Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
3rd Change Order 03/17/2025
a�,��,�r BOARD OF COUNTY COMMISSIONERS County of MonroeMayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tem Michelle Lincoln,District 2 Craig Cates,District 1 �. David Rice,District 4 Holly Merrill Raschein,District 5 Memorandum DATE: 3/13/2025 TO: BOCC Digitally signed by Kevin G. FROM: Kevin G. Wilson, P.E., Assistant County Administrator - WilSen,PE. D.2025.03.13 15:01:37-04'00' Christine Hurley Digitally signed by Christine Hurley THRU: Christine Hurley, County Administrator Date 2025.03.13 16 16 42-04'00' SUBJECT: Proposed Change Order to be Approved Attached is proposed Change Order Memo #3 Twin Lakes Flood Mitigation project. This change order increases the final contract sum by$59,818.12. The substantial completion date is increased 11 days to 5/16/2026. Monroe County Ordinance 027-1998 and subsequent amendments provide authority for the Administrator to approve change orders within specified limits after providing Board of County Commissioners with at least 24 hours to review them and pose any questions or objections that they may have. It is the Administrator's intent to approve the attached change order under that authority after the 24- hour BOCC notification time. AjQNRoE CouNTYANGMERING/PROJECr MMAGMINT CQN7MCT CHANC3P.C�RJDER PROJECT TITLE: Twin Lakes Flood Mitigation Project CHANGE ORDER NO: 3 INITIATION DATE: 3/13/25 TO CONTRACTOR: Ferreira Construction Co. Inc. CONTRACT DATE: 5/15/24 The Contract is revised as follows: ........ .......................... Total o,riS�n a,I,, ,combined. Monroe Count and FKAA contract $21,734,258.71 Net chanq��y $171,600-00 "previo,usly thoiriz.ed,Ch�nce_Order j"MCite,ms ...... ...................... ...... R�evised contract inq1'udiqR_qh order 1 .......... hancOrder 2 FKAA deduction to contract ........... ................. 1-11-1- 1.......................I — Revised Contract Sum including Chan� a Order 1 and 2 $20,625,908 71 -....................- ..................... ............... ..................... n revisions result in increase to contract -------------- _ -............... "ange Prder.3 Monroe Cou aunt 20,685J;�:83 mm Revised Total Contract amoupt�induq,es,,Mon roe Count, $1,466,695)'.__ .. ............- y ........ Pursuant to contract article 7.2.2, the cost or credit to the owner resulting from a change in the Work shall be determined in one or more of the following methods: 7.2.2.1. Mutual acceptance of lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. 722.2. Bid unit prices stated in the Contract Documents or subsequently agreed upon. 7.2.2.3. Cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee. This Change Order 3 includes four contract revisions: 1. Raise elevation of S-50 (1044 Adams Drive) drainage structure due to harmonization with homeowner gated boat access gravel driveway elevation not to exceed lump sum amount of$3,414.87. 2. Ditch bottom inlet grates (31)to be galvanized and traffic rated not to exceed lump sum amount of$55,050.86. 3. FKEC fee for deenergize of electrical lines on Adams Drive not shown on plans not to exceed lump sum amount of $1352.39 4. Increase contract time: 11 weather days added - King Tide 9.20,9.23,9.24,9.25 TS Helene 9.26, 9.27, Hurricane Milton 10.8,10.9, 1010,10-11, 10.14.2024; The project commencement was 7.15.24. Original contract substantial completion (660 calendar days 5.5,26). This change order 3 adds 11 weather days and 0 change order days and revises substantial completion to 5.16.26. This Change Order No. 3 is a net increase, of $59,818.12 and represents .275 % increase (less than 1%) to the original contract price. Contractor agrees to accept the increase in monetary compensation and hereby waives and releases any and all claims for any additional compensation related to these bid items. N A The FKAA (if applicable), Engineer of"Re'lord - FOR (WSP USA, Inc) and the Construction Engineering and Inspection Services-CEI (I-1DR Constructior Zontr arp ncur with this change order, NLot valid unt4-avoroved er, K fa licable and Contractor ............... CONTRACTOR I.......T Date Digitallysigned byJudith Clarke,P.E. Judith Clarke, RE Date:2025.03.13 14:10:29-04'00' EINGIN11:-ERING SERVICES DI ECTOR-------------- ........... Date Christine Hurle Digitally signed by Christine Hurley COUNTY AD1MlN1S'I'RATOR_.-- y Date:2025.03.17 21:02:19-04'00' ....... Date Approval by, FKAA.....................not applicable ................ David 1--lackworth, Director of 1:H'ngineening Date MONROLCOUNYYArrORNEY APPROWD AS TO FORM asHFUSTINL UMBERT-SARROWS SR.ASSISTANT DAM..... .0 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ® No ❑ If yes, explanation: (See attached additional information) Item 1 — Ditch bottom inlet elevation issue — Due to homeowner use of 2nd gravel driveway for boat trailer access, Ditch bottom inlet S-50 needs to be raised 7 inches from elevation .56 to elevation 1.14. Item 2 — Ditch bottom inlet grates —WSP plans and FOR approved type D - not galvanized and not traffic rated. The location conditions in Twin Lakes requires traffic rated (vehicles drive over them)and type G galvanized (for salt water conditions). Item 3 — FKEC deenergize lines — underground electrical lines at 1037 Adams Drive needed to be deenergized in order for 24 inch drainage pipe from structure S-48 to S-49 to be installed. Item 4—Weather days from fall 2024 storms were omitted from previous change order. • Change Order was included in the original specifications. Yes ❑ No If yes, explanation of increase in price: • Change Order exceeds $25,000 or 5% of contract price (whichever is greater). Yes ❑ No If yes, explanation as to why it is not subject for a calling for bids: Change Order 3 is $59,818.12 increase and represents .275 % increase (less than 1%)to the original contract price. • Project engineer/architect approves the change order. Yes ® No ❑ If No, explanation of why: • Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No ❑ Explain: Existing conditions j N Ind\ dj l c h DOL cam j i)ic..l.: „ ........ %,gym Extra Work Cost Breakdown Owner's Project No: FDEM B0200-FDEP 22SRP57 Ferreira Job No.:4473 Project Name: Twin Lakes(Key Largo)Flood Mitigation Prepared By:Andres P. RCO No. RCO#03 Proposal Date:3/5/2025 Description: Change of inlet grates to be galvanized and traffic rated. LABOR Description Net Hourly Hours No. Name(T&M Only) Class. WC Code Burden% Rate STD. I OT. Amount Total 1 0.00 1 0.00 1 $0.001 $0.00 Subtotal-Bare Labor: 1 $0.001 $0.00 MATERIALSi INo.1 Description Quantity Unit Price UOM Amount 1 16626 USE Grate Galvanized&Traffic rated 31 $1,508.78 1 EA 1 $46,772.18 Subtotal Materials: $46,772.18 Sales Tax%: 7.00% $3,274.05 Subtotal Materials: $50,046.23 EQUIPMENTi Description Rates(Blue Book) Hours Rental pet. Amount No. Make/Model n./176 Cos Hr. Oper. Standby 1 0.00 0.00 Subtotal Equipment:1 $0.00 SUBC-ONTRACT INo.1 Description Quantity UOM Unit Price Amount 1 Subtotal Subcontract: $0.00 CONTRACT UNIT ITEMS' INo.1 Item Description Rate Quantity UOM Amount 1 $0.00 Total Contract Items: $0.00 INDIRECT COSTS, EXPENSES,AND PROFIT (1)Mark-up(10%)on the payments in Labor.Materials,Equipment.Subcontractor,and contract items: a) Total Labor $0.00 b) Total Materials $50,046.23 c) Total Equipment $0.00 Subtotal Mark-Ups: $5,004.62 (ii) Subcontractor mark Lip $0.00 (iii) Contract Items markup $0.00 Total Mark-Up Amount: $5,004.62 Extra Work Breakdown Summary: LABOR+BURDEN $0.00 MATERIALS $50,046.23 EQUIPMENT $0.00 SUBCONTRACT $0.00 CONTRACT ITEMS $0.00 MARK UP $5,004.62 TOTAL AMOUNT $55,050.86 Date Estimate# Quotation and Contract 2/28/2025 TJP-24-051 %00�0 Project Name 6600 NW 32 Avenue TWIN LAKES FLOOD MITIGATION Miami, FL 33147 Ph: (305) 696-7904 Fax: (305)220-1019 Icustomer/Address FERREIRA CONSTRUCTION SOUTHER DIVISION CO., Ph: (305) 805-6900 9455 NW 104 ST, MEDLEY, FL 33178 Fax: ( ) - email: ap@ferreiraconstruction.com Item Description Qty Unit Price Total 6626 6626 USF GRATE GALVANIZED &TRAFFIC RATED 31 1,508.78 46,772.24 46,772.24 Page 1 of 2 Date Estimate# Quotation and Contract 2/28/2025 TJP-24-051 %00�0 Project Name 6600 NW 32 Avenue TWIN LAKES FLOOD MITIGATION Miami, FL 33147 Ph: (305) 696-7904 Fax: (305)220-1019 Icustomer/Address FERREIRA CONSTRUCTION SOUTHER DIVISION CO., Ph: (305) 805-6900 9455 NW 104 ST, MEDLEY, FL 33178 Fax: ( ) - email: ap@ferreiraconstruction.com TJ Precast Corp. is a manufacturer of pre-cast contract products. Payments are due upon the terms stated on this invoice / quote, regardless of the terms of any Contract under which the Customer may be performing works. Sales taxes are not included in the prices shown above. These prices are F.O.B. Jobsite location. Prices quoted herein are tendered based on the entire purchase of all quoted products shown in this estimate and are valid for 30 calendar days.After this time, prices may change. TJ Precast reserves the right