Loading...
HomeMy WebLinkAboutItem C20 C20 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 July 16, 2025 Agenda Item Number: C20 2023-4246 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: STAFF CONTACT: Cary Vick n/a AGENDA ITEM WORDING: Report of monthly change orders for the month of June 2025, reviewed by the County Administrator/Assistant County Administrator. ITEM BACKGROUND: There were two (2) change orders considered and approved by the County Administrator/Assistant Administrator for the period beginning 06/01/2025 and ending 06/30/2025 for a total of($140,468.63). There were no change order requests denied. PREVIOUS RELEVANT BOCC ACTION: On September 9, 1998, Ordinance No 027-1998 was adopted in order to provide that the County Administrator may approve separate, non-cumulative change orders for construction projects and professional service contracts in amounts not to exceed $50,000 (as amended per Ordinance No. 024- 2015), or 5% of the original contract price, whichever is greater. On April 19, 2023, Ordinance 005-2023 was adopted in order to provide that the County Administrator may approve separate, non-cumulative change orders for construction projects and professional service contracts in amounts not to exceed $100,000 or 5% of the original contract price, whichever is greater. The BOCC requested a monthly report of all change orders considered by the County Administrator. INSURANCE REQUIRED: No CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: N/A 1300 DOCUMENTATION: Change Order Rpt June 2025.pdf FINANCIAL IMPACT: N/A 1301 q / /\ j w /\ �M fa I= -0 _. gg § y= \ /2cc 0 -, § &{ oo £ M �22 { 9/ 2 /t ®ƒ 2 ƒ6 ® ep E &2 ` / ae2 ƒ k °0 \ 22 § ±- 55 °2a) 4 a = 2/ y Q -0 -r 0 E + ®u ° f \ f /\/ u )\� \ /C93 . y ®ƒ/f ) \7 2 / \\ ee /fie = E E 0 �gbb0- E /g c,a Z) 2 LL LuLu \ \ O a § / 2 k 0 / / / u ) \ L & 2 z ) \ 0 2 R y E p a _ Ln 2 2 { k5 Q as o LU \\ � a) z \ { rCL u k 2 0 2 } k \ / n zLU 2 z Ln\ � B �m am / $ E OLLJ 1 k U a LL o 0 U t Q uR § - } z J06 S b ? z : v 6 f ) % )/ G } 2 / CL� - CD ° / }� i 9 / ƒ MONROE / E / PROJECT CONTRACT PROJECT TITLE: Big Pine Community Park Amphitheater CHANGE ORDER O: 0 INITIATION DATE: 06/03/2025 CONTRACT DATE: 03/20/2024 TO CONTRACTOR: Pedro Falcon Contractors,Inc. 31160 Avene C Big Pine Key,FL 3300 The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price)..................................... $ 186,393.00 Net change by previously authorized Change Orders........... ......... ........ .............. $ 92,940.76 The(Contract Sum) (Guaranteed Maximum Price) prior to this Change order was....... $279,333.76 The (Contract Sum) (Guaranteed Maximum Price)will be(increased (decreased) (unchanged) by this Change Order................... $ 5,045.45 The new(Contract Sum)-(Guaranteed Maximum Price) including this Change Order is. $284,379.21 The Contract Time will be(increased) (decreased) (unchanged) by........................... 0 days The date of Substantial Completion as of the date of this Change Order is ................. 08/11/2025 Detailed description of change order and justification: Change,Order#3 revised the stonnwater lan and added additional lighting fixtures to the project scope necassitatLaq a permit revision with the Monroe CciuELty Building Qp art exit. This chap e order is for reimbursement of the permit revision tees that were re iced as pail of the desi n and permdtihg changes associated with Chancre Order . Change order is 2.7% of on iLnal contract Price. Not valld until signed by Owner Architect if applicable).-and Contractor ARCHITECT: N/A N/A Date CONTRACTOR: - a edro Farcon Contractors, Inc. Dat Cary Vick Digitally signed by Cary Vick DEPARTMENT DIRECTOR: Date:2025.06.03 12:33:07-1 Cary Vick Date Project Management Director Digitlly signedHurle Christine Hurley Date:202506.10Y181132e-04'00Y COUNTY ADMINISTRATOR: Christine Hurley Date 1303 Change Order Attachment per Ordinance No. 005-2023 • Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: This change order is for reimbursement of the permit revision fees that were required as part of the design and permitting changes associated with Change Order#3. • Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: • Change Order exceeds$100,000 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: • Project architect approves the change order. Yes ❑ No If no, explanation of why: N/A—no architect on file • 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: 1304 1u1'#EDRO CONTRACTORS , 31160 Alvenose ( ) 72-2200 -II ( ) 7' - 1 v.lm. 11liu-m,,.cc.)uiiirm Request for Change e Order 03 June 2025 Project.- Big Pine Community Park Amphitheater PCO Number-, Description.- Building Department Permit .e . .pan.Fees Pedro Falcon Contractors Revision .......................................................°....................................... ................................................................................. ....................................................................................... SUBTOTAL TOTAL COST .................................................................. Total Requestfor Change Order Amount.-........0..............6............... Submitted,Respectfully Ken r ManagerProject Page 1 of I Indushial-Conwietclat.hwfit ddiial-Resi s;bal-WRY, 1305 MONROE COUNTYBUILDING DEPARTMENT u W ZIP: PAYMENT RECEIPT ReceiptReceipt I i / • _ I _ 0 1r1 P1 Cashier MichelsJohnston PEDRO FALCON Payment Received BY: 31180AVENUEC BIG PINE KEY.Fl. 33043 _.._._._m..