Loading...
HomeMy WebLinkAbout4th Change Order 06/25/2025 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B MONROE COUNTY/ENGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: Key Largo III Roadway and Drainage Project CHANGE ORDER NO: 4 INITIATION DATE: 6.2.26 CONTRACTOR: H&R Paving, Inc. CONTRACT DATE: 5.16.24 The Contract is changed as follows: 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 Net change by previously authorized Change Order 3 BOCC 5.21.-25 —$249,778.00 — Contract Sum prior to this Change Order 4 $2,346,609.17 Contract Sum is (decreased)by this Change Order 4 -- $(146,614.08 Revised Contract Sum including Change Order 1, 2, 3 and 4 $2,200,096. 9� 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 SUDDorted 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 Bid Item Description—Drainage related Increase Unit of Unit Price $Amount items per detail attached or Measure (Decrease) 425-1-521 Inlets, DT Bot Type C<10'(S1-1, (6) EA $4,313.00 ($25,878.00) S1-3, S1-5 S3-3, S5-2, S4-8) 425-1-601 Inlets DT Bot Type J (S1-2, S1-4, (3) EA $4,650.00 ($13,950.00) S5-1) 425-2-71 Manholes Type J (MH-1) (1) EA $4,950.00 ($4,950,00) 430-174- Pipe Culvert Rd 18" (73) LF $182,19 ($13,299.87) 118 430-174- Pipe Culvert Rd 24" (108) LF $308.36 ($33,302.88) 124 430-70-4 French Drain 24" (334) LF $358.96 ($119,892.64) Not Bid RC07-Cost of/remove S 1-4 1 LS $7,792.55 $7,792.55 and backfill sewer line Not Bid RC05-Drain grates revised to 25 EA $543.22 $13,580.50 6611 galvanized steel and traffic rated—difference from what was specified in bid documents as not traffic rated or galvanized 6610 Not Bid RC04-Cost of S5-1 and S5-2 1 LS $12,522.56 $12,522.56 and to dispose of S 1-4, S5-11 and S5-2 that were on site but unable to use due to utility I conflicts Not Bid RCO4- Rim elevation error by I LS $6,726.28 $6,726.28 S3-11 modified-lowered Doouogn Envelope ID:85O14928-89DO4OBA-8D50-35BC2OFFA3OB abandoned 35 ft long cross drainpipe across Burton Drive delineators—shown on plans as relocate but none on site swale areas—drainage could not be installed due to sewer conflicts Net change to the contract deduction of ($146,514.08) The project commencement was July 8, 2024. Original contract 365 calendar days bsba d | completion hmbe7.8.25. Change Order 1 revised substantial completion to 7.23.25. Change Order 2 revised substantial completion to 7.24.25. Change Order 3 revised substantial completion to 8.28.25. This Change Order adds 11 calendar days (7 change order days and 4 weather days- 5.9 -Miami Dade V0|dfina 167, 5.12' 5.23. 6.3-nain, )bo the contract. Substantial completion io revised hoQ.8.25. Contractor agrees to accept the decrease of($145.514.O8) in monetary compensation and hereby waives and releases any and all claims for any additional compensation related to these bid items. This Change Order 4iea deduction of(.O796) of the original contract price. This change was approved by the Engineer of Record(VVSP USA, Inc) and the CE| (KCA. Inc.) (see attachment) Not valid until signed by Contractor, County-acknowledged by F CON � � ENGINEERING SERVICES D|RECTO « dry ViCk for Judy Clarke 6/09125 Date Digitally signed uyChristine Christine K���|���� Hurley --. '. ._— _ Hurley Date:0000wnuo14ny14�4mr COUNTY ADMINISTRATOR - � � � � � Date by) FLORIDA DEPARTMENT OFTRANSPORTATION (451623 SCOPFUNDED) w".o/o""ob,. ,"". (451622-1-54-02 FooT participation cost: $ 0 concurrence: (,al�xr6 �^"� `^`tx^ FooT participation Time: ll days ~--a":xr^18E561+*o- LAp - construction oversight Date MONROE COUNTY ATTORNEY , APPROVED AS TO FORM Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: Drainage deleted from contract or modified due to existing FKEC, FKAA and KLWTD utility conflict conditions, site conditions require traffic rated galvanized grates - not specified by EOR, existing underground corrugated cross drainpipe removal across Burton Drive, nonexistent delineators shown on plan sheet as existing, Ocean Pointe swale creation due to drainage structure conflicts with sewer. • 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 4 is a net ($145,514.08) decrease to the contract. • 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: 000usign Envelope ID:ano14noa-8noo-400A-8ono-3nocomFFA000 ����N������� ��N��� w�w��mm����=m� ��m—uw�mw-�� & A S S O C II A "r E S U Key Largo III—Roadway&Drainage Improvements Project Fy4Wo':451622-1-5D-02 ContraotG2TO5 Project Drainage Final Quantities Engineer Cost Estimate Review This Pay Item is being reduced by a total quantity of six(6) each (EA),with a Contract Unit Price of$4,313.00 EA, due to the directed deletions in the respective Request For Information (RF|(o)) and explanation as outlined below: S1'1: Inlet structure (Sta1GS+O7.32 Burton Dr)deleted byRF| OS S1'3: Inlet structure (Sta167+3S.41 Burton Dr)deleted byRF| 10 S1'5: Inlet structure (Sta174+41.16 Burton Dr)deleted byRF| 11 S3'3: Inlet structure (Sta47+6S.4G Canal St)deleted byRF| O1 S5'2: Inlet structure(StaS7+76.34 Harry Harris Dr)deleted byRF| 14 S4-8: Inlet structure (Sta 64+26.10 Beach Rd)was shown in the Drainage Table 2 (DR-2) and included in the original Bid Quantities but was not depicted in the Plan Sheets and was deleted from the scope of work. This Pay Item is being reduced by a total quantity of one (1)each (EA),with a Contract Unit Price of$4,650.00 EA, due tothe directed deletions in the respective Request For Information (RF|(o))aooutlined below: S1'2: Inlet structure (Sta166+S8.13 Burton Dr)deleted byRF| 10 S1'4: Inlet structure (Sta174+42.3G Burton Dr)deleted byRF| 11A SG'1: Inlet structure (StaS7+S8.S7 Harry Harris Dr)deleted byRF| 14 Pay Item:-425-2-71 Manholes Type J: This Pay Item is being reduced by a total quantity of one (1)each (EA),with a Contract Unit Price of$4,950.00 EA, due tothe directed deletions in the respective Request For Information (RF|(o))aooutlined below: MH'1: Manhole structure(Sta1GS+O7.32 Burton Dr)deleted byRF| OS Pay Item:-430-174-118 Pipe Culvert Round 18"SD: This Pay Item is being reduced by a total quantity of 73 Linear Feet(LF),with a Contract Unit Price of$182.19 per LF.This pipe is associated with the Type C S4-8 Inlet Structure(Sta 64+26.10 Beach Dr)which was shown in the Drainage Table 2 (DR-2) and included in the original Bid Quantities but was not depicted in the Plan Sheets and was deleted from the scope of work. Also, S5'1 Inlet Structure was deleted through RF| 14 and incorporated 37 LFof pipe. Pay Item:-430-174-124 Pipe Culvert Round 24"SD: This Pay Item is being reduced by a total quantity of 108 Linear Feet(LF),with a Contract Unit Price of$308.36 per LF, due to the directed deletions in the respective Request For Information (RF|(o)) and explanation as outlined below: MH-1: Manhole deletion (Sta 159+07.32 Burton Dr)includes pipe deletion of 8 LF RFI 09 000usign Envelope ID:ano14noa-8noo-400A-8ono-3nocomFFA000 ����N������� ��N��� w�w��mm����=m� ��m—uw�mw-�� & A S S O C II A "r E S U S1'1: Structured eb*ton (Sta1GS+O7.32 Burton Rd) includes pipe deletion of1OLFRF| OS S3-1: Structure deletion (Sta 47+69.32 Canal St) includes pipe deletion of 8 LF RFI 01 S8-3: Pipe length (Sta 20+90.32 Dove Lake Rd)Sheet DR-2 should be French Drain so deleted 4 LF S8-4: Pipe length (Sta 21+41.32 Dove Lake Rd)Sheet DR-2 should be French Drain so deleted 4 LF S1'G: Structure deletion (Sta174+41.16 