to withdraw this proposal. Resale items (rings, covers, grates, frames, etc.) are subject to price modification by our supplier. Should this occur, the prices quoted herein will be adjusted accordingly. Cast iron products will be furnished unpainted. Structural calculations and the signature, seal and certification by a FL Licensed Professional Engineer are not included in these prices. Shop drawings will be produced only upon receipt of an executed/signed proposal by a duly authorized representative of the Customer. Before any structures are put in production, the Customer must submit in writing a desired production/delivery sequence request. Deliveries are only performed Mondays through Fridays between 7:00 AM and 3:30 PM. Deliveries outside this schedule may be accommodated, subject to additional charges and only provided they are requested at least 72 hours in advance. Materials must be off-loaded by the Customer, within 1 (one) hour of arrival at the agreed delivery site. After this time, an hourly rate of$225 will be applied for each hour or fraction thereof that the offloading is delayed. Specially fabricated items cannot be returned. Stock items may be returned subject to a 15% restocking fee. TJ Precast can only store requested products for up to 60 days from their production date. Any structure not delivered by this time will incur a$50 charge per week or fraction thereof. All deliveries are subject to a fuel surcharge. Accepted on Behalf of Buyer Accepted on Behalf of Seller Tittle Quoted By Date Date Page 2 of 2 I 1 ACw:l U1r Sabbag, Anthony A. From: Sabbag,Anthony A. Sent: Monday,January 27, 2025 12:09 PM To: 'Andres Perez';Joel Hitchman; Sergio Lacayo Cc: Alequin Rodriguez, Samuel; Soto, Luis; Corning, Gregory; London-Debra Subject: RE:Twin Lakes - Grates Andres: Thanks for the quick turnaround. Once you have it, please provide a cost proposal to replace all 31 DBI grates with USF 6626 (galvanized). Can we have a credit for return less restocking(if any) cost on the ones purchased and delivered? Thanks, AiivCl,ioii,iy S a llb llb a q, CGC,CCIVI f zroject I::::ngineer 100410 Overseas I""Iighway, SUite 204 Ivey I....argo, I::::I.... ;3037 lq 305.7 6.86C:0 III°III IIf)IIIt �udiriinairm/�aIIIIaw u.us ........................................................................................................... From:Andres Perez<APerez@ferreiraconstruction.com> Sent: Monday,January 27, 2025 10:30 AM To:Sabbag, Anthony A. <Anthony.Sabbag@hdrinc.com>;Joel Hitchman <J Hitch man@ferreiraconstruction.com>; Sergio Lacayo <SLacayo@ferreiraconstruction.com> Cc:Alequin Rodriguez, Samuel <Samuel.AlequinRodriguez@hdrinc.com>; Soto, Luis <Luis.Soto1@wsp.com>; Corning, Gregory<Greg.Corning@wsp.com>; London-Debra <London-Debra@MonroeCounty-FL.Gov> Subject: RE:Twin Lakes-Grates ALJTl N.....[EXTERNAL]......This ema il o.r'.......gnated...from outside of he or ganization. ......an .o.n..... .o not cli ck kS...l.in. ...o.r..open ............................................ I D attachments unless you recognize the sender and know the content is safe. Tony, I asked our supplier for the traffic rated and galvanized grates (see attached).These have a lead time of 4-5 weeks. I also asked about pricing, and these are around $1,700 each.Theywill provide an official quote shortly. Let me know if this is what the county is looking for. Thanks, Andres C Perez i PrQaject. a.n..ager 305.506.7028 //P 305.805.6900 Ext. 690 61..01.. INw'7411'Ave, Miami, 11:1331..66 If::erreiraConstrucIJon.com EM I;i�il�.'rir,,� Il,�> l� i��i�r� w,.�ill, 1'rir�r✓ From: Sabbag,Anthony A. <Anthony.Sabbag@hdrinc.com> Sent: Monday,January 27, 2025 8:13 AM To:Andres Perez<APerez@ferreiraconstruction.com>;Joel Hitchman <J Hitch man@ferreiraconstruction.com>; Sergio Lacayo <SLacayo@ferreiraconstruction.com> Cc:Alequin Rodriguez, Samuel <Samuel.AlequinRodriguez@hdrinc.com>; Soto, Luis <Luis.Soto1@wsp.com>; Corning, Gregory<Greg.Corning@wsp.com>; London-Debra <London-Debra@MonroeCounty-FL.Gov> Subject: RE:Twin Lakes-Grates Caution:This is an external email. Please be mindful when clicking links or opening attachments. .. Andres: As v g galdanlzeded, after further discussion with the County, we want all rates to be both traffic rated and � Please review and advise. Thanks, AiivCl,ioiiiiy S a llb llb a q, CGC,CCIVI f zroject I::::ngineer 100410 Overseas I"Iighvvay, SUite 204 Ivey I....aii I::::I.... 33037 lq 305.796.8600 III°III IIf)IIIt .diriinc.cairm/taIIllaw