Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C07
C7 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting May 21, 2025 Agenda Item Number: C7 2023-3823 BULK ITEM: Yes DEPARTMENT: Engineering Services TIME APPROXIMATE: STAFF CONTACT: Debra London N/A AGENDA ITEM WORDING: Approval of Change Order 3 to Key Largo III Roadway and Drainage Project to correct quantities for milling and resurfacing and establishing roadway crowns on roads being widened for bicycle lanes in the not to exceed amount of$249,778.00, for a revised total contract amount of$2,345,609.17 and adding 34 calendar days to the project for a revised substantial completion of August 26, 2025. ITEM BACKGROUND: The Key Largo III Roadway and Drainage Project was awarded to H&R Paving, Inc. on 5.15.24,Notice to Proceed was issued for 7.8.24 with original contract of 365 calendar days with substantial completion 7.8.25. This Change Order 3 is due to incorrect bid quantities for Milling and Resurfacing adding 27,024 Square Yards and adding a bid item for necessary crown shift on Burton Drive, Planter Drive and 1 st Street where the road is being widened for bike lanes. The crown shift asphalt quantity required is 275 tons, and the contractor will survey to perform layout of elevation and new crown location. There is also an increase to Maintenance of Traffic for additional 34 days. This Change Order 3 increases the contract by $249,778.00 for a revised total contract amount of$2,345,609.17 and requires 34 additional calendar days (29 change order days, 3 weather days, 2 - Miami Dade 344 wildfire days) and revises the substantial completion date to 8.26.25. Change Order 1 to the project was approved by the County Administrator on 12.16.24, and added scope to raise the end of Antigua Rd in the amount of$33,176.80 and added 15 days to the project duration, revising substantial completion date to 7.23.25. Change Order 2 was approved by the County Administrator on 1.24.25 and added scope to remove abandoned underground 24 inch wide by 20 foot long elliptical corrugated metal cross drainpipe across Dove Lake Rd in the amount of$6,073.78 and added 1 day to the project duration, revising substantial completion date to 7.24.25. The Key Largo III Roadway and Drainage Project includes streets in the Harris Ocean Park Estates, Ocean Park Village, Palma Sola and Burton's Yacht Basin subdivisions. The project includes drainage 119 improvements, milling and resurfacing, establishing roadway crowns based on existing conditions and creating compliant bike lanes. The project is partially funded by two Florida Department of Transportation Small County Outreach (SCOP) grants and was included in the 2014 Monroe County Road Improvement Program. Per FDOT requirements, the SCOP grant supplemental agreements reduced the grant amounts based on the construction bid and construction engineering and inspection services award amounts. PREVIOUS RELEVANT BOCC ACTION: October 16, 2024 — The BOCC approved Amendment 4 to task order with WSP USA, Inc. for engineering design and permitting services for Key Largo III Roadway and Drainage Improvement Project for additional post design services task in the amount of$50,000.00. July 17, 2024 — The BOCC approved a Supplemental Agreement to Florida Department of Transportation (FDOT) Small County Outreach Program (SCOP) American Rescue Plan Act (ARPA) grant G2T05, revising the grant amount to $731,707.00 with County Match amount of$243,902.00 for the Key Largo III Roadway and Drainage Project. July 17, 2024 — The BOCC approved a Supplemental Agreement to Florida Department of Transportation (FDOT) Small County Outreach Program (SCOP) grant G21`46, revising the grant amount to $1,105,916.00 with County Match amount of $368,639.00 for the Key Largo III Roadway and Drainage Project. May 15, 2024 - The BOCC approved bid and contract award with H&R Paving, Inc. for construction of the Key Largo III Roadway and Drainage Project in the amount of$2,056,580.59. May 15, 2024 - The BOCC approved a construction engineering and inspection contract with Kisinger Campo & Associates Corp. for the Key Largo III Roadway and Drainage Project in the amount of $393,582.87. March 20, 2024 - The BOCC approved Amendment 3 to the task order with WSP USA, INC. for engineering design and permitting services for the Key Largo III Roadway and Drainage Improvement Project in the amount of $25,000.00 for a revised contract amount of $407,420.23. This amendment added bid phase post design services. January 31, 2024 - The BOCC approved an allocation of $329,686.00 of District 3 (Upper Keys) Transportation Impact Fees to partially fund the construction of the Key Largo III Roadway and Drainage Project. December 13, 2023- The BOCC approved by resolution a Florida Department of Transportation (FDOT) American Rescue Plan Act (ARPA) Small County Outreach Program (SCOP) grant in the amount of$731,707.00 with a match of$416,684.00. June 21, 2023- The BOCC approved by resolution a Florida Department of Transportation (FDOT) Small County Outreach Program (SCOP) grant in the amount of $2,787,598, programmed in the 2024/2025 FDOT Work Program, with a 25% match requirement of$929,200.00. 120 May 17, 2023 - The BOCC approved Amendment 2 to the task order with WSP USA, INC. for engineering design and permitting services for the Key Largo III Roadway and Drainage Improvement Project in the amount of$26,365.52 for a revised contract amount of$382,420.23. This amendment was to add funds for value engineering design modifications and to address Florida Department of Transportation (FDOT) grant requirements. April 15, 2020 - The BOCC approved Amendment 1 to task order with WSP USA, INC. for engineering design and permitting services for Key Largo III Roadway and Drainage Improvement Project to add geotechnical tests on Burton Drive in the lump sum amount of$6,960 for a revised contract amount of $356,054.71. May 22, 2019 — The BOCC approved the task order with WSP USA, INC. for engineering design and permitting services for Key Largo III Roadway and Drainage Improvement Project in the maximum not to exceed amount of$349,094.71. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: Approval of Change Order 3 to Key Largo III Roadway and Drainage Project in the not to exceed amount of$249,778.00 and adding 34 calendar days to the project. STAFF RECOMMENDATION: Approval of Change Order 3 to Key Largo III Roadway and Drainage Project in the not to exceed amount of$249,778.00 and adding 34 calendar days to the project. DOCUMENTATION: 451622-1-54-02--I III—0O3—HR—FDOT signed r.pdf 2024 7 COI GL AL WC PL exp 6.30.25 signed.pdf FINANCIAL IMPACT: Effective Date: May 21, 2025 Expiration Date: substantial completion 8.25.25 Total Dollar Value of Contract Change Order 3 : $249,778.00. Total Cost to County: $249,778.00. Current Year Portion: $249,778.00. Budgeted: yes Source of Funds: F_304 -Infrastructure Sales Surtax CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: N/A Revenue Producing: No If yes, amount: Grant: FDOT grants do not fund change orders. County Match: County must fund change orders 100%. Insurance Required: yes Additional Details: 121 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 MONROE COUNTYANGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: Key Largo III Roadway and Drainage Project CHANGE ORDER NO: 3 INITIATION DATE: 4.2.25 CONTRACTOR: H&R Paving, Inc. CONTRACT DATE: 5.15.24 The Contract is changed as follows: The original Contract Sum ......................................................................................$2,056,580.59 Net change by previously authorized Change Order 1................... ................................ $33,176.80 Net change by previously authorized Change Order 2................................................... ...$6,073.78 The Contract Sum prior to this Change order was.................................................. . ....