Burton Rd) includes pipe deletion of42LFRF| 11 S1'4: Structure deletion (Sta174+42.3G Burton Rd) includes pipe deletion of8LFRF| 11A S1-2: Structure deletion (Sta 166+98.13 Burton Rd)includes pipe deletion of 8 LF RFI 10 S1'3: Structure deletion (Sta167+3S.41 Burton Rd)includes pipe deletion of8LFRF| 1O S5'1: Structure deletion (Sta 97+98.97 Harry Harris Or) includes pipe deletion of LFRF| 14 Pay Item:-430-70-4 French Drain 24": This Pay Item is being reduced by a total quantity of 334 Linear Feet(LF),with a Contract Unit Price of$358.96 per LF, due to the directed deletions in the respective Request For Information (RF|(o)) and explanation as outlined below: MH'1: Manhole deletion (Sta1GS+O7.32 Burton Dr)includes pipe deletion of11OLFRF| OS S3-3: Structure deletion (Sta 47+69.45 Canal St)includes pipe deletion of 25 LF RFI 01 S3-1: Structure modification (Sta 47+69.32 Canal St) includes pipe addition of 25 LF RFI 03 S8-3: Pipe length (Sta 20+90.32 Dove Lake Rd)Sheet DR-2 should be French Drain so added 4 LF S8-4: Pipe length (Sta 21+41.32 Dove Lake Rd)Sheet DR-2 should be French Drain so added 4 LF S2-1: Pipe length (Sta 183+48.43 Planter Dr)Sheet DR-2 was incorrect pipe type so deleted 5 LF S2'2: Pipe length (Sta 183+47.00 Planter Dr)Sheet DR-2 was incorrect pipe type so deleted 5 LF S4-7: Pipe length (Sta 63+49.99 Beach Dr)Sheet DR-2 was incorrect pipe type so added 23 LF S1'4: Structure deletion (Sta174+42.3G Burton Dr)includes pipe deletion of8OLFRF| 11A S1'2: Structure deletion (Sta166+S8.13 Burton Dr)includes pipe deletion of7OLFRF| 1O S1'3: Structure deletion (Sta167+3S.41 Burton Rd)includes pipe deletion ofGGLFRF| 1O S5-1: Structure deletion (Sta 98+98.97 Harry Harris Dr) includes pipe deletion of 40 LF RFI 14 Pay Item:- Remove S1-4&Backfill Sewer Line: Due to the rim elevation depicted in the plans being 7.2" above Edge of Pavement(EOP), Structure S1-4 and the exfiltnation trench were deleted from the project.The cost estimate reflects the scope of work to remove S1-4 and backfill.the exfiltration trench over the utility and includes the needed Maintenance of Traffic, cost of the structure and regular excavation.The Lump Sum coot estimate of$7.7S2.GG reflects the level of effort required, is commensurate with the scope of work needed, incorporates existing contract Pay Items (where applicable)and appearsto be reasonable.The contractor is requestingan additionalthree(3)Calendar Day(s) of contract time to perform this work.The duration requested appears reasonable. Pay Item:- Replace USF 6610 with USF 6611 Galvanized Traff ic Rated Steel Grates: The steel grates originally submitted were the USF 6610 which are not traffic rated nor galvanized. Monroe County required that the grates be modified to USF6611 steel grates which are both traffic rated and galvanized. The cost estimate is for the difference in price between USF 6610 ($275.00 EA) and USF 6611 ($818.22 EA) steel grates. This difference in price is $543.22 EA per steel grate.The cost estimate appears to be reasonable for the scope of work requested. The contractor is requesting an additional zero (0) Calendar Oay(o)of contract time to perform this work. Pay Item:- Remove and Dispose of Structures S1-4,S5-1 &S5-2: Structures S1'4. S5'1 and S5'2 were deleted from the project due to utility conflicts. The coot estimate includes the reimbursement for these structures together with the cost for removal and disposal ofthese 000usign Envelope ID:ano14noa-8noo-400A-8ono-3nocomFFA000 ����N������� ��N��� w�w��mm����=m� ��m—uw�mw-�� & A S S O C II A "r E S U three structures. The Lump Sum coot estimate of $12.522.56 reflects the level of effort required, is commensurate with the scope of work needed and appears to be reasonable.The contractor is requesting an additional zero (0)Calendar Day(s)of contract time to perform this work. Pay Item:- Modify Structure S3-1 to Install Type J TW. The rim elevation of Structure S3-1 created a safety aspect at Canal St where it was set—7" above the edge of pavement(EOP)and the drainage of the area.The solution was to cut the top of S3-1 (-16")so that it is below the existing E{}P and install a new]'Top. This iovverS3'1 elevation should drain the area during normal rain events.The costestimate includesthe laborand equipment needed as a newJ-Topwill be used from a deleted location.The Lump Sum cost estimate of$6,726.28 reflects the level of effort required, is commensurate with the scope of work needed and appears to be reasonable. The contractor is requesting an additional one (1) Calendar Day(s)of contract time to perform this work.The duration requested appears reasonable. Pay Item:- Remove and Dispose of Abandoned Cross Drain on Burton Dr.(Sta 169+09). During construction,the contractor encountered an unknown buried cross drain (-24" CMP)on Burton Dr. It was determined that this 35 LF of pipe was an abandoned drainage system that Monroe County elected to have removed and disposed. The coot estimate includes the Maintenance of Traffic, pipe removal and disposal, backfilling and compaction, soil testing and asphalt roadway temporary patch of the pipe crossing. The Lump Sum cost estimate of $16.160.83 reflects the similar cost for pipe removal of $276.08 per LF (Change Order 2) and the added $185.66 per LF reflects the level ofeffort required for added work items identified above and incorporates existing contract Pay Items (where applicable).This is commensurate with the scope of work needed and appears to be reasonable. The contractor is requesting an additional two (2) Calendar Day(s)of contract time to perform this work.The duration requested appears reasonable. Pay Item:- Install Delineators on m St and Planter Rd: Monroe County requested the existing six (6) missing delineators be replaced on 1* Stand Planter Rd. The cost estimate, with a unit price of $1G7.GO EA, includes furnishing and installation of the delineators. FOOT Pay Item 7OG'11'1 Delineator, Flexible Tubular has a six month Market Area 13 (Miami-Dade) Average Item Cost of $119.94 EA. There is no available data for Market Area 14 (Monroe). This is commensurate with the scope of work needed and appears tobereasonable. � v - � �~ � CDI A' FO The contractor is requesting an additional zero (0)Calendar Day(s)of contract time to perform this work. 000usign Envelope ID:ano14noa-8noo-400A-8ono-3nocomFFA000 ����N������� ��N��� w�w��mm����=m� ��m—uw�mw-�� & A S S O C II A "r E S Pay Item:-Construct Ocean Pointe Swales (Sta 170+00 to Sta 173+00 RT)on Burton Dr. The area of Burton Oratthe entrance to Ocean Pointe is lower than the surrounding area and results in otormvvater pondinQ. This location on does not have a formal drainage (inlets) nor conveyance systems to manage this ponding water. Monroe County requested that 6"V-notch swales be constructed at this location to manage the otornnvvater. The Lump Sum cost estimate of$8.O31.GS reflects the level ofeffort requinad, is commensurate with the scope of work needed' incorporates existing contract Pay |tenno (where applicable) and appears to be reasonable.The contractor is requesting an additional one (1)Calendar Day(s)of contract time to perform this work.The duration requested appears reasonable. Additional Contract Time: The contractor has requested a total of an additional seven (7) Calendar Days for the above described work activities