEST NO.: 140 PROJECT: COLLIER COUNTY NCWRF PRETREATMENT FACILITY PROJECT NO: 23604 CONTRACTOR: Poole& Kent of Florida1P&K) Clarification Requested By: Poole&Kent Attachment: Site Picture Regarding: Plan Sheet 00 C-405 Spec. Section: N/A Possible Cost Change: Yes No High Priority x Response Needed By: 10/23/2024 Possible Time Impact: Yes No Low Priority 18" Existing Reject Water Pipe Location Poole& Kent has performed exploratory excavations to find the existing 18" Reject Water pipeline. Poole & Kent excavated roughly to elevation 5 and couldn't find the pipe. During our excavation we discovered a duct bank running east and west, top of ductbank approximately elevation 6. This ductbank is not shown in the contract drawings. The 18" pipe is not shown at the elevation/location described in contract drawing 00 C-405. Please provide location and elevation of existing 18" reject water. Any ductbank conflicts and/or piping modifications to be determined once existing 18" reject water is found. If the pipe is not at the elevation noted within the contract drawings, please issue DCN as this is a change condition. Mitch MacClugage Prepared by 10/16/2024 Date n — Design Engineer Owner RF1 140 Response: Contractor shall continue to perform exploratory excavation to determine a proposed tie-in location of 18"DFM. A DCN will be issued to address required changes to the 18" DFM connection. Reviewed by: Kurt Ahlgrim, P.E. and Jack Miller AECOM Technical Services Inc. 10/23/2024 Date NCWRF Pretreatment Facility-Contract No.20-7722-NS , .1136 , k * a'4 •l .tip `t• (a ? �, � J'` �•hn� X r �. t.' r�.Y • �1 i s > ' , ,,, ,.r. 1' a , 44 + +, In y•a A t. 7 . 5 1 f .,. • �, ? o h,, , . rT. � , ;' ,�\, a MR i 9 y,. a... N '1, . ., k ..8-,,T.,.., . .„ ,,,, ,-) ,,, ..., ,...„ ,..,,,,,,,,. „ bvti N +i l 1•.. ,tip, , , • 1 f 'p C ••k' i::'-'...,,:`;.5.:*"" r0 _, ...„„,, ., . v •. .41, A . iii 1: 1i7y/!h ,,, y W 1 r�1' } i. , ,, 4r •'t. in .?1la•ir ha 4 `Y 74 '', V�?"r'�i tt,*k .., . .- -. , • "tv 1 cAr� tt IIP 40 1 \ti, f ) a• / t ti t` I71 (� `1 }' ,,fj • ,!•. ' , a .iN 1 '*- 7 a7.- .:t S• .4.' 1 �4I'''': i tr i 1 f _ l l.w ,. ' `- t.'y,,, ' 7,) t lti ',' I� JGY ' � °+ r fr /. A s{s✓`+ ?fie at fi �r,t aa,,.,�- a .• !. id` ��� :y .1 `(,,'7 1�.'s f: 'k I• \ t L (•, 3 if x � � r� j �S, y y 5 >" t ti { .,p' • •(. r i r `f Y� ' y1 `! >, r/ `h'' .>, 1"•! -„ ` a' ' fit 4 10 .., mot/ 1,1 ,. .? •.. '^I''; V+e: , i ( e f T. �•i.. r 4(iw , .,, ,, .{r. •, t ,,.. ,y :44711, N .4,,,•"n' `�l; ' t `l`}•F I, NI � i' A �1" ! r f e�14� �. y+3`l . ,� �I ,."--�.,•r1�r`_,1 ;.,.. • • :', ti2� 3r7.;:yam, t.'•. i it ar •$ :t,.L lt • + , , �r�. N. ` t`a � 21 FJ Ytf 10 -C J�, P"�.r.a «`.i Vt .�.���•�,, � '/. + i+ t• A 4 . ?4r j iT? 1;'\• { 1 1!� S. .�' }��a',Y �A �• Aa) .' �cs �i • i .fir 454(c, 31 v 1 4. ., � 4 , .1 r. _ r r�; �' ,.`fir�° a! y � �1� .• Y , IiY ? �• r a v,..::::.,!...,,,—tt...r.0.44. ::.: : ., - 4 • J •I J.V i co U C S vt. ' f i t y 11 y • JII 1 '4 >,.� E 1\ Ay rY''( r tr f .1� rk1� f `��,. , `7 �� .'h` � . Q) "'it' • yr•l yl a • t „ _ • 00 O 4 for, , }r,�" rj`T}'.q, t , + fin! �.Y� ` 4. ,'h`� j. z , • 6C5 13 W, O O ` ko� b Q O . , o w 4 ?gam P4 i' 15 . e Lo ce a zA wa". f AlN Alu a a Z ' �+ uJ r,x t h N ,(1) dY�n�I� vRo4 0 ' - o_ o w a J xc LF_ J O!p nnn o U z u_,`. OU Y I.,1 ,�.� rc § o cl y Y , a n o 4 E 41333 NI NOLLtlA313 g,N TT - s� g / b � � o 86 6 �'. B / b'g W 2 .1 R. a0I ICIQ a 6 2. } I,..VS lit fb R.i o �Ra m $ 9 W F c 1333 NI NOLLVn3Y3 E s • .t 8 g a . o; 8§0 -. i R 035V0N3'ON00 I o� (r nro"13NI'N3V 15 m � ?,im H133jNI NOI1tlA313 !s n65 6 . • (z)sue 14NI 133A NI NOLLtlA3l3 ' "a3r,fz'1SIx3 - �1 R •o 0 9. ifs gg iN 6 3 1 OOY M NI 3 • sai w $ ti gg — f-e�doad ' S , R Ill wa.,x'x3 g 8 "s K k 31 N NOLLYA313 R w 0 Yld-wI..Of'Xd . — - a L3X1 COT3Q . .. E ga G 8 no v- 62 S 3111 1,0f'd0ad . S r 31N 0.0f"d9ad 8 9 31N 0.0f"d0ad ' 8 00C NC ANI Z • N CI 0013N ANI — • 2 dw sum r a LTLL00 NOLLV15 �� y,yy e dNlld 0,rl'd0ad R f` o Z 9 .+.+Si 13i!NI NOIIVATI3 as Inc A�III `no R � a� IqqIy� aeou Atli 8 1333 NI NOLLVA313 8� ' !! S 4 8', $ o g 0N39.00"1SIX3 beg,9 i5I f A N tl i 2 L d' me Ae'doad III `► g13 u Sd Dl T�y BA C.tlg e E • 1 oI 1 133j NI NOLLVA313 Tt §e> ti ° J R o 0 0 V1 -r 6 1333 NI NOLLVA313 Yle- ml I I s tid 'gN 6. 8 'a R a _./ I . 1331 NI N0LLVA313 .,, .,.a.3,:m, , CAO 16C5 C Poole & Kent Contractors An EMCOR Company November 5, 2024 Collier County Public Utilities Dep. 3339 Tamiami Trail East Naples, FL 34112 Attn: Wayne Karlovich Re: NCWRF Pretreatment Facility Collier County Contract 20-7722-NS, Poole & Kent Job No. 23604 PK PCO 020 Work Directive#16 Exploratory Excavation Mr. Karlovich, Poole & Kent (PK) Company of Florida has received Work Directive #16 Exploratory Excavation, dated October 29, 2024. Please issue a formal Work Directive for additional cost and time extension in the amount of $38,456.34 and 0 calendar days to the Contract. Clarifications: 1. Poole & Kent will not proceed with this work unless written directive is provided. 2. The proposal is an estimate for the differing site condition, any additional work required for this change will be quoted as it becomes known. 3. This work shall be performed concurrently with contractual work as this additional work includes modifications necessary based on changed conditions discovered in the field. 4. Poole &Kent shall not be held responsible for LDs for work directive. Should you have any questions, please do not hesitate to call. Very Truly Yours, Poole & Kent Company of Florida/'� ; tJ�. . Mitch MacClugage Project Manager ,cp.O Poole&Kent Company of Florida Poole&Kent 1781 N.W.North River Drive Miami,FL 33125 Contractors P.O.Box 420556 An EMCOR Company Miami,FL 33242 Phone:305.325.1930 Project Name: NCWRF Pretreatment Facility Owner: Collier County Public Utilities Department Engineer: AECOM Owner: Wayne Karlovich PK Job No. 23604 Contractor: Poole&Kent Company of Florida WD# 16 Cost Proposal No. 20 Rev: 0 November 5, 2024 Sheet No Sheet Identification Labor Material Process Equip 1 Work Directive#16-18"Exploratory Excavation 128.00 - - Material Cost, Labor Hours and Equipment Cost TOTALS - 128.00 - - Labor Totals Category Hours Rate Cost SUMMARY a. Process Equipment&Material Cost 16,198.00 Operator 0 0.00 - b. Freight 750.00 Operator(OT) 0.00 c. Sales Tax 6.0% 971.88 Operator(DT) 0.00 d. Collier County Surtax - Journeyman 48 67.00 3,216.00 e. Subtotal Material 17,919.88 Journeyman(OT) 100.50 f. Mark Up 10.0% 1,619.80 Journeyman(DT) 134.00 g. Total Process Equipment&Material 19,539.68 Foreman 40 101.00 4,040.00 Foreman (OT) 151.50 h. Base Labor Cost 11,856.00 Foreman (DT) 202.00 i. Mark Up 10.0% 1,185.60 General Foreman 40 115.00 4,600.00 j. Total Labor Cost 13,041.60 General Foreman (OT) 172.50 General Foreman (DT) 230.00 k Subcontracts - Laborer 0 50.00 - I Mark Up 5.0% - Laborer OT 75.00 m Total Subcontract - Laborer DT 100.00 n Construction Equipment&Tools 5,340.96 o Equipment Mark Up 10.0% 534.10 P Total Construction Equipment&Tools 5,875.06 q General Conditions - r GC Mark UP 10.0% - Labor SubTotal 11,856.00 u. Total GC Total Proposed Change Order Amount $ 38,456.34 1sC5 Material and Labor Cost Estimate Sheet Sheet Description Material and Labor Sheet No. 1 Qty Description Material($) Labor(hrs) Process Equipment($) Unit Total Unit Total Unit Total Misc.Labor - - - 2 Offloading/loading Trench Box 8 16.00 - 2 Fueling and Maintaining Dewatering Pump 16 32.00 - 3 Assembling Trench Box 8 24.00 - 3 Disassembling Trench 8 24.00 - 2 Offloading/Loading Dewatering System 8 16.00 - 2 Handling Set-up Dewatering System 8 16.00 - Material,Labor,Equipment/Tools Subtotals - 128.00 - Consumables of material - Clean Up of labor - Safety of labor - Small Tools of labor - Totals - 128.00 - Os° 16C5 EQUIPMENT AND MAJOR TOOLS Sheet Description Equipment& Major Tools Sheet No. 3 EQUIPMENT/TOOLS UNIT COST TOTAL COST Acetylene Rigs Complete days @ Air Compressor days @ Backhoe Months @ Beam and Plates 1 week @ 640.00 640.00 Barricades days @ Blower/Fan days @ Bomag Roller days @ Chain Fall days @ Compactor days @ Core Drill Machine days @ Crane Days @ Crane(Boom Truck) days @ Crawler Tractor days @ Walk Behind Street Saw month @ Dewatering Equipment week @ Dozer weeks @ Drum Roller days @ Dumpster per @ Excavator days @ Flat Bed Truck days @ Fusion Machine, Datalogger&Tech days @ Front End Loader days @ Generator days @ Diesel Fuel Gallons @ Grooving Machine days @ Hilti Drill days @ Lull 5 days @ 300.00 1,500.00 Laser days @ Pick-up Truck days @ Pipe Bending Machine days @ Pipe Machine week @ Plate Compactor days @ Portable Power Jack days @ Power Hoist days @ Roust-A-Bouts days @ Rubber Tire Combination days @ Scaffolding days @ Scissor/Hi-Lift/Boom Lift months @ Screw Jacks days @ Skid Steer days @ Test Pump days @ Tapping Tool days @ Transit/Level days @ Trench Box-United Rental 1 week @ 925.00 925.00 Trenching Machine days @ Other-Mobilization/Demobilization 2 each @ 1,137.98 2,275.96 Other- days @ EQUIPMENT&TOOLS TOTAL COSTS $5,340.96 16C5 GENERAL CONDITIONS COST Sheet Description GC COST Sheet No. 4 DESCRIPTION UNIT COST TOTAL COST PROJECT MANAGER 0 hours @ 100.00 0.00 ASSISTANT PROJECT MANAGER hours @ 0.00 0.00 SUPERINTENDENT 0 hours @ 128.00 0.00 PROJECT ENGINEER 0 hours @ 36.00 0.00 hour @ 0.00 hour @ 0.00 0.00 Ardman&Associates, Inc. 0.00 Density Test, Nuclear Method (min.4) 0 each @ 23.10 0.00 Trip Charge 0 each @ 120.00 0.00 Standby Time hour @ 88.00 0.00 days @ 0.00 AngleRight Surveying 0.00 As-Builts-Field Crew 0 per @ 640.00 0.00 As-Builts-PSM 0 per @ 125.00 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 0.00 0.00 GENERAL CONDITIONS COST $0.00 16C5 EQUIPMENT AND SUBCONTRACTORS VENDOR/MANUFACTURER EQUIPMENT PRICE MWI Pumps Wellpoint Dewatering System Monthly$5,048.00 5,048.00 Weekly$1,683.00 Daily$561.00 Freight Estimate 3 @ $250ea Dewatering Installation $6,500/day 6,500.00 Well Point Removal/per 1/2 day 3,300.00 89 stone 1,350.00 TOTAL EQUIPMENT 16,198.00 SUBCONTRACTOR SCOPE PRICE TOTAL SUBCONTRACTORS 0.00 V16CMIN I PUMPS The Power to Move Water'" 10/29/24 Attn: Mitch MacClugage (Poole&Kent Contractors) Email: mitchm@pkflorida.com RE: Rental pricing for Wellpoint dewatering system and Installation Project Name: Collier County NCWRF Pretreatment Facility Thank you for the opportunity to quote the above-mentioned project.We have used the information gathered from our recent conversations to generate a rental quote.We will be installing one wellpoint system to efficiently dewater the 80'LF using 17'wellpoints for the necessary dry excavation.Please note that the pricing below is subject to change if services or extra