$2,095,831.17 The Contract Sum is(increased)by this Change Order 3 $249,778.00 The Revised Contract Sum including Change Order 1,2 and 3 ................................... $2,345,609.17 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: 7.2.2.1 mutual acceptance of lump sum properly itemized and supported by sufficient substantiating data to permit evaluation 7.2.2.2 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 Net changes to the contract per attachment: Per RFI19 -The Milting and Resurfacing item was incorrect on the plan sheet SQ-1 and bid sheet revisions. The Engineer of Record (EOR) WSP has recalculated bid item 327-7016 to be 41,976 (SY) square yards, or an increase of 27,024 SY. Per RF120—The crown of existing road needs to be shifted on Burton Drive, Planter Drive and 1 n Street where the road is being widened. This crown shift detail was not included in the bid. The FOR WSP has calculated overbuild paving operation(not bid)Superpave Asphaltic Conc,Traffic A to be 275 tons(TN). Bid Item 102-1 Maintenance of Traffic was a lump sum item $115,250.00 and based on original contract days 365 equates to $315.75 per day. Bid Item Description Unit Original (A) (B) Change Order 3$ Bid Item Change Unit H&R Increase to Total Bid Quantity Order 3 bid price Line Price increase (A'B) to Bid Item Quantity 327-7016 Milling Exist SY 14952 27024 $4.50 $121,608.00 Asphalt, Vinch Average Depth Not Superpave TN Not bid 275 $318.23 $87,513.25 previously bid Asphaltic Conc, Traffic A- Overbuild Asphalt(2 paving operations) Not Topo Survey 1 LS NIA N/A $31,500,00 i i 122 000usign Envelope ID: ccEo4000'Eoo4-400a-8E2o-8oAFn74nnn17 previously bid and Paving layout Traffic(based based on sum $115,250 divided by 365 calendar contract days $315.75 per Total Change Order 3 $249,778.00 The project commencement was July8 2024days 7�.25 Or der revised �euomnna|oompleU �ontu7����2h� �han��Or� 2revmedsubstanUa{oomp|edonk,7.24.2S. This Change Order adds 34 calendar days, 29 change order days, 3 weather days (1.17. 1.20. 2.24 - days due toK�iami Dade 344oW|dfimm-Route US1 closures/delays on (3.2Oand3,21.25). revises substantial mp onto 8,28.25. Contractor agrees to accept the increase of$249.778.00 in monetary md n and hereby *oivoa and mleomno any and all claims for any additional compensation related to these bid items. This Change Order 3 is (12.15%) of the original contract price. This change was approved by the Engineer ofRecord(VVSP USA. Inc)and the CE| (KCA, Inc.). Not valid until signed by Contractor, County^acknowledged by FDOT. �� CON �� mI.Ilysignedby-ludit Clarke, Date Judith Clarke, P.E.P-E- ENG|MEER|NG SERVICES DIRECTOR Date zo,5m/^,5^vzv-m'oo' Dabs COUNTY ADMINISTRATOR Not applicable Baha COUNTY MAYOR see below for signature block Date (Acknowledged by) FLORIDA DEPARTMENT OF TRANSPORTATION (451822 SCOPFUNDED) DocuSigned by: Date FooT (451622-1-54-02) arb YNu'so, FooT participation cost: $ 0 concurrence: E op^msmwv�icjon oversjght FooT participation Time: 34 days Mvwnns COUNTY ATTORNEY APPROVED wnroFORM Sk ASSISTANT Y ATTORNEY DATE Monroe county Board of county commissioners seal Attest: Kevin Madok, clerk BY: By: mayor AS Deputy clerk Date: Date: 123 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ED No If Yes, explanation: RF119 asphalt milling and resurfacing bid quantity error and RF120 roadway crown design and quantity omission error • Change Order was included in the original specifications. Yes ❑ No Z If Yes, explanation of increase in price: • Change Order exceeds$25,000 or 5%of contract price(whichever is greater). Yes 0 No❑ If Yes, explanation as to why it is not subject for a calling for bids: Impractical due to roadway and drainage project in progress and change order is calculated per bid prices. • Project engineer/architect approves the change order. Yes Z No If no, explanation of why: • Change Order is correcting an error or omission in design document. Yes [DNo F Should a claim under the applicable professional liability policy be made? Yes E No F1 Explain: The FDOT grant amount was reduced based on the bid provided by H&R Paving. If the quantities for milling and resurfacing and establishing the crown shift had been included in the original bid, FDOT would be reimbursing 75%of the cost to the County, (Note that FDOT does not participate financially in any project change orders). Therefore, WSP should be liable to reimburse the County 75% of this design error or $187,333.50, The County may negotiate a settlement without an insurance claim. 124 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 ,1 111m KISNGER CAMPO Key Largo III—Roadway&Drainage Improvements Project FM No.:451622-1-52-02 Contract G2T05 Additional Milling Area and Crown Establishment Engineer Cost Estimate Review Pay Item 327-70-1 Molting Exist Asphalt Pavement 1",Avg Depth: No FDOT Item Average Unit Cost Data is available for Monroe County (Market Area 14) therefore comparison data for Miami-Dade County(Market Area 13)was utilized.Similarly,no data is available for Pay Item 327-70-1 Milling Exist Asphalt Pavement 1" Average Depth so this item was compared to Pay Item 327-70-6 Milling Exist Asphalt Pavement 1.5" Average Depth for the 3/1/2024 to 2/28/2025 period depicted below at$4.89/SY. FD6 orida Department of rransportadon Item Average Unit Cost Froyn 20,24/03/0 1 to 2025/02M Statewide ............................................................................n:Ils� Contract Type�CC Displaying:rrEM5 WITH HITS Froon:01102 1 To: 9999999 Mrl 70 1 ;.1 Si.co 527,000.U0 150.000 CV N FLOWABLE FILL 0 145 7 1 1 1„5.2 5 1,23,029,75 4,519.000 5y N REMFORCEMEW GRID FOR SOIL ETAIMIL112A yl:OI,J 01C0 4 13 $9.64 51,462,300.65 151,625.000 Sy N ryPEBSI'AWLQAII'i0N 02B] 1 8 1 51 10 $1,069.20 972.004 5y N REWORKING LIMEROCK 14" 02 10 11 9 1 $1,10, 14 139 70 127,0010 SW N REWORKJ I1X]L MERCCK BASE,3"' 029571J1 1 $41.00 S4,152,234AWk 101,2 74.000 5y 14 OPTIONAL SASE,BASE GROUP 01 0285702 2 $18 79 $79,790M 4,247.000 5y N OP I'10NAL BASE,BASF GROLIP 02 0285704 1 $55.00 $3,630.D0 66.000 Sy N OPTIONAL BASE,HASE GROUP 04 f)285706 2 $1 F,1:6 $262,750.90 14,470,000 SY Iq OPTIONAL I BASE GROUP 06 0285709 5 $26.43 $555,395.04 21,013.0010 sY N OPI IONAL BASE,BASE GROUP 0� 0285710 2 $61 73 $24,200.N) 392.0010 SY N OP11 10INAL BASE,BASE GROUP 10 0285717 7 $36'?* $255,I71.36 7,030.000 Sy N OPIFISINAL BASE,BASE GROUP R A 02B5712 2 S157'75 $59,907.85 375.0010 SY IN OP IONAL BASE,BASS GROUP 12 0285715 3 $t75 21 $248,97C.D0 1,42 1.000 3y Iq OF11 MINAL MSE,RME GROUP 19 0286 11 2 545.35 523,626.80 521.000 ly N T UIR1,K)UT CONS f'R UCTION1 DRIVEWAY BASE-OPTIONAL MA TEIRIALS U327 70 2 1 $2 1,00 55,250.00 250.00D 5y N MILLING EMSf ING ASMIALf PAVEMEM,3 1,°2"AVG DEPIH rJ327 70 3 1 $21,77 $14,738.29 677,0010 SW N WLLING EX61 ING ASPHAL"r PAVEMENIF,4 1/2`AVG DEPPI 0 1127 70 4 2 $11.24 $113,484M 3,86B.orm Sy 14 WILLING EMS f ING ASPHAL T PAVEMCIN 3'AVG DEVI 11 11117 711 1, 1 82.0010 Sy N 2 AVG DEP 114 ..............................................................2� 22 ...................................................... ................................�n�LLI�2 UIK22 E�2U MEMET 54,89 $2,853,M3.90 583,198.0fio Sy N MILLING EX61"ING ASPHAN PAVEMENF ',i 17................A V G I E F T H........................................................................................................................ 03/24/2025 page:. 4 Also, the Key Largo III — Roadway & Drainage Improvements Project Bid Tabulation (see below) reflects the EORs (WSP) estimate of $6.00/SY together with the actual bid unit prices from the bidding contractors for this Pay Item 327-70-1 Milling Exist Asphalt Pavement 1" Average Depth ranged from $3.69/SY (General Asphalt) to $15.00/SY (Stout Group) with the current contract unit price of $4.50/SY (H&R Paving). Therefore, the Cost Estimate Unit Price of $4.50/SY appears reasonable for this additional work. ,fl I I Nor I h I ,u kh I i ',I rool kliupo I lor['dkM I 11)0) 1 i1 1 y 81�I I I I I 125 000usign Envelope ID: ccEo4000'Eoo4-400a-8E2o-8oAFn74nnn17 1111,10 ���NU������ �� m����mm������� a����`mor�� 8: A S 0 C I A "T' E S U 12 �=0 H ' . uxmm*FOR mm�m�* ox��� ��` p �� - m x Fie x= /� � m��"/ m="� � �� ,� ��"y �, ��� ��� �� � |����� x� m,�°� � - �� �«�"'"�^*` �m~° - �' �^a d,^u ^��. �� u / u ' �' w'�. � � ��� � - � ' � r �� V�W�- �m=. �^ m='�=- u= mhT61*a w~~ n � � �� oz * 349,5453 ~ El 67 MUM H AM 24 IM 50'r IS' J N 52M.UQ Z,52 Oil 111?A1 I I r RN UP. $Iu 15 $M,932 72 5M r #. S1,R24,00 -� ~- mo Sheet I Pay Item 334-1-11 Superpave Asphaltic Concrete,Traffic A(SP9.5)Crown Establishment: No FDOT |tonn Average Unit Cost Data is available for Monroe County (Market Area 14) therefore comparison data for Miami-Dade County(Market Area 13)was utilized.Similarly,no data is available for this Pay Item 334-1-11 Superpuve Asphalt Concrete, Traffic A (SP0.G) Crown Establishment in either Market Area 13. 