which, based on the level of effort and schedule,appears reasonable.Additionally,four(4)weather days are included for a total of eleven (11)Calendar Days to be included in Change Order 4. Kenneth B. Spi||ett, P.E. Senior Program Manager Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Key Largo III Roadway and Drainage Improvements FM#451622-1-54-02 CHANGE ORDER#4—Project Drainage Final Quantities Item No Description Quantity Unit Subtotal Price 425-1-521 Inlets,DT Bot Tyne C<10': <6 EA> $4,313.00 ,,,$25,878, 0> S1-1 deleted RFI 09 S1-3 deleted RFI 10 S1-5 deleted RFI 11 S3-3 deleted RFI 01 S5-2 deleted RFI 14 S4-8 deleted RFI 14 Net Deletion of 6 EA 425-1-601 Inlets,DT Bot TypeJ: <3 EA> $4,650.00 <$1 3,950.00> S1-2 deleted RFI 10 S1-4 deleted RFI 11A S5-1 deleted RFI 14 Net Deletion of 3 EA 425-2-71 Manhole Type J: <1 EA> $4,950.00 % I,950.00> MH-1 deleted RFI 09 Net Deletion of 1 EA 430-174-118 Pipe Culvert Round 18"SD: <73 LF> $182.19 <$1 299,87 * Pipe(36 LF)associated with S4-8 deleted RFI 09 Pipe(37 LF)associated with S5-1 deleted RFI 14 Net Deletion of 73 LF 430-174-124 Pipe Culvert Round 24"SD: <108 LF> $308.36 < 30''.88> Pipe associated with MH-1 deleted 8 LF RFI 09 S1-1 deleted 10 LF RFI 09 S3-1 deleted 8 LF RFI 01 S8-3 deleted 4 LF incorrect pipe type on DR2 S8-4 deleted 4 LF incorrect pipe type on DR2 S1-5 deleted42 LF RFI 11 S1-4 deleted 8 LF RFI 11A S1-2 deleted 8 LF RFI 10 S1-3 deleted 8 LF RFI 10 S5-1 deleted 8 LF RFI 14 Net Deletion of 108 LF 430-70-4 French Drain 24": <334 LF> $358.96 <$1 19,F 9 ib I`* MH-1 deleted 110 LF RFI 09 S3-3 deleted 25 LF RFI 01 S3-1 added 25 LF RFI 03 S8-3 added 4 LF incorrect pipe type on DR2 S8-4 added 4 LF incorrect pipe type on DR2 S2-1 deleted 5 LF incorrect pipe type on DR2 S2-2 deleted 5 LF incorrect pipe type on DR2 S4-7 added 23 LF incorrect pipe type on DR2 S1-4 deleted 80 LF RFI 11A S1-2 deleted 70 LF RFI 10 S1-3 deleted 55 LF RFI 10 S5-1 deleted 40 LF RFI 14 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Net Deletion of 334 LF Not Bid Remove S1-4&Backfill Sewer Line: 1 LS $7,792.55 $7,792.55 Per RFI 11A Structure S1-4 was deleted and the cost is for its removal and trench backfilling as the rim elevation was 7.2" higher than edge of pavement.Cost of Structure S1-4 is included in the price. Calendar Days Requested-3 Not Bid Replace USF 6610 with USF 6611 Galvanized Traffic Rated 25 EA $543.22 $13,580.50 Steel Grates: Submittal 11 -Grates included in inlet price for USF 6610 FDOT Standard Plans(425-052)were not traffic rated or galvanized ($275.00 EA) USF 6611 FDOT Standard Plans are traffic rated and galvanized ($818.22 EA) Unit Price difference$543.22 EA Calendar Days Requested-0 Not Bid Remove&Dispose of Structures S1-4,S5-1 &S5-2: 1 LS $12,522.56 $12,522.56 Cost to remove and dispose Type J (S1-4 disposal only, S5-1) and Type C(S5-2)that were not used due to utility conflicts per RFI 14 Cost of Structures included in this item Calendar Days Requested-0 Not Bid Modify Structure S3-1 to Install Type J Tom 1 LS $6,726.28 $6,726.28 Modify Structure S3-1(Canal St)to install Type J Top per RFI 03 Calendar Days Requested- 1 Not Bid Remove&Dispose Abandoned Cross Drain on Burton Drive 1 LS $16,160.83 $16,160.83 (Sta 169+09): Burton Drive cross drain removal and disposal Calendar Days Requested-2 Not Bid Install Delineators at 1"St and Planter Rd 1 LS $945.00 $945.00 Install 6 EA Flexible Post 750 Series(W/W)(not in plans) Calendar Days Requested-0 Not Bid Construct Ocean Pointe Swales(Sta 170+00 to 173+00 RT)on 1 LS $8,031.59 $8,031.59 Burton Dr Construct 6"V-notch swales to manage stormwater ponding on Burton Drive per RFI 11 R Calendar Days Requested- 1 Change Total Amount ""145,514,015' Order #4 Total Calendar Days Requested 7+4(Weather)=11 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. Project: Key Largo III Roadway Improvements Project Date: 8-May-25 Contract No: G2T05&G2P46 Description: Abandoning Drainage System S1-4&Sewer Lane Restoration CO No 4 ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL Abandoning Drainage System S1-4& Sewer Lane restoration LS 1 $7,792.55 $7,792.55 Total $7,792.55 Requested working days Days 3 Santiago Lopez,PROJECT MANAGER REFERENCE DOCUMENTS: 1 Attached Trans Florida CO 2 3 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. 5/8/25 CO No 4 SECTION 1: H&R Direct Work and Cost 1 LABOR Description Rate HRs Burden Subtotal $0.00 2 Materials&Supplies Rate Qty Unit Subtotal $0.00 3 EQUIPMENT Rate HRs Subtotal $0.00 Subtotal: Labor, Materialsa, Equipme $0.00 4 Direct Markup Costs Per Section 4-3.2.1 H&R Paving 17.5% Markup on Labor, Materials&Equipment $0.00 SECTION 1 TOTAL COST= $0.00 SECTION 2: Subcontractor Work and Cost 5 Subcontractor Costs Qty Unit Unit Cost 120-1 Regular Excavation 120 CY $ 24.00 $ 2,880.00 Inlet Type C S1-4 1 LS $ 3,776.48 $ 3,776.48 102-1 Mantenance of Traffic 3 Days $ 315.75 $ 947.25 Conctract Amount:$115,250.00 Contract duration:365 Days Average:$115,250.00/365 Days=$315.75/Days Subtotal $7,603.73 6 Indirect Markup Costs H&R Paving 5% Markup on Subcontractors $188.82 SECTION 2 TOTAL COST= $7,792.55 H&R PAVING GRAND TOTAL = $7,792.55 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B T'R..A.'NS 'F.'[,O'R,'[.'D,.A. '.D.EV'.E.1,0'.P.M.E.NT CORP G1:..:..N1:..:.J1RAL CON r1RAc raiRs 13960S.W.ldd"'Avenue Road.MIAMI,FL33186 I'[i ONE 378 2323 °AX 05)3 78 616'1 1E.:21rthwork Water&Sewer Storm IDraiinage / Asphalft F)aviing lRoadwork PROPOSAL SUBMI'n'ED'TO: DATE: SANTIAGO LOPEZ MAY 8,2025 COMPANY NAME: PROJECT NAME: H&R PAVING.INC KEY LARGO III ADDRESS: ADDRESS: TAVENIER PI-IONE I MOBILE DATE OF PLANS We.hereby submit specifications and estimates for CO#7 ABANDONING DRAINAGE,S1-4&SEWER lane restoration S1-4 STA 174+40 ABANDONING DRAINAGE Key Largo III S1-4 STA 174+40 ABANDONING DRAINAGE IDESCRIPTION UNIT I CITY UNIT PRICE AMOUNT Regular Excavation Cy 120.00 $24.00 $2,880.00 Inlets, EA 1.00 $3,776.48 $3,776.48 TOTAL: $6,656.48 All work performed in private will be in accordance with South Florida Building Code All work performed in Right of way will be in accordance with Public Works Specifications. We hereby propose to furnish labor and materials complete in accordance with the above specifications. 1) Payments shall be made from bi weekly estimates,based on the work pedormed,not later than 10 days after requested. 2) Site work must be on subgrade elevations,unless otherwise specified. 3) Addition or removal of fill is not included in above prices. 4) All material is guaranteed to be as specified. All work is to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from the above specifications involving extra costs will be executed only upon written orders and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. I his proposal subject to acceptance within days and is void thereafter at the option of the undersigned. Work must be ready to start 30 days after acceptance of contract. 5) All invoices not paid within 30 days are subject to maximum allowable interest rate per month thereafter. 