Loading...
Backup Documents 10/14/2025 Item #16F 5 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 6 F 5 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. ** ROUTING SLIP** Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office A)/i3�� 4. BCC Office Board of County Commissioners 4,/a, o I 5. Minutes and Records Clerk of Court's Office I ° 11 a5 PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above may need to contact staff for additional or missing information. Name of Primary Staff Lisa Jacob Phone Number 252-1356 Contact/Department Agenda Date Item was 10/14/2025 Agenda Item Number 16.F.5 Approved by the BCC Type of Document(s) Change Order Number of Original 1 Attached Documents Attached PO number or account number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature(instead of stamp)? 2. Does the document need to be sent to another agency for additional signatures? If yes, provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legality. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney.) 4. All handwritten strike-through and revisions have been initialed by the County Attorney Office and all other parties except the BCC Chairman and the Clerk to the Board. 5. The Chairman's signature line date has been entered as the date of BCC approval of the document or the fmal negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is uploaded to the agenda. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on (01(1 and all changes made during /A is not the meeting have been incorporated in the attached document. The County Attorney i yps' bn option for Office has reviewed the changes,if applicable. 7C this line. 9. Initials of attorney verifying that the attached document is the version approved by the / N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the CA.(I,„j n o. .. •r Chairman's signature. rT lis, I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04;Revised 1.26.05;2.24.05;11/30/12;4/22/16;9/10/21 Ot` Colter County Procurement Services Change Order Form Contract# 20-7800 CO# 1 PO# 4500238755 Project#: 51026.1 Project Name: Pinecrest Lake 2-3 Restoration Contractor/Consultant Name: Douglas N. Higgins, Inc. Select One: ❑Contract Modification(Construction or Project Specific) 0 Work Order Modification Project Manager Name: LisaJacob Division Name: Pelican Bay Services Original Contract/Work Order Amount $208,104.00 6/22/2021;11B Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $208,104.00 6/22/2021;11B Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $208,104.00 6/21/2026 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change $o.00 _ o.00% Total%Change from Original Amount Revised Contract/Work Order Total $208,104.00 0.00% %Change from Current BCC Approved Amount Total Cumulative Changes so.00 o.00% %Change from Current Amount Notice to Proceed 6/2/2025 Original NTP 120 Original Final 9/30/2025 Last Final 9/30/2025 Date #of Days Completion Date Approved Date #of Days Added 0 Revised Final Date 9/30/2025 Current Substantial Completion Date 8/31/2025 (includes this change) (if applicable) Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete summary on next page. Check all that apply to this Change Order request: ❑Add Time; ❑Add funds; El Use of Allowance; ❑ Modify/Delete existing Task(s); ❑Add new Task(s); ❑ Reallocate funds; 0 Other(must be explained in detail below) 1.) Detail of change/s to be made through this Change Order. This is a request to approve Work Directive #1 by utilizing $8,942.00 of the "Owner's Allowance" to account for unknown conditions found during pre-construction meeting whereby approximately 120' of lake bank restoration was changed from 4:1 slope with sod to 3:1 slope with riprap. The grading and placement of additional riprap was estimated to cost an additional $22,442.00, however, less screenings and turf was needed resulting in a material reduction of$13,500.00. 