Loading...
HomeMy Public PortalAbout21-9901 Contract with H&R Paving for 30th Avenue Drainage SystemSponsored by: City Manager RESOLUTION NO. 21-9901 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK THE MIAMI DADE COUNTY CONTRACT WITH H&R PAVING, INC. FOR QUALIFIED PROFESSIONAL SERVICES FOR THE DRAINAGE SYSTEM IMPROVEMENT OF NW 30th AVENUE, IN THE CITY OF OPA- LOCKA, IN AN AMOUNT NOT TO EXCEED ONE HUNDRED THIRTY-FIVE THOUSAND, THREE HUNDRED, SIXTY-EIGHT DOLLARS AND SEVENTY CENTS ($135,368.70), WITH AN ADDITIONAL TEN PERCENT (10%) CONTINGENCY BUDGET OF THIRTEEN THOUSAND, FIVE HUNDRED THIRTY-SEVEN DOLLARS ($13,537.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") desires to make repairs to its drainage system. NW 30th Avenue, located between NW 135th Street and NW 127th Street, is approximately 2,560 ft. in length and has a French drainage system that manages stormwater runoff for its length except for the last 500 feet at the NW 127th Street end. This section floods every time there is a rain event; and WHEREAS, the City has received a proposal from to H&R Paving Inc., attached hereto as Exhibit "A", to mitigate the flooding situation at this location for One Hundred Thirty -Five Thousand, Three Hundred, Sixty -Eight Dollars and Seventy Cents ($135,368.70). This includes installation of 150 feet of 24 -inch French drainpipe, 15 inches of cross drainpipe, two catch basin structures, and two manholes; and WHEREAS, Miami -Dade County previously awarded a contract to H&R Paving Inc. for Push Button Intersections Improvement (award letter attached as Exhibit "B"), pursuant to its Request for Price Quotations (RPQ) No. 20190236, for a one -and -a -half year period commencing March 20, 2021 through September 21, 2021. This Miami -Dade contract fits the scope of the current City proposed project; and WHEREAS, the City Manager is requesting the City Commission's authorization to enter into an agreement with Contractor to expand the existing French drain system for NW 30th Avenue; and Resolution No. 21-9901 WHEREAS, the City Manager further recommends in addition to the proposal amount of $135,368.70, an additional 10% ($13,537.00) be authorized in the event small additional change orders may become necessary; and WHEREAS, pursuant to Section 2-318(3) of the City's Purchasing Code (as approved by Ordinance 2020-07) the City may purchase and acquire under contracts with the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and programs and when the City Manager has determined that the prices of the original contract are competitive and reasonable; and WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback the Miami -Dade County contract with H&R Paving Inc. in order to benefit from already negotiated rates and enter into an agreement with Consultant, attached hereto for Exhibit "C", for the improvement of NW 30th Avenue drainage, pursuant to the proposal, attached hereto as Exhibit "A", in an amount not to exceed One Hundred Thirty -Five Thousand, Three Hundred, Sixty -Eight Dollars and Seventy Cents ($135,368.70) and further authorize establishment of a contingency budget of Thirteen Thousand, Five Hundred Thirty -Seven Dollars ($13,537.00) for small change orders which may arise. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka, Florida hereby authorizes the City Manager to piggyback on the Miami -Dade County contract with H&R Paving Inc. for qualified professional services for the improvement of NW 30th Avenue drainage, pursuant to the proposal, attached hereto as Exhibit "A", in an amount not to exceed One Hundred Thirty -Five Thousand, Three Hundred, Sixty -Eight Dollars and Seventy Cents ($135,368.70) and further authorize establishment of a contingency budget of Thirteen Thousand, Five Hundred Thirty -Seven Dollars ($13,537.00) for small change orders which may arise and enter into an agreement with H&R Paving Inc, attached hereto for Exhibit "C." 2 Resolution No. 21-9901 SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED AND ADOPTED this 8th day of September, 2021. Matthew A. Pi _ . , Mayor ATTEST: oa 1 a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: City Attorney Moved by: Commissioner Bass Seconded by: Commissioner Davis VOTE: 5-0 Commissioner Taylor YES Commissioner Bass YES Commissioner Davis YES Vice -Mayor Williams YES Mayor Pigatt YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director I Signature: City Mana er: John E. Pate CM Signature: Commission Meeting Date: 09/08/2021 Item Type: (EnterX in box) Resolution O * ce Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: 1# Reading 2"d Reading (Enter X in box) X Public Hearing: Yes No Yes No (Enter X in box) X j X i Funding Source: ;account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: Yes No (Enter X in box) X Contract/P.O. Required: L (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev m Public Safety Quality of Education I• Qual. of Life & City Image Communication U Strategic