14 and/or Statewide and is typically addressed by the EC)R as a separate quantity and included in the respective pay item. Nevertheless, the Key Largo ||| — Roadway 8. Drainage Improvements Project Bid Tabulation (see below) reflects the EORs(WSP) estimate of$380.00/TN together with the actual bid unit prices from the bidding contractors for this Pay Item to range from $220.48/TN (General Asphalt)to$185.00/TN (Stout Group) with the current contract unit price of $180.00/TN (H8/R Paving) for 334-1-11 Superpuve Asphaltic Concrete, Traffic A (SP0.5). As the proposed Crown Establishment scope of work is for a relatively small quantity(275 TN) and additional effort needed to shift the crown on the three Burton Or, Planter Or and 1" ST roadways. Therefore, the Cost Estimate Unit Price of $31O.23/TN appears reasonable for this additional work. �uI m"'mr""mmsoo°,'yu1 1=p°. n"./u^amoz � m,ow� m�snnsm 126 000usign Envelope ID: ccEo4000'Eoo4-400a-8E2o-8oAFn74nnn17 1111,10 ���NU������ �� m����mm������� a����`mor�� 8: A S 0 C I A "T' E S U 0 1, F1 �' � ~ ==="""KU�fBid°�,-.==~�. R.^�` p �� 0 - m x 1-1 �� m�Lq-t e=� � RvI- n= �� Mp o�� �* � � ��/�_ � ��� � m"��,..�- �°." � �� �°�, Tb�- ^~" �3 ^"� ����� °'�' ��w°.' �'~~'' w "�-°=' ^�� � ~� "" * U"�^" . $1 A$—' 11 5- sno 12 Ir 171 9i "I'll 1= I I'll -� 1-1 51 51,m. + ' ^ " Pay Item 102-1 Maontenance of Traffic: This item is prorated forthe original project bid amount($115,200.00)forthe project original duration (365 Days)resulting in a dailycost of$315.75/Day.The requested additional 29 Days atthis prorated unit price appears reasonable. Addotoonal Contract Tomes Based on the contractor's schedule the Milling activities for the original bid quantity of 14,952 SY is addressed in two (2) mobilizations of six (G) and seven (7) dayo, respectively. This equates to a production rate of 1,150 SY/day. For the additional 27,024 SY of milling wilL result in an added 24 Days. The crown establishment operations are based on a production rate of S4 TN/Day which equates to 5 Days for the additional 275 TN.Therefore, the requested additional contract time of 29 Days appears reasonable. Similarly, based off the current prime contractor schedule, the initial topographic survey will be performed concurrently with other operations that are on the critical path. The contractor has indicated that harmonization and restoration of all French Drain Systems will be complete before milling and paving commences due to plan 1^ asphalt thickness and their concern of additional equipment harming the newly placed asphalt pavement. Kenneth B. SpU|ett' P.E. Senior Program Manager �uI m"'mr""mmso 6",'yu1 1=p°. n"./u^amoz � m,ow� m�snnsm 127 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 0 d z o p a o - 5 3 O w R, V 0 3 0 F 3 � r� vrni I I 3 `m `m 3 — m 3 < < Tc < < < Tc < < < e w .� < < N � w u, u� u � � � � u < � u � u, 1 1+ � 5 - N w t TJ \ mm III n 128 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 1955 NW 110t1i Avenue, Miami, Fl. 33172 - Ph: 305-261-3005 Monroe County Key Largo III Roadway Improvements Project (FM451622-1-54-02) Proposed Crown Shift Operations This narrative outlines H&R Paving's procedures to be implemented for the proposed crown shift, as directed by the Engineer of Record. The project aims to modify the existing roadway's crown while acknowledging inherent limitations due to the existing roadway's non-conformance with current Florida Department of Transportation (FDOT) specifications. Pre-Milling Operations: Prior to any milling activities, a comprehensive topographic survey will be conducted to establish a precise baseline for the proposed crown shift. This survey will involve: • Topographic Survey: A detailed survey of the existing roadway surface to accurately capture existing elevations and features. • Stationing: Establishing roadway stationing at 25-foot intervals along the project's length. This will provide a consistent reference system for all subsequent operations. • Control Point Establishment: Setting control points within the work area to serve as horizontal and vertical benchmarks for construction activities. • Cross-Section Data Collection: Obtaining detailed cross-sectional data at critical locations, including the existing crown, slope break points, and existing/proposed matching points. This data will be used to accurately model the existing and proposed roadway geometry. • Finished Grade Calculations: Utilizing the collected survey data to calculate the required finished asphalt grades along all working areas. These calculations will be performed to achieve the desired crown shift. Milling Operations: The milling operation will be carefully controlled to remove the existing asphalt pavement layer without damaging the underlying roadway base. This will be achieved by: • Controlled Milling: Limiting milling operations to the existing asphalt layer, preventing any encroachment into the base material. Page 1 of 2 129 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 1955 NW 110t1i Avenue, Miami, Fl. 33172 -Ph: 305-261-3005 Post-Milling Operations: Following the milling process, the calculated finished grades will be physically marked on the roadway surface to guide the paving operations. This will involve: • Finished Grade Layout: Layout and marking of all required finished asphalt grades along all working areas, ensuring clear visual guidance for the paving crew. Paving Operations: The paving operation will focus on achieving the designed crown shift and providing a smooth, durable surface. This will include: • Finished Grade Verification: Continuous verification of finished asphalt grades during paving. • Resurfacing and Overbuild: Application of Type SP 9.5 asphalt concrete for resurfacing and overbuild. • Edge of Pavement Asphalt Placement: Placement of a minimum 1-inch asphalt at the edge of the pavement, ensuring a smooth transition and preventing premature edge deterioration. • Cross-Slope Matching: Matching existing cross slopes to a maximum of 2% where feasible. It is acknowledged that due to the minimum 1-inch asphalt requirement at the roadway edges, certain areas may exhibit flatter cross slopes than the ideal 2%. Notice of deviation from FDOT Specifications: This notice addresses the non-conformance of the existing roadway construction with the current Florida Department of Transportation (FDOT) 2023-24 specifications. Specifically, due to the inherent geometric limitations of the existing roadway, compliance with FDOT specification sections 330-9.3 and 330-9.4 is deemed unattainable. Therefore, these sections will not be applied to this project. It is acknowledged that the final achievable roadway geometry may deviate from the ideal design parameters. However, all design and construction efforts will be executed to optimize the roadway's performance within the identified constraints. The Engineer of Record has been informed of these deviations and the consequential limitations to ensure a comprehensive understanding of the project's scope and potential outcomes Page 2 of 2 130 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 H&R Paving,Inc. w' ;.:. Project: Key Largo III Roadway Improvements Project Date: 31-Mar-25 - Contract No: G2T05&G21346 Description: Additional Milling Area and Crown Establishment RCO#03R3 ITEM DESCRIPTION UNIT CITY UNIT PRICE TOTAL This RCO Includes the costs and time required to perform the aditional milling area included in RFI No 19 response and Crown establishment in RFI No 20 response RFI No 19 response Contract Milling Area:14,952.00 SY Area included in RFI No 19 response:41,976.00 SY 327-7016 Milling Existing Asphalt 1"Average Depth(Additional Area) SY 27,024.00 $4.50 $121,608.00 RFI No 20 Response Overbuild Asphalt SP 9.5 TN 275.00 $ 318.23 $ 87,513.25 Labor Material&Equiptment costs$87,513.02 Details in following sheet Average