2.) If this Change Order is currently under a Stop Work, please identify the date issued and number of days remaining or"N/A" if not applicable. N/A 3.) Explain why this change was not included in the original contract/Work Order. These changes were not included in the original Work Order due to unknown site conditions where it was discovered that railroad ties were supporting a structure. The railroad ties could not be moved to prevent compromising the structure. This required a change in approach for lake bank restoration from 4:1 slope with sod to 3:1 slope with riprap. 4.) Describe the impact if this change is not processed. If this change is processed, this project will realize the County's strategic plan to optimize the useful life of all public infrastructure and resources through proper planning and preventative maintenance. Page 1 of 4 Change Order Form(2023_ver.1) Colter County 1 6 F 5 Procurement Services Change Order Form Contract# 20-7800 CO# 1 PO# 4500238755 Project#: 51026.1 Project Name: Pinecrest Lake 2-3 Restoration Contractor/Consultant Name: Douglas N. Higgins, Inc. Change Order/Amendment Summary (If additional spaces needed, attached a separate Summary page to this amendment request) COST TIME CO# AMD# Description Additive Deductive Days Total New Justification (+) (-) Added Time utilize owner's utilize owner's allowance 1 allowance0 0 120 due to unforseen conditions ❑Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form(2023_ver.1) 16F5 � , ` tY C.A.norizYProcurement Services Change Order Form m Contract# 20-7800 coif 1 po# 4500238755 Project#: 51026.1 Project Name: Pinecrest Lake 2-3 Restoration Contractor/Consultant Name: Douglas N. Higgins, Inc. Acceptance of this Change Order shall constitute a modification to contract/work order Identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated In this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/Design Professional arising out of or related to the change set forth herein,Including claims for Impact and delay costs. Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of the Company or listed as the qualified licensed Professional"Project Coordinator"or Design/Engineer Professional under the agreement. Signature authority of person signing will be verified through the contract OR through the Florida Department of State, Division of Corporations (Sunbiz)website (hops://dos,invflorida.com/sunblz/search/). If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the company giving that person signature authority. Si G �) Prepared by: Date: ) Signature-Division Project Manager Lisa Jacob Printed Name Accepted by:_ Date: I)/ O/2,5— Signature signlEnglneer Professional(if applicable) James A Carr, P.E., Vice President, LJA Engineering, Inc Printed Namellitle/Compan Name Accepted by: t_.