Plan Obj./Strategy: (list the specific objective/strategy this item wilt address) X Sponsor 1 Name City Manager Department: City Manager Short Title: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA TO AUTHORIZE THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH H&R PAVING. INC. FOR DRAINAGE SYTEM IMPROVEMENT OF NW 3otil AVENUE Staff Summary: NW 30th Avenue, located between NW 135th Street and NW 127th Street, is approximately 2,560 ft. in length and has a French drainage system that manages stormwater runoff for its length except for the last 500 feet at the NW 127th Street end. This section floods every time there is a rain event. Staff has received a proposal to mitigate the flooding situation at this location for $135,368.70. This includes installation of 150 feet of 24 -inch French drainpipe, 15 inches of cross drainpipe, two catch basin structures, and two manholes. H&.R Paving, Inc. has an existing contract with Miami -Dade County in response to RPQ # 20190236 for "Push Button Intersection Improvement South" that fits the scope of this project for piggybacking purposes. Staff is requesting the City Commission authorize the City Manager to enter into an agreement with the Contractor to expand the existing French drain system for NW 30th Avenue. Financial Impact Staff recommends that in addition to the proposal amount of $135,368.70, an additional 10% ($13,537) be authorized in the event small additional change orders may become necessary. Account Description Akailahle Project Remaining Balance 43-538632 NW 30' Avenue Drainage $160.000 $148,906 $11.094 I Proposed Action: Staff recommends the City Commission authorize the City Manager to sign a contract with H&R Paving, Inc. for improvement of NW 30th Avenue drainage based on the proposal of H&R Paving, Inc. for $135,368.70 and further authorize establishment of a contingency of $13,537 for small change orders which may arise. Attachment: 1. Agenda 2. Proposal provided by H&R Paving, Inc 3. Street Map 4. MDC NTP Letter and BID form Package in response to the RFQ No. 20190236 5 Opa-locka Piggyback Contract. 1955 NW 110 Ave., Miami, FL 33172 Telephone: (305) 261-3005 Fax: (305) 592-6079 LICENSED AND INSURED TO CITY OF OPA LOCKA 780 FISHERMAN ST OPA- LOCKA, FLORIDA 33054 CONTACT CARLOS PROPOSAL QUOTE NO. AR476 DATE: August 23, 2021 TO NW 30 AVE DRAINAGE CONTACT We hereby propose to furnish all labor, material, equipment and insurance, SUBJECT TO ALL TERMS AND CONDITIONS AS SET FORTH ON BOTH SIDES OF THIS PROPOSAL, AS FOLLOWS: 1. M.O.T = $ 4,623.00 2. REGULAR EXCAVATION SWALE AREA 3707.77 SY X $10.00 SY = $37,077.70 3. RE GRADE SWALE 3707.77 SY X $ 10.00 SY = $37,077.70 4. ADJUST 6 EXISTING INLETS X $250.00 EA = $1,500.00 5. INSTALL (2) P -7T MAX 15' DEEP X $5250.00 EA = $10,500.00 6. INSTALL (2) 36"TYPE D-3 CB X $4000.00 EA = $8,000.00 7. INSTALL 150 LF OF 24" FRENCH DRAIN X $175.00 LF = $26,250.00 8. INSTALL 40 LF OF 18" PIPE HDPE X $66.00 LF = $2,640.00 9. INSTALL (2) EA POLLUTION RETARDANT BAFFLE X $400.00 EA = $800.00 10. ROADWAY RESTORATION INCLUDING 8" LIME ROCK BASE AND 2" OF SP 12.5 ASPHALT 205 SY X $33.66 SY = $6,900.30 TOTAL $ 135,368.70 We hereby propose to furnish labor and materials - complete in accordance with the above specifications, for the sum shown above, with payment to be made as follows: NOTE: Cost of permits to be billed additionally. Subgrade preparation if required under equipment rental basis. This proposal subject to acceptance within 30 days and is void thereafter at the option of H & R PAVING, Inc. (READ RESERVE SIDE) Authorized Signature: ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above.1/3 upon acceptance, when rock base is in place, balance upon completion. INTEREST will be charged on all delinquent accounts at the highest legal rate of interest allowable under the laws of the state of Florida. ACCEPTED: Signature: Date: Signature: NW 30th Ave Drainage Improvements • Proposed Manhole ■ Proposed Catch Basin Existing Catch Basin • Existing Manhole © Sewer MH Proposed French Drain (24"-150') Proposed Pipe (15") Existing French Drain Water Main Gravity Main Property Limits Proposed Drainage Location MIAMI-DADE CEO May 7, 2020 Raul Gonzalez H & R Paving, Inc. 1955 NM. 110th Avenue Miami, Florida 33172 Re: Notice of Proceed for MCC 7360 Plan — RPQ No: 20190236 Push Button Intersections Improvement - South Dear Raul Gonzalez: Department of Transportation and Public Works Capital Improvements Division Capital improvements Division 111 NW 151 Street, I4'i Floor Miami, FL 33128 T 305-375-1918 F 305-375-5909 CERTIFIED MAIL No: 7016 0910 0000 9051 5550 EMAIL: HR@hrpaving.com TELEPHONE: 305-261-3005 This letter will serve as your notification that you are to proceed with the work described in RPQ# 20190236 starting Monday, March 30111, 2020 and that all work must be completed on schedule in accordance with the contract documents. The time allotted for the contract is 540 consecutive calendar