materials are not utilized.Contractor will be responsible for assisting with offloading equipment and moving equipment and materials to desired locations.The contractor is also responsible for supplying a hydrant with a meter or sufficient water supply for the wellpoint installation within 250'. Wellpoint System: 1 —(RWP008) Wellpoint Pump 80' —6"Header Pipe 25— 17' PVC Wellpoints 25—Swings 4-6"PVC 90's 2-6"PVC End Caps 1-6"PVC TEE 1 —6"x 20' Rigid Hose (Discharge Side of Pump) 2-6"x 50' Layflat Hose (Discharge Side of Pump) Rental Rates: $5,048.00 Monthly/$1,683.00 Weekly/$561.00 Daily Pricing above includes Tax& 2%Environmental Charge Freight: $250.00 PER TRUCK LOAD cp 0 16C5 MWI to provide the following: Crew for installation and removal of wellpoint system. Adequate Supervision and labor to complete the installation and or removal of system. Jet Hose to run from water supply to Jet Rod Daily Install Rate: $6,500.00 including mobilization charge Estimated time to install 1 days. Installation rates will be billed accordingly to time on site. Removal If Needed: $3,300.00 Removal rate based on 1/2 day per wellpoint system. Tax and Environmental Charges are not included in the install price above. Additional Labor after installation if needed- $145.00/hour. Billed separately. **Contractor to supply adequate water supply Contractor to supply equipment&operator to unload and load equipment from delivery trucks and to move filter material on site** Filter Material:(REQUIRED) One load of 89 Stone- $1,350.00 IF NEEDED WE HIGHLY INTEND TO BE RESPONSIVE AND PROVIDE EXTRA DEWATERING OPTIONS IF NEED BE. PLEASE NOTE THAT SOME AMOUNTS OF ACCESSORY EQUIPMENT IS SUBJECT TO CHANGE DUE TO STAGING OF EQUIPMENT AND OR TO PROVIDE EASE OF ACCESS FOR CONSTRUCTION PERSONEL. 16C (Contractor) Terms: 1. All line,grade and stake out 2. Equipment to load and unload delivery trucks. 3. All earth work including ramping over, under or burying our dewatering and or by-pass systems, discharge, and manifold lines as you require and the removal of earth, concrete or any other material including all earth as a result of drilling and jetting. 4. Removal of concrete,unusual or unnatural underground and/or surface obstructions 5. Location and protection of and from all utilities above,on and below the ground surface 6. All permits and license including environmental that are required for this project 7. Adequate cofferdam shoring or other protection to the work, if needed 8. Control of all storm, surface, run-off, interface and perched water, etc...to include pumping 9. Adequate storage and Laydown area for our equipment,field buildings,trailers,etc... 10. Adequate site access and egress to the installation, our equipment and site at all times 11. Adequate supply of water for jetting if needed 12. MOT and or Required traffic and pedestrian control, including barriers,walkways, and flashers etc.... 13. Area lighting, if necessary for night work 14. Jobsite security 15. All operation and maintenance costs including labor,materials,fuel, equipment,energy etc.... 16. Maintain job records of groundwater levels,if required 17. Monitor discharge water quality and any water treatment cost required, mechanical or chemical from the dewatering system 18. Erosion and siltation control (retention ponds,tanks, straw bales,silt fence etc.)of discharge water beyond the limits of our discharge pipe 19. All remedial and restoration including concreting,grouting, backfilling,repairs,grading etc. because of the installation, operation and removal of the dewatering system including back filling wells with sand, concrete or grout 20. Any damage to or loss of the dewatering equipment causes by yourselves,the general contractor,subcontractors,subtrades or others other than MWI is to be placed on your account and we are to be reimbursed accordingly by you 21. Hydrant Meter if needed 22. All site restoration Additional Bypass Exclusions: 23. Pump Watch- including on site monitoring, cleaning and removal of grit and debris, cleaning strainers, cleaning pump end,cleaning of suction or discharge hose/pipe. A. Recommend 24 testing period to ensure proper operation. B. Telemetry may be used,MWI not responsible for loss of service or other factors which may result in a telemetry unit failing. 24. Float Switch Maintenance-including positioning or repositioning,removing debris. 25. Manhole ring and cover removal. Replacement of same items at contractor's expense 26. Access to all necessary manholes needed for bypass,including: manhole across the ditch with ample support of the discharge pipe. 27. Installation, Setting, Maintenance,Removal, or any handling of any pipe plugs, and or other devises used to stop or restrict flow in any pipe. cr 0 16C5 28. Clearing and Grading of areas around bypass pumps and material 29. Fence remove and restoration 30. Contractor responsible for all spills and clean up. 31. Contractor responsible for flushing and cleaning(minimum 25%bleach)any or all parts of the bypass system before pumps and materials are returned.MWI reserves the right to refuse pick up of bypass pumps and materials if they are not cleaned, flushed and ready for removal. If,wellpointing during the project,there may be soil conditions on this or any project where rock,hard pan, clay, clayey or silty conditions may exist whether in layers,pockets or seams. This may either perch or retain water that will not release to the dewatering system, sock, well-points etc... or there maybe seams or layers of rock or shell that will let groundwater flow freely through it and into the excavations, bypassing the dewatering system. We exclude the care and cost of these conditions whether it is using stone, sump pumps or the need for over excavation. There is a remote possibility a dewatering and or bypass pump may fail and need to be replaced.If this occurs,we will furnish another pump for the jobsite with one person to exchange it. To remove and replace the pump,hoisting equipment will be needed to support this activity. We request that your company furnish this equipment during the operational period. Service calls, including after hours and weekend will require a competent person from the contractor to be on site. If the service call is deemed to be other than an MWI failure, Service calls will be billed to the customer at the following rates including drivetime. Monday—Friday 7:OOam-5:OOpm $145.00/hr. After Hours and Saturday $190.00/hr. Sunday $190.00/hr. Every 250 hours in service MWI will shut down unit for preventative maintenance for approximately 15-20 min. Operation commences when the system or any portion of the system is delivered on site and or turned on for by-passing during construction;and ceases when ordered in writing to shut down and equipment has been removed from site.All rental items are based on a 28 day billing cycle. All invoices are to be paid within thirty(30) days of their issue.All outstanding invoices and any retainage are to be paid within thirty(30)days of the completion of the dewatering and not that of the general or any other contract. Rental materials require a Purchase Order from Contractor Labor for installation may be agreed upon through a simple sub-contractor agreement. Retainage will not be withheld. C5 Our liabilities are limited to furnishing, installing, and activating a dewatering system described for temporarily by-passing during construction and assume no liabilities beyond this unless do to our negligence. All conditions of this proposal are to form part of or be included into any agreement,subcontract, purchase order or this proposal can be the agreement by signing it. Any changes or exceptions are to be agreed to and signed by both parties prior to our commencing any work. We thank you for the opportunity of quoting you on this project. If you have any questions or need further information,please feel free to contact us. Quote is valid for 30 days from date. Quote is subject to change price and availability; and or change in the scope of work provided by contractor. Actual cost for any and or all pumps, equipment and material,are reflected in the MWI contract provided onsite during delivery or presented to contractor. Respectfully, Melvin Rivera Territory Manager,MWI Pumps P.O.# Customer Signature MWI Pump Corp./4945 Kim Lane, Ft. Myers, FL 33905/239-272-0989 (Fax) 239-337-1331 I6C5 U United Rentals RENTAL QUOTE TRENCH SAFETY BRANCH A15 1513 MCKAY1Y CT # 240667242 TAMPA FLL33619 813-621-7983 813-621-7987 FAX Customer # : 517051 Quote Date : 10/28/24 W NORTH COLLIER WATER PLANT Estimated Out : 11/01/24 01:00 PM Estimated In : 11/08/24 10:00 AM ,,=1 10500 GOODLETTE-FRANK RD N UR Job Loc : 10500 GOODLETTE-FRAN M NAPLES FL 34109-1410 UR Job # : 164 Customer Job ID: 4 P.O. # : TBD 3 0 5-3 2 5-19 3 0 Ordered By : MITCH MACCLUGAGE Office: 17 Written By : KENNETH PROBST Salesperson : KENNETH PROBST POOLE & KENT MIAMI FL 1781 NW NORTH RIVER DR MIAMI FL 33125-2311 This is not an invoice Please do not pay from this document RENTAL ITEMS: Qty Equipment Description Minimum Day Week 4 Week Estimated Amt. 2 940/9229 SHORING PLATE STEEL 8' X 8' 62.00 180.00 527.00 360.00 40 943/2200 W14 WIDE FLANGE BEAM (LINEAR FEET) 5.00 7.00 15.00 280.00 1 9418411 TRENCH BOX 8' X 8' (4" KE) 216.00 738.00 1,730.00 738.00 16 940/5655 8" SPREADER BAR (LINEAR FEET) 2.00 3.00 4.00 48.00 8 941/8101 SPREADER BAR PIN 10" 3.00 3.00 4.00 24.00 1 330/7116 LIFTING BRIDLE 4 LEG X 12' 38.00 38.00 115.00 202.00 115.00 Rental Subtotal: 1,565.00 SALES/MISCELLANEOUS ITEMS: Qty Item Price Unit of Measure Extended Amt. 1 DELIVERY CHARGE 1137.980 EACH 1,137.98 1 PICKUP CHARGE 1137.980 EACH 1,137.98 Sales/Misc Subtotal: 2,275.96 Agreement Subtotal: 3,840.96 Tax: 93.90 Estimated Total: 3,934.86 COMMENTS/NOTES: CONTACT: EMMITT LIGGINS CELL#: 786-514-0964 RENTAL PROTECTION NOT INCLUDED. IF WANTED PLEASE REQUEST TO ADD. This proposal may be withdrawn if not accepted within 30 days.The above referenced Rental Protection Plan,environmental,and tax charges are estimates and are subject to change. NOTICE This is not a rental agreement. The rental of equipment and any items listed above is subject to availability and subject to the terms and conditions of the Rental and Service Agreement,which are available at https:I/www.unitedrentals.comllegal/rental-service-terms-US and which are incorporated herein by reference. A COPY OF THE RENTAL AND SERVICE AGREEMENT TERMS ARE AVAILABLE IN PAPER FORM UPON REQUEST. '�� MINVPDF Page: 1 CAD PUBLIC UTILITIES 1C WORK DIRECTIVE CHANGE # 17 5 I'RO.IECT NAME: NC'WRF Pretreatment Construction DATE OE ISSUANCE: I1/14/2024 EFFECTIVE