� l~ Date: del 4 as Signature-Cont ctnrf of itant endor Mi,Gb • at,-Douglass--Higgins, Prat`d-) •a ter and�ma fy to-t tut OOV be-Pcs N t Zbt�� xA C. • Approved by: Date: 2Z'b\Z . _ Signature-D vi ion anager or Designee(Optional) Printed Warn Approved by Date: Signature-Division Director or Designee(Optional) Printed me Approved by: —_— Date: Sign to d n r Designee(Optional) o , ision Administrator Printed Na-- Page 3of4 Change Order Form(2023_ver.1) 16F5 Collier County Procurement Services Change Order Form Contract# 20-7800 CO#1 Po#4500238755 Project#: 51026.1 Project Name: Pinecrest Lake 2-3 Restoration Contractor/Consultant Name: Douglas N. Higgins, Inc. FOR PROCURMENT USE ONLY FY 25 CHO Request# 738 GiarimoustasViviana Digitally signed by GiarimoustasViviana Approved by: Date: 2025.08.13 17:10:24 -04'00' Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: RI Administrative ❑ Administrative-BCC Report ❑ BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL ATTEST: Crystal K. Kinzel, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS and Comptroller COLLIER COUNTY, FLORIDA tBy` -,, ; t7t .1.Z-Gl. By: /44,,,/...."744n - ( ^ Attest as to Chairman's Dated: ( - -:l Z.02,5) signature only Burt L. Saunders, Chairman "-.P ,,w� (SEAL) Agenda# 1615 i�ly,is iv4 co A.•rov-d to '• • - d Leg ity: !`*uty ounty Attorney S.-ewit ie -T L L Print Name Page 4 of 4 Change Order Form(2023_ver.1) 16F5 Division/Department Name WORK DIRECTIVE CHANGE CONTRACT#/PROJECT NAME: CHANGE# 1 20-7800/Pelican Bay Pinecrest Lake 2-3 Restoration DATE OF ISSUANCE: 5/30/2025 EFFECTIVE DATE: 6/2/2025 OWNER: Collier County Board of Commissioners PROJECT#: 51026.1 CONTRACTOR:Douglass N.Higgins,Inc. ENGINEER/DESIGN PROFESSIONAL: LJA Engineering,Inc. You are directed to proceed promptly with the following change(s): Description: Change approximately 120' of lake bank restoration from sod to riprap. Purpose of Work Directive Change: During pre-construction meeting an unknown condition was found where railroad ties along the bank are supporting a structure and cannot be moved. As a result in that area and adjacent areas,the contractor cannot disrupt or remove the railroad ties to construct a 4:1 slope. Instead, minimal grading can be performed without disturbing the support system to construct a 3:1 slope with riprap. Attachments: Contractor's proposal If a claim is made that the above change(s) have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract Price: Method of determining change in Contract Times: N/A ❑ Unit Prices ❑ Contractor's records ❑ Lump Sum ❑ Engineer's record ® Other T&M ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time:N/A $ 8,942.00 Increase or decrease by calendar days. RECOMMENDED: AUTHORIZED: v cwJ....�.,awa.cw»pro a»�.,, Dl to:20 1.1:20 8 56:39 James Carr Nu.m..oa4K Jacob Lisa Date2025.a6.02 a9:58:39 0400' nra mnue:urra3aw By: James A.Carr,P.E.,Vice President By:Lisa Jacob,Project Manager Design Engineer Owner's Representative GE NERAI CONTRACTORS O("( Jv Nro7I the Vro Ln4 0{4{M CORPORATE O III[E 3390 TRAVIS POINTE ROAD SUITE A ANN ARBOR.MI AAS 17341S91.9500 rARt7341 RM-IllO REGIONS((IFS cs irE 445,ENTERPRISE A VENUE NAPLES,I1 I370177*3110 PAS:u3S,UAi]0 PROPOSAL TO: Pelican Bay Services Division ATTN: Lisa Jacob P.M. DATE: 5/15/2025 JOB: Pelican Bay Pinecrest Lakes 2-3 Restoration SCOPE: Changing approximately 120' of restoration from sod to rip rap. ITEM# DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1 Grading& placement of Rip Rap 1 T&M $22,442.00 $22,442.00 2 material deduction (Sod - screenings) _ $13,500.00 Grand Total $8,942.00 Owner/Customer-Signature & Date Douglas N. Higgins, Inc. - Date 16F5 0 CORPORATE OFFICE 3393 TRAVIS POINTE