days which results in a scheduled completion date of Tuesday, September 215', 2021. In the event the project is not completed by the scheduled completion date and a time extension has not been granted, your firm shall be subject to any liquidated and or stipulated damages as defined in the contract documents for this project. Push Button Intersections Improvements South The complete execution of this Notice to Proceed shall constitute a contract for the work described in the RPQ under the Request for Price Quotation (RPQ) under the MCC 7360 Plan. Failure to properly execute and return this document within ten (10) calendar days of the date of this letter may result in the County rescinding the award to your firm and awarding the subject project to the next lowest responsive and responsible bidder. The terms and conditions applicable to this contract are in the 7360 Contract dated 61112003 and the totality of the contract documents (including but not limited to the RPQ including any special provisions contained therein, drawings and specifications, addenda, and any contract modifications or change order, etc.). This letter will also serve as a reminder that all work must be performed in accordance with the Contract Documents and in accordance with all applicable Federal, State and local laws, codes and regulations. In accordance the contract procedure, the Miami -Dade County Purchase Order Release Number is PCMT2000062. Should you have any question regarding this notification, please contact Joaquin Rabassa at 305-375-4338. Sincerely, Joaquin Rabassa, P.E. Construction Manager 3 To Be Completed by The Contracting Firm I understand and accept the terms and conditions for thethheRPQ # 20190236 referenced above. Accepted by: Company Name: 1141' /D7 ►1/ Aj),y -411. (/ 4 rJ/ 0A. Al< Z Authorized Representative Name: Authorized Representtatii e Si nature: //a' % Dated: ✓ aa >' The oregol g was sworn and subscribed before me this �7 day (-1/ Z+4 /-z . Who is personally known to me .rho produced who being duly sworn, deposes and says that t e above is true tt, ' (best of his howled My Commission expires:010,3- Note: Cc: NOTARY PUBLIC STATE OF FLORIDA of �� , r4a0 by as identification w belief. Abe Rodriguez Commission # 6G160467 '= Expires: January 11, 2022 tif,y �� Bonded thru Aaron Notary rr�nuno Whoever is signing above is authorized to bind the corporation and must be an officer of the corporation as verified through the Florida Division of Corporations. Frank Guyamier, P.E., DTPW Alfredo Munoz, P.E., DTPW Roxana Bayarre, P,E., DTPW Manuel Garcia, DTPW Alvaro Castro, DTPW t�9 Alicia Arce, DTPW ' I2PQ # 20190236 PCMT2000062 Bassam Moubayed, DTPW Marcia Martin, ISD Freddy Valero, DTPW Rene Idarraga, P.E., DTPW TOltditia � Miami -Dade County Department of Transportation and Public Works SET # OF SETS Push Button Intersections improvement -South Miami -Dade County Various Locations Countywide Supplemental Solicitation and Contract Documents Small Business Enterprise -Construction Program (SBE-Construction): CSBE Trade Set Aside Community Workforce Program: 10.00% Goal DTPW Capital Improvements Engineer: Alicia Arce RPQ Advertisement Date: 9/19/2019 Miscellaneous Construction Contract (MCC) Program: MCC 7360 Plan-CICC 7360.0/08 RPQ No. 20190236 CO 1�- 18E 3uSt'U Cartes A. Girnenez, Mayor f• - I• ' 2i) O4 25 Fi 3'41 November 25, 2019 :t:i ter TY �' Mr. Raul Gonzalez ...,�_' H & R Paving, Inc. 1955 NW 110"' Avenue Miami, Florida 33172 Department of Transportation and Public Works Capital Improvements Division 111 NW First Street, Suite 1410 Miami, Florida 33128-1970 T 305-375-2930; F 305-375-2931 E -Mail: abe@hrpaving.com Telephone: (305) 261-3005 Re: Recommendation for Award CICC 7360-0/08 Contract -- RPQ No. 20190236 Push Button Intersection Improvement South Dear Mr. Gonzalez: miamidade.gov In accordance with Section 2-84.4 of the Code of Miami Dade County, this letter serves to notify you and all bidders on this solicitation that your firm has been recommended for award for the referenced Request for Price Quotation •(RPQ) based on the bid submitted on Wednesday, October 23, 2019. Pursuant to the reference legislation, the three (3) day protest period shall commence upon the posting of this recommendation to award. This contract award will be effective only in accordance with the condition of the solicitation, which requires execution by both parties of the Notice to Proceed (NTP) The value at award is $2,007,250.24. This includes your base bid amount of $1,737,277.04 a contingency amount of $173,727.70 and dedicated allowances totaling $96,245.54. The contract term is established as 540 -calendar days. However, the recommendation of award is contingent upon the submission of the required items listed below: 1 Performance and Payment Bond as required under Article 1.08, Payment and Performance Bonds of the Supplementary Instructions to Bidders Provide three (3) original sets of the attached document. 