6) If a separate contract is signed THIS PROPOSAII..SHAIIJI..BE A PART OF 1 HA.I CON I RAC 1. Authorized Signature: ACCIEIP-rANCIE OF PIROPOSAl... I he above prices,specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. ACCEP I ED Date Signature Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B All American Precast A" 1300 NW 4 Street %// ell Homestead, FL 33030 USll� +13054182795 r' ADMINC ALLAMERICANPRECAST.COM AME www.allamericanprecast.com PRECAS'i r INVOICE BILL TO SHIP TO INVOICE# 18381 TRANS FLORIDA TRANS FLORIDA DATE 03/06/2025 DEVELOPMENT DEVELOPMENT 13960 SW 144 Ave Rd ROADWAY AND DRAINAGE Miami, Florida 33186 IMPROVEMENTS KEY LARGO, FL P.O. NUMBER JOB NAME JOB 11968 KEY LARGO III ACTIVITY QTY RATE AMOUNT DELIVERY TICKET 52694 02 1 3,513.00 3,513.00T Item #425-1-521 TYPE C INLET W/USF#6611 GALV GR. <10 S1-4 SUBTOTAL 3,513.00 TAX 263.48 TOTAL 3,776.48 BALANCE DUE $3,776.48 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. Project: Key Largo III Roadway Improvements Project Date: 12-Mar-25 Contract No: G2T05&G2P46 Description: 6611 Galvanized Steel Grade CO No 4 ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL 6611 Galvanized Steel Grade LS 1 $13,580.50 $13,580.50 Total $13,580.50 Requested working days Days 0 Santiago Lopez,PROJECT MANAGER REFERENCE DOCUMENTS: 1 Attached Trans Florida CO 2 3 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. 3/12/25 CO No 4 SECTION 1: H&R Direct Work and Cost 1 LABOR Description Rate HRs Burden Subtotal $0.00 2 Materials&Supplies Rate Qty Unit Subtotal $0.00 3 EQUIPMENT Rate HRs Subtotal $0.00 Subtotal: Labor, Materialsa, Equipme $0.00 4 Direct Markup Costs Per Section 4-3.2.1 H&R Paving 17.5% Markup on Labor, Materials&Equipment $0.00 SECTION 1 TOTAL COST= $0.00 SECTION 2: Subcontractor Work and Cost 5 Subcontractor Costs Qty Unit Unit Cost Trans Florida CO Differnce of cost for Galvanized Intets Grates 25 EA $ 543.22 $ 13,580.50 Subtotal $13,580.50 6 Indirect Markup Costs H&R Paving 5% Markup on Subcontractors SECTION 2 TOTAL COST= $13,580.50 H&R PAVING GRAND TOTAL = $13,580.50 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B TRANS 'FLORIDA DEVRE,OPMENT CORP GENERAI ENGINEERING CON"I"RAC"I"ORS 13960 S.W.144"'Avenue Road.MIAMI,FL 33186 I'[i ON[ (305)378 2323 °AX (305).378 305)378 616'1 Earthwork Wateir& Se weir Storm DiraInage / AsphaIt IPavIng Roadwork PROPOSAL SUBMl'n'EDTO: DATE: SANTIAGO LOPEZ MARCH 4,2025 COMPANY NAME: PROJECT NAME: H&R PAVING.INC KEY LARGO III ADDRESS: ADDRESS: TAVENIER PI-IONE I MOBIII E DATE OF PLANS We.hereby submit specifications and estimates for NEW GALVANIZED CASTING DESCRIPTION QUANTITY UNIT UNITPRICE TOTAL CAS I IING 6610 GAI V GF N I I II II CON I FAC 1 25 1 A S!,2 75 1x 6 b75 11011AII C11REIIIHII $ 6,875 00 NEW CASTING 6611 GALVANIZED/ 25 EA $818.22 $ 20,455.50 INLET INSTALLED 21 /INLET TO BE INSTALLED 4 TOTAL NEW CASTING $ 20,455.50 TOTAL DIFFERENCE $ 13,580.50 All work performed in private will be in accordance with South Florida Building Code All work performed in Right of way will be in a(xx)rdance with Public Works Specifications. We hereby propose to furnish labor and materials complete.in accordance with the above specifications. 1) Payments shall be made from bi weekly estimates,based on the work perlormed,net later than 10 days after requested. 2) Site work must be on subgrace elevations,unless otherwise specified. 3) Addition or removal of fill is net included in above prices. 4) All material is guaranteed to be as specified. All work is to be completed in a workmanlike manner a(xx)rding to standard practices. Any alteration or deviation from the above specifications involving extra costs will be executed only upon written orders and will become an extra charge over and above the estimate. All agreements contingent upori strikes,a(xcicents or delays beyond our control. I his proposal subject to acceptance within days and is void thereafter at the option of the undersigned. Work must be ready to start 30 days after acceptance of contract. 5) All invoices net paid within 30 days are subject to maximum allowable interest rate per month thereafter. 6) If a separate contract is signed I HIS PROPOSAII..SHAIIJI..BE A PAR I OF 1 HA.I CON I RAC 1. Authorized Signature: ACCEPTANCE OF PIR011POSAl... I he above prices,specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. ACCEPIED Date Signature Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. Project: Key Largo III Roadway Improvements Project Date: 21-May-25 Contract No: G2T05&G2P46 Description: Structures S5-2&S5-1 CO No 4 ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL Cost of Structure S5-2&S5-1 LS 1 $7,522.56 $7,522.56 Haulin out and disposal from the side S5-2&S5-1&S1-4 LS 1 $ 5,000.00 $5,000.00 Total $12,522.56 Requested working days Days 0 Santiago Lopez,PROJECT MANAGER REFERENCE DOCUMENTS: 1 2 3 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B All American Precast A" 1300 NW 4 Street %// ell Homestead, FL 33030 USll� +13054182795 r' ADMINC ALLAMERICANPRECAST.COM AME www.allamericanprecast.com PRECAS'i r INVOICE BILL TO SHIP TO INVOICE# 18606 TRANS FLORIDA TRANS FLORIDA DATE 04/16/2025 DEVELOPMENT DEVELOPMENT 13960 SW 144 Ave Rd ROADWAY AND DRAINAGE Miami, Florida 33186 IMPROVEMENTS KEY LARGO, FL P.O. NUMBER JOB NAME JOB 11968 KEY LARGO III ACTIVITY QTY RATE AMOUNT 02 2 3,513.00 7,026.00T Item #425-1-521 TYPE C INLET W/USF#6611 GALV GR. <10 STIRS: (S5-1, S5-2) 01 1 75.00 75.00 COUNTY SURTAX ( 1.5%OF 5000) SUBTOTAL 7,101.00 TAX 421.56 TOTAL 7,522.56 BALANCE DUE $7,522.56 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B TRANSF]LORIDA DEVE.-ILD-P.-MENT CORP G1:..:.N1:..:..AR: AL CONTRACTORS 13960 S.W.144"'Avenue Road.M11AM11,F1 33186 PHONE, (305)3782323 FAX:(105)378 6161 11:..:..:airthwoir1k I Wateir& Sewer I Storm llra�nage I Asphaft IPavrng I Roadwork PROPOSAL..SUBMITTED.TO. DATII::I: SANTIAGO LOPEZ APRIL 29 2025 COMPANY NAME. I NAMII::I: H&R PAVING.INC KEY LARGO III ADDRESS: ADDRESS: TAVENIER I I WIH E DATII:.I OF IN ANS We hereby submit specifications and estimates for REMOVE FROM THE SITE THREE STRUCTURES DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL HAULING OUT AND DISPOSAL FROM THE SITE (S5-1,S5-2,&S1-4) 1 LS $5,000.00 $ 5,000-00 TOTAL $ 5,000.00 All work performed in private will be in accordance with South 1:::lorida Bluilding Cade All work performed in Right of way will be in accordance with Public Works Specifications. We hereby propose to furnish labor and materials complete in accordance with the above specifications. 11) Payments shall be made from bi weekly estimates,based on the work performed,not later than 10(Jays after requested. 2) Site work must be on subgrade elevations,unless out, specified. 3) Addition or removal of fill is not included in above prices. 4) All material is guaranteed to be as specified. All work is to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from the above specifications Involving extra costs will be executed only upon written orders and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. I his proposal subject to acceptance within(Jays and is void thereafter at the option of the undersigned. Work must be ready to start 30(Jays after acceptance of contract. 5) All Invoices riot paid within 30(Jays are subject to maximum allowable interest rate per month thereafter. 