— _. . _ ........ and 1 Name on Check: PEDRO FALCON Address on Check: APPLICATION DETAIL ..................... �__ �...� ..W .�� . ...�..�...� .r �.-.. �_. _�. .....mm�_Applicationin v�.. ..�.. .. .91ts Address,City: 31009 ATLANTIS ROAD,016 PINE KEY Parcel 1 : Owner Name MONROE COUNTY BOARD OF COUNTY COMMISSIONERS WEST,City,state: KEY FL EUXEM AMOUNT Revision 1 $627.56 Revision1 Building i Insp FL Surcharge Retained Building it Fee $428.29 Building Education $2.00 Revision Planning Fee $566.70 Floridauil in ion FL Surcharge Retained $3.10 Building Balance Revision Building Building min&Insp FL Surcharge Florida BulldlngCommission May 27,2025 1e 1306 CHANGE ORDER SPREADSHEET Q%onp.Order p:4 1'0 w:004 Date 50bm.Itt ell:;04n 031 477„5 "445 OF ESTIMAM, 100oy"4how Mai wdwii A4,01 4044rMA e'd Of M rvl�lva l ffa ar(u� m � W 4� 45 , 2 44 4Rt 4 0 L�LMR��Fw S 4R4w tbRh��$R4 ", `+' 1 �� i ' 7 See 007SO 7.4.2-4"use of small tools"Is Included in overhead 4 When both 9ncwwmsw sfdrerraasia,:;markups shall be calculated using net total.(Sec 00750,7.Z4) 5 Direct Costs are cwo04wwwatRr ohoW and areAtit0hiltithoPattoritaatofho W s Sect 01M,74.411, A1DDlTfONA L WORK IGUCULAdTEi@47LARKUPS CONTRACTOR DIRECT WORK ITEM DESCRIPTION UOM CITY UNRPRICE SURTOTAQ5) S%OVERNEAW 5%PRCIPIT°W TOTALS'. N. Permit Fees Lump Sum 1 $4,586.77 $4,5&Fkw:77 $229.34 $229.34 $5,045.45 S4A.p0'. SO-W *$0.4k1 Subtotal . 5ca,t30 ii... i I' iii ✓ i/ii i p,� '$4„5�8.77 Subtotal $4,SB&77 Wes Tax plh,pHN�, Overhead at 5% Profit at 5% BOOM Cdyen0.Ti+rrtrrvut at b"mG CHANGE DRDER GRARND TOTAL �.._. 95.045.415 1307 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: 6.2.25 CONTRACTOR: H&R Paving, Inc. CONTRACT DATE: 6.16.24 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 $6,07178 Net change by previously authorized Change Order 3 BOCC 5.21.2-5 $249,778.00 Contract Sum prior to this Change Order 4 $2,345,609.17 Contract Sum is (decreased)by this Change Order 4 -- $(145,514.08 Revised Contract Sum including Change Order 1, 2, 3 and 4 $2,200,096.09� 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 Bid Item Description—Drainage related Increase Unit of Unit Price $Amount items per detail attached or Measure (Decrease) 425-1-521 Inlets, DT Bat Type C<1 0'(S1-1, (6) EA $4,313.00 ($25,878.00) S 1-3, S 1-5 S3-3, S 5-2, S4-8) 425-1-601 Inlets DT Bat 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 RC 07-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 V12,522.56 and to dispose of S 1-4, S5-1 and S5-2 that were on site but unable to use due to utility I conflicts I I I Not Bid RC04- Rim elevation error by I LS $6,726.28 $6,726.28 FOR-S3-1 modified-lowered 1308 oonvaign Envelope ID:aso14nzu-8noo-4oaA-8oss-3uoCzoFrAooa 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 commencement was July B. 2O24. Original contract 3G5 calendar days boba ti | comp|ebon to be 7.8.25, 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 8.26.25. This Change Order adds 11 calendar days (7 change order days and 4 weather days- 5.9 -Miami Dade Wildfire 167. 5.12' &23. 8.3-roin, )to the contract. Substantial completion ia revised bo8.8.25. Contractor agrees to accept the decrease of($145.614.OG) in monetary compensation and hereby waives allond releases any and � claims for any addiUone| compensation na|mbad to these bid items. This Change Order 4iso deduction of(.07Y6) nf the original contract price. This change was approved by the Engineer of Record(WSP USA, Inc) and the CEI (KCA, Inc.) (see attachment) Not valid until signedbyC tranhz County-acknowledged b F CONTRACTOR �� � ~° ENGINEERING SERVICES D|RECTO � C6jy Vick for Judy Clarke 6/09/25 Date Digitally signed uyChristine Christine �' Hurley ��/ /���������� n /[]�/e�� Hurley COUNTY ADMINISTRATOR ~ oate:unusms.25 14:39:14-04n0 Date (Acknowledged by) FLORIDA DEPARTMENT[)F TRANSPORTATION (451G22 SCDPFUNDEE) o°""ow""ob'. ,"". (451622-1-54-02 FonT Participation cost: % O concurrence: (,al�xrb ^� ~` "^tx^ FonT participation Time: Il days `--aoxxr^,os,m+*o- LAP - construction oversight Date Mo*nms COUNTY ATTORNEY APPROVED^aroFORM SR,ASSISTANT 1309 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: 1310 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Opp Key Largo III—Roadway&Drainage Improvements Project FM No.:451622-1-52-02 Contract G2T05 Project Drainage Final Quantities Engineer Cost Estimate Review Pay Item:-425-1-521 Inlets, DT Bot,Tyne C<10': 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 (RFI(s)) and explanation as outlined below: S1-1: Inlet structure(Sta 159+07.32 Burton Dr)deleted by RFI 09 S1-3: Inlet structure(Sta 167+39.41 Burton Dr)deleted by RFI 10 S1-5: Inlet structure(Sta 174+41.16 Burton Dr)deleted by RFI 11 S3-3: Inlet structure (Sta 47+69.45 Canal St)deleted by RFI 01 S5-2: Inlet structure(Sta 97+76.34 Harry Harris Dr)deleted by RFI 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. Pay Item:-425-1-601 Inlets, DT Bot,Type J: 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 to the directed deletions in the respective Request For Information (RFI(s))as outlined below: S1-2: Inlet structure(Sta 166+98.13 Burton Dr)deleted by RFI 10 S1-4: Inlet structure(Sta 174+42.35 Burton Dr)deleted by RFI 11A S5-1: Inlet structure (Sta 97+98.97 Harry Harris Dr)deleted by RFI 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 