u.us ........................................................................................................... From: Sabbag,Anthony A. < !ri„th.oir�y.. pll 11 �.1Ljir!iir�c.coirn> Sent: Monday,January 20, 2025 1:06 PM To:Andres Perez<APeu°. at�eu°u°e6u°acoinst:u°u�ct:6oin.coirn>;Joel Hitchman <,flHiitdhirnain atfeu°u°e6u°ac�pirost:u°u�ct6oiro.coira>; Sergio ................................................................................................................................................................ .................................................................. ................................................................................................................................................................ g Y . .......Y .. .:..............................................................................................................................> Laca o<&II:,,^�c ..�p..C'�. �!L:!:e6u°acoinst:u°u�ct:uoin.coir>r Cc:Ale uin Rodriguez, Samuel <Sairru�ell.Alle. u�6inl3odu°6 u�e2 atl�odu°6iroc.coira>; Soto Luis <II...u�6s.Sot:oJ.. atws .coin>; Corning, q g q.............................................................................. .......................................................................... ......................1................................ g, Gregory<Gi e .Cou°iro6iro atws .coin>; London-Debra <II...oindoin-IC�ell a°'a atIl oirou°oeCou�irot: Ii ll....Gov> g Y ......................1.................................................. ,.....................1............................... .......................................................................................... ,............................................................................................y............................................... Subject: RE:Twin Lakes-Grates Andres: 2 Thanks for your response and I agree with you that galvanizing is not required because Alt. G grates are not specified. However, many of the grates arrived to the site in an already advanced corrosive state and these cannot be accepted as is. The shop drawing does state, "STEEL PAINTED TO FDOT SPECIFICATIONS" (see below).The FDOT applicable specs 504,460, 560, and 561 regarding "steel painting" would therefore apply for the steel coating requirements. Please discuss with your supplier as to the coating that was applied (QC, SSPC, additives, procedures, etc.). Sections 560- 561 are attached. J 313.r; H t y C " r'JFIf� If dA.1 V ,,,..._,.... ......,_ ____ 7 r � � Ills k HAIR tl �„ ,,,, " S.wtiurf+ Iur irw.a! u+ e aen V L.3 N*?F � 1 f ,� IG yfi�r+�9'7�6a.win F^earo��¢ f �oI49Y",11V u(�^Y ttr �arw������1 vo =ut' wd+C.a'� w ' J w'f XCIE P PIfnIJ YMUp I 4dl r r1'll a' far Fs wwir� nrl mo r 'L 01 V 4R3�- .. ri �✓y ., l J 111 1 I � °I f�I:f,f, 1 � �11, � r Y: Y,.r4.r..1 �:rk,%BRaR, A VR�tl :sir NMi f tFR RWVFT f „ 3 Thanks, AiivCl,ioiiiiy Sa�b�baqooGc`Ccm f Iroject I ngineer 1OO41O Overseas Highvvay. Suite2O4 Key LmiiFL 33037 IIM 3057888800 111.-111111)lilt From:Andres Perez< > Sent:Thursday,January 16, �U2SO:47AM To:Sabba0, Anthony A. < ��]ne| Hitchman � �c� 'Lnndnn'Debra' >;A|equin Rodriguez, Samuel � Ser0inLacayn Subject: RE:Twin Lakes Grates CAUT�ON- [EXTERNAL] This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning Tony, The plans or specifications do not call for galvanized grates on this project.The following are some comments justifying the grates used in the project: 1. The plans on sheets#SD-1 A and SD-2A call for"INLETS AND MANHOLES TO BE PER F.D.O.T INDEX NO. 425-OO1 &425-01O.". The plans call for"|NLETS' DTB(]T' TYPE D' <1O'".This type of inlet is described on spec 425-052. 1 am attaching the plans sheet spec for your reference. 2. The specification 425-3.2 from the specifications package we received for this project describes the gratings, covers, and frames. It mentions that WHEN "Alt. G" grates are specified in the plans the grates should be galvanized; however, the plans do NOT call for"Alt. G" grates. 3. In your email,you attached specifications 962-8.9 and 962-9 which are not part of the specifications package that vve received for this project. 4. The approved shop drawing of the grates clearly specifies that this in a painted grate' not galvanized. See highlighted below. 