6) If a separate contract is signed I I flS PROPOSAL..SHAI I 1:?,I:::A PAIRI OF MAI CONTRIAC1. Authorized Signature: ACCEPTANCE OF PIROPOSAI... I he above prices,specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. ACCI:::Pf Date Signature: Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. Project: Key Largo III Roadway Improvements Project Date: 6-May-25 Contract No: G2T05&G2P46 Description: Cutting the S3-1 structure to install the J-Top CO No 4 ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL Cutting the S3-1 structure to install the J-Top LS 1 $6,726.28 $6,726.28 Total $6,726.28 Requested working days Days 1 Santiago Lopez,PROJECT MANAGER REFERENCE DOCUMENTS: 1 Attached Trans Florida CO 2 3 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. 5/6/25 RCO#04R2 SECTION 1: H&R Direct Work and Cost 1 LABOR Description Rate HRs Burden Subtotal $0.00 2 Materials&Supplies Rate Qty Unit Subtotal $0.00 3 EQUIPMENT Rate HRs Subtotal $0.00 Subtotal: Labor, Materialsa, Equipme $0.00 4 Direct Markup Costs Per Section 4-3.2.1 H&R Paving 17.5% Markup on Labor, Materials&Equipment $0.00 SECTION 1 TOTAL COST= $0.00 SECTION 2: Subcontractor Work and Cost 5 Subcontractor Costs Qty Unit Unit Cost Trans Florida Co 1 LS $ 6,405.98 $ 6,405.98 Subtotal $6,405.98 6 Indirect Markup Costs H&R Paving 5% Markup on Subcontractors $320.30 SECTION 2 TOTAL COST= $6,726.28 H&R PAVING GRAND TOTAL = $6,726.28 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B EXTRA WORK-Direct Cost Breakdown DESCRIPTION OF EXTRA WORK ACTIVITIES STRUCTURE S3-1 TO CUT STRUCTURE AROUND AND INSTALL J-TOP CO#5 Total Crew Time: 1DAY Total Equipment 0 ITEM DESCRIPTION Multiple Delays as described above Extra work -Direct cost breakdown Time: Hrs A.-Labor Requirements Qty Regular Regular(Hrs) stand-by overtime(Hrs) Amount Description Rate/Hr Time 0.00 Working Foreman 1 $ 43.75 8.00 0.00 $350.00 Truck Driver 1 $ 22.00 8.00 0.00 $176.00 Loader Operator 1 $ 30.16 6.00 0.00 $180.96 Laborer 2 $ 17.50 8.00 1 0.00 $280.00 5 Sub-Total $986.96 48.5%Labor Burden: $478.68 Labor Including Burden: $1,465.64 Allowable Mark Up 153b $219.85 Tota/Labor $1,685.48 Rental Time 832 Operatinq Hours B.-Equipment Requirements Qty Rate/Hr Operating Operating Duration Amount Description Cost/Hr Hours Hrs Cat 315 Excavator 1 $ 103.59 $ 8.00 8.00 $828.72 Loader 1 $ 172.18 6.00 8.00 $1,377.44 Dump Truck 1 $ 55.65 8.00 8.00 $445.20 Tamper 900 lb 1 $ 35.00 8.00 4.00 $140.00 Rented Equipment JWeeklyj $ $ 1.00 1.00 $0.00 Weekl $ 1 $ 1 1.00 1 1.00 $0.00 Sub Total $2,791.36 Allowable Mark Up 10% $279.14 C.-Material Tota/E ui meat $3,070.50 Qty Unit Rate w/Tax Amount Allowable MaPk Up 10% D.-Subcontractor Requirements Tota/Mate/als $0.00 Subcontractor Qty Unit Rate w/Tax Duration Amount Cut Structure Around 1 EA $ 1,550.00 $1,550.00 Sub Total $1,500.00 A//®wab/e Mark Up 10% $150.00 E.-Misc. Requirements Total Subcontractor $1,660.00 Description QtV Unit Rate w/Tax Duration Amount -------------------------------------------------------------------------------------------------- ------------------------------------------- Sub To $0.00 A//®wab/e Mark Up 10% $0.00 Total Misc. $0.00 Total: $6,405.98 GRAND TOTAL: $6,405.98 1"✓J ajjjjj� f r v raua-v 2 O O O M N co ry r- W Qo LL. � Q � rOjc�o � = per r O o U V) Q 0 � ^ N Z \J\Z N C; O r7 Q L� Z Z Q) m zN w m o V) o ItX X U) 7 O co O co O C5 " nr7 N � O I- CO \ w m I - IJ Z Li- IF- g u) N — w w 0 ~ J (n 4 X N � m3:: m ^ N J c0 Ir o a o N � U poll 0 p Z N Z W a : N !n Q O Ld Q w > O O D of Z o 3 3 3 - Q Z „96 «g Ld o o J o C� 0 °No LL M Z W' '� I UUU F Q O N of o, 000 W Y J o 0 J W 0_ W +%+)OH O Z � W Z c c c Q (n < m U U U V c Z O II II II a°i Q m V) W UUUW 0 UUUW m :cuol3oNc�9W N 0 2 O U o `o F-_ Lf) 0 ° ° u O E U; w o 0 c H rn-, suu U O H Q `0 to D a0 U = u ° 0 00 ;° o } �@ 3=o 0 0 0 0 o N l o N N (� c ° m LJ 00 W � � ..� 'O 0-0 u) N >^ 0 0 N c r IJ Q o rn N n DEN y_N O Z i -0 0 00 o � I LO r' Q U 3 ` o O O - o ICI c vi o � e on, nc iL o p M m 0� tll C;Y L 0 Ui C„Y c E �ll r` V (n II o s 1""P 1pY °f a o w 00 VIIIII� �u c o -0 09 Y I.. fCb p Zi O afU) 0 1i, ° ° c 0 CD r u 0 uo .o N 2i Q O U - 11 n> c Q �� �'> �. rn m J ..til cz o 0 o � wQ (� � ❑ � a> > ` Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B www.equiipmentwatch.corn All prices shown in Us dollars( } Rental Rate Blue Betok(9) February 20,2020 Caterpillar 98 G(disc.2005) 4-yti'd Articulated Wheel Loaders Size Class: 350 499 HP 8 r Weight 109506 lbs Configuration for 98BG(disc.2005) Bucket.Capadly-Heaped 8.2 cu yd Net Horsepower 475.0 hp Operator Protection ERCIPS Pourer Mode Diesel Blue Book Rates FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated)operating cost. Ownership Coss Estimated FHw'A Rate- operating Costs Monthly Weekly daily Hourly Hourly Hourly Published Rates USD$12,740.00 USD$3,570,00 USO$89&oo U,SD$136,00 US'D$99,79 USD$172.18 Adjustments Region(100%) Model Year (2005: 1110%) Adjusted Hourly Ownership Cost(1110%) Hourly Operating Cost(100%) TotaE USD$12,740,00 USD$3,570,00 Us0$895.00 USD$135,110 USD$99.79 U'SD$172.18 Eton-Active Use Rates Hourly Standby Rate LSD$45.60 idling Rate USD$118.90 Rate Element Allocation Element Percentage Value Depreciation(ownership) 41% USD$5„223.40/mao Overhaul(ownership) 37°R USD$4,713.80/mo CFC(ownership) 12% USD$1i,528,80fto indirect(ownership) 10% USD$1,274,00/imio Fuel('operating)@ USD 3.07 d7% USD$46.51IIhr Revised Date: 1 st half 2020 "these are the most accurate rates forthe selected Revision Date(s).However,due to more frequent onhine updates,these rates may not snatch Rental Rate Blue Book Print.Visit the Cost Recovery Product Guide on our Help page for more,information. The equipment represented in this report has been exclusively prepared for CODY WAL# AVEN (CWatraven@ari+anmarine reup.com) All material herein 0 2003-2020 Informa All rights reserved. Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B EquipmentWatch_ www.equipmentwatch.com All prices shown in US dollars($) Rental Rate Blue Book® February 20,2020 Caterpillar 320 Crawler Mounted Hydraulic Excavators 1 Size Class: 21.1 -24.0 MTons m Weight: N/A Configuration for 320 Bucket Capacity-Heaped 1.5 cu yd Net Horsepower 162.0 hp Operating Weight 49600.0 Ibs 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 Hourly Hourly Published Rates USD$9,470.00 USD$2,650.00 USD$665.00 USD$100.00 USD$49.78 USD$103.59 Adjustments Region(100%) - - Model Year (2020: 100%) Adjusted Hourly - - Ownership Cost(100%) Hourly Operating Cost(100%) - Total: USD$9,470.00 USD$2,650.00 USD$665.00 USD$100.00 USD$49.78 USD$103.59 Non-Active Use Rates Hourly Standby Rate USD$28.52 Idling Rate USD$74.63 Rate Element Allocation Element Percentage Value Depreciation(ownership) 37% USD$3,503.90/mo Overhaul(ownership) 46% USD$4,356.20/mo CFC(ownership) 10% USD$947.00/mo Indirect(ownership) 6% USD$568.20/mo Fuel(operating)@ USD 3.07 42% USD$20.82/hr Revised Date: 1 st half 2020 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 CODY WALRAVEN (CWalraven@orionmarinegroup.com) All material herein @ 2003-2020 Informa All rights reserved. Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B p i www.equipmentwatc;h.com All prices shown in US dollars( ) Rental Bate Blue Book@ March 12,2020 Freightliner FLD12064(W) On-Highway Truck Tractors i Size Class: 45,001-60,000 GVW l�„ Weight: 14000 We Configuration for FLD120 4(W) 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 FH''a"a'A Rate— Operating Coats Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$3,295.00 USD$925,00 USD$230.00 USD$35.00 USD$36,93 USD$55.65 Adjustments Region(100%) Model Year (2020: 100of) Adjusted Hourly Ownership Cost(100%) Hourly Operating Cost(100%) Total: USD$3,206.00 USD$925.00 USD$230,00 USD$35.00 U'SID$36,93 USD$55.65 Non-Active Use Rates Hourly Standby Rate USD$11.42 Idling Rate USD$41.21 Rate Element Allocation Element Percentage value Depreciation(ownership) 43% USD$1,416.661mo Overhaul(ownership) 38% U O$1,252.101mo CFC(ownership) 7% USD$230.65Pmo Indirect(ownership) 11% USD$362.45Jmo Fuel(operating)@ USD 3.07 61% USD$22.491hr Revised Date: 1st half 2020 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 RONDA RUPERT (ronda@horsepowerelectric.com) All material herein(D 2003-2020 Informs,All rights reserved. Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B iqSUMBELT, Page 1 of 2 RENTALS PC#: 0507 SUNBELT RENTALS, INC. 2700 S FEDERAL HWY Salesman: 024900 FLOP10A CITY HOUSE A FORT LAUDERDALE, FL 33316 402 TELEPHONE: 954-527-4007 Typed BY: MSPORDER Job Site: RENTAL OUT ROADWAY IMPROVEMENT 268ST AND SW 128 AVE HOMESTEAD, FL 33032 Contract #,, 151117219 C#: 3T 5-378-2323 J* 786-4012-1779 Contract dt. 3/01/24 Date out.... 3/011/24 3:30 PM Customer: 571417 Est return.. 3/08/24 3:30 PM: TRANS FLORIDA DEVELOPMENT CORP Job Loc..... 268ST AND SW 128 AVE, HOMESTEAD 13960 SW 144TH AVE RD Job No...... ROADWAY IMPROVEMENT MIAMI, FL 33186 P.O- #—... 54419 Ordered By.. CRUZ, MARTIN NET 30 For qxrations in Pbrida-fttjnNa fadje evi-&nc( offifleni t r n-�-nutl ,,j )er v orquiuh oj nent 11 Up]) expin ion ofrental ptriod and failure to ply all anounts due (ioluding costs fw danage to the loperty or FAjuipimnl) kre evidwe of abaidonment w refusal b redeliver the. prqwrty, punishable in acordance willi liction 812.155, florida Stautes. QTY EQUIE'MEN"r # N1 i n I)ay We e 1� 4 Week Amourit 1 .00 PLATE 1'A114PER 'REVERSIBLE 900LB 1"/5, 00 75. 00 66 5. 0 0 1, 7 0 0 0 665 00 11166606 Make: WACKER Model : BPU55/15A Ser f: 1.18652"16 P,DATE PAMPER 2 4" REV, i�JAC TKE R, B PU 5 5 4 5A, GAS HR OUT: 1 .000 Rental Siab-t otal : 665. 00 SALES ITEMS: Qty II-em nimber Unj,t Pr i-ce I DLPKSRCHG TA 55500 55 . '130 TRAD;SPORTATION SURCHARGE 1 EIWIRONMENTAL EA 1.2 . 960 12 . 96 2133XXX000 FN1,7IRON/HA7,MA'2/1)',[S IOSAL FEE RENTAL PROTECTTON PLAN 9 9- 7 b DEL'INERY CHARGE 1-50 .00 P'rCKUP CHARGE 1.")0 00 Martin ('786) 402-1'179, Sub- total. 1 -1-3 3.21 ax: 51 . 35 N ME i, ROME= Continued on the next page... Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. Project: Key Largo III Roadway Improvements Project Date: 7-May-25 Contract No: G2T05&G2P46 Description: Remove abandoned pipe at Sta 169+09 CO No 4 ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL This price includes the cost to remove the existing abandoned cross LS 1 $16,160.83 $16,160.83 drainage pipe at Sta 169+09 Total $16,160.83 Requested working days Days 2 Santiago Lopez,PROJECT MANAGER REFERENCE DOCUMENTS: 1 2 3 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. , 5/7/25 RCO#09R SECTION 1: H&R Direct Work and Cost 1 LABOR Description Rate HRs Burden Subtotal $0.00 2 Materials&Supplies Rate Qty Unit Subtotal $0.00 3 EQUIPMENT Rate HRs Subtotal $0.00 Subtotal: Labor, Materialsa, Equipmi $0.00 4 Direct Markup Costs Per Section 4-3.2.1 H&R Paving 17.5% Markup on Labor, Materials&Equipment $0.00 SECTION 1 TOTAL COST= $0.00 SECTION 2: Subcontractor Work and Cost 5 Subcontractor Costs Qty Unit Unit Cost I 102-1 Maintenance of Traffic 2 Days $ 315.75 $ 631.50 Soil Engineering Technician 8 Hours $ 65.00 $ 520.00 Trans Florida CO No 9 1 LS $ 14,294.60 $ 14,294.60 Subtotal $15,446.10 6 Indirect Markup Costs H&R Paving 5% Markup on Subcontractors(out of Contract items) $714.73 SECTION 2 TOTAL COST= $16,160.83 H&R PAVING GRAND TOTAL = $16,160.83 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B EXTRA WORK-Direct Cost Breakdown DESCRIPTION OF EXTRA WORK ACTIVITIES REMOVE&ABANDON PIPE CROSS PIPE BURTON DR STA 169+09 PAGE RD-4 CO#9 Total Crew Time: 2DAY Total Equipment 0 ITEM DESCRIPTION Multiple Delays as described above Extra work -Direct cost breakdown Time: Hrs A.-Labor Requirements Qty Regular Regular(Hrs) stand-by overtime(Hrs) Amount Description Rate/Hr Time 0.00 Superintendent 1 0.00 $0.00 Working Foreman 1 $ 43.75 8.00 0.00 $350.00 Pipe Layer 1 $ 28.36 8.00 0.00 $226.88 Truck Driver 1 $ 22.00 8.00 0.00 $176.00 Excavator Operator 1 0.00 $0.00 Loader Operator 1 $ 30.16 8.00 0.00 $241.28 Laborer 3 $ 17.50 16.00 0.00 $840.00 9 Sub-Total $1,834.16 48.5%Labor Burden: $889.57 Labor Including Burden: $2,723.73 A//owab/e Mark Up 10% $272.37 Tota/Labor $2,996.10 Rental Time 832 Operatinq Hours B.-Equipment Requirements Qty Rate/Hr Operating Operating Duration Amount Description Cost/Hr Hours Hrs Cat 3330 Excavator 1 $ 103.59 $ 8.00 $828.72 Loader 1 $ 172.18 8.00 $1,377.44 Dump Truck 1 $ 55.65 8.00 $445.20 Tamper 900 lb 1 $ 35.00 8.00 $280.00 Rented Equipment Weekl $ 1 $ 1 1.00 1 1.00 $0.00 Sub Total $2,931.36 Allowable Mark Up 10% $293.14 C.-Material Total E ui meat $3,224.50 Qtv Unit Rate w/Tax Amount LIMEROCK 22 1 ton 1 $ 45.00 1 $ 990.00 $990.00 A//owab/e Mark Up 10% $99.00 D.-Subcontractor Requirements Total Mateials $1,089.00 Subcontractor Qty Unit Rate w/Tax Duration Amount ASPHALT PATCH 5'X30,2" LS 1.00 $ 4,706.00 $4,500.00 HAULING OUT ABANDONED PIPE LS 1.00 $ 1,850.00 $1,850.00 Sub Total $6,350.00 A//®wab/e Mark Up 10% $635.00 E.-Misc. Requirements Total Subcontractor $6,985.00 Description Qty Unit Rate w/Tax Duration Amount -------------------------------------------------------------------------------------------------- ------------------------------------------- Sub Total $0.00 A//®wab/e Mark Up 10% $0.00 Total Misc. $0.00 Total: $14,294.60 GRAND TOTAL: $14,294.60 0 (9-Ml 193H5) 6Z&0+fZI - 'V1S 3NI1H3IVW N m 8' 1-W 27' y m � 23 �,. w sillillill -3 ZS�Jb 9f S z f� 0 z - y ti ti^ Y s pia, w yAgeok oR w� I '• �O-`-�� � 1 � � IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII U ...,.. BLUE 11 56'E� 5 24�18 I� i III (Aj zo z w L r N � wo p Nb' W" w- p z Y LL w i ao _ 'w aIj 0n wIj , z ,O<. ........... oLL JF• ':f �i _ p LL p I •� O i 0 o I 'dam'• .t�� o m r cs�a zroz � o - -ab 133H5) 09Fb+L9I - V15 3NI1H71VW m , Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. Project: Key Largo III Roadway Improvements Project Date: 14-May-25 Contract No: G2T05&G2P46 Description: Delineator Flexible Tubular RCO#04 ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL Delineator Flexible Tubular LS 1 $945.00 $945.00 Total $945.00 Requested working days Days TBD Santiago Lopez,PROJECT MANAGER REFERENCE DOCUMENTS: 1 2 3 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. , 5/14/25 RCO#04 SECTION 1: H&R Direct Work and Cost 1 LABOR Description Rate HRs Burden Subtotal $0.00 2 Materials&Supplies Rate Qty Unit Subtotal $0.00 3 EQUIPMENT Rate HRs Subtotal $0.00 Subtotal: Labor, Materialsa, Equipmi $0.00 4 Direct Markup Costs Per Section 4-3.2.1 H&R Paving 17.5% Markup on Labor, Materials&Equipment $0.00 SECTION 1 TOTAL COST= $0.00 SECTION 2: Subcontractor Work and Cost 5 Subcontractor Costs Qty Unit Unit Cost I Highway Striping Estimate 10791 1 LS $ 900.00 $ 900.00 Subtotal $900.00 6 Indirect Markup Costs H&R Paving 5% Markup on Subcontractors(out of Contract items) $45.00 SECTION 2 TOTAL COST= $945.00 H&R PAVING GRAND TOTAL = $945.00 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 1�11111111%37 I IM A I 11�111�111:1 HIGHWAY STRIPING INC. highwaystripinginc@gmaii.com 18851 SW 218th ST +1 (305)934-8833 Miami, FL 33170 Bill to Abelardo Rodriguez H&R Paving, Inc. 1955 NW 11 Oth Ave MIAMI, FL 33172 Estimate details Details: Key Largo III Delineators Estimate no.: 10791 Estimate date:05/14/2025 # Date Product or service Description Qty Rate Amount 1. 