2. Letter from Bonding Agent granting Miami -Dade County authorization to date the Performance Bond 3 Copies of current insurance certificates 4 Copies of required license(s). 5. In accordance with Miami -Dade County Code §2-1701 as amended by County Ordinance No. 13-66, Contractor must submit a Workforce Plan to the Miami -Dade County Internal Services Department, Small Business Development Division through the Department within 15 days of notification of award of the Contract, The County will not enter into the contract until it receives the contractor's Workforce Plan and deems the Plan acceptable. The preceding documents are required as outlined within the RPQ project specification and the MCC 7360 Plan. They and to be submitted within 10 business days. Failure to submit the document(s) within the specified time, or any extension granted, will result in the award being rescinded Subsequent to the review and approval of the aforementioned documents, you are required to obtain the required permits in the time stipulated in the RPQ. Upon obtaining the permit(s), a copy(s) must be submitted to the Project Manager prior to commencement of work, No work is to be performed without a permit unless the Project Manager issues a written directive to proceed without permit(s). Page 2 Recommendation for Award RPQ No. 20190236 Additionally, please be advised that your firm must have the resources to ensure work proceeds without delay once the "Notice to Proceed" is issued. Lack of equipment, personnel or additional contracts with similar completion schedules, will not be reason for delay. No award of this contract shall be effective and thereby give rise to a contractual relationship with the County unless and until a purchase order for this RPQ has been approved and issued, and a Notice to Proceed has been executed. Should you have any questions, please contact me at (305) 375-2930. Sincerely, 1//`(. --/ Alfredo E. Munoz, P.E. Chief, Capital Improvements Division Department of Transportation and Public Works AM: as cc: Manuel 0. Garcia, DTPW Bassam Moubayed, DTPW Rene Idarraga, P.E., DTPW Joaquin Rabassa, R.E DTPW Roxana Bayarre, P E DTPW Alicia Arce, DTPW Alvaro Castro, DTPW Daniel Viaud, DTPW Marcia Martin, ISD Laurie Johnson, ISO Alice Hidalgo -Cato, ISO Catherine Forte, ISD Meisel Vera. ISD Clerk of the Board Project File Miami -Dade County Department of Transportation and Public Works Contract Prices r Project Tide: Push Button Intersections Improvement -South Contractor_H & R PAVING INC. Project No: 20190236 Bld Date: 10/23/2019 1 Item Number 7WS-1 Night Differential Description Unit tettmated . Qi.antfty Unit Price Estimated Total P.N. 102.71-11A ; TEMPORARY BARRIER WALL (Concrete) (Furnish & Install) L.F. I 102-74-2 BARRICADES (Temporary, Type III, 6) 102-74-1A I -BARRICADES ( TEMPORARY- TYPE I, If & VP) ( : 102-76 FLASHING ARROW BOARD (Temporary, Multimode) jj 102-77 HIGH INTENSITY FLASHING LIGHTS (TEMPORARY, TYPE "B") 102-91-1A PAVEMENT MARKING TEMPORARY (Solid) (Any width) (Yellow or White) ( Paint) 102-99 . VARIABLE MESSAGE SIGN (Temporary) _ 102-60A WORK ZONE SIGNS EA/DAY 2,600.0 $1:00' $2.600.00. 104-10-3 diment Barrier - -- L.F. L.F. 200.0 55.00 $1,000.00 104-18 Inlet Protection System EA 30.Oj $100.001 $3,000.00 104-11A FLOATING TURBIDITY BARRIER -.._ L.%. 25.0 $25.00 $625.00 110-4-1-1 REMOVAL AND DISPOSAL OF EXISTING CURB AND GUTTER 60.01 3500.00 $30.000.00 50.0: $29.001 $1,450.001 EA/DAY - 70.01 $3.00, $210.00 EA/DAY `20,000,01 $0.2 $5,-0W6M1 EA/DAY 100.0' $10.00 $1,000.00 A. EA/DAY 50.01 31.00 $50.001 L.F. 44,000.0' $0.35: $15,400. D0' • EA/DAY 300.01 $25.00 $7.500.00 L.F. 2,500.0 $5.00 $12,500.00: 110-4-8 REMOVAL AND DISPOSAL OF EXISTING ASPHALT (without base preparation) S.Y. 900.0 $20.00 $18,000.00 110.4-1013 REMOVE AND DISPOSE EXISTING SIDEWALK • S.Y. - - 500.0 • $15.00. $7,500.00 120-1 REGULAR EXCAVATION G-YY. 1,700.0 310.00 $17,000.00 120-4 SUBSOIL EXCAVATION ( This item is contingent upon the actual field conditions and • C.Y 50.0 $50.00 $2,500.00 may be increased, decreased cr eliminated by the Engineer) 120-6-1 EMBANKMENT (INCLUDES BORROW) (This item is contingent upon existing field C.Y. 50.01 550.00' $2,500.00 _ conditions and may be increased, decreased or eliminated by the Engineer_) 120-8 RE -GRADE EXISTING SWALE - (Where shown specifically on plans. or as directed by S Y 800.0! $10.00 $8,000.00 Engineer, contingent item may be increased or decreased by Engineer. - 121-70-2 FLOWABLE FILL C.Y. 40.0 $250.00 $10,000.00 '166-4 • • -TYPE "B"STABILIZATION (12"Thick) (Min. C.B.R. 30) S,Y-- 2,500.0. $200 35.000.00 162-5. _ FINISH SOIL LAYER (Landscaping) .. _ _. .. C.Y. . .. _. 1607 a • • $20.00 $3,200 00' 200-1-10 LIMEROCK BASE (8" Thick, Primed) __ . ... ._ . . .. . . _ . . . . _ . .. . S.Y. 3,51]'0.04...._..322.00':...