DATE:: 1 1/1 4/21124 OWNER: The Board of County Commissioners of Collier Count. Florida PROJECT#: 70149.I WORK DIRECTIVE TITLE: Revised 18" DFM Connection CONTI2 C F(►It: Poole & Kent Compan ENGINEER: AECOM 1 ou arc directed to proceed promptly with the follu►►ing change(s): Description: Rased on the result;of the exploratorn excavation. Mk shall use additional linings and pipe as required to dellcct around the existing t►ater main and make the connection to the I8 DI M shown in-the design drawings. Refer to attachments: N/A Purpose of Work I)irectne Change: 1 he eie\ation ol'the existing IV' 1)1 \l is buried deeper than what is shown in the design drawings. Due to the increased depth. and the location of other utilities. the proposed 18- 1)1 11 piping will require additional pipe and Sittings to connect to the existin% piping and deflect to the design cIo alien. IN claim is made that the ahoce change(') ha►e affected Contract Price or Contract Times an claim for a Change Order based thereon will invoke one or more of the following methods of determining the effect of'the chanees(S I. Method ul'determining change in Contract Price: Method of"determininu change in ( ontraet limes: ❑ (!nit Prices ❑ ('ontractor's records ❑ I Sum ❑ I ngineer's record ►At Other l&M Proposal ® Other: Ni additional 'I into Estimated increase se-) in Contract Price Estimated change in Contract Time: To Be Determined No change RECOMMENDED: AUTHORIZED: takA 13_: ,(, R : s I ngineer O nercRcpresenialne tt 142-1 4:28P1I CAC) 16G5 1 4111111100, Poole & Kent Contractors An EMCOR Company November 18, 2024 (Revision 1 -January 17,2025) Collier County Public Utilities Dep. 3339 Tamiami Trail East Naples, FL 34112 Attn: Wayne Karlovich Re: NCWRF Pretreatment Facility Collier County Contract 20-7722-NS, Poole &Kent Job No. 23604 PK PCO 021 REV 1 Revised 18in DFM Connection Mr. Karlovich, Poole & Kent (PK) Company of Florida has received Work Directive #17 Revised 18in DFM Connection, dated November 14, 2024. Please issue a formal Work Directive for additional cost and time extension in the amount of $69,960.04 and 0 calendar days to the Contract. Clarifications: 1. Poole &Kent will proceed per the Work Directive#17. 2. The proposal is an estimate for the differing site condition, any additional work required for this change will be quoted as it becomes known. 3. This work shall be performed concurrently with contractual work as this additional work includes modifications necessary based on changed conditions discovered in the field. 4. Poole &Kent shall not be held responsible for LDs for work directive. Should you have any questions, please do not hesitate to call. Very Truly Yours, Poole & Kent Company of Florida {. ; , , ,,. Mitch MacClugage CA° • 1 6 C 5 Poole&Kent Company of Florida Poole &Kent 1781 N.W.North River Drive Miami,FL 33125 ' Contractors P.O.Box 420556 An EMCOR Company Miami,FL 33242 Phone:305.325.1930 Project Name: NCWRF Pretreatment Facility Owner: Collier County Public Utilities Department Engineer: AECOM Owner: Wayne Karlovich PK Job No. 23604 Contractor: Poole& Kent Company of Florida WD# 17 Cost Proposal No. 21 Rev: 1 1/17/2025 November 18, 2024 Sheet No._ Sheet Identification Labor Material Process Equip 1 Work Directive#17-Revised 18"DFM Location 124.00 40,529.73 - Material Cost, Labor Hours and Equipment Cost TOTALS' - _ 124.00 40,529.73 - Labor Totals Category Hours Rate Cost SUMMARY a. Process Equipment&Material Cost 40,529.73 Operator 0 0.00 - b. Freight 1,300.00 Operator(OT) 0.00 c. Sales Tax 6.0% 2,431.78 Operator(DT) 0.00 d. Collier County Surtax - Journeyman 41 67.00 2,747.00 e. Subtotal Material 44,261.51 Journeyman(OT) 100.50 f. Mark Up 10.0% 4,052.97 Journeyman(DT) 134.00 g. Total Process Equipment&Material 48,314.49 Foreman 41 101.00 4,141.00 Foreman(OT) 151.50 h. Base Labor Cost 11,603.00 Foreman(DT) 202.00 i. Mark Up 10.0% 1,160.30 General Foreman 41 115.00 4,715.00 j. Total Labor Cost 12,763.30 General Foreman(OT) 172.50 General Foreman(DT) 230.00 k Subcontracts 2,864.00 Laborer 0 50.00 - I Mark Up 5.0% 143.20 Laborer OT 75.00 m Total Subcontract 3,007.20 Laborer DT 100.00 n Construction Equipment&Tools 5,340.96 o Equipment Mark Up 10.0% 534.10 P Total Construction Equipment&Tools 5,875.06 q General Conditions - r GC Mark UP 10.0% - _ _ Labor SubTotal 11,603.00 u. Total GC - Total Proposed Change Order Amount $ 69,960.04 CPs.0 16C5 Material and Labor Cost Estimate Sheet Sheet Description Material and Labor Sheet No. 1 Material($) Labor(hrs) Process Equipment($) Qty Description Unit Total Unit Total Unit Total Misc.Labor - - - 2 Offloading/loading Trench Box 2 4.00 - 2 Fueling and Maintaining Dewatering Pump 2 4.00 - 3 Assembling Trench Box 2 6.00 - 3 Disassembling Trench 2 6.00 - 2 Offloading/Loading Dewatering System 2 4.00 - 2 Handling Set-up Dewatering System 2 4.00 - 40 18"DIP 236.21 9,448.40 - 3 18"MJ 90s 2,680.49 8,041,47 - 6 18"Megalugs for DIP 336.12 2,016.72 - 6 18"MJ Gasket 99.85 599.10 - 72 304 SST T-Bolt&Nut 7.32 527.04 - 3 Additional Labor 32 96.00 - Dewatering Equipment - Wellpoint Dewatering System - 1 Monthly$5,048.00 5,048.00 5,048.00 - 2 Weekly$1,683,00 1,683.00 3,366.00 - 3 Daily$561.00 561.00 1,683.00 - 1 Dewater Well Point Removal 3,300.00 3,300.00 - Freight Estimate 3 @$250ea-$750 carry to summary - - 1 Dewatering Installation$6,500/day 6,500.00 6,500.00 - McDade Delivery$550.00 carry to summary - - Material,Labor,Equipment/Tools Subtotals 40,529.73 124.00 - Consumables of material Clean Up of labor Safety of labor Small Tools of labor - - Total s 40,529.73 124.00 - CAO 16C5 EQUIPMENT AND MAJOR TOOLS Sheet Description Equipment&Major Tools Sheet No. 3 EQUIPMENT/TOOLS UNIT COST TOTAL COST Acetylene Rigs Complete days @ Air Compressor days @ Backhoe Months @ Beam and Plates 1 week @ 640.00 640.00 Barricades days @ Blower/Fan days @ Bomag Roller days @ Chain Fall days @ Compactor days @ Core Drill Machine days @ Crane Days @ Crane(Boom Truck) days @ Crawler Tractor days @ Walk Behind Street Saw month @ Dewatering Equipment week @ Dozer weeks @ Drum Roller days @ Dumpster per @ Excavator days @ Flat Bed Truck days @ Fusion Machine, Datalogger&Tech days @ Front End Loader days @ Generator days @ Diesel Fuel Gallons @ Grooving Machine days @ Hilti Drill days @ Lull 5 days @ 300.00 1,500.00 Laser days @ Pick-up Truck days @ Pipe Bending Machine days @ Pipe Machine week @ Plate Compactor days @ Portable Power Jack days @ Power Hoist days @ Roust-A-Bouts days @ Rubber Tire Combination days @ Scaffolding days @ Scissor/Hi-Lift/Boom Lift months @ Screw Jacks days @ Skid Steer days @ Test Pump days @ Tapping Tool days @ Transit/Level days @ Trench Box-United Rental 1 week @ 925.00 925.00 Trenching Machine days @ Other-Mobilization/Demobilization 2 each @ 1,137.98 2,275.96 Other- days @ EQUIPMENT&TOOLS TOTAL COSTS $5,340.96 SAD 16C5 GENERAL CONDITIONS COST Sheet Description GC COST Sheet No. 4 DESCRIPTION UNIT COST TOTAL COST PROJECT MANAGER 0 hours @ 100.00 0.00 ASSISTANT PROJECT MANAGER hours @ 0.00 0.00 SUPERINTENDENT 0 hours @ 128.00 0.00 PROJECT ENGINEER 0 hours @ 36.00 0.00 hour @ 0.00 hour @ 0.00 0.00 Ardman&Associates, Inc. 0.00 Density Test, Nuclear Method (min. 4) 0 each @ 23.10 0.00 Trip Charge 0 each @ 120.00 0.00 Standby Time hour @ 88.00 0.00 days @ 0.00 AngleRight Surveying 0.00 As-Builts-Field Crew 0 per @ 640.00 0.00 As-Builts-PSM 0 per @ 125.00 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 0.00 0.00 GENERAL CONDITIONS COST $0.00 EQUIPMENT AND SUBCONTRACTORS VENDOR/MANUFACTURER EQUIPMENT PRICE TOTAL EQUIPMENT 0.08 SUBCONTRACTOR SCOPE PRICE Tip Excavating Replace 3Bollards 2.884.80 _ T0TALSUBC0NTRACTORS 2.864.00 16C5 L-McDade SALES ORDER ACKNOWLEDGEMENT Waterworks Inc Sales Order Number: 65192 Sales Order Date: Nov 14, 2024 PO BOX 16039 Ship By: Nov 14, 2024 TAMPA, FL 33687-6039 Page: 1 Voice: (813) 740-1144 Fax: (813) 627-9387 To: Ship To: POOLE AND KENT COMPANY POOLE& KENT COMPANY PO BOX 420556 @ NORTH COUNTY WRF MIAMI, FL 33242-0566 10500 GOODLETTE-FRANK RD NAPLES, FL 34109 JOB#23604 Customer ID PO Number Sales Rep Name P&K C.O TO FOLLOW STEVEN C. MULLEN Customer Contact Shipping Method Payment Terms BNV-PPA Net 30 Days Quantity Item Description Unit Price Amount **WORK DIRECTIVE 18-REVISED 18"DFM CONNECTION** 40.00 18" HDSSB X HDSSPE DIP CL350,401L, BC (GFL) 236.21 9,448.40 3.00 1.2CMJ9018 18"C153 MJ 90,401 LINED, UACCYS 2,680.49 8,041.47 6.00 5.1MJRDE18 18"MEGALUG FOR DIP 336.12 2,016.72 6.00 18"MJ NEOPRENE GASKETS 99.85 599.10 72.00 3/4"X 4-1/2"304SS T BOLTS &NUTS 7.32 527.04 DISCLAIMERS Subtotal 20,632.73 Thank you we appreciate your business!Please review your order for accuracy. Non-Stock(Special Orders)items are considered non-returnable.Non-Stock items cannot be canceled ***Sales Tax 1,237.96 once the Purchase Order has been issued and placed with our vendor.Please note lead times are Freight 550.00 approximate,in business days.All prices are based upon quantities quoted and are subject to change if the quantity is modified.McDade reserves the right to submit a revised quotation.Service Charge of 1.5% TOTAL ORDER AMOUNT 22,420.69 per month will be applied to past due invoices. ***Local destination FL.sale taxes will apply GAO 16 ' 5 �LI I F' — g+.O rim 6256 Via Primo Street. Lake Worth, Florida 33467. 954-650-5686 calltipforquote@gmail.com Project Name: Work Directive #17 Revised DFM Connection Bid Date: November 18, 2024 Attention: Project Manager/Mitch, Project Location: 10500 Goodlette-Frank Road, Naples FL 34109 TIP Trucking & Excavation. Propose as follows: Provide all labor, small Tools, equipment, supervision, and all else necessary or required to perform all work: in areas identified within Work Directive #17 for NCWRF Pretreatment Facility Project No:20-7722-NS Scope of work: Install 3 Bollard 1. Provide Labor, and equipment necessary to attain completion of the installation of the three bollards. PROPOSAL LUMPSUM AMOUNT AND PAYMENT SCHEDULE: The proposal lump some price for this work directive installing 3 bollard is $2,864. All clean up and removal of debris generated by Subcontractor's work to be placed in dumpsters by Subcontractor. Clean up shale be performed daily. Subcontractor is fully aware of the schedule of completion for this project and fully understands the work will be ongoing in many areas simultaneously. Subcontractor is to provide adequate manpower, material, and equipment to maintain the project schedule. TIME IS OF THE ESSENCE in all aspects of TIP's performance. TIP shall commence its work immediately after notification by Client 's Representative and shall diligently prosecute its work to completion in a substantial and workmanlike manner in accordance with the proposal documents described herein. cAo 16C5; 40 A 0 , --IF.,. le, ,. , . . ... ........ ...,. . CHANGES IN WORK: Client reserves the right to make changes in the Scope of Work (increases and decreases of any kind) and alterations in material and product selections. Proposer and Sub proposers shall make no changes in the work without issuance of a written change order that is first executed by both Proposer or and Client 's Representative. Client will not pay for verbal change orders. Proposer must obtain written change orders, at minimum, email authorization of additional fixed-price change order work BEFORE proceeding with any additional work or any variations in specified materials. Contractor shall mark up additional work /0 for profit and overhead. Additionally, Client shall be credited proposers ofit and overhead at the same rate as noted in the sentence above, on all deductiv change orders and on work deleted from the Proposer by Client. --4' + ct';', SAFETY MEASURES: It is the sole responsibility of the Proposal or to continually operate, monitor and supervise all of its operations in a manner that meets or exceeds all statutes and regulations that establish safety requirements as established by state law. In addition, all of TIP's activities (whether labor or materials) shall at all times comply with all OSHA standards and regulations and all applicable governmental laws and orders governing safe operations. i i I i ,16v5 „MI III[...g •.- lir Ilk r t...:, 0 �._ -. a- n , a.z>x� 6256 Via Primo Street. Lake Worth, Florida 33467. 954-650-5686 calltipforquote@gmail.com Contact Information: Vijoy Ramdin — 954-650-5686 Email: CALLTIPFORQUOTEGMAIL.COM Thank you for the opportunity. Please contact us if you have any questions. Looking forward to hearing from you. Client Date: By: e / . ,L,..„,/ ,, ‹,,..., TIP Trucking & Excavation Inc Date: May 4th, 2023 By: Vijoy Ramdin 16C5 PUMPS The Power to Move Water" 10/29/24 Attn: Mitch MacClugage (Poole&Kent Contractors) Email: mitchmPpkflorida.com RE:Rental pricing for Wellpoint dewatering system and Installation Project Name: Collier County NCWRF Pretreatment Facility Thank you for the opportunity to quote the above-mentioned project.We have used the information gathered from our recent conversations to generate a rental quote.We will be installing one wellpoint system to efficiently dewater the 80'LF using 17'wellpoints for the necessary dry excavation.Please note that the pricing below is subject to change if services or extra materials are not utilized.Contractor will be responsible for assisting with offloading equipment and moving equipment and materials to desired locations.The contractor is also responsible for supplying a hydrant with a meter or sufficient water supply for the wellpoint installation within 250'. Wellpoint System: 1 —(RWP008) Wellpoint Pump 80' —6"Header Pipe 25— 17' PVC Wellpoints 25—Swings 4-6"PVC 90's 2-6"PVC End Caps 1-6"PVC TEE 1 —6"x 20' Rigid Hose (Discharge Side of Pump) 2-6"x 50' Layflat Hose (Discharge Side of Pump) Rental Rates: $5,048.00 Monthly/$1,683.00 Weekly/$561.00 Daily Pricing above includes Tax& 2%Environmental Charge Freight: $250.00 PER TRUCK LOAD CYO 1tt, 5 MWI to provide the following: Crew for installation and removal of wellpoint system. Adequate Supervision and labor to complete the installation and or removal of system. Jet Hose to run from water supply to Jet Rod Daily Install Rate: $6,500.00 including mobilization charge Estimated time to install 1 days. Installation rates will be billed accordingly to time on site. Removal If Needed: $3,300.00 Removal rate based on 1/2 day per wellpoint system. LI Tax and Environmental Charges are not included in the install price above. Additional Labor after installation if needed- $145.00/hour. Billed separately. **Contractor to supply adequate water supply Contractor to supply equipment&operator to unload and load equipment from delivery trucks and to move filter material on site** Filter Material:(REQUIRED) One load of 89 Stone -$1,350.00 IF NEEDED WE HIGHLY INTEND TO BE RESPONSI SAND PROVIDE EXTRA DEWATERING OPTIONS IF NEED BE. PLEASE NOTE THAT SOME AMOUNTS OF ACCESSORY EQUIPMENT IS SUBJECT TO CHANGE DUE TO STAGING OF EQUIPMENT AND OR TO PROVIDE EASE OF ACCESS FOR CONSTRUCTION PERSONEL. 16C5 (Contractor) Terms: 1. All line,grade and stake out 2. Equipment to load and unload delivery trucks. 3. All earth work including ramping over, under or burying our dewatering and or by-pass systems,discharge, and manifold lines as you require and the removal of earth, concrete or any other material including all earth as a result of drilling and jetting. 4. Removal of concrete,unusual or unnatural underground and/or surface obstructions 5. Location and protection of and from all utilities above, on and below the ground surface 6. All permits and license including environmental that are required for this project 7. Adequate cofferdam shoring or other protection to the work, if needed 8. Control of all storm,surface,run-off,interface and perched water,etc...to include pumping 9. Adequate storage and Laydown area for our equipment,field buildings,trailers, etc... 10. Adequate site access and egress to the installation, our equipment and site at all times 11. Adequate supply of water for jetting if needed 12. MOT and or Required traffic and pedestrian control, including barriers,walkways,and flashers etc.... 13. Area lighting, if necessary for night work 14. Jobsite security 15. All operation and maintenance costs including labor,materials,fuel, equipment,energy etc.... 16. Maintain job records of groundwater levels, if required 17. Monitor discharge water quality and any water treatment cost required,mechanical or chemical from the dewatering system 18. Erosion and siltation control (retention ponds,tanks, straw bales, silt fence etc.)of discharge water beyond the limits of our discharge pipe 19. All remedial and restoration including concreting, grouting,backfilling, repairs,grading etc. because of the installation, operation and removal of the dewatering system including back filling wells with sand, concrete or grout 20. Any damage to or loss of the dewatering equipment causes by yourselves,the general contractor, subcontractors,subtrades or others other than MWI is to be placed on your account and we are to be reimbursed accordingly by you 21. Hydrant Meter if needed 22. All site restoration Additional Bypass Exclusions: 23. Pump Watch-including on site monitoring,cleaning and removal of grit and debris, cleaning strainers,cleaning pump end,cleaning of suction or discharge hose/pipe. A. Recommend 24 testing period to ensure proper operation. B. Telemetry may be used,MWI not responsible for loss of service or other factors which may result in a telemetry unit failing. 24. Float Switch Maintenance-including positioning or repositioning,removing debris. 25. Manhole ring and cover removal. Replacement of same items at contractor's expense 26. Access to all necessary manholes needed for bypass, including: manhole across the ditch with ample support of the discharge pipe. 27. Installation, Setting,Maintenance,Removal, or any handling of any pipe plugs, and or other devises used to stop or restrict flow in any pipe. .16C5 28. Clearing and Grading of areas around bypass pumps and material 29. Fence remove and restoration 30. Contractor responsible for all spills and clean up. 31. Contractor responsible for flushing and cleaning(minimum 25%bleach)any or all parts of the bypass system before pumps and materials are returned.MWI reserves the right to refuse pick up of bypass pumps and materials if they are not cleaned, flushed and ready for removal. If,wellpointing during the project,there may be soil conditions on this or any project where rock,hard pan,clay, clayey or silty conditions may exist whether in layers,pockets or seams. This may either perch or retain water that will not release to the dewatering system, sock, well-points etc... or there maybe seams or layers of rock or shell that will let groundwater flow freely through it and into the excavations,bypassing the dewatering system. We exclude the care and cost of these conditions whether it is using stone, sump pumps or the need for over excavation. There is a remote possibility a dewatering and or bypass pump may fail and need to be replaced. If this occurs,we will furnish another pump for the jobsite with one person to exchange it. To remove and replace the pump,hoisting equipment will be needed to support this activity. We request that your company furnish this equipment during the operational period. Service calls, including after hours and weekend will require a competent person from the contractor to be on site. If the service call is deemed to be other than an MWI failure, Service calls will be billed to the customer at the following rates including drivetime. Monday—Friday 7:00am-5:00pm $145.00/hr. After Hours and Saturday $190.00/hr. Sunday $190.00/hr. Every 250 hours in service MWI will shut down unit for preventative maintenance for approximately 15-20 min. Operation commences when the system or any portion of the system is delivered on site and or turned on for by-passing during construction; and ceases when ordered in writing to shut down and equipment has been removed from site.All rental items are based on a 28 day billing cycle. All invoices are to be paid within thirty(30)days of their issue.All outstanding invoices and any retainage are to be paid within thirty(30)days of the completion of the dewatering and not that of the general or any other contract. Rental materials require a Purchase Order from Contractor Labor for installation may be agreed upon through a simple sub-contractor agreement. Retainage will not be withheld. rr . 16C5 Our liabilities are limited to furnishing, installing,and activating a dewatering system described for temporarily by-passing during construction and assume no liabilities beyond this unless do to our negligence. All conditions of this proposal are to form part of or be included into any agreement, subcontract, purchase order or this proposal can be the agreement by signing it.Any changes or exceptions are to be agreed to and signed by both parties prior to our commencing any work. We thank you for the opportunity of quoting you on this project. If you have any questions or need further information,please feel free to contact us. Quote is valid for 30 days from date. Quote is subject to change price and availability; and or change in the scope of work provided by contractor.Actual cost for any and or all pumps,equipment and material,are reflected in the MWI contract provided onsite during delivery or presented to contractor. Respectfully, Melvin Rivera Territory Manager,MWI Pumps P.O.