to the directed deletions in the respective Request For Information (RFI(s))as outlined below: MH-1: Manhole structure(Sta 159+07.32 Burton Dr)deleted by RFI 09 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 RFI 14 and incorporated 37 LF of 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 (RFI(s)) and explanation as outlined below: MH-1: Manhole deletion (Sta 159+07.32 Burton Dr) includes pipe deletion of 8 LF RFI 09 01 IA[orL't Fra r'¢kI lri Street,,ti¢te 400 I f a n iri a, I loir ( 'a 33602 1 8[3 871 53,11 8; 3 871 51,D a � r- 1311 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Opp S1-1: Structure deletion (Sta 159+07.32 Burton Rd) includes pipe deletion of 10 LF RFI 09 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 S1-5: Structure deletion (Sta 174+41.16 Burton Rd) includes pipe deletion of 42 LF RFI 11 S1-4: Structure deletion (Sta 174+42.35 Burton Rd) includes pipe deletion of 8 LF RFI 11A S1-2: Structure deletion (Sta 166+98.13 Burton Rd) includes pipe deletion of 8 LF RFI 10 S1-3: Structure deletion (Sta 167+39.41 Burton Rd) includes pipe deletion of 8 LF RFI 10 S5-1: Structure deletion (Sta 97+98.97 Harry Harris Dr) includes pipe deletion of 8 LF RFI 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 (RFI(s)) and explanation as outlined below: MH-1: Manhole deletion (Sta 159+07.32 Burton Dr) includes pipe deletion of 110 LF RFI 09 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 (Sta 174+42.35 Burton Dr) includes pipe deletion of 80 LF RFI 11A S1-2: Structure deletion (Sta 166+98.13 Burton Dr) includes pipe deletion of 70 LF RFI 10 S1-3: Structure deletion (Sta 167+39.41 Burton Rd) includes pipe deletion of 55 LF RFI 10 S5-1: Structure deletion (Sta 98+98.97 Harry Harris Dr) includes pipe deletion of 40 LF RFI 14 Pay Item:-Remove S1-4&BackfiR Sewer Line: Due to the rim elevation depicted in the plans being 7.2" above Edge of Pavement (EOP), Structure S1-4 and the exfiltration 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 cost estimate of$7,792.55 reflects the level of effort required, is commensurate with the scope of work needed, incorporates existing contract Pay Items (where applicable)and appears to be reasonable.The contractor is requesting an 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 Traffic 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 USF 6611 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 Day(s) 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 cost estimate includes the reimbursement for these structures together with the cost for removal and disposal of these 01 Igo« Lh Fra r'¢kI lri Street,,ti¢te 400 I f a n ipica, I loir ( 'a 33602 1 8[3 871 53,11 8; 3 871 51,D a � r- 1312 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B & ASSOCIATES three structures. The Lump Sum cost 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 Top: 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 EOP and install a new J-Top. This lower S3-1 elevation should drain the area during normal rain events.The cost estimate includes the labor and equipment needed as a newt-Top will 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 cost 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 of effort 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 1"St and Planter Rd: Monroe County requested the existing six (6) missing delineators be replaced on 1" St and Planter Rd. The cost estimate, with a unit price of$157.50 EA, includes furnishing and installation of the delineators. FDOT Pay Item 705-11-1 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 to be reasonable. 2b ® `. sm,yes t m nee•�.as coso aou x ooe x �., i s o�a iac,Auoree cm3s ndr, rs rnsro;e ,nePe9e com Un >< 0 X r�li la.//Fdotwww.6Mob mrzwindows nex yi I L(I sr rr,l n r y ^IV,, t i>r, l "Ol 4�.,are VW/I A,i -- ._.. � ., `� �nw .. Q U A° a&, + �J ac, „rn .1 ❑9 c7 G`>7 I� �^ FO oaoa4anu/ snso.00 ,aso.o,u .aun �, y a, aMYsn ,�k ,� � . ma,nzu , senoo.o s,9.an.zn .o,a an a Fc,M� nS n,wo.,.o- u u o ueFn/ ,rFu.ow, $'9s a vtal'i. losl 4 U Ln U 5 5 '���� ;77 ��� o'roc i 5 a1 x e'ra a. i,H.nu 'n 'u cfu trot ra yz,uq�u5 S .rsy_s ria_u3 �M n✓ u+nsis v[iv.s..r mma 3,srmuowa pie,_aun,ry 5I2d12o25 ws4n: n8 The contractor is requesting an additional zero (0) Calendar Day(s) of contract time to perform this work. 01 No Lh Frar'¢kIIn Street,,ti¢(e 400 I f a n iri a, I loir ( 'a 33602 1 8[3 871 53,11 8; 3 871 5 3 a � r- 1313 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Opp Pay Item:-Construct Ocean Pointe Swales(Sta 170+00 to Sta 173+00 RT)on Burton Dr: The area of Burton Dr at the entrance to Ocean Pointe is lower than the surrounding area and results in stormwater ponding. 