-$77.000.00 • 200-2 BASE PREPARATION FOR NEW SIDEWALK CONSTRUCTION (Where needed at the" S.Y. 300.0 $25.00 $7,500.00 _ discretion of the Engineer) 285--7 OPTIONAL BASE • S.Y. 150.0 $40.00 $6,000.00 327-70 MILLING EXISTING PAVEMENT [(1")(Payment for greater cuts will be paid proportionally)] S.Y. 50.000.0 $2.50 3125.000.00 334-2-13-1 -Hot Mix icisphalt, Traffic C, SP -9.5 TON 800.0 $105.00 $84,000.00 33377-8-42 Hot Mix Asphalt Friction Course, Traffic C. FC-9.5, PG 76-22 • TON 3,500.0 $115.00 $402,500.00' -- 339.1 MISCELLANEOUS ASPHALT PAVEMENT `-- _ --- _ TON 20.0 $250.00 $5,000.00 425-1 INLET [(Swale) (3 foot inside dimension, circular or square)] A. 5. , $3,500.00 $21.000.00 425-1-35 CURB INLET TYPE P-5 (Any Dimension) (Max. 15' Deep) EA. 4.0 $4,900.00 319,600.00 425-1-36 CURB INLET TYPE P-6 (Any Dimension) (Max, 15' Deep) EA. 425-1-541 INLET TYPED EA 4.0' $5,500.00 $22,000.00 12.0 $3,500.00 $42,000.00 425-1.610 INLET SWALE [(TYPE P-10)(42" Inside dimension, circular or square)] EA. 5.01 $4,000.00 $20,000.00 425-1-907 POLLUTION RETARDANT BAFFLE (With neoprene casket at all contact edges) EA. 50 $400.00 $2.000.00 CSCCRP_PROJE CT_1TEM_P RI C ES 11/25/2019 04'08 PM Miami -Dade County Department of Transportation and Public Works Contract Prices Project Title; Push Button Intersections Improvement -South Contractor:14 & R PAVING INC. Project No: 20190236 Bid Date: 10/23/2019 Item Number Description 425-1-909A INLETS (Special) (Modify) EA. 425-2-11 MANHOLE TYPE USP 3-27.1 (36" diameter) (Maximum 15deep) A. . 425-2-41 ! 425-2-72 MANHOLE (Type P -7T, Any dimension, maximum 15' deep) Unit Estimated Quantity Unit Price Estimated Total 5.(1 35,500.00! $27,500.00 Si $4,000.00 $20,000.001 EA. MANHOLE TYPE J -7T-, (Any dimension, maximum 15' deep) EA. 425-5 ADJUST MANHOLE (This item is contingent upon field conditions and may be increased, EA. decreased or eliminated by the Engineer) ' 425-6 ' ADJUST EXISTING VALVE BOXES (MIAMI-DADE COUNTY ONLY) (This item is EA contingent upon field conditions and may be increased, decreased or eliminated by the Engineer) 425-82 MODIFY STRUCTURE- Cut to enlarge opening as needed in order to accomodate pipe EA. due to uttlity conflict(s), brick and mortar as needed. 425-119 . CATCH BASIN, DRAIN FIELD AND STUB PIPES ((Incl. plastic filter fabric) and 50' of 18' EA. perforated pipe, pipe length and direction of pipe, to be determined on the field by the engineer] . 430-171-121 PIPE CULVERT- 12" Diameter L.F. 430-171-123 PIPE CULVERT - 15" Diameter 430-171-125 PIPE CULVERT - 18" Diameter L.P. 430-171-128 PIPE CULVERT 24" DIAMETER _- L.F. 443-70-3-3 French Drain (18" diameter pipe. trench depth 15 ft Us) L.F L.F. 443-70-4-3 520-1-15 520-2..-.. 522-1(1) French Drain (24' diameter perforated pipe; trench depth 15 ft. BLS) CONCRETE VALLEY GUTTER (3' Wide) CONCRETE CURB AND GUTTER (Any type. Including base preparation) L.F. L.F. CONCRETE SIDEWALK (4" THICK, 3.000 P.S.I. CONCRETE AT 28 DAYS (Includes the S.Y. cost of pedestrian ramps and sidewalk curbs) 522-2 CONCRETE SIDEWALK (6` Thick, 3000 P.S.I. concrete at 28 days) (including pedestrian S.Y. ramps and sidewalk curbs) 522-8 CONCRETE CROSSWALK (10" thick, 3000 p.s.i at 28 Days, Including base preparation S.Y. • _ and Reinfrocement) - _.._ S... 526-70-25 • INSTALLATION OF BRICK PAVERS, any type, including Base Preparation. Y 6.0: 4.0 18.0' $5,250.00 -131,500.00. $6,100.00 527-2 DETECTABLE WARNING ON WALKING SURFACE 530-1 RIP RAP (SAND CEMENT) 536-7313 GUARDRAIL REMOVAL 538-1A GUARDRAIL, RESET - 575-1-1 SODDING (Pensacola Bahia or match existing) (includes watering) 635-1-11 PULL BOX. METER TYPE (Polymer) 700-40-01 ROADSIDE SIGNS ((SINGLE POST ) (LESS THAN 12 S.F )) 700-46.22 RESET EXISTING POST AND SIGN 7008-18 SIGN PANEL (LESS THAN 15 SF.) 700.48-60A REMOVE EXISTING SIGNS & POSTS 705-11-1 DELINEATOR (Flexible Tubular) $24,400,06 $350.00 $6,300.00 23.0 $300.00 $6,900.001 . 5.0 $500.00 $3,000.00 5.Q $11,50)7.00: $57.500.001 15.0 $80.00 _ $1,200.00 1 100.0i $70.00 $7,000.00! 200.9 $66.00 $13,200.00) 50.0 $90.00 $4,500.00!. 800.0 $100.00 $60,000.00 100.0 $175.06 $17,500.00..:. 20.0- 340.001 $80O,01x i5;000,01 $18.00 $270,6557110. 800.0; $48.00 $38..400.00-00; < . 150.0 $48.00 $7,200.00 30.0' $90.00: $2,700.001. 120.0; $80.00 $7,200.00 $10,2660.00: S.F. 380.0 $27.00 C Y. L.F L.F. S.Y. AS. 5.0 5100.00 $500.00 50.0 $20.00 $1,000.00: '56.0 - - $120.00 33.600.00: $10.00 $26,000.00 .: AS. EA. EA. AS. 2,600.0 10.0 $400.00 '$4,000.00 100.0 -- $207.00 $20,700.00 10.0 $Tao -c7 $500.001 80.0 $92.00 $7,360.0t EA. 706-1-12 REFLECTIVE PAVEMENT MARKERS (class B, mono or bi-directional, all colors) 706-2 710-11-160 REMOVAL OF EXISTING. PAVEMENT MARKERS EA. EA. PAINTED PAVEMENT MARKINGS (Slandard)(White)(Message) EA. 6.0 $50.00 $300.00 20.0 $46.00 $920-gt7. 1,500 fY $3.45 55,175.00. 60.0 $2.00- $120.00 15.0 $35.00 $525.00!. CSCCRP_PROJECT ITEM_PRICES 11(25/2019 04.08 PM Page 2 of 3 Miami -Dade County Department of Transportation and Public Works Contract Prices Project Titie:Push Button Intersections Improvement -South Contractor; H & R PAVING INC. Project No: 29190236 Bid Date: 10/23/2019 Item Number Description 710-11-170 ' PAINTED PAVEMENT MARKING (Standard) (White) (Arrows) Unit Estimated Quantity Unit Price Estimated Total EA 40.0 $23.001 $920.00. i' 710-11-290 PAINTED PAVEMENT MARKINGS (Standard) (Yellow) (Island Nose) S.F. ! 