# Customer Signature MWI Pump Corp./4945 Kim Lane, Ft. Myers, FL 33905/239-272-0989 (Fax) 239-337-1331 CAO O United Rentals. RENTAL QUOTE 1 6 C 5 TRENCH SAFETY BRANCH A15 TAMP MCKAY BAYCT # 240667242 TAMPA FL 3361919 813-630-2003 813-621-7987 FAX Customer # : 517051 Quote Date : 10/28/24 Gl NORTH COLLIER WATER PLANT Estimated Out : 11/01/24 01:00 PM Estimated In : 11/08/24 10:00 AM .,=1 10500 GOODLETTE-FRANK RD N UR Job Loc : 10500 GOODLETTE-FRAN NAPLES FL 34109-1410 UR Job # : 164Customer Job ID: P.O. # : TBD ® Office: 305-325-1930 Ordered By : MITCH MACCLUGAGE Written By : KENNETH PROBST Salesperson : KENNETH PROBST POOLE & KENT MIAMI FL 1781 NW NORTH RIVER DR MIAMI FL 33125-2311 This is not an invoice Please do not pay from this document RENTAL ITEMS: Qty Equipment Description Minimum Day Week 4 Week Estimated Amt. 2 940/9229 SHORING PLATE STEEL 8' X 8' 62.00 180.00 527.00 360.00 40 943/2200 W14 WIDE FLANGE BEAM (LINEAR FEET) 5.00 7.00 15.00 280.00 1 9418411 TRENCH BOX 8' X 8' (4" KE) 216.00 738.00 1,730.00 738.00 16 940/5655 8" SPREADER BAR (LINEAR FEET) 2.00 3.00 4.00 48.00 8 941/8101 SPREADER BAR PIN 10" 3.00 3.00 4.00 24.00 1 330/7116 LIFTING BRIDLE 4 LEG X 12' 38.00 38.00 115.00 202.00 115.00 Rental Subtotal: 1,565.00 SALES/MISCELLANEOUS ITEMS: Qty Item Price Unit of Measure Extended Amt. 1 DELIVERY CHARGE 1137.980 EACH 1,137.98 1 PICKUP CHARGE 1137.980 EACH 1,137.98 Sales/Misc Subtotal: 2,275.96 Agreement Subtotal: 3,840.96 Tax: 93.90 Estimated Total: 3,934.86 COMMENTS/NOTES: CONTACT: EMMITT LIGGINS CELL#: 786-514-0964 RENTAL PROTECTION NOT INCLUDED. IF WANTED PLEASE REQUEST TO ADD. This proposal may be withdrawn if not accepted within 30 days.The above referenced Rental Protection Plan,environmental,and tax charges are estimates and are subject to change. NOTICE This is not a rental agreement. The rental of equipment and any items listed above is subject to availability and subject to the terms and conditions of the Rental and Service Agreement,which are available at https://www.unitedrentals.com/legal/rental-service-term-US and which are incorporated herein by reference. A COPY OF THE RENTAL AND SERVICE AGREEMENT TERMS ARE AVAILABLE IN PAPER FORM UPON REQUEST. UlINVPDF Page: 1 C"AO 16 0 5 PUBLIC UTILITIES WORK DIRECTIVE CHANGE # !9 PROJECT NAME: NCWRF Pretreatment Construction DATE OF ISSUANCE: 12/05/2024 EFFECTIVE DATE: 12/05/2024 OWNER: The Board of County Commissioners of Collier County,Florida PROJ ECT#: 70149.1 WORK DIRECTIVE TITLE: Bio-trickling Filter Modifications CONTRACTOR.: Poole & Kent Company ENGINEER: AECOM You are directed to proceed promptly with the fallowing change(s): Description: As a result of differences between the submitted bio-trickling filters and the basis of design, modifications are required to accommodate the submitted bio-trickling filters including modifications to the spray wash system and piping,the filter drain system piping, W2 piping, and electrical feeds as described in the attached DCN#5. Refer to attachments: DCN#5,PK PCO 013 DCN 05 Bio-trickling Filter Modifications 11.19.24 Purpose of Work Directive Change: The issuance of this WD is required to both guide the contractor and document changes resulting from differences between the bio trickling filters basis of design and the shop drawing submittal. 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: 0 Unit Prices ❑ Contractor's records ❑ Lump Sum ❑ Engineer's record ® Other: Per contract documents ® Other: No additional Time Estimated increase(decrease)in Contract Price Estimated change in Contract Time: $77,976.59 No change RECOMMENDED:/'� r AUTHORIZED: '- Engineer By: 1 r".3G^'w.",. By: kY "� / c'w'�r''r/ Ltl' �` I L Engineer Owner's Representative 12.05/24 1138 AM,(,AO 16C5 PUBLIC UTILITIES DESIGN CHANGE NOTICE #5 PROJECT NAME: NCWRF Pretreatment Facility (Contract 23-8116) DATE OF ISSUANCE: 05/16/2024 OWNER: The Board of County Commissioners of Collier County, Florida PROJECT#: 70149.1 DESIGN CHANGE NOTICE TITLE: Bio-Trickling Filters Modifications CONTRACTOR: Poole & Kent Company ENGINEER: AECOM Technical Services, Inc. It is requested that a contract modification be initiated to the above referenced contract. The following information is provided as background information: • Description: Piping to biotrickling filter(BTF) spray to be changed. In shop submittal 15858-001 B, a total of four(4)nozzles at each filter are now included instead of the three shown in the original design. Piping of the recirculated water to the spray nozzles shall be adjusted to account for the extra nozzle. Refer to the shop submittal and attached drawing 10 D-116 for more details. • Relocation of biotrickling filter drains. Refer to the shop drawing submittal and attached drawing 10 D- 116 showing locations of drains at each BTF. • Increase common drain size for biotrickling filters. A 4-inch drain is to be used from BTF-3. Immediately upstream of BTF-2, the drain piping shall be increased to 6-inch. The remaining drain from the biotrickling filters shall be 6-inch. Refer to markups on drawing 10 D-116 • Relocation of pump suction for BTF-3. The nozzle to the recirculation pump suction on BTF-3 has changed based on the shop submittal. The nozzle shall be relocated as shown on the markup drawing 10 D-116 and according to the shop submittal. • Nutrient tank drains. As noted in the shop submittal, Evoqua will be providing a 2-inch drain with ball valve at each nutrient tank. This drain shall tie into the headworks drainage system as shown on the markup drawing 10 D-116. • Increase W2 pipe size. For the W2 header supplying water to the BTF water panels, this shall increase in size from 3-inch to 4-inch as shown on the markup drawing 10 D-116 • All electrical conduit shall be run above the containment slab, • Add electrical conduit and wire from the fan motors to the local control panel and conduit and wire from the LCP to each of the MCCs as shown on attached drawing 10 E-605. • Revise VFD wiring schematic as shown on drawing 10 E-606.Add uninterruptible power supply (UPS) as shown on drawing 10 DI-601 • Change loop number as shown on drawing 10 DI-611 • Provide fall arrest system in accordance with shop drawing submittal review comments and response. Reference comment 24 on submittal 15858-001 B. Refer to attachments: Markups of 10 D-116, 10 E-605, 10 E-606, 10 DI-601, 10 DI-611, 10 DI-612 cpo 16C5 Purpose of Design Change: The issuance of this DCN is required to both guide the contractor and document changes resulting from differences between the bio trickling filters basis of design and the shop drawing submittal. 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: TBD ® Other: Zero Days Estimated increase (decrease) in Contract Price Estimated change in Contract Time: Provide Estimate TBD Zero(0)calendar days. PREPARED BY: By: (9*(al Engineer Cp,4 1t 5 x r Z a OO OE . § NO s o' Os� W_Q I— N, F. d a Ul' R r x m. ; Z�F � CC 2 . ,'� 3 T w w w 71 8 q i Ll ; OU a t E F Bi , u w o n O . zi o om :`wit a a I. 8s°a Ewy on. w s- SN i illi s 2. la iq @ ' • d g;8g y` wYJ • I lii �\ g I 1 8a 1 1 . . Ili 1 z i 4.>„...,....> 1 1 hi�Y111x)anlnll@M1n El 3›: r nf1111U 111111NInnn I �I IIM11I111111pI1Y tlinll. MIIAMM B ee m]umin�oxlnnn a i I [ r - nlllnwunlmumr V 11111E111111mbnn numm�`• k Ir1111n mina. I mnlinnilili liiimom 11niNMII • 1 Z. pM.IIIIpi�INA 11111iI1111111niIIlmlllnllnlII lint pp q III ii I I k! �1 'R �Wn 1 g111111I1n I111MumumnnlMulII ill -.. �- -- ------- 7 i ulmnu 1! ® II_:. 1 k II ..�d / liinun ri - 1 - 1nbllll J .+) 1 ' I 1/ .: Ii Fr _._ - Iab` iei� u.r 11 �n/1 MnHWl�lllnl 1 I II� 1 1 }' 4r II IIIIII III IIY` ill' ul xi 1 1111 Jn11 11I1111111 1 I•1 s'', 1 I 1 1m 1 1III 11 11 11111111111111111 i Iliiu1111%III 111 I ,� 11 J I r_ Q 1 I 1 —iSY ,11' 111' 4 [ . • IlL 11 I : , 1 4 + ,i__+ _ e ____ III � — a k I 1 +> W 11 m 1 II I II P _�_ 1 �. _-- — - - ..... I ".K —_ — 1 — _ — —• G �1�a .�r �. a m54d) 6 . I co cn O 16 e z� ss � r o aid= i Lug ffi NoNN CC NI ,',.4 _S1- OR i WF, — $ y� r W r. w ZLL5'z o U.. 'YSi,�a Ba S `3o Q' x Ex ® o Q _o0 t wf al Q I opSg j 5` k Vg`Ed Q h • J IE wI ®X U cn U fx ti 1 p8 8 U „ —Z:1 ' ? ; ., 8 & ®k 4 043 IEd S5 PS Scc 8 W J< Z ce �� p QU cco oW o a 1 ? - Lx w ',I. 2 a J ce CO -,4 4 ,,:' ..., 4 of 6 a b ;ipt I c I is ; l F d Z o Q b cn yq cc } S 'r •, h`“ UQ xc‘ a COd L u4 Wh ❑ .g 1 9 16C5 ', . t >' W cagZd_R W sy•f kR JS4 w , 8, = Uo'm 3fia —UUU a3 m m RRR uQ r ap w0 Wa o x . gww a o -° F. 8 ,,b2a m ii)p „ a- 4 • °+ -Y ` © 1 1 L Li.11 ', N. r..12—rj C7 N °t 1 o 40__+0 ]T�°s — LL d '!'4 ,— x— s— 8 o @ J H e u u I. w t �w 'o d0000 ®A L4 LJ J 20 • J O Z o i Z M. o� a d of a g g oo® m a C ° W ,1605 z E O 0 .. ,g, zg c,�• a 5 Y 92 8 IA tiU ?= o b i w� O 2. _1 HIo U i .h a w' 4 wA fr.rc� g . #.s ixa , g o L v j Zal �' • Fz KC24 a & Um € 0 , 8, hnp § Ug & Evs6 Rta zLLv- o 0, g ` Ai S ,0 8astm .zwo No . 1114 Alli N i .i I 1111 1 1111 )1! 1 N I _AT- " :it ,, , . , i)lliil 1 Pilli' a 1 f,) 1 1,) , , , , , , , 1 , 1,,, �� n J J I I rI II L. —_J Poo oi — 1 s I f �m�- I M 1 I IrxraszErind I t 1 ma Et ail CI\0 1 6 C 5 0 .E. .. , Eii_.), ,, z."-,- al OO �` n H 4, , nZa M• P3 1 V 4 -O b j Ei0 s � Oa ff1 �1_ Wt ; dewq U ..„ F. . ,,,3., 10871.5 3 !i'-' 9i �i 1' °, 1 ; �\ ---�'si --- i1 iial s E', � 6i .i p' E 7 i r. Esip _-i of -- 1 2 lei _-i. 1 ICI' o .1111 3 ' HT i $g Ngi :1 • 1( 1?q g c.,,)„..rr-,.- .r.-->-- 1 • ) e:ee>eaoe oeeo; oo e,000wo o 000e pi , CD Z \ = imp v oo ..: •:.*:oo°o \ - o.LICI c °o ° ° e iiiiii hi' ea°eOe °' el 111 E 641 /( § Ir0 3 0 a -Cps I E i E - i l (1 r-� A 1 6 C 5 0 a- A�- Z c��, ,!`A J LU ° �rt IA w R a 4 3�fr z Et 0 FCn Z M'PRE S O CDg U _ w a W S n • _a L `i,, H y ,,_R o a T, D a i 0 Z u.v o U a�_ �a�7,.a� og �, S 0 rq • 6iY iQ / 6 6(5 Q _ , V 1 * ...1 1 P. - A ilD - ii 3 HQ 11 #�1E i I(g i ? 7E-6 , v-, i . !! 1 . -I eo.z o M `aae hl , • .. T.v) 4„ ., ,.... ,.. ,,.....,_,., ,....,...., 1 .1),i,c1),,i1/, {5),1- s .. ,,..1 ,, __,A i CD &q�S �• � m FAO 16C5 Poole & Kent Contractors An EMCOR Company November 19, 2024 Collier County Public Utilities Dep. 3339 Tamiami Trail East Naples, FL 34112 Attn: Wayne Karlovich Re: NCWRF Pretreatment Facility Collier County Contract 20-7722-NS, Poole & Kent Job No. 23604 PK PCO 013 Design Change Notice#5 Bio-Trickling Filters Modifications Mr. Karlovich, Poole & Kent (PK) Company of Florida has received Design Change Notice #5 Bio-Trickling Filters Modifications. Please issue a formal Work Directive for additional cost and time extension in the amount of $77,976.59 and TBA calendar days to the Contract. Clarifications: 1. Poole &Kent will not proceed with this work unless written directive is provided. 