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 stormwater. The Lump Sum cost estimate of$8,031.59 reflects the level of effort required, is commensurate with the scope of work needed, incorporates existing contract Pay Items (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. Spillett, P.E. Senior Program Manager 01 Igo« Lh Fra r'¢kI lri Street,,ti¢te 400 I f a n iri a, I loir ( 'a 33602 1 8[3 871 53,11 8; 3 871 5 3 a � r- 1314 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<101: <6 EA> $4,313.00 <$25,;p 8.00 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 Tvne JJ: <3 EA> $4,650.00 < 1;'i,,9!!0 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 <$4 7p!!70.00 µ MH-1 deleted RFI 09 Net Deletion of 1 EA 430-174-118 Pine Culvert Round 18"SD: <73 LF> $182.19 <$1 1, °97 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 Pine Culvert Round 24"SD: <108 LF> $308.36 < I0 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 1 1 89 i u4> 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 1315 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 (Sta169+09): Burton Drive cross drain removal and disposal Calendar Days Requested-2 Not Bid Install Delineators at 15t 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 °"1 45,u5`1 4, 00'. Order #4 Total Calendar Days Requested 7+4(Weather)=11 1316 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 1317 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. 518125 CO No 4 SECTION 1: H&R Direct Work and Cost 1 LABOR Description Rate HRs Burden Su btotal $0.00 2 Materials&Supplies Rate Qty Unit Su btotal $0.00 3 EQUIPMENT Rate HRs Su btotal $0.00 Subtotal: Labor, Materialsa, Equipm( $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 Su btotal $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 1318 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B GENIERAII,,,, ENGINEERING COIIm"TIRAC"TOIRS 3960 S.W.144"'Avenue Road.IMIIAMII,II::1I...33166 PHONE::(305)378-2323 FAX:(305)378-61 fii IEarthwork Watelr&Sewelr Stormrn IDlraiilna e / Aslplha lit Paviiing Roadwork P R OIR"OSAll...S U IBM II"II"T ED"'0:: DA"II"Iliii u SANTIAGO LOPEZ MAY 8,2025 COIM R"AIMY IMAM 1:::': If"IlkO UII:::C"II"IMAIMII:::: H&R PAVING.INC KEY LARGO III ADDRESS::ESE: ADDRESS:: ESE: TAVENIER IR111.11 1411!!i/IM013III1 II!!! DA"IFE 011::11:111.AIMS 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 DESCRIPTION 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 acoo]rdance with South Florida Building Code All work performed in Right of way will be in accordance with I::'ublic Works Specifications. We hereby propose to furnish labor and materials..complete in accordance with the above specifications. 1) ::layments 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 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 ever and above the estimate. All agreements contingent upor7 strikes, accidents or delays beyond our control. Phis 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 fH IS r'RCr'CSAI...SHAI...I...BE A PAR f OF FHA F CON FRAC F. Authorized Signature: ACCII::::.11:3"I"AINCII::::.011: I1:3I1:ROIf30SAII.... fhe above prices,specifications and conditions are hereby accepted. You are authorized to do the work as specified. r'ayment will be made as outlined above. ACCEr'FED Date: Signature: 1319 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B All American Precast �� 1300 NW 4 Street AL j/ �I Homestead, FL 33030 US pj +13054182795 ADMINC ALLAMERICANPRECAST.COM AME AN www.allamericanprecast.com f RfE CAS T 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 OTY 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 S 1-4 SUBTOTAL 3,513.00 TAX 263.48 TOTAL 3,776.48 BALANCE DUE $3,776.48 1320 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. Project: Key Largo III Roadway Improvements Project Date: 12-Mar-26 Contract No: G2T06&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 1321 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. 3112125 CO No 4 SECTION 1: H&R Direct Work and Cost 1 LABOR Description Rate HRs Burden Su btotal $0.00 2 Materials&Supplies Rate Qty Unit Su btotal $0.00 3 EQUIPMENT Rate HRs Su btotal $0.00 Subtotal: Labor, Materialsa, Equipm( $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 Su btotal $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 1322 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B T' -RANS 'F"'.LO'.R.I.D.A '.D.EV'.E.LO'.P.M.E.NT CORP G IN IIRA 11 ING COIN"I"11RAC"I"01IRS 13960 S.W.144 1h Avenue IRoad.IMIIAIMII,FIL 33186 PHONE:(305)378-2323 FAX:(305)378-6161 1:..:.:.airtIhwoirIk Wateir&Seweir Storm IDiraiiinage / AsIp1hallt IFlaviiing Roadwork PROIROSAIL SU1BIMITT11:..!11 T0:: DATI:r::: SANTIAGO LOPEZ MARCH 4,2025 COMPAINY INAIMI::!:: RIROJIECTINAIMI::!:: H&R PAVING.INC KEY LARGO III A1D1D1IU:..!SS:: A1D1D1IU:..!SS:: TAVENIER M 01F IPIL.AINS We hereby submit specifications and estimates for NEW GALVANIZED CASTI N G DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL CAS If IIIIJG1 66 10 GAII \1 GII:R 011"J 1111 fl : C011"J 11 ll::RAC 11 25 11-:::::A $2 75 00 S,875.00 110 11 A 11 C R 11:::11)1111 $ 6,8:7,5 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 accordance with Public Works Specifications. We hereby propose to furnish labor and materials compete in accordance with the above specifications. 1) Payments shall be made from pi weekly estimates,based on the work performed,riot later than 10 days after requested. 2) Site work must pe on subgrade elevations,unless otherwise specified. 3) Addition or removal of fill is riot 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 riot paid within 30 days are subject to maximum allowable interest rate per month thereafter. 6) If a separate contract is signed 1 HIS PROPOSAL SHALL..BE PAR OF 1HAI CONIRACI. Authorized Signature: ACC11:..:.1IF'1"AINC11:..:. 