500.01 $2.35 $1,150.001 711-2 SKIP TRAFFIC STRIPE (6' STRIPE, 10' SPACE) (WHITE THERMOPLASTIC) (6" WIDE)--- L.F. - 500 5 $1.15' $690.00 711-11-121 THERMOPLASTIC (White) (Solid) (6") L.F. 11,000.01 $8,910.60 _I { 711-11-122 THERMOPLASTIC (White) (Solid) (8") -' °• _F 800.0 1. 711-11-123 THERMOPLASTIC (White) (Solid) (12") 711-11-124 THERMOPLASTIC (White) (Solid) (18-) 711-11-125 THERMOPLASTIC (White) (Solid) (24") - - 711-11-151 THERMOPLASTIC (White) (Dotted/Guideline) (6") ' 711-11-160 THERMOPLASTIC (White) (Message) 711-11.170 THERMOPLASTIC (White) (Arrows) 711-11-221 - HERMOPLASTIC (Yellow) (Solid) (6") 711-11-224 THERMOPLASTIC (Yellow) (Solid) (18") 711-11-241 THERMOPLASTIC {Ye'8ow) (Skip) (6") 711-11-251-- THERMOPLASTIC (Yellow) (Dotted/Guideline) (6"} 711-72 REMOVAL OF EXISTING PAVEMENT MARKINGS (Thermoplastic 8 Paint} S.F, 799-99 EDGING L.F. $0.81' $0.92`. 2.000.0 $2.30. 600.0 $3.45 $736.05 $4,600.00. $2,070.0@ 300.0! $0.81 $243.001 EA. 10.0 $115.00 $1,150.05 EA . 50.0E $58..00: $2,900.00. L.F. 10,000.0±ff- -- $0.af $8,100.001 L.F. _ 850 0 - $3.45 52',932.50 L.F. • 300.0: - $0.81 $243.00: $0.81 $121.50 200.0 $0.58 $116.00 L.F. 100.0: $1.00 $100.0(7: ALLOWANCE ACCOUNTS (used as approved by the engineer pursuant to the requirements of the Contract Documents) 999 CONTINGENCY FUND (10% OF SUBTOTAL AMOUNT) — -1 LS. 1.0 $173.727.70 $173,727.75 102.10A ' OFF -DUTY LAW ENFORCEMENT OFFICER - L.S. - i.p $25,(700.00 525,000.00 1az-1M -- -- MAINTENANCE OF TRAFFIC (Including traffic canes, temporary signs, flag risen, etc.) _ L.S. - --..... 1. — _ (Shall not exceed 2 % of Contract Sub -total Amount — $34,745.54 $34,745.54 110-1-1D CLEARING AND GRUBBING - • L S . _ _ 1.d.. - $18,500.00 $18,500.OQ 300-1-949 BITUMINOUS. MATERIAL ADJUSTMENT 990 ALLOWANCE -PERMITS _ CSCCRP_PROJECT_ITEM-PRICES 11/25/2019 04:08 PM L.S. L.S. 11—a $10,000.00' $1000.0.00 1.0 $8,000.00 $8,000.00 Page 3 of 3 Department of Transportation and Public Works Capital Improvements Division 111 NW 1 Street, Suite 1410 Miami FL , 33128 M1AMI.t .DE MIAMI -DADS COUNTY, FLORIDA REQUEST FOR PRICE QUOTATION (RPQ) Contract No: MCC 7369 Plan - C}CC 7360-0/08 RPQ No: 20190236 RPQ BID FORM — ATTACHMENT 5A RPQ Project Name: Push Button Intersection Improvement- South Price Proposal (Cost to Perform the work must be stated here, State 'No Bid' if not submitting a price proposal) r 72;7 ;) _ �' .`, CL Bidder's Company Name: ;r /' /7. Company Address: i %.-S-.,.5 . : i s b e City: /1/7//4147 / Telephone No30QC;Vicv( State: r/'Z )3/ Zip: 2 Faz Noi-X1J- Si'3t./y.% EMail: THE EXECUTION OF THIS FORN1 CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE THE COUNTY MAY, HOWEVER IN ITS SOLE DISCRETION ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. Name of Person Submitting Quote (Print): C/.7t; i'..17-4-/;? Number of Addendums received: 4r- Of none' write "None") Si.g iia titre: rr • Date: Note: Quotes must be submitted on this form Quote envelope must state RPQ Number, date and time due and the Bidder's Name. Use of any other form for submission of the price quotation shall result in the rejection of the price quotation. Late bids will not be opened. Low bidder will be notified. 1)1 the Recommendation of Award. of the requirements to submit current copies of insurance certificates in accordance with the Contract Documents By signature, the CONTRACTOR agrees to be bound by the terms set forth in the MCC 7360 Plan. Aoa =nrlix SA DATE: November 22, 2019 TO: Memorandum Alfredo Munoz . PE Capital Improvements Section Chief Department of Transportation and PuplicWorks FRONT: Gary Hartfield, Division Director Internal Services Department Small Business Development SUBJECT; Compliance Review Project RPQ No 20190236 Push Button Intersection Improvements South Small Business Development (SBD) a Division of the internal Services Department has compieted its review of the subject project for compliance with toe Srhall Business Enterprise - Construction iSBE-Con) prcgrarn for construction The contract measures established for this project are a SBE-Con Trade Set Aside in Concrete work and a SBE-Con Trade Set Aside in Traffic Stripes and Markings Panted and/or Thermoplastic Miami -Dade County Department of Transportation and Public Works has submitted contract documents that included the Certificate of Assurance for the firms listed below acknowledging the pr lCct s SBE measures Each firm also submitted their Utilization Plan (UP.) identifying the SBE subcontractors to fulfill the goal via the Business Manaeernen( Workforce System iBMV'/Si and the foilowmg iS tneir ,pre.