RD,SUI rE A ANN ARBOR,MI 4B13e W.D. (313)996.9500,FM:(313)990-6400 "I GG I ii S IN, GENERALCON1RACTORS a REGIONAL.OFFICE NO: 4466 Enterprise Avenue • ' NAPLES,FL 34(04 / (239)774-3130-FAX(239)774.4268 TO: COLLIER COUNTY GOVERNMENT DATE: 7/16/25 JOB NO: 1427-25 Board of County Commissioners JOB NAME: Pelican Bay Pinecrest Lake Restoration Attention: Accounts Payable JOB LOCATION: 3299 Tamiami Trail E., Ste.700 Colder County Contract Naples Florida 34112 Number*20-7800 TERMS: Net 30 QUANITY TYP. DESCRIPTION PRICE AMOUNT 120'of grading for Rip Rap in lieu of sod 6/9-6/10/25 Labor 0.0 HRS Superintendent(1) 85.00 $0.00 0.0 HRS Superintendent-Overtime(1) 119.00 $0.00 20.0 HRS Foreman(1) 79.00 $1,580.00 0.0 HRS Foreman-Overtime(2) 110.60 $0.00- 54.0 HRS Operator(3) 68.00, $3,672.00 0.0 HRS Operator-Overtime(3) 95.20 $0.00 60,0 HRS Laborer(4) 61.00 $3,660.00 0.0 HRS Laborer-Overtime(4) 85.40 $0.00 0.0 HRS Project Manager(1) 96.00 $0.00 0.0 HRS Project Manager Overtime(0) 134.40 $0.00 1,0 HRS Clerical/Admin.(1) 61.00 $61.00 0.0 HRS Clerical/Admin.Overtime(0) 85.40 $0.00 Equipment 20.0 HRS Track Backhoe:<3 c.y. 144.00 $2,880.00 0.0 HRS Track Backhoe:>3 c.y. 181.00 $0.00 0.0 HRS 50-70 Ton Crane 178.00 $0.00 0.0 HRS Articulated Front End Loader 89.00 $0.00 0.0 HRS Rubber Tire Backhoe 55.00 $0.00 0.0 HRS Bull Dozer up to JD650 89.00 $0.00 0.0 HRS Viabratory Roller 59.00 $0.00 0.0 HRS Asphalt Roller 59.00 $0.00 0.0 HRS NPK 3H Hammer 57.00 $0,00 14.0 HRS Tandem Dump Truck 69.00 $966.00 20.0 HRS Five C,Y. Dump Truck 56.00 $1,120.00 16F5 0.0 HRS Water Truck or Trailer 69.00 $0.00 0.0 HRS Broom Tractor 55.00 $0.00 0.0 HRS Lowboy 121.00 $0.00 0.0 HRS Jet-Vac Unit 390.00 $0.00 0.0 HRS Compactor 17.00 $0.00 0.0 HRS Two(2)Inch Submersible Pump 23.00 $0.00 0.0 HRS Four(4) Inch Trash Pump 28.00 $0.00 0.0 HRS Six(6) Inch Dewatering System 56.00 $0.00 0,0 HRS Eight(8)Inch Dewatering System 87.00 $0.00 20.0 HRS Pickup Truck and Misc.Tools 54.00 $1,080.00 0.0 HRS Light Tower 27.00 $0.00 0.0 HRS Concrete or Pipe Saw 11.00 $0.00 Specialty Equipment $0.00 Material 846 Mine-Rip Rap $2,021.00 846 Mine-Rip Rap $4,371.00 $0.00 $0.00 Subcontractor $0.00 $0.00 $0.00 10%mark-up on specialty equip.and material $639.20 15%mark-up on Subcontractors $0.00 Sales Tax on Material $383.52 Environmental $0.00 Emergency Fee $0.00 Fuel $0.00 Minimum Load Charge - $0.00 Concrete Handling Fee Per Load $0.00 Transport Charge $6.00 Freight&Delivery $0.00 TOTAL $22,439.72 1b� 5 DATE: Monday,June 9,2025 SUPER: James Nelson ' I INt... .„.� FOREMAN: "�"`*'O'`'"r JOB NO: 0900,1427,1560,7700,Yard WEATHER; Sunny I Temperature: 90 3 r'/L 1.2...,' Humidity: Precipitation: Office Location: Wind: Sovere: EMPLOYEE START LUNCH FINISH JOB NI TOTAL JOB 02 TOTAL JOB#3 TOTAL TOTAL IIRS. James Nelson (Superintendent) 7:00am 0.50 5:30pm #0900 2,00 #1427-25 4.00 #1560 4.00 10.00 Abel Hernandez Ochoa (Foreman) 7:00am 0.50 5:30pm #0900 10.00 10.00 Ed Pariier (operator) 7:00am 0,50 5:30pm #0900 10.00 10.00 Careia Mario Vasquez (Laborer) 7:00am 0.50 5:30pm #0900 10.00 10.00 Maurlcio Lopez (Pipe Layer) 7:00am 0.50 6:30pm #0900 10.00 10.00 Abel Hernandez Ochoa Jr (Labor) 7:00am 0.50 5:30pm #0900 10.00 10.00 Amaury Careia (Laborer) 7:00am 0.50 5:30pm #0900 10.00 10.00 Victor Ramirez Campa 7:00am 0.50 _ 5:30pm #0900 10.00 10.00 Lula Roldan Dominguez 7:00am 0.50 5:30pm #0900 10.00 10.00 Truck Driver I Mechanic Rodger Nelson 7:00am 0.50 6:30pm #1598 0.00 Yard 3.00 #1560 7.00 10.00 John Ludwig 4:00am No