0705-11-1 DELINEATOR, FLEXIBLE TUBULAR 6 $150.00 $900.00 (EA) Total $900.00 Note to customer Key Largo III Delineators Accepted date Accepted by 750 Series (APL Product) by Flexstake Inc(Manufacturer Website) APL Certification • 705-000-018(Approval Date:3/26/1996)(Service Life Expectancy: BABA Eligible: Eligible Previous APL Numbers o S705-0018 Product Types • Flexible Post Delineator Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. , 6/5/25 RCO#04 SECTION 1: H&R Direct Work and Cost 1 LABOR Description Rate HRs Burden Subtotal $0.00 2 Materials&Supplies Rate Qty Unit Subtotal $0.00 3 EQUIPMENT Rate HRs Subtotal $0.00 Subtotal: Labor, Materialsa, Equipmi $0.00 4 Direct Markup Costs Per Section 4-3.2.1 H&R Paving 17.5% Markup on Labor, Materials&Equipment $0.00 SECTION 1 TOTAL COST= $0.00 SECTION 2: Subcontractor Work and Cost 5 Subcontractor Costs Qty Unit Unit Cost 102-1 Maintenance of Traffic 1 Days $ 315.75 $ 315.75 I 120-1 Regular Excavation 40 CY $ 24.00 $ 960.00 530.74 Bedding Stone(No 57) 50 TN $ 38.00 $ 1,900.00 Final Grading slope for swale 1 LS $ 4,624.61 $ 4,624.61 Subtotal $7,800.36 6 Indirect Markup Costs H&R Paving 5% Markup on Subcontractors(out of Contract items) $231.23 SECTION 2 TOTAL COST= $8,031.59 H&R PAVING GRAND TOTAL = $8,031.59 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B TRANSF]LORIDA, DEVE.-ILD-P.-MENT CORP G1:..:.N1:..:..AR: AL CONTRACTORS 13960 S.W.idd"Avenue Road.MIAMI,FL 33186 PHONE, (305)3782323 FAX:(105)378 6161 11:..:..:airthwoir1k I Wateir& Sewer I Storm llra�nage I Asphaft IPavr ng I Roadwork PROPOSAL SUBMITTED TO: DATE: SANTIAGO LOPEZ MAY 27 ,2025 COMPANY NAME: PROJECT NAME: H&R PAVING.INC KEY LARGO III ADDRESS: ADDRESS: TAVENIER Pl--ION'E I MOBIII I DATE OF PLANS We hereby submit specifications and estimates for CO#11 OCEAN POINTE WORK DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 120-1 Regular Excavation 40 CY $24.00 $ 960.00 530.74 Bedding Stone No 57) 50 TON $38 $ 1,900.00 Final Grading slope for swale 1 LS $4,624.61 $ 4,624.61 TOTAL $ 7,484.61 All work pedormed in private will be in accordance with South Florida Building Code All work pedormed in Right of way will be in accordance with Public,Works Specifications. We hereby propose to furnish labor and materials complete in accordance with the above specifications. 1) Payments shall be made from bi weekly estimates,based on the work performed,not later than 10 days after requested. 2) Site work must be on subgrace elevations,unless otherwise specified. 3) Additnn or removal of fill is not Included in above prices. 4) All material is guaranteed to be as specified. All work is to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from the above specifications involving extra costs will be executed only upon written orders and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. I his proposal subject to acceptance within days and is void thereafter at the option of the undersigned. Work must be ready to start 30 days after acceptance of contract. 5) All Invoices not paid within 30 days are subject to maximum allowable interest rate per month thereafter. 6) If a separate contract is signed I HIS PROPOSAL SHALL BE A PAR I OF 1 HA I CON I RAC 1. Authorized Signature: ACCEPTANCE OF PIROPOSAI... I he above prices,specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. ACCEPIED Date S ig n atu re: Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B EXTRA WORK-Direct Cost Breakdown DESCRIPTION OF EXTRA WORK ACTIVITIES THE OCEAN POINTE WORK EXCAVATE 1' FOR A TRIANGULAR SWALE 250' LENGTH &PLACE#57 ROCK CO#11 Total Crew Time: 1DAY Total Equipment 0 ITEM DESCRIPTION Multiple Delays as described above Extra work -Direct cost breakdown Time: Hrs A.-Labor Requirements Qty Regular Regular(Hrs) stand-by overtime(Hrs) Amount Description Rate/Hr Time 0.00 Superintendent 1 0.00 $0.00 Working Foreman 1 $ 43.75 8.00 0.00 $350.00 Truck Driver 1 $ 22.00 8.00 0.00 $176.00 Loader Operator 1 $ 30.16 8.00 1 0.00 $241.28 Laborer 4 $ 17.50 8.00 0.00 $560.00 8 Sub-Total $1,327.28 48.5%Labor Burden: $643.73 Labor Including Burden: $1,971.01 A//owab/e Mark Up 10% $197.10 Tota/Labor $2,168.11 Rental Time 832 O eratin Hours B.-Equipment Requirements Qty Rate/Hr Operating Operating Duration Amount Description Cost/Hr Hours Hrs Cat 315 Excavator 1 $ 103.59 $ 8.00 $828.72 Loader 1 $ 172.18 8.00 $1,377.44 Dump Truck 1 $ 55.65 8.00 $445.20 1 $0.00 Rented Equipment Weekl $ 1 $ 1 1.00 1 1.00 $0.00 Sub Total $2,651.36 Allowable Mark Up 10% $265.14 C.-Material Total E ui meat $2,916.50 Qtv Unit Rate w/Tax Amount $ $0.00 A//owab/e Mark Up 10% $0.00 D.-Subcontractor Requirements Total Mateials $0.00 Subcontractor Qty Unit Rate w/Tax Duration Amount Sub Total A//®wab/e Mark Up 10% $0.00 E.-Misc. Requirements Total Subcontractor $0.00 Description Qty Unit Rate w/Tax Duration Amount -------------------------------------------------------------------------------------------------- ------------------------------------------- Sub Total $0.00 A//®wab/e Mark Up 10% $0.00 Total Misc. $0.00 Total: $5,084.61 GRAND TOTAL: $5,084.61 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B • Is the s ral,e regrading as depicted on the photos below approved by the county?Regarding the revised plans, please see below and let me if the County Is expecting more. r. 77.1 M r m 0 • We can add a lump sum item for all items you referred to below and the cost would', have to be negotiated with the contractor. However, should the contractor be compensated for work before confirming the proposed drainage was feasible? • There is no contract item for swale regrading.. The cost will have to be negotiated with the contractor,or we can use a combination of regular excavation item 120-6 aind' rock class 7 item 5 0-7 . Please advise. Based on the contractor's survey,the road in this area is lower than the surroundings with a very, shallow water table. In addition,the road does not have a formal drainage system such as inlets nor a conveyance system, Potential solutioins could include raising the road and/or instal.l.ing a conveyaince system with permission from the environmental agencies to allow discharge into the wetlands to the north.This solution will require addressing utility conflicts with the utility companies. Other solution but an expensive one is to do what we are currently doing in some road's within Monroe County like Twin Lakes,Btilllwrig'ht, Big Coppitt and others which includes road raising,a conveyance system to a central stormwater PS and discharging runoff into the ground through pressurized injection wells. do not know the history of the KLIII project but having a solution for this area with a simple regrading a swaile,or even addiing an exfUtration trench would not work here. Thanks Luis Soto, P r, Vice President Water Resources Engineering 2 9-8 16- 5 7 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Please see betow two other swale areas.The length of the proposed)swale east of Ocean Pointe will be approximately 1®0'east of Borth Pointe driveway. .i P 0%!f� PyyyA w'r rfr/ rfly�f��s 1 � fyr �7�livmr i / f ��irrfi tine.