-a•vard compliance status and summer; FIRM H & R Peeing In: ;,Metro CAL es5 1.,. : Star Paserie SUMMARY: STATUS COmo!iaet Ceelpliarit H & R Paving, Inc.. a r,•;,-,.ce tlfied SBE-Coe firrn committed to aiize the eeitried SBE-Con fliers Qualitj Paving Corp to e,e!Torm 100% :D' the Concrete Trace and H;gh.es j Stripine Inc te perform. 10CY:'/-:, of the Paverner,t Markings Trade The subcontractors confirmed their par �:c oatien v a the BM':"WS n agreement w,vitr the measures H 3. R in Inc as satisfied the ontr of J. Paving n� t' G a..: s Trade Set Aside measures for Cor-re:e ,.,.;�rk and Tr trr? Markings �� alif'; p 5 and Markings aid :s iii cimpi ante with the opera!' Sr` a!i Bi e^ ? - contr8 t S n aS m. d3'_: �St CI 3nV for (h;5 v Metro Express, inc., a non -certified SBE-Con firm committed to utilize the following -certified SBE-Con firms American Builders Masters Corp to perform 100% of the Concrete Trade and Road Runner Striping Technobgies. l;n.: to perform 100% of the Pavement Markings Trade The subcontractors confirmed their participation via the BMWS in agreement with the measures Itr.d% t.14n�+t RPQ No 20190236 tuvo.`�er et: 2,,o Page 2 Metro Express tnc.. has satisfied the contracts Trade Set Aside measures for Concrete work and Traffic Stripes and Markings and is in compliance with the overall Small Business measure established for this contract. Star Paving Corp., a certified SBE-Con firm committed to perform 50% of the Concrete Trade and to utilize the following certified SBE-Con firms JCM Development Group, Inc . to perform 50% of the Concrete Trade and P & J Striping. Inc to perform I00„ of the Pavement Markings Trade The subcontractors confirmed their participation via the BMWS in agreement with the measures Star Paving Corp. has satisfied the contracts Trade Set Aside measures for Concrete work and Traffic Stripes and Markings and is in compliance with the overall Small Business measure established for this contract. SBD has verified that none of the aforementioned firms are listed on the Goal Deficit Make -Up Report as of November 1. 2019 and the History of Violations Report as of November 20: 2019 with an open violation Please note that SBD staff reviewed and addressed compliance with the SBE-Con Program Departmert o` Transportation and Public Works is responsible for any other issues that may exist Should you have any questions or need any additional rrformahon, please do not hesitate to can Jhoniatan Escalante Capital lmoro'Jement Pr o eci Analyst at (305) 375-3192 Al ,..j A. r_: L. -Fi• 74. SURETY BID BONO GATE BOND EXECUTED ;,ruu •m: to isec ran iio ocer.,-y 2:et, October 23, 2019 °RINC1PAL tFultlege' narie and business address; H & R Paving, Inc. 1955 NW 110th Avenue Miami, FL 33172 S:JRE"`r (Name and business adcreas) Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 - 1403 'ENAL SUM .jr BONE: REV. 02'6 DTPy4 j TYPE OF ORGANIZATION (X' one) © Individual l] Portnersh c f0 Ja.ri Lien:tre j X Corporation l —''''...,...-- ..- -...., -Five r'a'ce,, the 'alai a'Tla,.nt El, P:oja;t Na 211i:C?3r3 '.avr:y Pro;e:t Name u;9 an Improvement South I -aid Opening Date October 232019 OBLIGATION `wit:la& are Slav,, ro(ntly and .i-_varally bind themselves then ^eirs, exa;v(ars adr-hfiS eiors, successors and ess'rna to pay la M,a:ni.Daco Coup • ed43 !?rra'r. after Caurryl spun 7ere.df o: Pr nclpa::ho penal sum set tor. cr the face of Ins 8•? �. p ! ty Principal and Surety agree that the Penal S,:nt a the Sons is a Irglucated.salna je reasaraWy estimatoo to compensate the County far damages sitfe•ed as a lesUlt of the. Prins .pat'aa de=eull rnrd:rdirg b.:l not I:rules to e'y 'entitling from delay, (eV act:rem:Int costs and incremental costs of contracting Dafauit of Principal s,'ali nrevr in the ever,: trial the Pnrcipal ,withdraws Sid within 1;0 days after b.c apeni^y (r.•• any e,nens,ar: rt•ereo; agreed lc lr w:ILng by the Bidder and Ca..nly). or, alter prcter nafir;atlon e% Irteri to Contract fiurn the County, fads to comply with aft pre -aware e7 ricomeras including b.ti ncl limited to prodding Payment are Pe•fo-marce Bonds yith gaol and suffitiert surety and the nacea :wy !r;crane Cartlacates pursuant to the Contract Documents. and ei:er Imo a wilier- Contract witrt the :oJrty, as may ae required. all •:nf^ o 10 days aaer the prescribed forms era oiase'tled (n P•inCia�l for srgna:tre D. as cI!-errs® ra.t. ,''d by Wet Aiddiro Docu,—eats. Payment uneer this Bond , cI' be due am payable upon defaal ref P' rir,pai acid ..etch 57 calendar days sac' receipt by .n,ic,nal aria S. grapy r1`-vriften nol;ce of dFlzult from Cro.r,t(• ,,� .rt.. . w ic.n ..,a will be given ,.l reasonable Drcmptness. a,trdrrying Sue Bond and the Project Surety, ;.