Lunch 3:30pm #1427-25 0.00 Yard 3,50 #7700 8.00 11.50 Borge Flores(Operator) 7:00am No Lunch 4:00pm #1560 3.00 #1427-25 8.00 (TAM) 9.00 Kaleb Gosnell(Operator) 7:00am 0.50 5:30pm #1427-25 10.00 (T&M) 10.00 SUBCONTRACTORS Bartoione Excavation EQUIPMENT QTY. HRS EQUIPMENT QTY. HRS. Tandem Dump Truck(1427-25)(T&M) 1 6 5 Yd Dump Truck(1427.25)(TAM) 1 10 MATERIALS QTY. MATERIALS QTY. IMPORTANT EVENTS: 1 Worked on Job#0,00,Continued Installing drainage,Rodger went to Tampa to pick up 12"CMP for Job#1560,then worked on equipment,John ran pumps to job# 7700. dn ..,,..., DATE: Monday,Juno 9,2025 SUPER: James Nelson I Irl�dRF,.. FOREMAN: Felipe Flores .ram .oreor.;y,w JOB NCI #1427-25,t 1598 WEATHER:Sunny I Temperature: 90 lluntldity: Precipitation: Office Location: Naples,Florida Wind: Severe, FMPLOYEE S'I'Alt'l' LUNCH FINISH JOB III 'IOTAL J0Il92 'COl AI. .loll Ild TOTAL. TOTAL,IBIS. I•clipeSandivol (Forman) 700am 0.50 5:30prn 11 1598 II II I427-25 10 (I&M) 10 .loan 1lcroande,, (Operator) 7:00am 0.50 5:30pm //1598 0 N 1427-25 10 (1&M) 1(1 Francisco Montoya Tulle (Operator) 7:00am 0.50 S;aOpm 111598 0 II 1427-25 10 10 Keith Mitchell (laborer) 7:00am 0.50 5:30pm 11 1598 10 10 ,luau('arlosSatan (Laborer) 7:00am 0.50 5:30pm 111598 0 111427-25 1(1 (1'&51) 10 Alberto Nava (Laborer) 7:00am 0.50 5:30pm 11 1598 Il N 1427-25 10 (I.Sc!11) 10 Misaci Benitez (Operator) 7:00am 0.50 5:30pin 111598 0 11 1427-25 10 10 Francisco Montoya Elias Jr.(Laborer) 7:00atn 0.50 5:31)pm N 1598 0 u 1427-25 10 (T&M1il 1(1 Efrain Sandoval Jr 7:00am 0.50 5:30pm II 1598 0 I1 1427-25 1(1 10 TRUCK DRIVER Joseclilo Nizama 7:00am 0.50 5:30pm It 1598 10 III SUBCONTRACTORS HRS EQUIPMENT QTY. HRS. EQUIPMENT QTY. HRS. Track Backhoo(JD 50)(1427.25)(T&M) 1 10 Pick-up Truck(1427-25)(T&M) 1 10 MATERIALS QTY. MATERIALS QTY. 846 Mina -RIp.Rap(1427.25)(T&M) 40 Tons IMPORTANT EVENTS: Worked on job#_1427-25,Started grading and setting Rip-Rap and yard drains. 16F cp... DATE: Tuesday,June 10,2025 SUPER: James Nelson .. .w, FOREMAN: .2.-A.c,,...ta...• JOB NO: #0900,Yard,#1427,#1560 WEATHER: Afternoon Rain I Temperature: 82 Humtdity: Precipitation: Office Location: Wind; Severe: EMPLOYEE START LUNCH PIN15H Jon 01 TOTAL JOB#2 TOTAL 308 03 TOTAL TOTAL IIRS. James Nelson (Superintendent) 7:00am 0.50 3:30pm #0900 1.00 #1427.25 4.00 #1580 3.00 8.00 Abel Hernandez Ochoa (Foreman) 7:00am 0.50 4:00pm #0900 8.50 8.60 Ed Parller (operator) 7:00am 0.50 4:00pm #0900 8,50 8.50 Carols Mario Vasquez (Laborer) 7:00em 0.50 4:00pm #0900 8.60 8.50 Mauriclo Lopez (Pipe Layer) 7:00am 0.50 4:00pm #0900 8.50 8.50 Abel Hernandez Ochoa Jr (Labor) 7:00am 0.50 4:00pm #0900 8,50 8.50 Amaury Carela (Laborer) 7:00am 0.50 4:00pm #0900 8.50 8,50 Victor Ramirez Camps 7:00am 0.50 4:00pm #0900 8.50 8.50 Luis Roldan Dominguez 7:00am 0.50 4:00pm #0900 8.60 8.50 Truck Driver/Mechanic Rodger Nelson 7:00am 0.50 5:30pm #1427 0.00 Yard 10.00 10.00 John Ludwig 7:00am No Lunch 4:3opm #1427 0.00 Yard 2.50 #1560 7.00 9.50 Gorge Flores(Operator) 7:00am No Lunch 4:30pm #1427 8.00 (T&M) #1660 1.50 9.50 Kaleb Gosnell(Operator 7:00am 0.50 5:30pm #1427 10.00 (T&M) 10.00 SUBCONTRACTORS Bartolone Excavation EQUIPMENT QTY. HRS EQUIPMENT QTY. HRS. Tandem Dump Truck(1427.25)(T&M) 1 a 5 Yd.Dump Truck(1427.25)(T&M) 1 10 MATERIALS QTY. MATERIALS QTY. IMPORTANT EVENTS: I Worked on job#0900,Move to plant to run water in conflict with fiber.Went back and back filled on storm,Rodger worked on equipment. „A„«y ,, DATE: Tuesday,June 10,2025 SUPER: James Nelson ev......