5 0�F,9 RIVE[,d.. mar p, L�HI o 027 NCR IfP1'.C.1 l� Cor rm ! ice:i 4Jrrr u1:6F PAimm H,41�ill I��¢; 'w .i� r aG nib t d w 9U{ I {' A t II "i° gYuyy ieM �..,.yy rµ,.ryM?ppN� �.n.j �I � ss C a x. I i Its"11, NOTE': k r k 13PE+, K Yr,",`,TK')N L,..,. �� II+ A„L&" I�)Nl, ARE �IN M �f '�[� IRIr E(') 1VA1 B'J'i , Let me know if you have any questions or comments. Thank you, Andres C Perez .PrQ:.1ject. a.n..ager 305.506.7028 //P 305.805.6900 Ext. 690 61..01.. INW'74"'Ave.. Kami, 11:1331..66 Eeir.'If'H Lirf.aC.H:�Imst',If'�Act';IIH:�Im.�H:�I �� ................................................................................................................................................ FERREIRA From: Sabbag,Anthony A. < rtIh.ory." rirc.corn>!�„ � i " " Sent:Wednesday,January 15, 2025 12:26 PM To:Andres Perez<AlPer..z C��eI°ii,'e6u°'acoinst:u°u�ct:liolro.colrn>;Joel Hitchman <.IIMtdhirnalro ��feu°'u°'e6u°'ac:plrost:u°'u�ct:liHplro.cHplrn> ................................................................................................................................................................ .................................................................. ................................................................................................................................................................ Cc: 'London-Debra' <II„of�doi�::..ICEeb..Ca. ,�"III"p!r�"!C: p" "u"!r�„y loll ." "py>;Alequin Rodriguez, Samuel ..................................ue'l.. ll..e.q.!u"!iirk..IR dilr!jg.�! . .. .�.I�" „irii"!r�c._coirn> Subject:Twin Lakes-Grates Caution:This is an external email. Please be mindful when clicking links or opening attachments. ---------------------------------------------------------------------- Andres: Good afternoon. Can you look into the issue we have with some of the inlet grates on Twin Lakes (pics attached). Seems like some were sent to site already with corrosion and rusting. Maybe a supplier issue with the galvanizing. I've attached the specs and shop drawings for the review. urn, ._ 5�t q, r, IT,.S ,,.......... . d RAP', i l EZ 2-1 JyL a � w �'.�i �m � i��°" ��^""��� m`� � ��� �Yr h u�p� 4ia�Y a��'P�ury it V.peFrre�'�n �N�iXi lu�l a�-N'�f�H'•rC,p f uvo°I➢a b�lSJpYfid W 7CF) f �e ', � 1 tag a, w r All, r e �N Vii � ww � 7 r � ; �. �� f r T1: S c• � P ri� la Ir �0""(f8 1. r r „� � .-rti, ,., .. ,��N°-1f,l r,*IC � i,, �, r,� .v 1 ,'r .'a 4"-��. �•%t _.____._--.e ws r, "V1 a Ili I1 Y� � (L""yr l �_ ,m�� ��'�: re opal, 'C���V"� '�. r,8^.II r,. ,,I"., j V�rdu v 4 Y rd�w r �h N �` J44 h tl" /e4 41 a°s 1 1kN 51 is 6 9fV J r Vv,V "f f v )v no in, i ,.� .. Y ry�I 9 d b�J�(,.�ri"li Y P)vs IOA R,Y. Ps a d �I�1 u AT AVIV f. T �. ,: YLR ��6 i7 v tmdi II x fl "r o u ��w �� rr� a4uonvl J, r' ��Iry rWru ,AIOp rr,P 11,11 raw Vry Qq V °iwk/'f' , IS,A"KAJ, "JA IIIII N'API)i! 141 tl Ib,e rP Ofl,;ClRYI ,101Q19 Uf ,0 4 - .2 Gratings, Cloviers, and Feam1" : Use gratrngs and ds-am ffibricawd fitor:n stn'Ictural steal Or Cast iron as designated in the approprizat ` to ndaard Plans Index. When "All. +G"1„ gr"Ites are specified ed in the Flame, provide, str"u rr'mal steel grates th,rat are galvarkrizr"rl in alesordanc with tla r- uir rraents oFA: TM Al23 ;.nd hardware aJ%,ani7Qd in acvc),rdrrnce Nvith the rrwquir inetits ofASTM A1.53 62- .9 teel Grates- Provide Grade 50 steel per A TM A242/A'42 Nl, A:572,/A:572 M r A599/A599 M G'6i,grates, (1arlvaani e grales in accordance with 962-9 %1111 "Alt, G" grraates are specified in the I'kml . 7 DoN N om Li�iieL m LoLai of 711 ca Extra Work Cost Breakdown Owner's Project No: FDEM B0200-FDEP 22SRP57 Ferreira Job No.:4473 Project Name: Twin Lakes(Key Largo)Flood Mitigation Prepared By:Andres P. RCO No. Estimate#5 Proposal Date:3/10/2025 Description: Additional work to adjust the elevation of drainage structure S-50. LABOR Description Net Hourly Hours No. Name(T&M Only) Class. WC Code Burden% Rate STD. OF Amount Total 1 Foreman Foreman 82.64% $42.60 6.00 0.00 $466.83 $466.83 2 Operator Operator 82.64% $30.80 6.00 0.00 $337.52 $337.52 3 Laborer Laborer 82.64% $22.30 6.00 0.00 $244.37 $244.37 4 Laborer Laborer 82.64% $22.30 6.00 0.00 $244.37 $244.37 5 0.00 0.00 $0.00 $0.00 Subtotal-Bare Labor: 1 $1,293.091 $1,293.09 MATERIALSi INo.1 Description I Quantity Unit Price UOM Amount 1 Pallet of 2X4 brick 1 1.00 $858.60 1 EA 1 1 $858.60 2 Portland Cement 1 10.001 $16.75 1 EA 1 $167.50 17 Molding Plaster 1 5.00 1 $35.34 1 EA $176.70 18 1 1 1 $0.00 Subtotal Materials: $1,202.85 Sales Tax%: 7.00% $84.20 Subtotal Materials: $1,287.00 EQUIPMENTi Description Rates(Blue Book) Hours Rental pet. Amount NoF- Make/Model (1\4n/176) Cost/Hr. Oper. Standby 1 Excavator Deere 