Cost:$87,513.02/275 TN=318.23 Topographic Survey and Paving layout LS 1.00 $ 30,000.00 $ 30,000.00 5%Indirect Markup Costs $ 1,500.00 RFI No 19 Additional Time:27,024 SY/1,150 SY/Day=24 Working Days RFI NO 20 Additional Time: Dayly Production:3 Trucks=54 TN Duration:275 TN/54 TN/Day= 5.09 Days Total Additonal Working Days:29 102-1 Mantenance of Traffic(Additional time) Day 29 $315.75 $9,156.75 Conctract Amount:$115,250.00 Contract duration:365 Days Average:$115,250.00/365 Days=$315.75/Days Total $249,778.00 Requested working days RFI No 19 Response Days 24 RFI NO 20 Response Days 5 Total Days 29 Santiago Lopez,PROJECT MANAGER REFERENCE DOCUMENTS: 1 RFI No 19 Response 2 RFI No 20 Reponse 3 Pegasus Land Surveryor,Inc Proposal 131 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 H&R Paving, Inc. ` :; 3/31/25 RCO#03R3 Overbuild Asphalt SP 9.5 Costs Breakdown SECTION 1: H&R Direct Work and Cost 1 LABOR Description Rate HRs Burden Yudisbel Pino Foreman $ 32.50 40 45.9% $ 1,896.70 Ricardo Bianchetti Paver Operator $ 22.00 40 45.9% $ 1,283.92 Orlando Guevara Roller Operator $ 20.00 40 45.9% $ 1,167.20 Jose Estrada Screed Operator $ 18.00 40 45.9% $ 1,050.48 Michael Gonzalez Roller Operator $ 22.00 40 45.9% $ 1,283.92 Jimmy Hendrickson Screed Operator $ 16.00 40 45.9% $ 933.76 Antonio Hernandez Broom Operator $ 18.00 40 45.9% $ 1,050.48 Leonardo Lopez Shoveler $ 15.00 40 45.9% $ 875.40 Andres Naranjo Shoveler $ 18.50 40 45.9% $ 1,079.66 Cesar Perez Shoveler $ 17.50 40 45.9% $ 1,021.30 Jose Luis Rivero Shoveler $ 17.00 40 45.9% $ 992.12 Enrique Rodriguez Bobcat Operator $ 20.00 40 45.9% $ 1,167.20 Subtotal $13,802.14 2 Materials&Supplies Rate Qty Unit Asphalt SP 9.5 $ 87.74 275 Tons $ 24,128.50 Subtotal $245128.50 3 EQUIPMENT Rate HRs Tack Truck(8 Hour @ 5 days=40 Hr) $ 52.55 Hours 40.00 $ 2,102.00 Asphalt Truck(3 Truck/Day=24 hours/day @ 5 Days= 120 hr $ 100.00 Hours 120.00 $ 12,000.00 Wheel Mounted Asphalt Paver(8 Hours @ 5 Days=40 Hrs $ 344.86 Hours 40.00 $ 13,794.40 Wheel Mounted Asphalt paver(standby Paver) $ 66.03 Hours 40.00 $ 2,641.20 Rollers(2 EA=80 Hrs)Price=$790/day/8 Hurs=$98.75/Hrs $ 98.75 Hours 80.00 $ 7,900.00 Paver Broom(8 Hrs @ 5 Days=40 hours) $ 31.29 Hours 40.00 $ 1,251.60 Skid Steer $ 48.45 Hours 40.00 $ 1,938.00 Subtotal $41,627.20 Subtotal: Labor,Materialsa, Equipme $79,557.84 4 Direct Markup Costs Per Section 4-3.2.1 H&R Paving 10%Markup on Labor, Materials&Equipment $7,955.78 SECTION 1 TOTAL COST= $87,513.62 SECTION 2: Subcontractor Work and Cost 5 Subcontractor Costs Qty Unit Unit Cost Subtotal $0.00 6 Indirect Markup Costs H&R Paving 10%Markup on Subcontractors $0.00 SECTION 2 TOTAL COST= $87,513.62 H&R PAVING GRAND TOTAL = $87,513 -- Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 II EqUipi-nerifflat-ch www,Lquipmentwatch.corn All prices shown In US dollars Rental Rate Blue BookO January 3,2020 international 5500(W) on-Highway Truck Tractors r! Size Class: 45,001-60,000 GVW Weight; 4M 14600 lbs '6-0nfigorj-fion for—5500 (6X4) Horsepower 300.0 Power Mode Diesel Blue Book Rates FHWA Rate is equal to the Monthly Ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs, Estimated FHWA Rate" Operating Costs Monthly Weekly Daily Hourly KOLArly Hourly Published Rates USD$3,260,00 USD$915,00 USD$230.00 118D$35.00 USD$36.85 USD$56.37 Adjustments Region(Florldw 96.9%) (LISD$101,06) (USD$28.36) (USD$7,13) (USD$1,09) Model Year (USD$394.87) (USD$110,83) (USD$27.86) (USD$4.24) (2002: 87.5%) Adjusted Hourly ownership Cost(100%) Hourly Operating Cost(100%) USD$52.55 Total: USD$2,764X7 USD$775,81 USD$195AI USD$29.68, USD$3&85 Non-Active Use Rates Hourly Standby Rate USD$9.58 Idling Rate USD$38J9 Rate Elenient Allocation Element Percentage Value Depredation(ownership) 430/. USD$1 401.80/mo Overhaul(ownership) 38% USD$1,238,80/mo CFC(ownership) 7% USD$228,20/mo Indirect(ownership) 11% USD$358,601mo Fuel(operating)@ USD 3.07 61% U81)$22.49/hr Revised Date: 1 st half 2 0 2 0 These are the most accurate rates for the selected Revision Date(s).However,due to more frequent online updates,these rates may not match Rental Rate Blue Book Print,Visit the Cost Recovery Product Guide on our Help page for more Information. The equipment represented in this report has been exclusively prepared for SRIKANTH MAVANUR (sri@cegroupflcom) All material herein @ 2003-2020 Informa All rights reserved. 133 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 Nim+;lu'ROUTIO NT HAULM. im¢r[�tl riR�rl V�P.� l,l�t iRl"I'w'q&CM!�itt"i N,hri. d A`tl l,4 R)Y l-RAC110P'*d ., UNINiWl.ILEAiRVl N lirum' 0`a,& ��r , v .n iN�&l�itllipl(,"ErRR"If96'R� a 1,0741-10761 NW 89 Ave. maleah Gardens,FL,33015 345-885-6464/305-698-4092(fax) t-mail:orodrlguez@allledtk.corn To: l-I' R Paving Phone: 05-525-1453 Date:02/17/2025 Attention:Abe . g Jc�Ny Name: KeyI ar o Ill "j Address:Florida Keys, Mile Marker 94 1 Ernail.Abe@hrpaving,.coni ALLIED TRUCKING HEREBY SUBMIT SPECIFICATIONS AND ESTIMATES FOR: Material Material Hauling -truck Rental 18 CY(Day Time) 8 Hour Minimum $10,0.00 Per Hour NOTE. All rates are based air aerrrieeupon truck auaflahr'lettl andlw-loading eonditians at the quarry.Gluon acceptabee gfproposal and ha axe* plaetnrent of arderlsJ, 1 ease sign andretar^n to arrr^a,�ce rjta 3a;5-698-4092- M�t.� tha't 1lefar'e a'r°then*ink�re 16,c far tartar pr alect on dt U Tauirtnie a Notice a ,,nteneerrretrt stating all the lggg dggjc°trrtion for that Particular*raa oLccC - Material Prices Already Include Tax Prices Quoted.May Be By US Tons(Not Metric)with a minimum of 21.5 tons per load Prices Quoted May Be By Cubic Yards @ 18 Cubic Yards Per load Prices Quoted Do:Not Allow ltetainage All Disposal.Sites Are Upon availability At Job Commencement&Throughout Project Duration Prices Good Through o6/30/202.5 1 c �l"8ra Sys All worle is dense with the lutderstandirig that the custartaer.°is fully responsible to verify that all labor,materials,quantities, equipment,time and all other work furnished meets the requirements of the job stated above.Upon customer satisfaction, c;ustorner and/or authorized persons will acknowledge by signing the delivery tickets for all work/materials furnished. After the signing of the delivery ti(,kets,customer is fully liable for all work stated thereon. There will be no credits issued and no I; discrepancies after the signing of said tickets. All agreements are,contingent upon strikes,accidents,acts of God or delays beyond our control. This proposal is acceptable within 3o days and is void thereafter at the option of the.undersigned. In the event it becomes necessary for Allied Trucking of Florida Inc,to engage the services of an attorney to collect any sur�rrs due under this contract,The customer will pay reasonable attorneys fees and all costs in making such collection. Osmel RodriguezI V.P of Sales ( ACCEPTANCE,OF PROPOSAL: Date of Acceptance. Authorized Signature: Job Number: Purchase Order#: 134 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 ,1.11 piices shown in US dollars M July 15,2022 1:1 tent al Rate Blue Boo-AM Alobid PF,-2181 Wieel Mounted Asphalt Pavers Glass: 2!1�,000-2.9,0!)9 lbs wei"�Ilt! NIA i""Zi'r'if iguration—for PF-2181 Power Made Diesel Screed Model Wodge-Loci:t vqlheel Drive 2.0 F'Oue Book Rates i:i-WA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operallng cost. ownership Costs Eslimated Operathig rHWA Rate- Costs f.,l Monthly Weekly Daily Hourly Hourly Hourly Published Rates WSW$37,490.00 USD$10,500,00 USD$2,625.00 USD$395X0 USD W1.85 USD$344,136 Adjustments raeoorl(100DA) N4odp'P Year(2022;1001A) adjusted Hourly Ownership Cost(1001/6) HoUlly Operating Cost(100%) Total; USD S37,490.00 USD$10,500,00 USD$2,625.00 USD$395X0 USD$131.85 USD$344.86 Nori-Active Use Rates Hourly USD$66X3 andhy Rate USD$249,95 Idling Rate Rate Element Allocation Element Percentage Value Dapfecladon(ownership) 20% USED$7,498,001ma ove.'Aaul(Ownership) 69% Ul,�D$25,8613AWma, ['F(,';(ownership) 30/0 USL)$1,124.701rTio Indirect(ownership) 8% Usr,>$2,999.201ino r7uLl(operating)@ USD 5.70 28% USD$36,94/hr kf,)vdsed Date:3rd quarter 2022 These are the most accurate raters kir the selected Revision Date(s).However,due to more fraquOnt online updates,these rates rutty not match Rental Rate Blue Book,Print,visit