011::� IF'1I:R01IF'0SA1I I fie 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 1323 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. Project: Key Largo III Roadway Improvements Project Date: 21-May-26 Contract No: G2T06&G2P46 Description: Structures S6-2&S6-1 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 1324 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B All American Precast �� 1300 NW 4 Street AL j/ �I Homestead, FL 33030 US pj +13054182795 ADMINC ALLAMERICANPRECAST.COM AME AN www.allamericanprecast.com f RfE CAS T 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 OTY RATE AMOUNT 02 2 3,513.00 7,026.00T Item#425-1-521 TYPE C INLET W/USF#6611 GALV GR. <10 STRS: (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 1325 Docusign Envelope ID:85014928-89D0-40BA-BD56-35BC20FFA30B T'RA.NS 'F.'LO'R.'[.'D.A. 'D.'EV"E.'LO'P.'M.'E.'NT CORP GIENIERAIL. ENGINEERING cam rRAc roRS 13960 S.W.144"'Avenue Road.IMIIAMII,11::]l 33186 PHONE:(305)378 2323 FAX:(305)378 6161 Earthwork I Wateir'& Seweir I StormDraiiinage I Asphall-ItlPaviiing I Roadwork PI 011:1OSAll S0..UIBM11"I"'I'llEll)'I'0u DXI'11:::'C SANTIAGO LOPEZ AP RI L 29 2025 COIM PAIMY IMAIM IIE'. PROJIEC"ll'IMAIMI:::':� H&R PAVING.INC KEY LARGO III AIDIDRI:..:SS: A1D1D1lU:..:S& TAVENIER 11:111-1101411:.:/M0131111 11:::' DA"I'lli..:011::!11:111 AIMS 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,&SI-4) 1 LS $5,000.00 $ 5,000.00 TOTAL $ 5,000.00 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 1::Iublic Works Specifications. We hereby propose to furnish labor and materials complete in accordance with the above specifications. 1) ::layments 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 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. Phis 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 PHIS 1::IROI::IOSAI SHAI I BE A PAR F OF FHA F CON FRAC F. Authorized Signature: ACCII:..:..11:3"I"AINCII:..:.. 011: I1:311:R011:30SA11 Fibe above prices,specifications and conditions are hereby accepted. You are authorized to do the work as specified. ::layment will be made as outlined above. ACCEI::1 FEI I)ate Signature: 1326 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. Project: Key Largo III Roadway Improvements Project Date: 6-May-26 Contract No: G2T06&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 1327 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. 516125 RCO#04R2 SECTION 1: H&R Direct Work and Cost 1 LABOR Description Rate HRs Burden Su btotal $0.00 2 Materials&Supplies Rate Qty Unit Su btotal $0.00 3 EQUIPMENT Rate HRs Su btotal $0.00 Subtotal: Labor, Materialsa, Equipm( $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 Su btotal $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 1328 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 0.00 $280.00 5 Sub-Total $986.96 48.5%Labor Burden: $478.68 Labor Including Burden: $1,465.64 Allowable Mark Up 15% $219.85 Tota/Labor $1,685A8 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 JVVeeklyj $ $ 1.00 1 1.00 $0.00 Weekl $ 1 $ 1 1.00 1 1.00 $0.00 Sub Total $2,791.36 Allowable Mark Up 105-6 $279.14 C.-Material Tota/E ui ment $3,070.50 Qty Unit Rate w/Tax Amount Allowable Mark Up 10% D.-Subcontractor Requirements Total Mateials $000 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//owab/e Mark Up 10% $150.00 E.-Misc. Requirements Total Subcontractor $1,650.00 Description Qty Unit Rate w/Tax Duration Amount ------------------------------------------------------------------- -------- ----------------------- ------------------ ----------- -------------- Sub To $0.00 A//owab/e Mark Up 10% $0.00 Total Misc. $0.00 Total: $6,405.98 GRAND TOTAL: $6,405.98 1329 f2y avow 0 my. too it, fit 11 A i ......... � i0000 �.1 ��ffff��j tg AT to r rd q (SHEET RD-20) 1330 II I I� I, r VI-a�a-v = O CO O CD — 00 00 00 [I, C'4L mor- w W p Q :2 Z= Q7 } ncQorn = Zp (n O o U U) O Q Qg = m U � � U � - N z \J J\Z N pO O r� —1 W O I Z Z N Z N LLI �V) O It X X X= _ O r0 r0 O CN w O w cn I - � O V) cn N J � O � � m m N U ro 0 N Q O of U f� O � Z N Z W Q N Q O O w O Q w r7 T O o 0 3 3 3 Of Q Z o M II „96 �g o o oLLI o o ��o Of vW L6 a s g V) z V) U I U U U Q w� � cy of o+ o0o W Y p J J C� U •-••- o W O. W °:°'°=O Z LLI Z c c c Q (n Q m U U U U c Z O O II II II a°> p m Ln > 33 3 II O w 3:3: O� U Of UUUL, U O UUW m suolioW�a4V N 0 2 O U 00 o_ o H ��U 0 O E LLJ O p c r.0\ C U U U Q N N D O.O U = _ U) b m I Oo ° ° < o coO O J cD ILL p o l w _rnN N—y� cprn Oo O N NU C 00 Lii o °m LLI N S � m NNM W Q CO Q Cr ON co ZO 0- I a>-- m U _ 3 p o O Lij O o Eoa�i Q 00 U o O p a c a� C7 oar �L o 00 a12 �e N O �' c Q Lf) O o o¢rc o � "yl ".:.I vd, a, W C U U aDLr) I..I "� mm �� 09 w 1=° 4JY y;;,Y p a C (if cn �'� O Z III(, w 9 C a) `O it Q O— aF)i J J ry III u, n � a O a�a p c� W CO 0 O =' Y "III I,I,I� „ +Ila +Ila cpi o o c Qw O J ;� "I x`, x yam a`)-o c �w rn m a� Fh LLI O U) �,?D El L) Of �iiqul E v+ c < I 11331 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Equip . www.equipmantwatch.corn All prices shown in US dollars( ) Rental Rate Blue Bo ok(R) February 20,2020 Caterpillar'988G(dIse.2005) 4-Wvd Articulated Wheel Loaders size class: 350 499 HP "M Weight. 