2. The proposal is an estimate for the differing site condition, any additional work required for this change will be quoted as it becomes known. 3. This work shall be performed concurrently with contractual work as this additional work includes modifications necessary based on changed conditions discovered in the field. 4. Poole & Kent shall not be held responsible for LDs for work directive. Should you have any questions, please do not hesitate to call. Very Truly Yours, Poole& Kent Company of Florida !r' ry_ Mitch MacClugage Project Manager CO 36 C 5 Poole&Kent Company of Florida Poole&Kent 1781 N.W.North River Drive Miami,FL 33125 Contractors P.O.Box 420556 Miami,FL 33242 Phone.305.325.1930 Project Name: NCWRF Pretreatment Facility Owner: Collier County Public Utilities Department Engineer: AECOM Owner: Wayne Karlovich PK Job No. 23604 Contractor: Poole& Kent Company of Florida DCN# 5 Cost Proposal No. 13 Rev: 1 November 5, 2024 Sheet No. Sheet Identification Labor Material Process Equip 1 Design Change Notice#5-Bio-Trickling Filters Modifications 82.41 29,580.86 - Material Cost, Labor Hours and Equipment Cost TOTALS' - 82.41 29,580.86 - Labor Totals Category Hours Rate Cost SUMMARY a. Process Equipment&Material Cost 29,580.86 Operator 0 0.00 - b. Freight - Operator(OT) 0.00 c. Sales Tax 7.0% 2,070.66 Operator(DT) 0.00 d. Collier County Surtax - Journeyman 110 67.00 7,370.00 e. Subtotal Material 31,651,52 Journeyman(OT) 100.50 f. Mark Up 10.0% 2,958.09 Journeyman(DT) 134.00 g. Total Process Equipment&Material 34,609.61 Foreman 55 101.00 5,555.00 Foreman(OT) 151.50 h. Base Labor Cost 15,915.00 Foreman(DT) 202.00 i. Mark Up 10.0% 1,591.50 General Foreman 26 115.00 2,990.00 j. Total Labor Cost 17,506.50 General Foreman (OT) 172.50 General Foreman(DT) 230.00 k Subcontracts 24,629,03 Laborer 0 50.00 - I Mark Up 5.0% 1,231.45 Laborer OT 75.00 m Total Subcontract 25,860.48 Laborer DT 100.00 n Construction Equipment&Tools - o Equipment Mark Up 5.0% - P Total Construction Equipment&Tools - q General Conditions - r GC Mark UP 10.0% - Labor SubTotal 15,915.00 u. Total GC - Total Proposed Change Order Amount $ 77,976.59 1 6 C 5 1 Material and Labor Cost Estimate Sheet Sheet Description Material and Labor Sheet No. 1 Qty Description Material($) Labor(hrs) Process Equipment($) Unit Total Unit Total Unit Total Perry Fiberglass - - - 1 Additional FRP Ductwork(lot) 3,500.00 3,500.00 15.8 15.80 - Carpenter&Patterson - - - 6 Additional Pipe Supports at FRP Ductwork 2,040.00 12,240.00 3.00 18.00 - Evoqua - - - 1 Odor Control UPS 9,105.00 9,105.00 - - Additional Piping(Difference) - - - W-2 CREDIT - - - -80 3"S.STL PIPE 24.99 (1.999.20) 0.27 (21.60) - -1 3"SSTL 90 ELL 17.82 (17.82) 6.32 (6.32) - -1 6"X3"DI REDUCER 140.28 (140.28) 2.13 (2.13) - -2 3"SSTL TEE 30.66 (61.32) 9.47 (18.94) - W-2 NEW - - - 80 4"DI PIPE CL 45.20 3,616.00 0.2 16.00 - 1 4"DI MJ 90 ELL 80.96 80.96 1.76 1.76 - 1 6"X4"DI MJ REDUCER 77.28 77.28 2.13 2.13 2 4"DI MJ TEE 106.11 212.22 3.32 6.64 - 9 4"MAGALUGS 35.63 320.67 0.75 6.75 - 4 4"MJ GASKET 19.25 77.00 - - 16 3/4"X3-1l2"304 SSRT TBOLT&NUT 7,15 114.40 - - 3 2"SSTL TEE 16.53 49.59 7.42 22.26 - 3 2"SSTL 90 ELL 10.33 30.99 4.96 14.88 - 6 2"NIPPLES 12.00 72.00 1.25 7.50 - 40 2"SSTL PIPE 17.03 681.20 0.19 7.60 - OCD CREDIT - - - -20 3"CPVC PIPE 16,10 (322.00) 0.08 (1.60) - -1 6"X3"DI MJ REDUCER 114.00 (114.00) 2.13 (2.13) - -1 3"SCH 80 CPVC 90 ELBOW 33.29 (33.29) 0.16 (0.16) - OCD NEW - - - 40 4"CPVC PIPE 24.47 978.80 0.1 4.00 - 1 6"X4"DI MJ REDUCER 77.13 77.13 2.13 2.13 - 3 4"CPVC COUPLING 28.83 86.49 - - 40 2"CPVC PIPE 8.90 356.00 0.06 2.40 - 3 2"CPVC TEE 16.41 49.23 0.38 1.14 - 6 2"CPVC 90 ELL 13.33 79.98 0.27 1.62 - 3 2"PVC BALL VALVE 125.78 377.34 0.78 2.34 - 3 2"COUPLING 28,83 86.49 0.78 2.34 - Material,Labor,Equipment/Tools Subtotals 29,580.86 82.41 - Consumables of material - Clean Up of labor - Safety of labor - Small Tools of labor - Totals 29,580.86 82.41 - CAO EQUIPMENT AND MAJOR TOOLS 1 6 C 5 Sheet Description Equipment& Major Tools Sheet No, 3 EQUIPMENT/TOOLS UNIT COST TOTAL COST Acetylene Rigs Complete days @ Air Compressor days @ Backhoe Months @ Bobcat Months @ Barricades days @ Blower/Fan days @ Bomag Roller days @ Chain Fall days @ Compactor days @ Core Drill Machine days @ Crane Days @ Crane(Boom Truck) days @ Crawler Tractor days @ Walk Behind Street Saw month @ Dewatering Equipment week @ Dozer weeks @ Drum Roller days @ Dumpster per @ Excavator days @ Flat Bed Truck days @ Fusion Machine, Datalogger&Tech days @ Front End Loader days @ Generator days @ Diesel Fuel Gallons @ Grooving Machine days @ Hilti Drill days @ Lull Weeks @ Laser days @ Pick-up Truck days @ Pipe Bending Machine days @ Pipe Machine week @ Plate Compactor days @ Portable Power Jack days @ Power Hoist days @ Roust-A-Bouts days @ Rubber Tire Combination days @ Scaffolding days @ Scissor/Hi-Lift/Boom Lift months @ Screw Jacks days @ Skid Steer days @ Test Pump days @ Tapping Tool days @ Transit/Level days @ Trench Box-United Rental days @ Trenching Machine days @ Other-Mobilization/Demobilization days @ Other- days @ EQUIPMENT&TOOLS TOTAL COSTS 16C5 GENERAL CONDITIONS COST Sheet Description GC COST Sheet No. 4 DESCRIPTION UNIT COST TOTAL COST PROJECT MANAGER 0 hours @ 100.00 0.00 ASSISTANT PROJECT MANAGER hours @ 0.00 0.00 SUPERINTENDENT 0 hours @ 128.00 0.00 PROJECT ENGINEER 0 hours @ 36.00 0.00 hour @ 0.00 hour @ 0.00 0.00 Ardman&Associates, Inc. 0.00 Density Test, Nuclear Method (min.4) 0 each @ 23.10 0.00 Trip Charge 0 each @ 120.00 0.00 Standby Time hour @ 88.00 0.00 days @ 0.00 AngleRight Surveying 0.00 As-Builts-Field Crew 0 per @ 640.00 0.00 As-Builts-PSM 0 per @ 125.00 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 days @ 0.00 days @ 0.00 week @ 0.00 0.00 0.00 GENERAL CONDITIONS COST $0.00 16C5 EQUIPMENT AND SUBCONTRACTORS VENDOR/MANUFACTURER EQUIPMENT PRICE TOTAL EQUIPMENT SUBCONTRACTOR SCOPE PRICE Price Electric Additional Electrical & MCC Mods 23,309.03 Rocha Controls Additional l&C Coordination 1,320.00 Baker Concrete Increase Equipment Pads 6"-No Cost Change 0.00 TOTAL SUBCONTRACTORS 24,629.03 16C5 A-McDade QUOTA Quote Number: Q12405 Waterworks, Inc. Quote Date: Sep 13, 2024 Page: 1 PO BOX 16039 TAMPA, FL 33687-6039 Voice: (813) 740-1144 Fax: (813)627-9387 Quoted To: Ship To: POOLE AND KENT COMPANY POOLE& KENT COMPANY PO BOX 420556 @ NORTH COUNTY WRF MIAMI, FL 33242-0566 10500 GOODLETTE-FRANK RD NAPLES, FL 34109 JOB#23604 Payment Terms F.O.B/Freight Estimated Freight Sales Rep Net 30 Days BNV-PPA $ TBD STEVEN MULLEN Quantity Item Description I Unit Price 1 Amount **W-2 NEW** 80.00 4.1TY35004 4"TYTON JOINT DIP, CL350, C/L 45.20 3,616.00 1.00 1.1CMJ9004 4"C153 MJ 90, C/L, UACCYS 80.96 80.96 2.00 1.1CMJR0604 6"X 4" C153 MJ REDUCER, C/L, L/ACCYS 77.28 154.56 2.00 1.1CMJT0404 04"X 04" C153 MJ TEE, C/L, L/ACCYS 106.11 212.22 4.00 5.1MJRDE04 4" MEGALUG FOR DIP 35.63 142.52 4.00 04"MJ NEOPRENE GASKETS 19.25 77.00 16.00 3/4"X 3-1/2"304SS T-BOLTS& NUTS 7.15 114.40 3.00 02"316SS SCH40 BUTTWELD TEE 16.53 49.59 6.00 02"316SS SCH40 BUTTWELD 90 BEND LR 10.33 61.98 6.00 12.1SS6NO2X03 02"X 3"316SS NIPPLE TBE 12.00 72.00 40.00 12.1SS6PIPEO2 02"SCH40 316SS WELDED PIPE 17.03 681.20 **OC D-NEW"* 40.00 04"SCH80 CPVC PIPE PE 24.47 978.80 3.00 04"SCH80 CPVC COUPLING #829-040C 28.83 86.49 DISCLAIMERS Subtotal Continued Thank you we appreciate your business!Please review your quote for accuracy. Sales Tax Continued Non-Stock(Special Orders)items are considered non-returnable.Non-Stock items cannot be canceled Freight once the Purchase Order has been issued and placed with our vendor.Please note lead times are approximate,in business days.All prices are based upon quantities quoted and are subject to change if TOTAL Continued the quantity is modified,McDade reserves the right to submit a revised quotation.This quotation is valid for 15 days.Service Charge of 1.5%per month will be applied to past due invoices. 16C5 1 McD'I 'de . -..---• Quote Number: Q12405 irli" Waterworks, Inc. Quote Date: Sep 13,2024 Page: 2 PO BOX 16039 TAMPA, FL 33687-6039 Voice: (813) 740-1144 Fax: (813)627-9387 Quoted To: Ship To: POOLE AND KENT COMPANY POOLE& KENT COMPANY PO BOX 420556 @ NORTH COUNTY WRF MIAMI, FL 33242-0566 10500 GOODLETTE-FRANK RD NAPLES, FL 34109 JOB#23604 Payment Terms F.O.B/Freight Estimated Freight Sales Rep Net 30 Days BMI-PPA $ STEVEN MULLEN Quantity Item Description Unit Price Amount 1.00 1.1CMJR0604 6"X 4"C153 MJ REDUCER, C/L, L/ACCYS 77.28 77.28 40.00 02"SCH80 CPVC PIPE PE 8.90 356.00 3.00 02"SCH80 CPVC COUPLING S X S#829-020C 9.10 27.30 3.00 02"SCH80 CPVC TEE S X S #801-020C 16.41 49.23 6.00 02"SCH80 CPVC 90 BEND S X S #806-020C 13.33 79.98 3.00 9.3S8OBVEPO2S 2"T/U SCH80 PVC BALL VALVE, EPDM SEAT, SOCKET& 125.78 377.34 THREADED ENDS, SPEARS MODEL#1829-020 3.00 02"SCH80 CPVC COUPLING S X S#829-020C 9.10 27.30 USED UNIT PRICING NOT TOTALS DISCLAIMERS Subtotal 10,946.27 Thank you we appreciate your business!Please review your quote for accuracy. Sales Tax 656.78 Non-Stock(Special Orders)items are considered non-returnable.Non-Stock items cannot be canceled Freight once the Purchase Order has been issued and placed with our vendor.Please note lead times are approximate,in business days.All prices are based upon quantities quoted and are subject to change if TOTAL t1,603.05 the quantity is modified,McDade reserves the right to submit a revised quotation.This quotation is valid for 15 days.Service Charge of 1.5"/ per month will be applied to past due invoices. CAO 1 Price Electric PRICE 6C5 405 N Troy Rd E L E C T R I C Robins, IA 52328 Phone: 319 393-6406 10/28/24 Poole& Kent 1781 NW North River Drive Miami, FL 33125 FL-Naples NCWRF Pretreatm Attention: Project: CA-231441 /FL-Naples NCWRF Pretreatm Reference: DCN 5 Trickling Filter Submitted Date: 10/07/24 Change Request#: RFC-011 $23,309.03 The impact of this change includes only those items which can be identified at this time. However,should it be determined at a later date that we are experiencing identifiable cost impacts or time delays beyond our control due to this scope change or because of multiple scope changes,delays,or other causes,we reserve the right to submit those costs and time extensions at that time. If you have any other questions, please do not hesitate to contact this office. Sincerely, Price Electric JEREMY DEMOSS, Project Manager Page 1 of 1 16C5 1110 Rocha Controls - Municipal and Industrial Control Systems 16,44 5025 Rio Vista Ave Tampa, FL 33634 813-628-5584 ph 813-664-6713 fax R C H A N R www.rochacontrols.com September 10, 2024 Mitch MacClugage Project Manager 1781 N.W. North River Drive Miami, FL 33125 Re: Bio-Trickling Filters Modifications. Mitch: Per your request we offer the following proposal: 1. If UPS monitoring programming is required in panel 1.1 and/or coordination of labor with supplier of panel 1.8. a. Labor Costs: Programmer $1,320 The Total Costs do not include Sale Tax: $1,320 If you have any questions on the details of this proposal, please contact me via email at jmendez@rochacontrols.com or call me on my cell phone at 407-716-0434. Sincerely, Janet Mendez Programmer Rocha Controls CEO 16C5 VOQ A PROJECT CHANGE ORDER V �.J `✓ PROPOSAL FORM PROJECT NAME: NCWRF Headworks,Collier County,FL CHANGE PROPOSAL NO.: 001 0 CUSTOMER: Poole&Kent Construction SALES ORDER NO.: 0 PO/CONTRACT: 23604-1-017 PROJECT NO.: 2500/000140 DATE: August 13,2024 SCOPE OF SUPPLY ITEM NO. DESCRIPTION OF CHANGE AND STATEMENT OF REASON AMOUNT 1 Xylem to provide Odor Control UPS sized to provide at least 15 minutes of backup power to PLC per comment $ 9,105 No:2 in submittal approval. TOTAL: $ 9,105 FINANCIALS $ 4,192,683 =INITIAL CONTRACT AMOUNT NOTES: 1.Acceptance of this Change Order proposal will impact the financial values listed on any $ - =PREV APP'VD CHANGE ORDERS AMOUNT additional outstanding Change Order proposals. $ 4,192,683 =CURRENT CONTRACT AMOUNT 2.All values in US dollars,unless noted otherwise. $ 9,105 =THIS CHANGE ORDER AMOUNT $ 4,201,789 =NEW CONTRACT AMOUNT SCHEDULING/TIMING 1)Both parties must sign this form within three business days;and EWT must receive an amended Purchase Order reflecting this Change within ten business days,in order to make this Change Order valid. 2)The project schedule will not be impacted by this change order. 3)The Parties agree that as a result of this Change Order,in the event the project schedule is amended and as a result of such project schedule changes,the Buyer agrees that all references to Liquidated Damages,to the extent set forth in the Contract Documents,shall be adjusted accordingly. Seller shall strive to fulfill in full the revised project schedule,however,as the project schedule milestones are approximates only and Seller shall not be liable for any loss or expense(consequential or otherwise) incurred by Buyer or Buyer's customer,if Seller fails to meet the revised delivery dates. 4)Billing Milestone(s)will be created in accordance with original agreed to contract terms. SIGNATURES THE EXISTING TERMS AND CONDITIONS SHALL REMAIN FULL FORCE AND EFFECT UNLESS MODIFIED SPECIFICALLY IN THIS CHANGE ORDER. Bradley A.Champigny Customer Name(Print) EWT Project Manager Name(Print) etadQeey>4 ella wftigetg Customer Signature EWT Project Manager Signature August 13,2024 Date Date cc: Brendan Adams,Fitz Moles,Zulema Woodhull,Devang Pujara PM994 Change Order Costing and Pricing Form F00130-ISS V2.00(12/16/2019) McDade Waterworks 10/3/2024 Page 1 Confidential 16C5 W r- Post Office Box 16039 - Tampa, FL 33687-6039 (813) 740-1144 - FAX (813) 627-9387 May 23,2023 Serving the Water& Wastewater Plant Industry for over 30 Years, Please visit us at: The Poole&Kent Company Attn: Jose Exposito Project Name: NCWRF Pretreatment Facility Contact#20-7722-NS Collier County McDade Project#: P23-111 Bid Date: May 16, 2023 @ 3:00 PM Addendum: 1-9 ARRA,AIS, or Domestic Requirement-No TY SIZE DESCRIPTION WEIGHT UNIT$ EXT$ EACH -20 03" SCH 80 CPVC PIPE(BE) $16.10 -$322.00 -1 03" SCH 80 CPVC 90 DEG.ELBOW(S X S) $33.29 -$33.29 -80 03" 316SS SCH 10S WELDED PIPE(CTSIF) $24.99 -$1,999.20 -1 03" 316SS SCH 10S BUTT WELD 90 DEG ELBOW $17.82 -$17.82 -2 03" 316SS SCH 10S BUTT WELD TEE $30.66 -$61,32 -1 06"X 03" DI FLG CONCENTRIC REDUCER(C/L.PC) 40 $140.28 -$140.28 TOTAL THIS BID ITEM-TAX NOT INCLUDED -$2,573.91 GRAND TOTAL ALL BID ITEM-TAX NOT INCLUDED -$2,573.91 Notes: #### All Ductile Iron MJ Fitting Quoted C153(Compact) #### All Fitting and Valves Quoted Less Accessories #### All Buried Ductile Iron Pipe and MJ Fitting Quoted Bituminous Coated #### All Flange Pipe and Fitting Quoted Prime Coated #### All Ductile Iron Pipe and Fitting Quoted Cement,Glass,or Protecto 401 Lined as noted above #### All Ductile Iron Fitting(MJ&Flange)Quoted Are Globally Sourced #### Escalation -Buried Pipe only(PO&RJ) Buried pipe firm if released in full no later 8-15-23. Pipe released after 8-15-23 will be requoted(negotiated). Escalation -Fab,Fittings,&Restraints If signed purchase order agreement is acceptable to both parties within 30 days of quotation, Ductile Iron Pipe, Fittings, and Restraints prices will be held firm thru December 31st 2023. From 1/1/24-6/31124 a 5%unit price increase will be in effect for all releases to jobsite. From 7/1/24-12/31/24 a 5%additional unit price increase will be in effect for all releases to jobsite. All releases to jobsite after 1/1/25 will be based on new quoted prices at that time. #### Due to the volatile raw market All C-900 PVC,C-905 PVC.HDPE,SDR 35.Sch 80 PVC, Sch 40 PVC.Stainless Steel,Copper&Brass Pipe,Fittings.Valves,etc. will/may need to be re-quoted at the time of purchase. Pricing Subject to Availability. ***PVC prices are good till May 31,2023 ***Stainless Steel prices are good till May 31,2023 #### McDade Waterworks,Inc.reserves the right to apply"Price in Effect"at time of delivery due to shortages and/or further"Force Majeure"declarations by manufacturer(s). McDade Waterworks,Inc will not be responsible for industry price changes or shortages beyond our control. #### All valve boxes quoted less extension stem unless noted otherwise. #### Flange Accessories Set Prices are Firm for 14 Days from Bid Date,& Must Ship Within 28 Working Days from Bid Date. #### Pipe Supports-Do not include engineering calculations(ie.wind,seismic,etc.). We can recommend someone who can provide this information if requested. #### Piping System-Do not include engineering calculations(ie.wind,seismic,etc.). #### Line drawings are not included.If needed add$1,000.00 per sheet. #### No Spare Parts for any components on take-off are included,unless noted otherwise. #### Electric Actuators are quoted Open/Close service,Unless stated otherwise. #### DeZURIK,APCO standard warranty terms are two years from date of shipment. CAQ McDade Waterworks 10/3/2024 Page 2 Confidential QTY SIZE DESCRIPTION WEIGHT UNIT$ EXT$ EACH 1 6 C 5 An additional 3rd year(36 month)warranty may be purchased at time of order placement �+ only for an additional charge of 2.5%of order,4th year(48 months)for 5%of net order value,5th year(60 months)for 7.5%of net order value for a total of five years maximum. **DISCLAIMER: McDade Waterworks,Inc.reserves the right to increase prices and/or change escalation terms at any time based on the potential of continued cost volatility. Confidentiality.Both McDade and Customer agree that the terms of this quotation,including the attached pricing are confidential and shall be held in strict confidence by both parties and may not be disclosed unless required by law. Customer agrees not to post or publicly display the terms or the pricing.Customer also agrees that any discussions or negotiations regarding the attached pricing or any changes thereto(including but not limited to future pricing offerings)are also confidential and are pursuant to this provision of confidentiality. The above quotation is our interpretation of the plans and specifications and should be reviewed by your firm for accuracy. Prices do not include valve boxes,ext.stems,wrenches,start-up services,etc.unless specifically noted in our quotation. Prices are based on full fre oht allowed truckload shipments to the project. Additional materials ordered will be furnished on a case by case basis. Terms: Net 30 Days FOB: S/P-FFA to Jobsite(Based on Terris Above) Please call should you have any questions or need any additional pricing. Sincerely, Mike Worrell C!,( Page 2 of 2 1 6C5 CARPENTER & PA TERSON, INC. 434 Latigue Road, Waggaman,LA 70094 TEL:504.431.7722 FAX: 504.431.7900 WITCH e-mail:dave.bernard@pipehangers.com PIPE SUPPORT SYSTEMS August 19, 2024 Poole & Kent Attention: Mitch MacClugage Reference: North County WRF Added DCN#5 Fiberglass Ductwork Supports C&P Job No. 5967 Gentlemen: We are pleased to submit our proposal to furnish pipe support material in accordance with the above referenced inquiry. PRICE: $ 12,240.00 F.O.B.: Waggaman,LA with freight Pre-Paid&Added to invoice. VALIDITY: Our proposal is valid for acceptance through September l9, 2024. The quoted shipping schedule is based upon receipt of a purchase order within 5 working days from the date of quotation. ESCALATION: Prices quoted are based upon current raw material prices in effect for August 2024. Due to potential instability in the price of steel raw material,the prices quoted will be reviewed and adjusted, if necessary,at the time the quoted items are released for production. Quoted prices are based upon producing the entire scope of supply included in the RFQ package. Should the quoted scope of supply be modified, we reserve the right to review and re-quote if necessary. TERMS: Net thirty (30)days with approved credit. Carpenter& Paterson Terms and Conditions will apply if buyer has not provided Terms and Conditions for review/negotiation. See attached C&P Terms and Conditions. Purchase Order acceptance is contingent upon negotiation of Terms and Conditions and acceptance by both parties. FINISH: All material quoted will be furnished in a stainless steel finish. Pickling and passivation is not included. 16C5 August 19, 2024 Page 2 TAXES: No taxes of any kind are included in our proposal. SHIPMENT: Material can be shipped in 5 to 7 weeks after receipt of a purchase order and clarification of all questions. If an improved shipping schedule is required,please contact us. FABRICATION: All work will conform with the recommendations of MSS Bulletin SP-58- 2018 and the requirements of the ANSI Code of Pressure Piping B31.1 and B31.3. All welding will be performed to the requirements of the American Welding Society (AWS) and its latest revisions. CLARIFICATIONS: 1. Carpenter& Paterson is a material supplier/fabricator and not a construction sub-contractor. Thus, we are not responsible for any Terms, Conditions, or special provisions present in any contract between purchaser and any other party. This includes provisions regarding payment terms,retainage, and penalties for delay in completion of project. 