the Cost Recovery Product Guide oil our Help page for more Information. The equipment represented in this report has Wen exclusively prepared for Santiago LOPEZ (,;antiago@hrpaving.corri) All material herein 0 2003-2022 Pkildall-Reilly All rights r(,',served.Page I of 1 135 I Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 I rlr.:�), :::lei rlui flop,I.,--ipaction Double Drum Rentals-Book Online I DOM L,L. PO Ogt"ttt _..._ I dktdlh V1�` war➢ Daily(110anal Amaga): i Flexible cancellation.In case you need to cancel your order,let us knows as soon as possible to avoid in cancellation tee& ca nn leHatiown 1i'"rmU'tn,wk 4 Inches Asphalt Compaction Double Drum "iltfy'4^a^11r.1,aINSs ; � C„A,l L TO B 0 I !4Y)89 �ght2 'r)l')"V ' Deadly(ldatPanEal Average): .. .. ... .. .. .... ........... '( $790 l- � Recommended Asphalt Compaction Double Drum Guides The Ultimate Road holler Size Chart and Spec Guide J.wOad I-ollors,also€ailed uancl(-"n)ro iers,double drum rokeis,and astahak corripa steeps,Goin... l°t ad-Rftll lr.Weight 19119.9� i iB-01.f,,hArt Single Drum vs Double Drum Roller:A Comprehensive Comparison l Find the pEarf of lsailer for ywir garcrjeask with Darr of�'E1z116 drlaljl Vc. dortbl(�e9n.a... I fiJty'�N;; ` rill,�lG'!%i °i�i��6r�✓r%� ii/ i�o�%%�� � �` i ify �ai�r Compering All Asphalt and Road Buller Brands C rgrnparrltsg the lraodanls.,uaeivrran rga s,and"'Pecs o't tiro Iiw,,;t pope lar double drum l"ollm brands... 136 bttps://dozr.corn/rent/asphalt-compectlon-double-drum?cq_src=google_ads&cq_cmp=11005041557&,cq_con=109028321518&cq_term=&cq_med=&cq,., —7 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 EqtAprnentWatch,,, WWW.equipmentwatch.com All Prices shown in US dollars January „2020 Rental Rate Blue Boolk@) Broce RJ-350 Self Propelled Pavement Brourns Size Class: All Weight: UNKNOWN Configuration for RJ-350 Horsepower 80.0 Power Mode Diesel Blue Book Rates FHWA Rate is equal to the monthly ownership cost divided Icy l 76 plus the hourly estimated operating cost. Ownership Costs Estimated FHVVA Rate** Operating Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$2,406,00 USD$676,00 USD$170,00 USD$26.00 USD$19-19 USD$32M Adjustments Region(Florida: 94,3%) (L)SO$137.09) (USD$38A7) (USD$9,69) (USD$1.48) Model Year (USD$138,34) (USD$38.83) (1-18D$9.78) (USD$1.60) (2010: 919%) AdiListed Hourly - - Ownership Cost(100%) Hourly Operating Cost(1001%) Total: U:SD$2,1129.57 USD$597,70 USD$150.53 USD$23.02 ILISD$19.19 USD$31.29, Non-Active Use Rates Hourly Standby Rate USD$5.57 Idling Rate U SO$21,16 Rate Element Allocation Element Percentage value Depreciation(ownershlp) 34% USD$817.70/mo Overhaul(ownership) 54% USD$1,298.70/mro CFC(ownership) 6% USD$144.30/mo Indirect(ownership) BI/ USD$144,30/mo Fuel(operating)@ USD 3.07 47% USD$9.081hr Revised:Date: 1st half 2020 These are the most accurate rates forthe selected Revision Date(s), However,due to more frequent online updates,these rates may not match Rental Rate Blue Book Print.Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for SRIKANTFI MAVANUR (sri@cegroupfl.com) All material herein @ 2003-2020 Informs All rights reserved. 137 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 EquipnientWatch,. wwmequipmentwatch.corn All prices shown in US dollars Rental Rate Blue Book@ February 4,2022 Deere 326E(disc.2016) j is d Steer Loaders Size Class: SE, .1) 2501'2900 lbs Weight: NIA Configuration for 326E(disc,2016) Horsepower 74.0 hp Operating Capacity 2690.0 Ibs Operator Proloutiun RODS Power Mode Diesel: 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 M01'Itilly Weeldy Daily Hourly Hourly Hourly Published Rates IJSD,W,590.00 LJSD$1,28&00 USD$320.00 USE$48.00 USD$2137 USD$48,45 Adjustments Region(100YO) Model Year(2016:100%) Adjusted Uourly ownersWp Cost'(100%) Hourly Operating Cost(100%) Total: LISID$4,590.00 USD$1,205XI) USO$320.00 USD$,48.00 USD$22,37, USD$48.45, Non-Active Use Rates Hourly Standby Rate USE$9,91 Idling Rate USE$36.07 Rate Element Allocation Element Percentage Value Depreciation(ownership) 23% USD$1,0515.70/mo Overhaul(ownership) 62% LISD$2,845.80/mu CFC(ownership) 3% USD$1373Wmo Indirect(ownership) 12% USD$550,130mo Fuel(operating)@ USD 3.65 45% USD$9.991hr Revised Date:1st quarter 2022 These are the most accurate rates for the selected Revlslon Date(s).However,due to more frequent online updates,these rates may not match Rental Rate Blue Book Print,Visit the Cost Recovery Product Guide on our Help page for more Information. All material herein 0 2003-2022 Randall-Reilly All rights reserved.,Page 1 of 1 138 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 PEGASUS LAND SURVEYORS, W. 9551 NW 26'Place Sunrise,Florida 33322 Proposal Proposal No.: 25-0210_Key Largo HI This proposal for professional services dated February 10, 2025 between H&R Paving Inc. 1955 NW 110 Ave. Miami,FL 33172 whose representative is Santiago Lopez and Pegasus Land Surveyors,Inc. 9551 NW 26"Place Sunrise,Florida 33322 is prepared in connection with the KEY LARGO III ROADWAY AND DRAINAGE IMPROVEMENTS 1.0 OVERVIEW 1.1 Client requests Pegasus Land Surveyors, Inc. "Consultant"to submit a proposal outlining the scope of services and associated fees for the Project. 1.2 Hourly rates are per the attached Exhibit"A". 2.0 INFORMATION TO BE PROVIDED BY CLIENT 2.1 Any information necessary including,but not limited to Legal Descriptions,Right-of-Way Maps, and Auto CAD Drawings. Client Initial: Proposal No.: 25-0210 Key Largo iii 1 139 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 3.0 SCOPE OF SERVICES AND FEES Topographic Survey to reflect existing conditions as follows: Stationing every 25 ft. Set Control points along working areas. • Collect X-Sections at all important points: Crown of the Road, Slope Break Points, existing and/or proposed matching Points. • Calculate all required finished asphalt grades along all working areas. Description Total Field work and office work(ind.travel time) „ („ ,,,,.00 Paving Layout as follows: • Layout of asphalt fill marks during paving operation. Description Total Field work (ind.travel time) GIIIL"aiiid]'ota lumu""IiIV' ! . ...Lt..ul..L i.kQ NOTE • Any item not shown in the SCOPE OF WORK will be charged at 2025 HOURLY RATE SCHEDULE as shown on EXHIBIT"A" Client Initial: Proposal No.: 25-0210 Key Largo ITT 2 140 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 Basis for Payment Invoices for professional construction surveying services will be billed on a weekly basis unless other arrangements have been agreed to by the signing parties. Other professional surveying services will be billed monthly or as the project tasks are completed. All rates and fees are subject to renegotiation after a three-month period from the date of this proposal if it has not been accepted by the Client. In the event this agreement is terminated prior to completion of services,the Client will compensate Pegasus Land Surveyors, Inc. for all work accomplished to the point of termination in accordance with the fee structure stipulated herein. We appreciate the opportunity to provide this proposal for surveying and mapping services. If the defined scope of services and fees outlined are acceptable, this document will serve as an agreement between Pegasus Land Surveyors, Inc. and the signing party below. Please execute this agreement by signing below and returning the agreement to Pegasus Land Surveyors, Inc.by fax or mail. This proposal is in accordance with the standard general conditions attached. Work will not begin until this signed agreement is received in our office. Sincerely, Vinicio Cabrera President Pegasus Land Surveyors, Inc. H&R Paving Inc. (Consultant) (Client) Date: Date: Signature Signature Vinicio Cabrera President Print Name/Title Client Initial: Proposal No.: 25-0210 Key Largo iii 3 141 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 CLIENT BILLING INSTRUCTIONS FOR AGREEMENT FOR PROFESSIONAL SERVICES The following billing information must be completed by the Client. Client must notify Consultant of any changes to this information within one billing cycle. I) Project and Contact Information Project Name: Accounting/Billing Contact: Project Manager Name: Accounting Check Run Dates: Phone Number: Phone Number: Fax Number: Fax Number: II) Billing Information Original Invoice should be addressed as follows: Client/Company Name: Attention: Billing Address: Phone Number: Fax Number: Copies should be forwarded to.