109606lbs , Configuration for 988E(disc.2005) Bucket.Capacity_Heaped 8.2 cu,yd Net Horsepower 475.0 ltfr Operator Protection EROPS Power Mode Diesel Blue Book Rates FHWWA Rate is equal to the monthly ownership cast divided by 176 phis the hourly estimated operating cost. Ownership Costs Estimated FHWWA Rate— Operating Costs Costs Monthly Weekly Daily Hourly Hourly Hourly Published bates USD$12,740.00 USD$3„570.00 USD$895Ao USD$136.00 USD$99,799 USD$172.18 Adjustments Region(100%) _ Model Year (20,05: 100%) Adjusted Hourly Own-ership Cost('100%) Hourly Operating Cost(100%) Tatar: USD$12,740.00 USD$3,570A0 Uso$895,00 USD$135,00 USD$99.79 U'SO$172.18 Non-Active Use Rates Hourly Standby Rate USD$45.8[l Idling Rate USD$118.90 Rate Element Allocation Element Percentage Value Depreciation(ownership) 41% USD$5„223.40Jnmo Overhaul(ownership) 37'% U8D$4,71.3.80lrno CFC(owne'rshlp) 12% USD$1,528,801m10 Indirect(ownership) 10% USD$1,274.00dmro Fuel(operating)@ USD 3.07 47% USD$48.511hr Revised hate: 1 st half 2020 These are the most accurate rates for the selected Revision Date(s).However,due to mom frequent online updates,these'rates may not match Rental Rate Blue Book Print.Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for CODY WALRAVEN (C"W aireven@orionmarinecgroup.com) All material herein 0 2003-2020 Informa All oughts reserved. 1332 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Eq,uipmentWatcK. www.equipmentwatch.com All prices shown in US dollars($) Rental Rate Blue Book® February 20,2020 Caterpillar320 Crawler Mounted Hydraulic Excavators Size Class: „ w 21.1 -24.0 MTons � 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$20.82/hr Revised Date: 1 st half 2020 These are the most accurate rates for the selected Revision Date(s).However, due to more frequent online updates,these rates may not match Rental Rate Blue Book Print.Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for CODY WALRAVEN (CWalraven@orionmarinegroup.com) All material herein @ 2003-2020 Informa All rights reserved. 1333 Docusign Envelope ID:850 1 492 8-89D0-40BA-8D56-35BC20FFA30B @ o, i www.eqLlipmentwatch.com Alt prices shown in US dollars($) Rental state Blue Bl'ok@ March 12,2020 Freightliner FLD12064(6X4) On-Highway Truck Tractors Size Class: 45,001 -60,000 C11Ww Weight: 14000 Ibs Configuration for FLD12064(W) Horsepower 300.0 Power Mode Diesel Blue Book Rates FHWA Rate is equal to the monthly ownership coast divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated FHWWA Rate— Operating Costs Monthly Weekly Daily Hourly Hourly Hourly Published Elates USD$3,295.00 USD$925,00 USD$230,00 USD$35.00 USD$36.93 USD$56.65 Adjustments Region(100%) _ Model Year (2020: 100%) Adjusted Hourly Ownership Cost(100%) Hourly Operating Cost(100%m) Total: USD$3,296.00 USD$925.00 USD$230,00 USD$35.00 U'SID$3 .93 USD$55.65 Non-Active Use Mates Hourly Standby Rate USD$11.42 Idling Rate USD$41.21 Rate Element Allocation Element Percentage Value Depreciation(ownership) 43% USD'$1,416.851rmo Overhaul(ownership) 38% USD$1,252.10fmo CFC (ownership) 7% USD$230.65/mo Indirect(ownership) 11% USD$362.45/mo Fuel(operating)(M USD 3.07 61% USD$22.49/hr 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 RON A RUPERT (ronda horsepo werelectric.cofm) All material herein C)2003-2020 Informa All rights reserved. 1334 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B iqSUNBELT, Page 1 of 2 RENTALS PC : 0507 SUNBELT RENTALS, INC. 2700 S FEDERAL HWY Sale mare: 024900 FLORIDA CITY HOUSE A FORT LAUDERDALE, FL 33316 40P TELEPHONE: 954-527-4007 Typed By: MSPORDER Job Site: RENTAL OUT ROADWAY IMPROVEMENT 268ST AND SW 128 AVE HOMESTEAD, FL 330,32 Contract #,. 151117219 C#: 305-378-2323 J#: 786-4012-1779 Contract dt. 3/01/24 Date out,... 3/01/24 3:30 PM Customer: 571417 Est return'.. 3/08/24 3:3 0 PM Job Le c..... 268ST AND SW 128 AVE, HOMESTEAD TRANS FLORIDA DEVELOPMENT CORP 13960 SW 144TH AVE RD i Job No...... ROADWAY IMPROVEMENT MIAMI , FL 33186 P.O. #-- 54419 Ordered By.. CRUZ, MARTIN NET 30 Milure lo rturn wnwl piwerty or quipment tipm expiraion-ofrental perlod and failure to ply all mounts due (taludh'19 COStS for dMlagC tug the P4X*M'ty Or FAILdINTE11t) ire evince�ol abaidonment a,refusal to redefivew*the prq)erty, Punishable in acewdancewith Seetionlil2AS5, HoHda Stlutes, Q TY EQUIPMENT # M Dza y Week /1 wce-k Am o u,n t 1 .00 P T TE I'AMPER, REERSIBLE 90014B 5 0 o 646 00 11,7 0. 0 0 665 .00 111 A,66606 MakeV� WACKER Model: BPIT5545A Ser1 f: L18652'?6 5� PLATE TAMPER 24" REV, (MCKER, BP J5545A,GAS HR OUT: 1000 Rental Sub-tcLal : 665, 00 SALES ITEMS« Qty Ttem mimber Unit Price 1 DLPKSRC11G F,A 55500 55- 50 TRANSPORTATION SURCHARGE I ENVIRONMENTAL EA 12 . 960 12 . 96 211,33XXX000 ENVIRON/HA7�7.14A'1/i-')I'SPOSAL RENTAL PROTECTTON PLAN 99 '7b DELIVERY CHARGE 1.50 .00 PICKUP CHARGE Martirr ('786) 402-17'79 Sub- tota,1, 1 -1.33.21, -ax-. 51 - 35 Con tinued on the next page... flnu 1335 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. Project: Key Largo III Roadway Improvements Project Date: 7-May-26 Contract No: G2T06&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 1336 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. 517125 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 1337 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 AI/owable Mark Up 10% $272.37 Total 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 1 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 10966 $293.14 C.-Material Tot ui ment $3,224.50 Qty Unit Rate w/Tax Amount LIMEROCK 22 1 ton 1 $ 45.00 1 $ 990.00 $990.00 Allowable 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 AI/owable 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 AI/owable Mark Up 10% $0.00 Total Misc. $000 Total: $14,294.60 GRAND TOTAL: $14,294.60 1338 (S-0a 133HS) 6Z'SO+EZI - 'bll5 -9NI7H3lVVII " z - n w p '� I z cczw c 0 a'- ]5' N m . 