2. (6) 20"Duct Supports $ 2,040.00 Ea Our proposal is in exact accordance with specifications, drawings, terms and conditions and other requirements of this request for quotation with no exceptions other than those listed above. If any additional information concerning this quotation is required,please do not hesitate to contact us. We thank you for the opportunity of quoting on your pipe support requirements and hope you find our proposal favorable. Regards, Carpenter&Paterson Inc. DcwicL Bei-vwwd. David Bernard Vice President-Estimating 16C5 PerryFiberglass Products, Inc . EXPERTS IN DESIGNING AND MANUFACTURING ODOR CONTROL AND AIR POLLUTION CONTROL EQUIPMENT www.PerryFiberglass.corn 5415 Village Drive • Rockledge, FL 32955 PHONE: 321-609-9036 FAX:321-609-9003 QUOTE TRANSMITTAL TO: Poole & Kent DATE: 7/8/2024 ATTN: Mitch MacClugage PHONE: 305-325-1930 EMAIL: MitchM@pkflorida.com SUBJECT: North County WRF - #9354-ST (Changes per Engineer's Comments) - Florida FRP Single Wall Industrial Duct per your 7/2/2024 emailed documents manufactured per Submittal. Includes: Exclusions/Clarifications: • (9) Lineal feet of duct (We do not scale through fittings and • Supports / hangers accessories.) • Nuts, bolts and gaskets • Project quoted as manifolded assemblies; i.e., taps, reducers, • Flange drilling flanges and elbows ship attached to sections of duct. We will try • Duct cleaning on-site to eliminate as many field joints as possible, saving you time and • Field quality control money in the field. • Field training /field services • Weld kits for field joints - We include resin, catalyst, buckets, • Installation glass, stir sticks, rollers, measuring cups and exterior coating. • Design of supports and hangers • Coordination Drawings and Submittals • Sales tax • Vinyl Ester Class 1 resin • 100 mil Corrosion liner • Exterior gel coat with UV inhibitors • Duct design based off Submittal Total for FRP Ductwork as described above = $3,500 This quote is valid for 30 days. Terms: To be determined prior to fabrication. Please contact Perry Fiberglass Products,Inc.in advance of issuing a Purchase Order. Outstanding balances riot paid within agreed upon terms may be subject to a monthly finance charge of 1.5%which is an annual percentage rate of 18%. Thank you, Perry Fiberglass Products, Inc. By: Dylan Morin - dylan@perryfiberglass.com National Sales Manager Page 1 of 1 r F r 16C5 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: Poole&Kent Company of Florida Address: 1781 NW North River Drive Miami, FL 33125 Phone Number: 305-325-1930 Authorized Representative's Name: Brian D.MacClugage Authorized Representative's Title: Executive Vice-President Email Address: brianm@pkflorida.com AFFIDAVIT Brian D.MacClugage (Name of Authorized Representative), as authorized representative attest that Poole&Kent Company of Florida (Name of Nongovernmental Entity) does not use coercion for labor or services as defined in § 787.06, Florida Statutes. Under penalty of perjury eclare that I have read the foregoing Affidavit and that the facts stated in it are true. /I1 i5 (Signature o authorize r ntative) Date STATE OF Florida COUNTY OF Miami-Dade Sworn to (or affirmed)and subscribed before me, by means of III physical presence or❑ online notarization this 1� day of February , 2025, by Brian D.MacClugage (Name of Affiant),who produced his Florida Driver's License as identificati Notary Pub Ic(not required when digital) r •;;rry RHEAALKHELAIFI Yf. R: Notary Public-State of Florida * Z 0E/� ':� o` Commission r NH 344467 (, C.l/ l� of r� ' My Comm.Expires Llec 27,2026 0 Commission Expires Bonded through National Notary Assn. Personally Known IOR Produced Identification ❑ Type of Identification Produced: CAQ A=COM 1 6 C 5 AECOM 239-278-7996 tel 4415 Metro Parkway Ste.404 239-278-0913 fax Fort Myers,FL 33916 www.aecom corn May 6, 2025 Mr. Wayne Karlovich, PE Supervisor-Project Management of Subregional Utilities Collier County Public Utilities Department 3339 Tamiami Trail East, Suite 303 Naples, FL 33135 RE: NCWRF Pretreatment Facility: Request for Additional Time under CO#4 Dear Wayne, AECOM Technical Services, Inc. (AECOM) has reviewed Poole and Kent's (P&K's) request of 17 calendar days to be added to the contract duration as part of Change Order#4. P&K notified the County of each day (listed below), as per section 9.2 of their contract, that due to unforeseeable causes delayed prosecution of the work. • January 19th, 2024 (Rain) • February 5th, 2024 (Rain) • March 22"d, 2024 (Rain) • June 11th, 2024 (Rain) • June 12th, 2024 (Rain) • June 13th, 2024 (Rain) • August 6th, 2024 (Rain) • September 27th, 2024 (Hurricane Helene, 3 calendar days) • October 14th, 2024 (Hurricane Milton, 7 calendar days) AECOM recommends approval of P&K's request for additional time. Please call me if you have any questions. Thank you. Sincerely, AECOM Technical Servies, Inc. q'CC:VVC1-1";" Ronald R. Cavalieri, P.E., BCEE Project Manager c-4o 16C5 A_COM AECOM 239-278-7996 tel 4415 Metro Parkway,Suite 404 239-278-0913 fax Fort Myers FL 33916 www.aecom.com Mr. Wayne Karlovich, PE Supervisor- Project Management of Subregional Utilities Collier County Public Utilities Department 3339 Tamiami Trail E, Suite 303 Naples, Florida 33125 September 17, 2024 RE: NCWRF Pretreatment Facility: Design Change Notice#12 (Previous WD#04)—Limits of Septage Area Demolition Dear Wayne, AECOM Technical Services, Inc. (AECOM) has reviewed Poole and Kent's(P&K's)cost proposal dated August 14, 2024, for Design Change Notice#12—Limits of Septage Area Demolition and finds it to be fair and reasonable. AECOM recommends issuance of a Change Order(CO)with an estimated increase in the contract price of$2,973.47 and zero(0) days change in contract time. Please call me if you have any questions. Thank you. Sincerely, AECOM Technical Services, Inc. C4-0)A/Ctie-M Ronald R. Cavalieri, P.E., BCEE Project Manager _ 16C5 COMAECOM 239-278-7996 tel 4415 Metro Parkway,Suite 404 239-278-0913 fax Fort Myers FL 33916 www.aecom.com Mr. Wayne Karlovich, PE Supervisor- Project Management of Subregional Utilities Collier County Public Utilities Department 3339 Tamiami Trail E, Suite 303 Naples, Florida 33125 September 17, 2024 RE: NCWRF Pretreatment Facility: Design Change Notice#02—Hydraulic Profile at Fine Screens Dear Wayne, AECOM Technical Services, Inc. (AECOM) has reviewed Poole and Kent's(P&K's)cost proposal dated August 13, 2024, for Design Change Notice#02—Hydraulic Profile at Fine Screens and finds it to be fair and reasonable. AECOM recommends issuance of a Change Order(CO)with an estimated increase in the contract price of$68,194.00 and zero (0) days change in contract time. Please call me if you have any questions. Thank you. Sincerely, AECOM Technical Services, Inc. C4,Q/ct,CM Ronald R. Cavalieri, P.E.,BCEE Project Manager 16C5 A=COM AECOM 239-278-7996 tel 4415 Metro Parkway,Suite 404 239-278-0913 fax Fort Myers FL 33916 www.aecom.com Mr. Wayne Karlovich, PE Supervisor- Project Management of Subregional Utilities Collier County Public Utilities Department 3339 Tamiami Trail E, Suite 303 Naples, Florida 33125 September 17, 2024 RE: NCWRF Pretreatment Facility: Design Change Notice#13—Electric Duct Bank Removal Dear Wayne, AECOM Technical Services, Inc. (AECOM) has reviewed Poole and Kent's(P&K's)cost proposal dated September 11, 2024, for Design Change Notice#13 —Electric Duct Bank Removal and finds it to be fair and reasonable. AECOM recommends issuance of a Change Order(CO)with an estimated increase in the contract price of$25,362.00 and zero (0)days change in contract time. Please call me if you have any questions. Thank you. Sincerely, AECOM Technical Services,Inc. C4Q).A/C Ronald R. Cavalieri, P.E.,BCEE Project Manager 90 16C5 A.COM AECOM 239-278-7996 tel 4415 Metro Parkway,Suite 404 239-278-0913 fax Fort Myers FL 33916 www aecom.com September 30, 2024 Mr. Wayne Karlovich, PE Supervisor- Project Management of Subregional Utilities Collier County Public Utilities Department 3339 Tamiami Trail E, Suite 303 Naples, Florida 33125 RE: NCWRF Pretreatment Facility: Design Change Notice#11 —Potable Water Main Relocation Phase 2 Dear Wayne, AECOM Technical Services, Inc. (AECOM)has reviewed Poole and Kent's(P&K's)cost proposal dated September 24, 2024, for Design Change Notice#11 —Potable Water Main Relocation Phase 2 and finds it to be fair and reasonable. AECOM recommends issuance of a Change Order(CO)with an estimated increase in the contract price of$19,528.23 and zero (0) days change in contract time. Please call me if you have any questions. Thank you. Sincerely, AECOM Technical Services, Inc. ( ,alia,42;14 Ronald R. Cavalieri, P.E.,BCEE Project Manager CRC 16C5 4 COM AECOM 239-278-7996 tel 4415 Metro Parkway,Suite 404 239-278-0913 fax Fort Myers FL 33916 www.aecom.com December 16, 2024 Mr. Wayne Karlovich, PE Supervisor- Project Management of Subregional Utilities Collier County Public Utilities Department 3339 Tamiami Trail E, Suite 303 Naples, Florida 33125 RE: NCWRF Pretreatment Facility:Work Directive#17—Revised 18-inch DFM Connection Dear Wayne, AECOM Technical Services,Inc. (AECOM)has reviewed Poole and Kent's(P&K's)cost proposal dated November 18,2024, for Work Directive#17—Revised 18-inch DFM Connection and finds it to be fair and reasonable. AECOM recommends issuance of a Work Directive#17 (WD#17)and subsequent Change Order (CO)with an estimated not to exceed(NTE)increase in the contract price of$32,079.24 and zero(0) days change in contract time.Actual cost will be determined on a T&M basis. Please call me if you have any questions.Thank you. Sincerely, AECOM Technical Services,Inc. aQtivakm , Ronald R. Cavalieri,P.E.,BCEE Project Manager CAO 16G5 ACOM AECOM 239-278-7996 tel 4415 Metro Parkway,Suite 404 239-278-0913 fax Fort Myers FL 33916 www.aecom.com November 21, 2024 Mr. Wayne Karlovich, PE Supervisor- Project Management of Subregional Utilities Collier County Public Utilities Department 3339 Tamiami Trail E, Suite 303 Naples, Florida 33125 RE: NCWRF Pretreatment Facility: Design Change Notice#5 (WD#18)—Bio-Trickling Filter Modifications Dear Wayne, AECOM Technical Services, Inc. (AECOM)has reviewed Poole and Kent's(P&K's)cost proposal dated November 19,2024, for Design Change Notice#5—Bio-Trickling Filter Modifications and finds it to be fair and reasonable. AECOM recommends issuance of a Work Directive#19 (WD#19) and subsequent Change Order (CO)with an estimated increase in the contract price of$77,976,59 and zero(0)days change in contract time. Please call me if you have any questions. Thank you. Sincerely, AECOM Technical Services, Inc. eqQ)Azdo-AA Ronald R. Cavalieri,P.E.,BCEE Project Manager C40