„. �N�,... FOREMAN: Felipe Flores r JOB NCI, #1427-25 ,WEATHER:Afternoon Rain Temperature: 82 I umidity: Precipitation: Office Location: Naples,Florida Wind: Severe: EMPLOYEE START LUNCH FINISH JOB Ill TOTAL .10111'2 TOTAL .1011113 TOTAL TOTAL HRS. Felipe Sandirol (Forman) 7:00am 0.50 5:30pm If 1427.25 10 (T&11) 10 ,loan ilcrnandez (Operator) 7:00am 0.50 5:30pni 1f I427.25 10 i r&11) 10 Francisco Montoya Telln (Operator) 7:00am 0.50 5:30pm f1 1427-25 10 10 Keith Mitchell (Laborer) 7:00am 0.50 5:30pm 11 1,127.25 10 10 Juan Carlos Salas (Laborer)) 7:00am 0.50 5:30pm 0 1427-25 10 (I&111 111 Alberto Nava (Laborer) 7:00am 0,50 5:30pm 111427-25 10 (IAVI) III Misacl Benitez (Operator) 7:00am 0.50 5:30pm II 1427-25 10 10 I.raneisco Montoya Elias Jr,(Laborer) 7:00am 0,50 5:30pm 01427-25 10 (I&11) 10 Efrain Sandoval Jr 7:00am 0.50 5:30pm 11 1427-25 10 10 TRUCK DRIVER Joseclito Nizanur 1:00am 0.60 5:30pm II 1427.25 II) Ill SUBCONTRACTORS HRS EQUIPMENT QTY. HRS. EQUIPMENT QTY. HRS. Track Backhoo(1427-25)(T&M) 1 10 Pick-up Truck(1427-25)(T&M) 1 10 MATERIALS QTY. MATERIALS QTY. 846 Mine-Rip Rap(1427.25)(T&M) 87 Tons IMPORTANT EVENTS: Worked on job#1427-25,Started grading and installing Rp-Rap and putting in yard drains,running 8'pipe to lake, 1SC5 INVOICE JOB 1427-25 MATERIALS Invoice#: 109036' fl , Date: 06/9/25 Customer No: 1160 3494 Shearwater Street PO#: 1427 Pelican Bay Naples FL 34117 PO#: 1427 Pelican Bay Sold To: ON Higgins Inc. Delivered To: 4485 Enterprise Avenue Naples, FL 34104 US Tax Sale Date Ticket Truck ID Units UM Unit Price Matl Total Code Tax Total JOB#I PO# 1427 Pelican Bay/1427 Pelican Bay Location: 17001 -846 Mine MATERIAL: Ballast Rock 06/9/25 138229 DN31 19.170TON 32.0000 E 613.44FLc01UER 36.81 650.25 06/9/25 138305 DN31 20.330TON 32.0000 E 650.50 LcOLLIER 39.03 689.59 MATERIAL: Rip Rap 6"-12"-846 06/9/25 138394 DN31 22.080TON 50.0000 E 1,104.0Q-LcoLUER 66.24 1,170.24 06/9/25 138447 DN31 18.340TON 50.0000 E 917.0Q-LCOLUER 55.02 972.02 Surcharges: 12 CC Transport Charge 4.00 4,00 4.00 0.00 4.00 #of Tickets:4 Total Invoice: 3,289.00 197.10 3,486.10 Please remit to: Quality Enterprises USA, Inc., 3494 Shearwater St, Naples, FL 34117 If a check is returned for any reason at all,Client will pay an additional charge of$35.00 per returned check Payment Type: On Account 30 Pay Terms Not 30 Days Total: 3,486.10 6 F 5 INVOICE Invoice#: 1090791 gi Al 6 JOB 1427-25 Date: osno/251 Customer No: 1160 3494 Shearwater Street MATERIALS PO#: 1427 Pelican Bay Naples FL 34117 PO#: 1427 Pelican Bay Sold To: DN Higgins Inc. Delivered To: 4485 Enterprise Avenue Naples, FL 34104 US Tax Sale Date Ticket Truck ID Units UM Unit Price Matl Total Code Tax Total JOB#/PO# 1427 Pelican Bay/1427 Pelican Bay Location:17001 -846 Mine MATERIAL: Rip Rap 6"-12"-846 06/10/25 138527 DN31 19.530TON 50.0000 E 976.50=LOOLLIER 58.59 1,035.09 06/10/25 138594 DN31 21.080TON 50.0000 E 1,054.0Q LCOLLIER 63.24 1,117.24 06/10/25 138663 DN31 24.080TON 50.0000 E 1,204.00-LCOLLIER 72.24 1,276.24 06/10/25 138726 DN31 22.730TON 50.0000 E 1,136.50<LcoLuER 68.19 1,204.69 Surcharges: 12 CC Transport Charge 4.00 4.00 4.00 0.00 4.00 #of Tickets:4 Total Invoice: 4,375.00 262.26 4,637.26 Please remit to: Quality Enterprises USA, Inc., 3494 Shearwater St, Naples, FL 34117 If a check is returned for any reason at all, Client will pay an additional charge of$35.00 per returned check Payment Type: On Account 30 Pay Terms Net 30 Days Total: 4,637.26