27 w F- 2 ^^ x III i � J N 41, / a 0 xo o —w M cl cc w w I � a cc ul 1 ^ , E N Aa eu R D R 6 p ] ----. --. ----. ----. ---. ----. + EW - ti E 5 2d']8' I� I � � z m � V _ III N m � Q I _ os I z o wo w >> 7 F w ON � + M w m Q I n 7w yew EON + ' w I � w,�� w — _ — — _ _ z N a - TI aw o _ w �zw N S ti I .Z •J ' d• .�� w e how - s�" i O %% m i -- o PT 2 z " pM"uwpp �� a Q rsy >z d (£-04 133H5) 09Tt,+Z9[ - 'V15 3N]7H31VW w` 1339 0 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. Project: Key Largo III Roadway Improvements Project Date: 14-May-26 Contract No: G2T06&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 1340 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. 5114125 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 1341 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Es IIII M A r I' ` HIGHWAY STRIPING INC. highwaystripinginc@gmail.com 18851 SW 21 8th ST +1 (305)934-8833 Miami, FL 33170 r BIII to Abelardo Rodriguez H&R Paving,Inc. 1955 NW 110th 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 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 1342 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B H&R Paving, Inc. 615125 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 1343 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B T'RA.NS 'F.'LO'R.'[.'D.A. 'D.'EV"E.'LO'P.'M.'E.'NT CORP GIENIERAIL. ENGINEERING cam rRAc roRS 13960 S.W.144"'Avenue Road.IMIIAMII,11::11 33186 PHONE:(305)378 2323 FAX:(305)378 6161 Earthwork I Wateir'& Seweir I StormDraiiinage I As phalli' Paviiing I Roadwork PI 011:1OSAll S0..UIBM11"I"'I'llEll)"I'0:: DA'1l'11:::':: SANTIAGO LOPEZ MAY 27 ,2025 COIM PAIMY IMAIM 1:::':: PROJIEC"ll'IMAM 1:::':: H&R PAVING.INC KEY LARGO III A1D1D1lk11:..:SS:: A1D1D1lk11:..:SS:: TAVENIER 11:111-1101411:.:/INEOE31111 11:::' DA"I'lli..:011::!11:111 AIMS 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 performed in private will be in accordance with South Florida Building Code All work performed in Right of way will be in accordance with 1::Iublic Works Specifications. We hereby propose to furnish labor and materials complete in accordance with the above specifications. 1) ::layments shall be made from hi weekly estimates,based on the work performed,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. Phis 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 PHIS 1::IROI::IOSAI SHAI I BE A PAR F OF FHA F CON FRAC F. Authorized Signature: ACCII:..:..11:3"I"AINCII:..:.. 011: I1:311:R011:30SA11 Fibe above prices,specifications and conditions are hereby accepted. You are authorized to do the work as specified. ::layment will be made as outlined above. ACCEI::1 FEI I)ate Signature: 1344 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 1 8.00 0.00 $176.00 Loader Operator 1 $ 30.16 8.00 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//owable Mark Up 10% $197.10 Tota/Labor $2,168.11 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 $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 10966 $265.14 C.-Material Tot ui ment $2,916.50 Qty Unit Rate w/Tax Amount $ $0.00 Allowable Mark Up 10% $0.00 D.-Subcontractor Requirements Total Mateials $000 Subcontractor Qty Unit Rate w/Tax Duration Amount Sub Total A//owable 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//owable Mark Up 10% $0.00 Total Misc. $0.00 Total: $5,084.61 GRAND TOTAL: $5,084.61 1345 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B w Is the swal'ie 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. !777r � .. ;. J Nq • 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 and: rock class 57 item 50-74. 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 solutions could include raising the road and/or installing a conveyance system with permission from the environmental agencies to allow discharge into the wetlands to the north,This solution will require addressinig utility conflicts with the utility companies.. Other solution but an expensive one is to do what we are currently doing,in some roads within Monroe County hike Twin Lakes,atillwrighlt, Big Coppitt and others which includes road raiising, a conveyance system to a central stormwater PS and discharging runoff into thie 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 adding an oxfiltratiion trench would not work.here.. Thanks 1 ty� t Luis Soto, 'PN r, Vice President 'water Resources Engineering - - b77 1346 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Please see below two ether swafe areas.The length of the proposed swale east of Ocean Pointe will be approximately 100' east of South Pointe driveway. 0o�g d !r, 6f y�r<y � err V rr y t it 7 /J / r " � /! ,r �✓�'/i � /i///r m �ur o llf ° S �Vti;� ��i�, JIVE,, N � � ri JJr�r� �o r f'41��r�i �ar r � mr ra �,�V � � r�^q Vi!� �i r� ,a " r �✓ � o m i iinf ira�n�l�wJr�wrawumwrwwu ww���m«aa�wmN�wwwO��amm�wwuwmm� 1347 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B Ott O „ �� � � /I<iR( %d�11� ✓�l �r 1 1,/ ��i � �i �r�� Gt y// /'� rp i//rryii/I� / %1/r ,/rnt�� / 'y / i�w�jr �'" ✓.r" f ar ,'//�' , r i .J/ ce m / fr �">�„�,' rN, %�y/ia%" n� "` � , U1" l rlim �y�i, � -Jf� ^'fix"°�k, ,�19 tir�,i, ///, ,��� v!�,✓ , 1348 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B r, � .y'. �h I W i! o� IX�y/rr+,r � � rr✓ cif^;Y'"""m° 1 '�%�� 1��� �u o ....n I !i i"1-0 �i��IVO��o(r/' ����//� � %��!