- Client/Company Name: Attention: Billing Address: Phone Number: Fax Number: III)Invoice Supporting Documents/Formatting If required,please check appropriate spaces and attach a sample invoice. Please note that additional.fees may be added for any of the following services. Special Invoice Format Service Work Order Special Wording Reimbursable Back Up Special Submittal Date Consultant Back Up Number of Invoice Copies Timesheet Back Up Comments: Client Initial: Proposal No.: 25-0210 Key Largo rii 4 142 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 STANDARD GENERAL CONDITIONS 1. Client shall have the right to terminate this agreement for any reason whatsoever, by giving the Consultant thirty(30) days prior written notice. If Client exercises this option,it shall pay the Consultant all sums due to the date of termination. 2. Project electronic and CADD files,plans originals, computations and project records are the property of the Engineer/Surveyor. 3. Consultant shall also,upon written authorization from Client,perfoizrl any additional service not listed or stated in this proposal including services deemed necessary due to neglect or change in criteria not attributable to consultant. These services shall be performed on an hourly rate, as described in Exhibit"A". 4. Meetings requested by the Clients for other than reasons necessary for purposes other than the scope of the work herein will be charged at the hourly rates as shown in Exhibit"A". 5. The fees stipulated herein are in effect for a period of one(1)year from date of acceptance at which time they are renegotiable. 6. Lump sum services shall be invoiced based on the percent of work complete at the time of the submittal of the invoice. 7. Consultant shall prepare invoices and submit same to Client on the day of completion of an assignment or on the last day of each month based on work accomplished during the said month. Payment to Consultant by Client shall be due within thirty(30) days of invoice. Unpaid invoices after thirty(30) days will be subject to 1.5% interest. S. For projects such as Boundary/Topographic Surveys,Elevation certificates,As-Builts, etc., consultant will provide final signed and sealed documents upon receipt of payment.Documents will remain under consultant's ownership until payment is received. 9. Consultant may slow or suspend work if any payment requests have not been paid in full within 30 calendar days of submission. 9. Hourly services shall be invoiced as rendered. Hourly rates shall be as noted on the attached Hourly Rate Schedule. 10. The attached Hourly Rate Schedule will remain in effect through the current calendar year. On January 1st of each year that this contract is in effect, a new hourly rate will be instituted. 11. Consultant, if Client fails to promptly meet the payment schedule set forth in this proposal, or if the Client shall unreasonably interfere with the performances of said services described herein, shall exercise the right to terminate this agreement. The Client shall thereupon promptly pay Consultant for all work performed up to the day of termination Client Initial: Proposal No.: 25-0210 Key Largo ITT 5 143 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 EXHIBIT "A" 2025 HOURLY RATE SCHEDULE TITLE HOURLY RATE Survey Crew with GPS $300.00 CADD Technician $180.00 Professional Surveyor and Mapper $300.00 Note: A minimum charge of 4 hrs ($1,200.00) per visit will apply. Client Initial: Proposal No.: 25-0210 Key Largo ITT 6 144 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 Pavement areas overlay overbuild due to widening Road station overbuild length width area crown shift width area Name from to inches sy width sy 1 Burton 151+38 153+30 1 192 30.0 640 0.0 0 153+30 154+15 1 85 28.0 264 15 142 2.0 19 154+15 170+00 1 1,585 28.0 4,931 2.0 352 170+00 181+50 1 1,150 28.0 3,578 15 1,917 2.0 256 181+50 193+05 1 155 26.0 448 4.0 69 Planter 183+05 188+50 1 545 28.0 1,696 15 908 2.0 121 188+50 189+38 1 88 28.0 274 15 147 2.0 20 first 130+53 140+38 1 985 26.0 2,846 15 1,642 2.0 219 140+38 147+55 1 717 24.0 1,912 4.0 319 Harris 97+67 111+97 1 1,430 18.0 2,860 0 Antigua 120+00 125+30 1 530 18.0 1,060 0 Park 70+00 74+70 1 470 20.0 1,044 0 Canal 39+92 47+80 1 788 18.0 1,576 0 Beach 56+55 64+75 1 820 25.0 2,278 0 Dove 20+55 24+93 1 438 20.0 973 0 24+93 31+84 1 691 20.0 1,536 0 31+84 32+67 1 83 20.0 184 0 second 199+58 203+25 1 367 20.0 816 0 Beach 9+96 20+13 1 1,017 20.0 2,260 0 Silver PaIrr 189+96 195+87 1 591 20.0 1,313 0 Sable 31+81 42+04 1 1,023 20.0 2,273 0 Dove 77+76 94+68 1 1,692 20.0 3,760 0 Beach 50+00 56+55 1 655 20.0 1,456 0 contingency S% 1,999 1 2381 1 69 total 16,097 41,976 4,993 1,442 Subgrade(SY) limerock(SY) milling SY FC-9.5(TON) SP-95(TON) Description LBR 40 base 1 1 1 widening 1,442 sy 1,442 1,442 79 Mill and overlay 41,976 sy 41,976 2,309 overbuild 4,993 sy 275 total 1,442 1,442 41,976 2,388 275 total asphalt 2,663 145 m •L a 0 H d _ J V •L a m •L V •L r r LO r r (p L() OD 00 OD O O O N 0") I` C'7 N 00 O O lS) �+ LO C") CLJ O CA 1;T It C9 O LO I` N r NT 00 I` ti I- 00 00 r C9 CD (9 L!) N 6) L.C) N CA ',I- N N = r R 3 cncn LL LLLLLL >- J J J W a U U U U) U) U) U) Cn U) H W W W J J J U) P4 �. rq y O a) O L U Q co Q y (o CL O O H p p v U] U) (6 - r (n (n Q a) (� a U v a) Q Pr U 4? c 00 N 0) d y o m a) O U C6 En C6 a p a Q u) a .� co aa) -0 m � m 0 0 o N a) �- o o H ? cn m �' �' L Q a = a) ca .° -0 L) ° ) `n afli a o � m o 0 c 00 a0i x ° C ° C ° p U W p 0 m c m m ca p In C W E o Y U m a) > 0 M > > p N a O a) o L f6 U °D M 0 (D c6 a p > LLI :a •i ,N Q) a C c6 C= > .N O Y ? 7 U O CL U U U L Cn ca _ (6 L L O O L U L W p •� n VJ .O i5 m U -0 a) O 00 > L O L > � Q) Q U 7 7 7 a) a) _ > m ((00 a o ° a) O M N m E x c6 E 3 'L ° = > fl fl � 2i Cn c U 10 ' W W U) J - H p H U H p 2 Q C4 H s a a a d d LL a_ cn r r M 00 r r CD r OD r N N7 CD r r L!) CD OD N r N O i r O O LS) O r r O O O � Ln N N � — � � r' V r r 7 Z 4 OD 00 OD N co o , co L!) r r to O ui y r co co N 0 0 O U o ►�+ v M U j co co N 0 0 .................. N o � N a� L LI rn .N 0 146 > Q �ti fox - W W LLnwF-� 5 iVt o w i zG�wz, a v�a�n�oaal- � N N NV O o ^ M N DJ O o [0 M V1 U1 O O �� to Lfl l7 in N ^ �t zD of n M M M N W N n O N v N N a) a W jr z J J J W Q U U U Ln V) Ln V) Ln V) W W W W W J J J Vl V) ¢ Q ¢ W W � o N w w o J weQ�p z ` ❑ ¢ o W J J Z a¢a�x O a o o ��oaQ a w o`o Ln W W ❑ w�--w � o wLd O z O Ll w 5 z W m > z Q p rt N W W �> z '¢ w 27� > > o Q ¢ o I w W 1' 4- Q O O Vl J 'cc c w J za Q ' ❑ cc w U ❑ w (n [n I\ Q O w p ¢ a ❑ p J ¢ K ` CC LO Q cc w Q Q 4- I, W N V) 5 2 2 2 2 - LO ❑ o U 2 W w z � ~o (o Uj W LL a z a ^ u o o in ❑ a o z a Vl s a J a o Ln z w z W v) � ❑ Q W W p ❑ p p LO U Q I- o V V o 2 V) z �, g a a s a LL W F- U ` O f- J p Q o o W ¢ ¢ Q ¢ LL LL U C[ Z z Z Q U - cc O ❑ ❑ ❑ ❑ Q �. L, > U O Cp Lu o O o a cc z W W o^ J Ln Ln _ w LL _ W W Q z z z z 00 O CC O W Q F- 4- F- 2 a a V 4- 4- _ 4- O a a 4- F• 4- p z W z co d s > > > a Q I- X ¢ ¢ U z a z z z Ln n v) n N O IL O m Q CC 4- CL Q = w w � s s N W W J ~ O K ~ o z W 4- ~ ~ La/1 ~ ~ a O 4' F' ~ W ~ a In In ~ U ao a z u U ¢ n n n o o y W a a z 2 z W OO W O U O w Z z O z O O O Q c0 m ~ J O o Q U c) W Ln Ln u)L9 Ln U z I- VS 4- X w I, I, ¢ ¢ v) z v) u) v) a Q Y Q Q Q o U W S O Q Y U U U W ❑ ❑ S ' ❑ Q ¢ O O O w J J J J W J W ` Z z U f- 4- ~ Q w - l7 a a a O Q O O aO z o w W Q O O a J = M z � o N ❑ J z S W ¢ z z O O O zW W O V1 Ln W W U ❑ w lJ.'] (J'] (J.'] l n a p K _ _ ¢ ¢ m z z z w 2 z w N W Cp ❑ J w l9 a'l U Q s CL ` a J J z -, a a W ❑ ~ W O W W W W w W o Q W J w S X I- " > > > > _ Q ❑ ❑ a Q W W w 2¢ 2 2 2 2 m a Ln Ln Ln cc f-U I- f-O f�U m W o m U S M �_ i3O V N rG -1 LD ^ Ill (U Vi N N _ C) Q1 IN w O M ^ O^ CF N ^ .