� � U' l f f f � � ��rar�ylJl/lll r �r war l �i ( � dim ' ���� ��f iaa��,ll,ww,ll��' a entrance xwl- � � if /�`° � � f �w � � ✓ aa� � Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B ' g rori,"i Ocean, a. r uj r� rG�r� r/%J � is ����6Ya'Po�M'b, � �iF��al���f��� /��i /�/l✓� '� ra�. � r�� /��� 6✓��0��r..j r " O� ys/ 1rl �� if�lr l �� �V��J p !,� ,V. � aFrb ;"r , imuion�nmuiu�mi m niliu�f�wllbfi m�nni�if i� Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Q 1 P � ��� ;���JJ>��������0//��� (fPff,/�J4NF0✓141n'� re grY,�Nwwtn un r�rlrvNvf Nawfl f I o I �iJJJ y�. l u rya n,, ;, y „u !n%�,; w / 9y+ 4.IIm� ( DM1flJfP,.i„ 9 �N i '000 9 ; >, Vic, ,Jam,. r„ '.,<, , f- photo r be wvi, 1 xn Ma;, r�ry�ry U INff Harbor and Ocean Pointe en'tranice` i Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 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- 5/9/2025 KEY LARGO I I I 451622-1-54-02 High Temp: AM Conditions- PM Conditions- Low Temp. Remarks General: WILDFIRE #167 NO WORK PERFORMED Accidents- Day of Week- Contract Day- Total Days- ❑No ❑Yes See Accident Report Dated- FRIDAY 306 381 Visitors- Contractors and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1. Prime Supt Foreman Skilled H&R PAVING Semi skilled Common Trainee 2. Sub/Utility Supt Foreman Skilled TRANSFLORIDA Semi skilled Common 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 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 2 of 3 Date: Contract ID: 5/9/2025 KEY LARGO III 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 CLEANING INLETS & INSTALLING ❑ ❑ ❑ BAFFLES GRADING AROUND STRUCTURES AND ❑ ❑ ❑ FRENCH DRAIN 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) Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Page Date: Contract ID: Financial Project ID: Inspector: 5/9/2025 KEY LARGO I I I 451622-1-54-02 Remarks General: L..IIIIII:......... S U SII: II:.........IIIIII QII: II ...IL..II:.........II... II... II:......... ...IL.. ��11:=IIII:: ""AIL.......... 16. Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: FRIDAY 306 381 Visitors- Contractor(s) Equipment (Active or Idle) Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 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- 5/12/2025 KEY LARGO I I I 451622-1-54-02 High Temp: 83 AM Conditions- PM Conditions- Low Temp. 78 RAI NY RAINY Remarks General: NO WORK DUE TO WEATHER CONDITIONS Accidents- Day of Week: Contract Day- Total Days- ❑No ❑Yes See Accident Report Dated. MONDAY 309 381 Visitors- Contractors and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1. Prime Supt 1 2 Foreman 1 2 Skilled H&R PAVING Semi skilled Common Trainee 2. Sub/Utility Supt Foreman Skilled TRANSFLORIDA Semi skilled Common 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 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 2 of 3 Date: Contract ID: 5/12/2025 KEY LARGO III 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 GRADING AROUND STRUCTURE AND ❑ ❑ ® ❑ FD RAISE ROAD ELEVATION AT ANTIGUA ❑ ❑ ® ❑ 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 M: TO: 10:00 2 ENGINEER IN CHARGE NAME, RANK AND INITIALS): DATE: DISTRIBUTION: Original—Project Engineer Copy—Contractor(as requested) Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Page Date: Contract ID: Financial Project ID: Inspector: 5/12/2025 KEY LARGO I I I 451622-1-54-02 Remarks General: RAIN GAUGE READING: 0.02" AT 8.00 AM WE AIL IL NII: II: II::: Y GII: II ...IL..II: Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: MONDAY 309 381 Visitors- Contractor(s) Equipment (Active or Idle) Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 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- 5/23/2025 KEY LARGO I I I 451622-1-54-02 High Temp: 86 AM Conditions- PM Conditions- Low Temp. 81 RAINY SUNNY Remarks General: SUBCONTRACTOR TRANSFLORIDA DID THE FOLLOWING WORK- 1. 1 VALVE BOX ADJUSTED Accidents- Day of Week- Contract Day- Total Days- ❑No ❑Yes See Accident Report Dated- FRIDAY 320 381 Visitors- Contractors and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1. Prime Supt 1 7.00 Foreman 1 7.00 Skilled H&R PAVING Semi skilled Common Trainee 2. Sub/Utility Supt 1 3 Foreman 1 7.00 Skilled 9 7.00 TRANSFLORIDA Semi skilled Common 2 7.00 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 7:00 TRANSFLORIDA LOW BOY 1 TRANSFLORIDA SKID STEER LOADER (CAT) 1 1 7:00 TRANSFLORIDA CATERPILLAR EXCAVATOR 315F 1 1 7:00 TRANSFLORIDA CATERPILLAR 330 EXCAVATOR 1 TRANSFLORIDA PETERBILT DUMP TRUCK 1 TRANSFLORIDA PETERBILT DUMP TRUCK 1 TRANSFLORIDA CATERPILLAR 304 MINI EXCAVATOR 1 1 7:00 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 2 of 3 Date: Contract ID: 5/23/2025 KEY LARGO III Estimated Work Performed Contr/ Line Item# Pay Item Time AM/PM Installed Sub# Code Location Beginning Ending Qty. Units 2 425-6 ADJUST VALVE BOX STA 107+30 LT 8:00 3:00 1 EA 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 RAISE ROAD ELEVATION ON ANTIGUA ❑ ❑ ® ❑ GRADING AROUND STRUCTURES AND ❑ ❑ ❑ FRENCH DRAIN 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 M: TO: 3:00 7 ENGINEER IN CHARGE NAME, RANK AND INITIALS): DATE: DISTRIBUTION: Original—Project Engineer Copy—Contractor(as requested) Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Page Date: Contract ID: Financial Project ID: Inspector: 5/23/2025 KEY LARGO I I I 451622-1-54-02 Remarks General: UNABLE TO COMPACT DUE TO RAIN ON WIDENING UNABLE TO APPLY PRIME COAT TO ANTIGUA RD DUE TO RAIN RAIN GAUGE READING: 0.4" AT 8.00 AM WEAIL IL NII: II: II::: YII: II ...IL..II: Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: FRIDAY 320 381 Visitors- Contractor(s) Equipment (Active or Idle) Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 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- 6/3/2025 KEY LARGO I I I 451622-1-54-02 High Temp: 81 AM Conditions- PM Conditions- Low Temp. 73 RAI NY RAINY Remarks General: NO WORK DUE TO HEAVY RAIN Accidents- MESDAY y of Week: Contract Day- Total Days- ❑No ❑Yes See Accident Report Dated- 1331 � 365 Visitors- Contractors and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1. Prime Supt Foreman Skilled H&R PAVING Semi skilled Common Trainee 2. Sub/Utility Supt Foreman Skilled TRANSFLORIDA Semi skilled Common 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 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 2 of 3 Date: Contract ID: 6/3/2025 KEY LARGO III 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 UTILITY ADJUSTMENTS ❑ ❑ ❑ 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 M: TO: 11:00 3 ENGINEER IN CHARGE NAME, RANK AND INITIALS): DATE: DISTRIBUTION: Original—Project Engineer Copy—Contractor(as requested) Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Page Date: Contract ID: Financial Project ID: Inspector: 6/3/2025 KEY LARGO I I I 451622-1-54-02 Remarks General: UNABLE TO PERFORM SWALE WORK ON ANTIGUA RD (LEFT ROADWAY) DUE TO HEAVY RAIN RAIN GAUGE READING: 0.6" AT 8.00 AM WEA IIIIN :IIIIDAY G IN II II II 0 II 0II IICAS IL. II II: II II II Il,q ... II II III II IIqS Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: TUESDAY 331 365 Visitors- Contractor(s) Equipment (Active or Idle) Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B -_ -I H&RPA-1 OP ID: MR C­" CERTIFICATE OF LIABILITY INSURANCE DATE(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 p 1 PROJECT:Key Largo III ROADWAY AND DRAINAGE r „ 7.1 24 DAT NW: N/,Ok- 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