��////����/////� �����% r Vr+fti✓wkOk ,Wmosr u ,ual, A/11,f Ir Ow „y r , / r < FOOD, � �t, r 11100 photo lookingYwasiB ent r ' /ram a / 1349 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 451622-1-54-02 High Temp: AM Conditions: PM Conditions: Low Temp. Remarks General: WILDFIRE #167 O WORK PERFORMED Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: FRIDAY 306 381 Visitors: Contractor(s) 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 Contractor(s) 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 1350 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 J� I��".�' I[' II....� I�°�IV[..Z FROM: TO: ENGINEER IN CHARGE NAME, RANK AND INITIALS): DATE: DISTRIBUTION: Original—Project Engineer Copy—Contractor(as requested) 1351 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Pa e Date: Contract ID: Financial Project ID: Inspector: 5/9/2025 KEY LARGO I I 451622-1-54-02 Remarks General: IIL S L , III W, III .. III W ... III III W III L. IIL. Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: FRIDAY 306 381 Visitors: Contractors Equipment Active or Idle Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used 1352 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 451622-1-54-02 High Temp: 83 AM Conditions: PM Conditions: Low Temp. 78 RAINY 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: Contractor(s) 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 Contractor(s) 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 1353 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: JQ" IRI[ II....� IPIV':2 10:00 2 ENGINEER IN CHARGE NAME, RANK AND INITIALS): DATE: DISTRIBUTION: Original—Project Engineer Copy—Contractor(as requested) 1354 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Pa e Date: Contract ID: Financial Project ID: Inspector: 5/12/2025 KEY LARGO I I 451622-1-54-02 Remarks General: RAIN GAUGE READING: 0.02" AT 8:00 AM WE ...IIL..IIh...1lII: III III:: Xlw III IIP^,W IIL III: III:: Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: MONDAY 309 381 Visitors: Contractors Equipment Active or Idle Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used 1355 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 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: Contractor(s) 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 Contractor(s) 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 1356 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: J� I��".�' I[ II....� IPI['"2 3:00 7 ENGINEER IN CHARGE NAME, RANK AND INITIALS): DATE: DISTRIBUTION: Original—Project Engineer Copy—Contractor(as requested) 1357 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Pa e Date: Contract ID: Financial Project ID: Inspector: 5/23/2025 KEY LARGO 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 WF ...IIL..IIh...1lII: III III A"^w III III"^W IIL III: III:: Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: FRIDAY 320 381 Visitors: Contractors Equipment Active or Idle Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used 1358 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 451622-1-54-02 High Temp: 81 AM Conditions: PM Conditions: Low Temp. 73 RAINY RAINY Remarks General: NO WORK DUE TO HEAVY RAIN Accidents: Day of Week: I Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: � TIUESDAY 1331 � 365 Visitors: Contractor(s) 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 Contractor(s) 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 1359 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: JQ" IRI[' II....� I�'�IV[:.Z 11:00 3 ENGINEER IN CHARGE NAME, RANK AND INITIALS): DATE: DISTRIBUTION: Original—Project Engineer Copy—Contractor(as requested) 1360 Docusign Envelope ID:85014928-89D0-40BA-8D56-35BC20FFA30B 700-010-13 CONSTRUCTION 06/09 Page 3 of 3 Attachment Pa e Date: Contract ID: Financial Project ID: Inspector: 6/3/2025 KEY LARGO 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 WE III h 1h:..h L. w h I^1W III h:..L. L. 1�ih:.. III �..� h �..�h h: �...,A 4, III I^iWL. �...A1 ih h h: III^W III �...A�..� �..) ^W, Accidents: Day of Week: Contract Day: Total Days: ®No ❑Yes See Accident Report Dated: TUESDAY 331 365 Visitors: Contractors Equipment Active or Idle Contr/Sub Equipment # # Total Hours # ID Description Pieces Used Used 1361 Docusign Envelope ID:85014928-89DO-40BA-8D56-35BC20FFA30B H&RPA-1 OP ID: MR CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) -* 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 NAME: 8240 N.W.52 Terr,Suite 408 (A/C,"o,Ext):305-477-0444 (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 IN URED INSURER B:PROGRESSIVE INSURANCE COMPANY 10193 R PAVING INC. 1955 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 _IN SD WVD MMIDDM! MMIDDIYYW A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE OCCUR 738BG03904 06/30/2024 06/30/2025 DAMAGE TO RENTED 100,000 PREMISES Ea 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 X PRO 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) ccident $ C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE T00048352610-1 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 YIN 10082978WC-4 06/30/2024 06/30/2025 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N I A (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 G74375637001 09/01/2023 09/01/2024 5,000,000 5,000,000 D POLLUTION LIAB JAlOO11955-1 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 ) ' PROJECT:Key Largo III ROADWAY AND DRAINAGE By �n 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 1362