-. ^ O ^ ^ ^ VI �T O ^ N ^I O oI U) oI ^ N II) Ln Q o N N N a O N N v) v) NV M N M O O o cL > O N N N N �M M N N O a a o O t L'1 Ln ul n n n n N C ED- 2m .N cN o 147 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 Contract: G2T05 FPID: 451622-1-54-02 Project Title: Key Largo III Roadway and Drainage Project DAILY WORK REPORTS (DWR) FOR THE FOLLOWING DATES • 3 WEATHER DAYS o 01-17-25 o 01-20-25 o 02-24-25 • 2 DAYS-Miami Dade 344 Wildfire-Route US-1 Closure/Delays o 03-20-25 o 03-21-25 148 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 700-010-13 DAILY REPORT OF CONSTRUCTION CONSTRUC0TION 609 Page 1 of 3 Date. Contract ID- Financial Project ID- Inspector- 1/17/2025 451622-1-54-02 High Temp: 100 AM Conditions- PM Conditions- Low Temp. 88 RAIN RAIN Remarks General: SUBCONTRACTOR TRANSFLORIDA DID THE FOLLOWING WORK- 1. S7-1 BACKFILL W/ BALLAST ROCK FD 2. S7-1 INSTALLED 25FT OF 24" HP PERFORATED PIPE. 3. S7-1 INSTALLED 8 FT OF 24" HP SOLID PIPE 4. CLEAN UP Accidents- Day of Week- Contract Day- Total Days- ®No ❑Yes See Accident Report Dated- FRIDAY 194 365 Visitors- Contractor(s)and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1. Prime Supt 1 5:00. Foreman 1 5:00 Skilled H&R PAVING Semi skilled Common Trainee 2. Sub/Utility Supt 1 3 Foreman 1 5:00. Skilled 7 5:00 TRANSFLORIDA Semi skilled Common 2 5:00. Trainee 3. Sub/Utility Supt Foreman Skilled Semi skilled Common Trainee 4. Sub/Utility Supt Foreman Skilled Semi skilled Common Trainee Contractors Equipment Active or Idle Contr/Sub # Equipment # # Total ID Description Pieces Used Hours Used TRANSFLORIDA LOADER (KOMATSU) 1 1 5:00 TRANSFLORIDA LOW BOY 1 TRANSFLORIDA SKID STEER LOADER (CAT) 1 1 5:00 TRANSFLORIDA CATERPILLAR EXCAVATOR 315F 1 1 5:00 TRANSFLORIDA CATERPILLAR 330 EXCAVATOR 1 1 5:00 TRANSFLORIDA PETERBILT DUMP TRUCK 1 1 TRANSFLORIDA PETERBILT DUMP TRUCK 1 1 TRANSFLORIDA CATERPILLAR 304 MINI EXCAVATOR 1 1 5:00 149 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 700-010-13 CONSTRUCTION 06/09 Page 2 of 3 Date: Contract ID: 1/17/2025 Estimated Work Performed Contr/ Line Item# Pay Item Time AM/PM Installed Sub# Code Location Beginning Endinq Qty Units 2 443-70-4 S7-2 FRENCH DRAIN 8:00 1:00 WIP LF EFFECTS OF WEATHER ON MAJOR WORK ITEMS (CHECK CONTROLLING ITEMS): No Effect Affected Less Than 50% Affected More Than 50% No Work Major and/or Controlling Work Items All Day of Work Day Of Work Day All Day S7-2; CONST. INLET AND FD ❑ ❑ ❑ S7-1; CONST. INLET AND FD ❑ ❑ ® ❑ WIDENING ❑ ❑ ® ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ CONTRACTOR PAST PERFORMANCE PURSUIT OF THE WORK: ❑ YES ❑ NO CONFORMANCE WITH CONTRACT DOCUMENTS: ❑ YES ❑ NO TECHNICIAN'S SIGNATURE AND RATING: HOURS AT JOB SITE TOTAL HOURS FROM: TO: ENGINEER IN CHARGE (NAME, RANK AND INITIALS): DATE: DISTRIBUTION: Original—Project Engineer Copy—Contractor(as requested) 150 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Pa e Date. Contract ID: Financial Project ID: Inspector: 1/17/2025 451622-1-54-02 Remarks General: We a t h e ir ar um a .to urain on HieDr6ecl. denl n cUId nol I Derfornied 4bhout Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: FRIDAY 194 365 Visitors: Contractors Equipment Active or Idle Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used 151 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 700-010-13 DAILY REPORT OF CONSTRUCTION CONSTRUC0TION 609 Page 1 of 4 Date. Contract ID- Financial Project ID- Inspector- 1/20/2025 451622-1-54-02 High Temp: 100 AM Conditions- PM Conditions- Low Temp. 88 RAIN RAIN Remarks General: SUBCONTRACTOR TRANSFLORIDA DID THE FOLLOWING WORK- 1. S7-1 BACKFILL W/ EMBANKMENT MATERIAL 1 LOAD 2. S7-1 BACKFILL AROUND THE STRUCTURE W/ SAND 3. S7-1 CEMENT SEAL PIPE 4. S4-7 UNINSTALL PAVER 5. CLEAN UP Accidents- Day of Week- Contract Day- Total Days- ®No ❑Yes See Accident Report Dated- MONDAY 197 365 Visitors- Contractor(s)and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1. Prime Supt 1 9:00. Foreman 1.00 9:00 Skilled H&R PAVING Semi skilled Common Trainee 2. Sub/Utility Supt 1 3 Foreman 1 9:00. Skilled 7 9:00 TRANSFLORIDA Semi skilled Common 2 9:00. Trainee 3. Sub/Utility Supt Foreman Skilled Semi skilled Common Trainee 4. Sub/Utility Supt Foreman Skilled Semi skilled Common Trainee Contractors Equipment Active or Idle Contr/Sub # Equipment # # Total ID Description Pieces Used Hours Used TRANSFLORIDA LOADER (KOMATSU) 1 1 9.00. TRANSFLORIDA LOW BOY 1 9:00 TRANSFLORIDA SKID STEER LOADER (CAT) 1 1 9:00. TRANSFLORIDA CATERPILLAR EXCAVATOR 315F 1 1 9:00 TRANSFLORIDA CATERPILLAR 330 EXCAVATOR 1 1 9 ;00 TRANSFLORIDA PETERBILT DUMP TRUCK 1 1 TRANSFLORIDA PETERBILT DUMP TRUCK 1 1 TRANSFLORIDA CATERPILLAR 304 MINI EXCAVATOR 1 1 9:00 152 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 700-010-13 CONSTRUCTION 06/09 Page 2 of 4 Date: Contract ID: 1/20/2025 Estimated Work Performed Contr/ Line Item# Pay Item Time AM/PM Installed Sub# Code Location Beginning Endinq Qty Units 2 443-70-4 S7-1 FRENCH DRAIN 8:00 5:00 25 LF 2 125-1 S7-1 EXCAVATION FOR STRUCTURE 8:00 5:00 21.15 CY 2 104-10-3 S7-1 SEDIMENT BARRIER 8:00 5:00 100 LF 2 425-1-521 S7-1 INLET DIRT BOT TYPE C<10 8:00 5:00 1.00 EA 2 430-174- S7-1 PIPE CULVERT ROUND 24" SD 8:00 5:00 8 LF 124 2 120-1 REGULAR EXCAVATION ON FIRST ST 8:00 5:00 WIP CY STA 140+67 TO 146+31 2 160-4 STABILIZATION TYPE B STA 140+67 TO 8:00 5:00 WIP SY 146+31ON FIRST ST 2 210-1-8 LIMEROCK BASE TYPE B STA 140+67 8:00 5:00 WIP SY TO 146+31ON FIRST ST EFFECTS OF WEATHER ON MAJOR WORK ITEMS (CHECK CONTROLLING ITEMS): No Effect Affected Less Than 50% Affected More Than 50% No Work Major and/or Controlling Work Items All Day of Work Day Of Work Day All Day S7-1; CONST. INLET AND FD ❑ ❑ ® ❑ S4-7; CONST. INLET AND FD ❑ ❑ ❑ S4-6; CONST. INLET AND FD ❑ ❑ ❑ WIDENING ❑ ❑ ® ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ CONTRACTOR PAST PERFORMANCE PURSUIT OF THE WORK: ❑ YES ❑ NO CONFORMANCE WITH CONTRACT DOCUMENTS: ❑ YES ❑ NO TECHNICIAN'S SIGNATURE AND RATING: HOURS AT JOB SITE TOTAL HOURS FROM: TO: ENGINEER IN CHARGE (NAME, RANK AND INITIALS): DATE: 153 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 700-010-13 CONSTRUCTION 06/09 Page 4 of 4 Attachment Pa e Date. Contract ID: Financial Project ID: Inspector: 1/20/2025 451622-1-54-02 Remarks General: WATER POUNDING ON WIDENING MAKING IT IMPOSSIBLE TO COMPACT WEA II Ih N IL II IL.. Y GI II L.. IL.. II: ...IL.. II: II II::: II II G II II: II III VA....II II Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: MONDAY 197 365 Visitors: Contractors Equipment Active or Idle Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used 154 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 700-010-13 DAILY REPORT OF CONSTRUCTION CONSTRUC0TION 609 Page 1 of 3 Date. Contract ID- Financial Project ID- Inspector- 2/24/2025 451622-1-54-02 High Temp: 74 AM Conditions- PM Conditions- Low Temp. 69 RAINING RAINING Remarks General: SUBCONTRACTOR TRANSFLORIDA DID THE FOLLOWING WORK: 1. CLEAN UP AND MAINTAINING EROSION CONTROL DEVICES AT STA ON CARIBBEAN AVE 2. EXCAVATION FOR WIDENING STA 183+49 - 184+49 RIGHT ROADWAY ON PLANTER DR, TRENCH 15" DEEP Accidents- Day of Week: Contract Day- Total Days- ❑No ❑Yes See Accident Report Dated. MONDAY 232 � 381 Visitors- Contractors and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1. Prime Supt 1 5:30 Foreman 1.00 5:30 Skilled H&R PAVING Semi skilled Common Trainee 2. Sub/Utility Supt 1 3 Foreman 1 5:30 Skilled 9 5:30 TRANSFLORIDA Semi skilled Common 2 5:30 Trainee 3. Sub/Utility Supt Foreman Skilled Semi skilled Common Trainee 4. Sub/Utility Supt Foreman Skilled Semi skilled Common Trainee Contractors Equipment Active or Idle Contr/Sub # Equipment # # Total ID Description Pieces Used Hours Used TRANSFLORIDA LOADER (KOMATSU) 1 1 5:30 TRANSFLORIDA LOW BOY 1 TRANSFLORIDA SKID STEER LOADER (CAT) 1 1 5:30 TRANSFLORIDA CATERPILLAR EXCAVATOR 315F 1 1 5:30 TRANSFLORIDA CATERPILLAR 330 EXCAVATOR 1 1 5:30 TRANSFLORIDA PETERBILT DUMP TRUCK 1 TRANSFLORIDA PETERBILT DUMP TRUCK 1 TRANSFLORIDA CATERPILLAR 304 MINI EXCAVATOR 1 1 5:30 TRANSFLORIDA VACUUM TRUCK 1 155 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 700-010-13 CONSTRUCTION 06/09 Page 2 of 3 Date: Contract ID: 2/24/2025 Estimated Work Performed Contr/ Line Item# Pay Item Time AM/PM Installed Sub# Code Location Beginning Ending Qty. Units EFFECTS OF WEATHER ON MAJOR WORK ITEMS (CHECK CONTROLLING ITEMS): No Effect Affected Less Than 50% Affected More Than 50% No Work Major and/or Controlling Work Items All Day of Work Day Of Work Day All Day S1-4 CONST. INLET AND FD ❑ ❑ ❑ WIDENING ❑ ❑ ® ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ CONTRACTOR PAST PERFORMANCE PURSUIT OF THE WORK: ❑ YES ❑ NO CONFORMANCE WITH CONTRACT DOCUMENTS: ❑ YES ❑ NO TECHNICIAN'S SIGNATURE AND RATING: tHOURS AT JOB SITE TOTAL HOURS y�� M: TO: J '�I�' �m..