245 $87.39 6.00 0.00 $524.34 Subtotal Equipment: $524.34 SUBC-ONTRACT INo.1 Description Quantity UOM Unit Price Amount 1 $0.00 Subtotal Subcontract: $0.00 CONTRACT UNIT ITEMS' INo.1 Item Description Rate Quantity UOM Amount 1 $0 0:0 Total Contract Items: $0.00 INDIRECT COSTS, EXPENSES,AND PROFIT (1)Mark-up(10%)on the payments in Labor.Materials,Equipment.Subcontractor,and contract items: a) Total Labor $1,293.09 b) Total Materials $1,287.00 c) Total Equipment $524.34 Subtotal Mark-Ups: $310.44 (it) Subcontractor mark Lip $0.00 (iii) Contract Items marlatp $0.00 Total Mark-Up Amount: $310.44 Extra Work Breakdown Summary: LABOR+BURDEN $1,293.09 MATERIALS $1,287.00 EQUIPMENT $524.34 SUBCONTRACT $0.00 CONTRACT ITEMS $0.00 MARK UP $310.44 TOTAL AMOUNT 1 $3,414.87 PROJECT: TWIN LAKES (KEY LARGO) FLOOD MITIGATION PROJECT#: FDEM B0200 AND FDEP 22SRP57 LABOR AND BURDEN CERTIFICATION FICA FUTA SUTA Medical HOLIDAY Retirement Workers General TOTAL VAC/SICK Benefits Comp Liability 7.65% 0.60% 5.40% 29.20 13.0% 4.0% 10.69% 12.10% 82.64% LABOR CODE LABOR DESCRIPTION BASE BURDEN - TOTAL RATE 82.64% AA20 SUPERINTENDED $69.20 $57.19 $126.39 AA30 PROJECT ENGINEER $46.20 $38.18 $84.38 AA36 PROJECT SAFETY $40.86 $33.77 $74.63 AA37 QUALITY CONTROL TECH $32.25 $26.65 $58.90 AA39 CHIEF SURVEYOR $56.90 $47.02 $103.92 AA41 JR SURVEYOR $32.80 $27.11 $59.91 LB10 LAB FOREMAN GENERAL $42.60 $35.20 $77.80 LB12 LAB BASIC 1 GENERAL $22.30 $18.43 $40.73 LB16 LAB PIPELAYER $25.00 $20.66 $45.66 OP102 OPERATOR BACKHOE $30.80 $25.45 $56.25 OP103 OPERATOR DOZER $27.00 $22.31 $49.31 OP104 OPERATOR LOADER $25.60 $21.16 $46.76 OP105 OPERATOR GRADER $30.00 $24.79 $54.79 OP111 OPERATOR PAVER $22.00 $18.18 $40.18 OP112 OPERATOR ROLLER $22.30 $18.43 $40.73 TM 14 TEAMSTER TRUCK $25.60 $21.16 $46.76 In agreement with FDOT Specification section 4-3.2.1. As an officer or director of Ferreira Construction I certify the above rates to be true and accurate. Please let this serve as timely certification as noted under section 4-3.2.1 for any future compensations i.e. additional work. DANNY GARCIA VICE PRESIDENT Name and Title 3-16 - Z,s' Signature Date 6101 NW 74T"AVE, MIAMI, FL 33166 Phone: (305) 805-6900 www.ferreiraconstruction.com Fax: (786) 8-117 An Equal Opportunity Employer 1 I' A i e;a 1.1 i tC _ www.equipmentwatch.com Rental Rate Blue Book"', O&O Rates Report for EX2526 in FCC Master November 12, 2024 Deere 245G LC v a Crawler Mounted Hydraulic Excavators . Size Class: '�i "" 24.5-28.4 mt Weight: NIA Configuration for 245G LC Horsepower 159.0 hp Blue Book Rates FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate— Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$11,375.00 USD$3,185.00 USD$795.00 USD$120.00 USD$33.36 USD$97.99 Adjustments Region(100%) - - - - Model Year(1995:83.6%) (USD$1,865.38) (USD$522.31) (USD$130.37) (USD$19.68) Adjusted Hourly Ownership - - Cost(100%) Hourly Operating Cost(100%) - Total: USD$9,509.62 USD$2,662.69 USD$664.63 USD$100.32 USD$33.36 USD$87.39 Non-Active Use Rates Hourly Standby Rate USD$31.71 Idling Rate USD$65.06 Rate Element Allocation Element Percentage Value Depreciation(ownership) 31.51% USD$3,583.99/mo Overhaul(ownership) 41.31% USD$4,698.53/mo CFC(ownership) 16.96% USD$1,929.07/mo Indirect(ownership) 10.23% USD$1,163.41/mo Fuel(operating)@ USD 3.65 33.06% USD$11.03/hr Revised Date:4th quarter 2024 All material herein©2003-2024 Randall-Reilly All rights reserved. Page 1375 of 2964 FEL-MIAMI WATER Z FERGUSON® 10810 S.W.84TH STORKS#1216 el To: Harry Sosnoff WATERWORKS MIAMI,FL 33157-6737 harry.sosnoff@ferguson.com omments: Phone:786-573-7140 Fax:305-969-0361 06:58:19 MAR 10 2025 Page 1 of 1 FEL-POMPANO BEACH, FL WW#125 Price Quotation Phone: 786-573-7140 Fax: 305-969-0361 Bid No: B586552 Cust Phone: 305-805-6900 Bid Date: 03/10/25 Terms: NET 10TH PROX Quoted By: HS Customer: FERREIRA CONSTRUCTION CO IN Ship To: FERREIRA CONSTRUCTION CO IN 9455 NW 104 ST 9455 NW 104 ST TWIN LAKES TWIN LAKES MEDLEY, FL 33178 MEDLEY, FL 33178 Cust PO#: 4473-2024-005 Job Name: TWIN LAKES Item Description Quantity Net Price UM Total FS11111 CORED WHOLE BRIC 1060 0.810 EA 858.60 TILPC TYPE 1 L PLND CMNT 94 LB BAG'X 10 16.750 EA 167.50 NCL4900 MOLDING PLASTER 5 35.340 EA 176.70 Net Total: $1202.80 Tax: $84.20 Freight: $0.00 Total: $1287.00 Quoted prices are based upon receipt of the total quantity for immediate shipment(48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE.QUOTES FOR PRODUCTS SHIPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE. Due to the uncertain impact of potential tariffs, Ferguson's quotation/proposal has not included any provision or contingency for future tariffs or increase of existing tariffs. Ferguson reserves the right to adjust prices to reflect the impact of any new or increased tariffs that affect our costs at the time of shipment. Ferguson will provide notice of any such adjustments along with documentation supporting the changes. CONTRACTOR CUSTOMERS: IF YOU HAVE DBE/MBE/WBE//VBE/SDVBE/SBE GOOD FAITH EFFORTS DIVERSITY GOALS/REQUIREMENTS ON A FEDERAL,STATE, LOCAL GOVERNMENT, PRIVATE SECTOR PROJECT, PLEASE CONTACT YOUR BRANCH SALES REPRESENATIVE IMMEDIATELY PRIOR TO RECEIVING A QUOTE/ORDER. Seller not responsible for delays, lack of product or increase of pricing due to causes beyond our control,and/or based upon Local,State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon the Buyer's acceptance of Seller's terms and conditions,which are incorporated by reference and found either following this document,or on the web at https://www.ferguson.com/content/website-info/terms-of-sale Govt Buyers: All items are open market unless noted otherwise. LEAD LAW WARNING: It is illegal to install products that are not"lead free"in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption. Products with'NP in the description are NOT lead free and can only be installed in non-potable applications. Buyer is solely responsible for product selection. HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Scan the QR code or use the link below to 02.0 complete a survey about your bids: https://survey.medallia.com/?bidsorder&fc=1216&on=74281 k \ \ / \ « � .� , c « 0 � 0 � § � � k k \ � \ t � / \ k \ 0 0 \ 0 / ■ ( _0 2 3 c R j 0 ? \ (U r_ ) / o e 0 0 E \ ry # %P > / ƒ \ cu ¢ / 2 \ / / ° e 7 ƒ \ \ E a Ln n e o E \ \ E 3 ƒ $ 3 0 d 2 > ■ g g E < \ 5 & / \ o / \ � Su eo f J $c 4- \ o u @ 2 0CIA2 S \ g � / z / w 2 { a / % / > p L f c = > ƒ� ƒ 3 CIA _ ® J 5 ° on > m ° ® E \ 0 k 0 » \ 3 k \ \ \ \ / ƒ ( m / / o / \ / \ ° 9 \ � \ » 9f7 / § / % < / / o k % �_ § o f = v , « \ u / — c tf / m o « 2 « £ m � v o « \ c \ > J a § 2vc / : Cl) > \ 2 v & 2 0 = w § a) ° a) & 'e o = f •- R u .@ 8 @ f c \ u 0 < / Lu ƒ @ ƒ ƒ 0 LO _ L = e E 1 . mm / � =3 k \ 0 2 \ § E e \ ( ƒ $ 0 $ a 2 & 2 § f $ R 2 \ ® % @ y f41 f k { 9 2 § 7 > 7 0 { LA V) I 0 $ d o \ § ¥ / ` U q � $ 0 d c z rIx.. .Y..............Y..............Y............. .............,%.............. CL 0 cu 4, u 5 c cuQn cu 0 0 0 ..v 0 c cu cu E I? c u 0fo 0 cu CL -@ 0 0 E O 0 0 y (A U 0 4� 0 u 4J 46 (a Ln 0 O -0 0 0 c cu E C; 0 < cu A --a a) E cu cu M V) cu 0 r4 v 0 41 .11 0 4Ul U 3: — 0 Qn 0 O > Ln 4� .4 0 E Qn >' m -0 Ln 0 cu 0 cuCU r�, U 0 >- CL M 4� 0 0 cu % cu 4� 0 u Z U 2 to �0 4' U Ln 4� o 4 0 Q u cLo 0) cu L- A 5 0 4� E E m cr cr- =3 1A " 0 C::: I E- cuL A C cu u 0 0 u < " 4-; U CU 4� E u 0 ., cr- A 4� cu u E 0 E CL C".::: 0 00 4� 2 .11 1 cu Ln u E m a) .Ln < E3 U CL CU u ro 41 :t 4� =3 0 lu 4� uh I A,) a"CbL Ln CU V) n c co 0 CU to r-I 0 • m 0 0 0 CU CU ai 0 Ln to cu C".::: CIA ....... c K E ro 4� CO a lu 0) 4� u c U ro < r"i co < M CU M ro v r u < = R14 IiJ 4� 4� 0 a 0 Lap >U > u -6 cu �6 '55 0 0 ai Ch v cu 3: 0 Qn 0-C e < N ro Ln 4� V CU 0 cu u E u cu ai < ro C'u ro a) ro cu rn 4� N 0 to ro cu C: c c- 0 c E CU Lr- " (D 0— 0 CU •0 z cu ctb 4� .0 c 0 Ln r u C cu aj u cu cu ro < L cu " CO Qn 0 r- n co Cl CL > ro LZ LL cn H U O cn u cu < < cu UI¢Oli � d ��rr uumsom¢r¢ Y� f i I II / 1 �jj pp " rrv- G w x �R'A " n. � 6,t''f kl ul II ik f.r. YI f r IIIIIXXXXX���II X. �IN. J Y p 4 ti I I {L.0 rr �n ON YVO tlptlptlp I � F :, i Iryl "� 99 lul u d mop �G 00 ISE e pp d_A o u 09 fl xJ al, I eI � lul � n A �V' "` '.rvy wLLw6aC � k'Y(M' � f F Y tr U� ,, �.�- r--' II r 7 I � c� 1',� X-4 s r' Irg' 6 V OP F 0 C t T" a u — t 2 11 1 Ik #• I b y t`1 Nf�: �C�. 4 � �� t J $1 �r�" L 8 d coo Lt A 3 X 1 Y I I � rvy w " '... ........ ........ E1 I ECw pass L i u c:osL foal: 1 I EC:. ui)c�&t c� coua rid i i iie cauLauj : aL 1..037 Adams Cr: . Lod i ns� u i p'r:capo ed 2 4 °° p �..pe m :t cam S 48 l ca Extra Work Cost Breakdown Owner's Project No: FDEM B0200-FDEP 22SRP57 Ferreira Job No.:4473 Project Name: Twin Lakes(Key Largo)Flood Mitigation Prepared By:Andres P. RCO No. RCO#03 Proposal Date: 11/l/2024 Description: Fee from FKEC for the outage of some electrical lines that were not shown in the plans on Adams Dr. LABOR Description Net Hourly Hours No. Name(T&M Only) Class. WC Code Burden% Rate STD. I OT. Amount Total 1 0.00 1 0.00 1 $0.001 $0.00 Subtotal-Bare Labor: 1 $0.001 $0.00 MATERIALSi INo.1 Description Quantity Unit Price UOM Amount 1 $0.00 Subtotal Materials: $0.00 Sales Tax%: 7.00% $0.00 11 Subtotal Materials: $0.00 EQUIPMENTi Description Rates(Blue Book) Hours Rental pet. Amount No. Make/Model o./176 Cost/Hr. Oper. Standby 1 0.00 0.00 Subtotal Equipment: $0.00 SUBC-ONTRACT INo.1 Description Quantity UOM Unit Price Amount 1 Florida Keys Electric Cooperative-Outage fee 1.00 LS $1,287.99 $1,287.99 Subtotal Subcontract: $1,287.99 CONTRACT:UNIT..ITEMS? INo.1 Item Description Rate Quantity UOM Amount 1 $0.00 2 $0.00 3 $0.00 4 $0.00 Total Contract Items: $0.00 INDIRECT COSTS, EXPENSES,AND PROFIT (1)Mark-up(5%)on the payments in Labor.Materials,Equipment.Subcontractor,and contract items: a) Total Labor $0.00 b) Total Materials $0.00 c) Total Equipment $0.00 Subtotal Mark-Ups: $0.00 (it) Subcontractor mark Lip $64.40 (iii) Contract Items marlatp $0.00 Total Mark-Up Amount: $64.40 Extra Work Breakdown Summary: LABOR+BURDEN $0.00 MATERIALS $0.00 EQUIPMENT $0.00 SUBCONTRACT $1,287.99 CONTRACT ITEMS $0.00 MARK UP $64.40 TOTAL AMOUNT 1 $1,352.39 Florida Keys !Electric Cooperative Association, Inc. PO Box 377 INVOICE: 91935425 T v rnI r,FL 33070 mAy fkec,com Vnvoice Date 13/3�O'/ U 4 Terms:ms: NET 1.3 Due Date 11/14/202 4 Amount Clue; 1,2 7.99 FERREIRA CONSTRUCTION CO INC 1.01 NW 74TH AVE 4IAI FL. 33166 Account: 107I11 s Des hptiow MISC ALE~ P'age 1 of 1 UIPM CATALOG ITFC : 462 SCHEDULED OUTAGE LABOR FEE 1001 I1 EACH 1,287 9903 1r3 7A SCHEDULED OUTAGE LABOR FEE @1037 ADAM DR 1/5 Tax: IT 00 Amount Paid $ 0,0 Amount Due: $ 1,287,91 Account:nt: 102915 Invoice: 9T 343 a Florida Keys El c ric Due Late: 11/14/2024. Cooperative Association, Inc. Amount Due: 1,287,99 PCB Box 377' .� 91,630 Overseas Highway 305-852-2431 T ver' ii r, FL,33070 wvwvvv,flkec coo Ar'nount Of Payment: IT a°n t Toy FFRREI A CONSTRUCTION COINC FLORIDA KEYS, ELECTRIC COOP 6101 FEW 74TH AVE PO BOX 37.7 WAMI FL 33166 TA^w,ERNIER FL 33070 03'7'7 From: RFI# 13 To: Monroe County Engineering 1 100 Simonton Street Ferreira Construction Co. Key West, Florida 33040 aperez@ferreirac Phone: 305-506-7028 Email:onstructlon.com Phone: (305)295-4329 Fax:(305)295-4321 Project Name:TWIN LAKES(KEY LARGO)FLOOD MITIGATION Receipt Logged: Submitted By:Andres Perez Date:9/27/24 D«g/specNo./Revision/Detail/seet No.#RD-17A Drawing No. Subject:Conflict with existing Electric boxes at Sta 24+95 on Adams Dr. Problem&suggested solution: During the excavation for the installation of the 24" drainage pipe by Sta 24+95 on Adams Dr., it was noticed that there is an existing electric box that is in conflict with the proposed drainage pipe. The existing electric box is within the alignment of the proposed 24" drainage pipe. This existing electric box is not shown in the plans, and it is marked by the 811 locators as active. Please provide directions on how to proceed. Engineering Dept. Review Solution: As per our field meetings and your coordination with FKEC, the underground electrical services can be de-energized and line/pull box supported so that the 24' drainage pipe can be installed. END OF SECTION 01395 10.18.23 REQUEST FOR INFORMATION 01395-2 Elf T- OF ........................... tfx ............. CL U� 0 (D ID 'Aj -X I .............................................................. C) 71 5�71 LLJ Ld ILLJ CL ILJ CLJ im CC GL LU a d 4- co ra J 4- c N O CAI H w U p O Y' rn N > N L r N L ry fOl� (a N O C N L O LJ =' Q +� U am \ Co a) a L N X o N @j E co ra N L N f6 Q N a- Y O C O co v U q C + m Noll t w 'T f0 V `} � N >+ N O L � Q — Y ro X O O fo +� 0O w (U X O O ^ cn Li Q N U O C N Q LL U O 4- C7 J O _ V u X p O w N 0 O Q a) O O n O C OL _ Q 0 w C +' N > f0 O O X � L cio co V �_ i U N cn p Q •L mo Lm Q U c n a co N JOp i U O M �O N _ w U i �Q J V i •L (n _ � +- N CD 0 O N CD U ch @ Xu > NL tCaN E L p J L O ra U a) O O Ln u v O Q W O V V O N L ^ LU io ����� L QOrm t Ol w Co O O N O O O E acr O U om (U � ry) u ooDX � y a c co _ Q n v vcm Q ° Q0!� u w a; X $ � @j E co o v N t v to ai rn ......, e o o — _ w M N v M c @j � c rn _ — n H N oo .L N N �F u N '� o cu o LA z M 0 ai O o u a) L d L . U (D H a O u v aa) _ LU N a rN4Lap 4- 00 U O @J o W L � � �' Q r+ ui O . aA;r O ma " > y � O co u cr w co c . Q ti o 0 O tr O t = U t O U H N N N V Vwu Y U a..z vj O L ++ �p CO a+ L Q N O v 3 �+ O M c L O C co — �....a V1 � HHUH Q d >j ds �i v�i H �V U