µiuIE IL... '�IF'IEZ 1:30 5.30 ENGINEER IN CHARGE NAME, RANK AND INITIALS): DATE: DISTRIBUTION: Original—Project Engineer Copy—Contractor(as requested) 156 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Page Date: Contract ID: Financial Project ID: Inspector: 2/24/2025 451622-1-54-02 Remarks General: WATER IS PONDING ON WIDENING MAKING IT IMPOSSIBLE TO COMPACT WEA IL IL NII: II: II::: Y GI: II ...IL..II: II::: II::: II: ...IL.. II: IIII Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: MONDAY 232 381 Visitors- Contractor(s) Equipment (Active or Idle) Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used 157 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 700-010-13 DAILY REPORT OF CONSTRUCTION CONSTRUC0TION 609 Page 1 of 3 Date. Contract ID- Financial Project ID- Inspector- 3/20/2025 451622-1-54-02 High Temp: 79 AM Conditions- PM Conditions- Low Temp. 66 SUNNY SUNNY Remarks General: NO WORK DUE TO 344 FIRE Accidents- Day of Week- Contract Day- Total Days- ❑No ❑Yes See Accident Report Dated- THURSDAY 256 381 Visitors- Contractors and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1. Prime Supt 1 0.00 Foreman 1.00 0.00 Skilled H&R PAVING Semi skilled Common Trainee 2. Sub/Utility Supt 1 3 Foreman 1 0.00. Skilled 9 0.00 TRANSFLORIDA Semi skilled Common 2 0.00. Trainee 3. Sub/Utility Supt Foreman Skilled Semi skilled Common Trainee 4. Sub/Utility Supt Foreman Skilled Semi skilled Common Trainee Contractors Equipment Active or Idle Contr/Sub # Equipment # # Total ID Description Pieces Used Hours Used TRANSFLORIDA LOADER (KOMATSU) 1 TRANSFLORIDA LOW BOY 1 TRANSFLORIDA SKID STEER LOADER (CAT) 1 TRANSFLORIDA CATERPILLAR EXCAVATOR 315F 1 TRANSFLORIDA CATERPILLAR 330 EXCAVATOR 1 TRANSFLORIDA PETERBILT DUMP TRUCK 1 TRANSFLORIDA PETERBILT DUMP TRUCK 1 TRANSFLORIDA CATERPILLAR 304 MINI EXCAVATOR 1 TRANSFLORIDA VACUUM TRUCK 1 158 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 700-010-13 CONSTRUCTION 06/09 Page 2 of 3 Date: Contract ID: 3/20/2025 Estimated Work Performed Contr/ Line Item# Pay Item Time AM/PM Installed Sub# Code Location Beginning Ending Qty. Units EFFECTS OF WEATHER ON MAJOR WORK ITEMS (CHECK CONTROLLING ITEMS): No Effect Affected Less Than 50% Affected More Than 50% No Work Major and/or Controlling Work Items All Day of Work Day Of Work Day All Day S1-4; CONST. INLET AND PIPE ❑ ❑ ❑ S4-6; CONST. INLET AND PIPE ❑ ❑ ❑ WIDENING ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ CONTRACTOR PAST PERFORMANCE PURSUIT OF THE WORK: ❑ YES ❑ NO CONFORMANCE WITH CONTRACT DOCUMENTS: ❑ YES ❑ NO TECHNICIAN'S SIGNATURE AND RATING: HOURS AT JOB SITE TOTAL HOURS FROM: TO: ENGINEER IN CHARGE NAME, RANK AND INITIALS): DATE: DISTRIBUTION: Original—Project Engineer Copy—Contractor(as requested) 159 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Page Date: Contract ID: Financial Project ID: Inspector: 3/20/2025 451622-1-54-02 Remarks General: S1-4 STEEL PLATES REMAIN IN PLACE ID DII I .IL..II IINN,.., MN11 II DAY GI II III II II : II II II II IhU& .l II III Accidents: Day of Week: Contract Day: Total Days: ❑No ❑Yes See Accident Report Dated: THURSDAY 256 381 Visitors- Contractor(s) Equipment (Active or Idle) Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used 160 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 700-010-13 DAILY REPORT OF CONSTRUCTION CONSTRUC0TION 609 Page 1 of 3 Date. Contract ID- Financial Project ID- Inspector- 3/21/2025 451622-1-54-02 High Temp: 73 AM Conditions- PM Conditions- Low Temp. 66 SUNNY SUNNY Remarks General: NO WORK DUE TO 344 FIRE Accidents- Day of Week- Contract Day- Total Days- ❑No ❑Yes See Accident Report Dated- FRIDAY 257 381 Visitors- Contractors and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1. Prime Supt 1 0.00 Foreman 1.00 0.00 Skilled H&R PAVING Semi skilled Common Trainee 2. Sub/Utility Supt 1 3 Foreman 1 0.00. Skilled 9 0.00 TRANSFLORIDA Semi skilled Common 2 0.00. Trainee 3. Sub/Utility Supt Foreman Skilled Semi skilled Common Trainee 4. Sub/Utility Supt Foreman Skilled Semi skilled Common Trainee Contractors Equipment Active or Idle Contr/Sub # Equipment # # Total ID Description Pieces Used Hours Used TRANSFLORIDA LOADER (KOMATSU) 1 TRANSFLORIDA LOW BOY 1 TRANSFLORIDA SKID STEER LOADER (CAT) 1 TRANSFLORIDA CATERPILLAR EXCAVATOR 315F 1 TRANSFLORIDA CATERPILLAR 330 EXCAVATOR 1 TRANSFLORIDA PETERBILT DUMP TRUCK 1 TRANSFLORIDA PETERBILT DUMP TRUCK 1 TRANSFLORIDA CATERPILLAR 304 MINI EXCAVATOR 1 TRANSFLORIDA VACUUM TRUCK 1 161 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 700-010-13 CONSTRUCTION 06/09 Page 2 of 3 Date: Contract ID: 3/21/2025 Estimated Work Performed Contr/ Line Item# Pay Item Time AM/PM Installed Sub# Code Location Beginning Ending Qty. Units EFFECTS OF WEATHER ON MAJOR WORK ITEMS (CHECK CONTROLLING ITEMS): No Effect Affected Less Than 50% Affected More Than 50% No Work Major and/or Controlling Work Items All Day of Work Day Of Work Day All Day S1-4; CONST. INLET AND PIPE ❑ ❑ ❑ S4-6; CONST. INLET AND PIPE ❑ ❑ ❑ WIDENING ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ CONTRACTOR PAST PERFORMANCE PURSUIT OF THE WORK: ❑ YES ❑ NO CONFORMANCE WITH CONTRACT DOCUMENTS: ❑ YES ❑ NO TECHNICIAN'S SIGNATURE AND RATING: HOURS AT JOB SITE TOTAL HOURS FROM: TO: ENGINEER IN CHARGE NAME, RANK AND INITIALS): DATE: DISTRIBUTION: Original—Project Engineer Copy—Contractor(as requested) 162 Docusign Envelope ID: CCEB466D-E224-4668-8E2D-83AF57495517 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Page Date: Contract ID: Financial Project ID: Inspector: 3/21/2025 451622-1-54-02 Remarks General: S1-4 STEEL PLATES REMAIN IN PLACE ADD .IL..II 11NN, MNII : II DAY GI II III II:: II L.. II II 3H II N II III Accidents: Day of Week: Contract Day: Total Days: ❑No ❑Yes See Accident Report Dated: FRIDAY 257 381 Visitors- Contractor(s) Equipment (Active or Idle) Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used 163 H&RPA-1 OP ID: MR CERTIFICATE OF LIABILITY INSURANCE FDATE(MM/DD/YYYY) 06/28/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 305-477-0444 CONTACT SUSAN SANCHEZ-ARMENGOL Combined Underwriters of Miami PHONE FAx 8240 N.W.52 Terr,Suite 408 (A/C,No,EXt):305�77-0444 (A/C,No):305-599-2343 Miami,FL 33166 E-MAIL susan@combinedmiami.com SUSAN SANCHEZ-ARMENGOL ADDRESS: INSURERS AFFORDING COVERAGE NAIC# INSURERA:JAMES RIVER INSURANCE CO. 12203 INSURED INSURER B:PROGRESSIVE INSURANCE COMPANY 10193 H&R PAVING INC. 1965 NW 110 AVENUE INSURERC:GREAT AMERICAN INSURANCE CO. 16691 MIAMI,FL 33172 INSURER D:AMERICAN COMPENSATION 45934 INSURER E:WESTCHESTER SURPLUS LINES 10172 INSURER F:ADMIRAL INS.CO. 24856 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE DDL UBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE J I MSES OCCUR 738BG03904 06/30/2024 06/30/2025 PRE TO( RENTED Ea 100,000 PRE occurrence $ X Np XCU Exclusion MED EXP(Any oneperson) $ 5,000 X No Indep cont esc PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PPOLICY ] JECT1:1 LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1 000 000 Ea accident $ X ANY AUTO 03840863 06/30/2024 06/30/2025 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 IA EXCESS LB CLAIMS-MADE T00048362610-1 06/30/2024 06/30/2025 AGGREGATE $ 5,000,000 DED X RETENTION$ 0 $ D WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N 10082978WC� 06/30/2024 06/30/2025 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ E RAILROAD G74376637001 09/01/2023 09/01/2024 5,000,000 5,000,000 D POLLUTION LIAB JA10011966-1 06/30/2024 06/30/2025 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Monroe County and Florida Department of Transportation as additional insured on the GL and Auto policies I PROJECT:Key Largo III ROADWAY AND DRAINAGE 7.1.24 CERTIFICATE HOLDER CANCELLATION MONROEC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE MONROE COUNTY BOARD OF THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. COUNTY COMMISSIONERS 1100 SIMONTON STREET KEY WEST, FL 33040 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 164