-pail cause to be altac.iea to t.ns Bo'id a m.rrert and 'effective P_t-,er at Attorney evidencing the authority al the off car agent or rerrestlnle!Ive %two executed this Bond or, behalf of Surely :o execute. seal, and daily a; such lord end bins I -e Surety tl-ereby COND1 TIOAS me ' ip?: has ;_ ;rritted the Hid id_nti:ieo aocve rNEREPCRE 2y executing this rrst;unrelit Egret` screen tna! Its iclinet-on is not Impaired by 'any ew..crsran(s) of the the for acceptance at Ire bud that Inc PrnCirat may grant is the County Notice to tie Sure!;• of extensions is vreived. However. :naive' of toe notice a;pf.es city In ext-n;rons ayg:egating not •nary than ti0 ca'enoa: days :- add!tian to the period orig:rolly allowed for acceptance a! the bio Any changes in or under the Caaract Doci_ments ono compliance Or Witt' lay Forman -es Connected svlh the -Contract or toe :bongos does ti ! a` -r -c1 Suety a aolioai%on crier tt-n Bono 'v dT(',ESS The Principal and Su•efy executed this Band aria affixed heir seals en the above Cate Copy Ji A itnorireri Agent's curtert denti .oaation Card as .S sue': `-y Stare ar Floros Insurance eposm.a.i.orie• m1.51 be e'tacnEj H & R Paving, Inc. SI nNATU:i= PRINCIPAL NAME A' ! i ft3 !!''LE (Typed) i j Philadelphia Indemnity Insurance Company SURE SIGNATURE OF AT PRINTED NAME OF ATTORNEY -IN -FACT ,Typed( Warren MAiter i i - :.."I :car 7) SIGNATURE OF AUTHORIZED FLORIDA AGENT 5.= a PRINTED NAME OF AUTHORIZED FLORIDA AGENT{Typad) Warren M. Alter FLORIDADEPA RTMENT OF FI AIrCIAL SER\, T`.4R R EN?V. ITC'HELL ALTER License -Vii fiber• : AOO478 .: it- !II lttstii:!ji:c 1_IC;:!i e itL iI:. iV'=1{OP -iRREN MITCHELL ALTER A004782 Life,Variabte Arrxiicy & He atch Life & Hea[th Gen. lines (Prop. & Cas. fns.) rssJw:a/o9f99 746891 . a lr:..+tom ilk Ct-.rl ;a _i ihi itrC'+:c_C! s _i} V ices •_'{-jl•c :i It{U:+,,t:,: t•. a}'iilr-•J.iC.U:. �G1: - ..- If :\Ira nttii Cii i=uau}c1;4 f{icct 706 PHILADELPHIA INDEMNITY INSURANCE CONIPANY One Bala Plaza. Suite 100 Bala Cynwyd_ PA 19004-0950 Poser of Attorney KNOW ALL PERSONS SY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint David T. Satins, Warren M. Alter and Jonathan A. Bursevich of Alter Surety Group, Inc. , its true and lawful Attorney -in -fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obhgatory in the nature thereof, issued in the course of its business and to bind the Company thereby, titan amount not to exceed $50,000,000. This Power of Attorney is eranted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the I-''' of November 2016 RESOLVED: Thai the Board of Directors hereby authorizes the President or any Vice President of the Company (I) Appoint Attorney(s) iii Fact and authorize the Atromey(s) in Fact to execute on behalf of the Company bonds and undenak ings. contracts of indemnity and outer writings obligatory in the nature thereof and to attach the seal of the Company thereto. and 12) to remove. at any time. an, such Attorney•.n-Fact and reanke the authority elvcn And. be it FL; RTI{ ER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile. and any 'such Power of Attorney so executed and cenified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the Moire with respect to •any bond or undertaking to shish it is attached. iN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INS l'RUMENT TO BE SIGNED AND ITS CORPORATE SEAI.TO BE AFFIXED BY ITS AUTHORIZED OFFICE TfflS 27' DAY OF OCTOBER. 2017 d (Seal) Robert D O'Leary hr . President & CEO Philadelphia Indemnity Insurance Company On this 27" day of October, 2017, before me came the individual who ese eutcd the preceding instrument, to me personally known. and bona by me duly wont said that he is the therein described and authorized officer of the PHILADELPHIA INDESINITY INSURANCE COMPANY, that the seal affixed to said instrument is the Corporate seal of said Company, that the said Corporate Seal and his signature were duly affixed CWWON 1 0p rMN NptARUL SEM, SI SO,Kl$cp MoUrylkdafc .yC _r tt:•E.Na,: 3.,, 3 inn ( MyCom, ,On Eaw. S,p, IS 7771 (Notary Seal) Notary Public residing at My commission expires Bala Csijwyd, PA September 25.2021 1, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 271 day of October, 2017 are true and correct and are still in hull force and effect f do further certify that Robert D. O'Leary Jr. who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY In Testimony Whereof l have subscribed my name and affixed the facsimile seal ofeach Company this2 3rdday of 0r to b e r 20 19 7927 Edward Sayago, Corporate Secretary PHILADELPHIA INDEYiNlTY INSURANCE COMPANY MIAMI-DrEM ADE SMALL BUSINESS DEVELOPMENT CERTIFICATE OF ASSURANCE(COA) SMALL BUSINESS PARTICIPATION ON COUNTY PROJECTS This completed form must be submitted with bid documents by all bidder/proposers on a Miami -Dade County project with Small Business Enterprise ("SSE') program measure(s). Project No 20190238 Prefect -rde Push B.,tton !rtersect'ons Iro r0 .� p Vement• Seism Address 79,j .. c r ) )/(/ ,4,41-4/ f'" city S:a/!e fin' ZIP ?fir Piro -e N.:mber > `,2{2/) j he . {� Ema't address �.¢, f',{/0 the bidder/proposer is committed to meeting the established measure{s) assigned to this project SSECons, Y Trade Set -aside SSE -Cons. % SBE-G, and/or rya, Goals 'wir+e'r,the ercenrage CC. .+a '/, S$e-S ) /6-1 Af--44 � 7 — ••. I J Prr^e S ado 's Name 8 T I!e - _% SSE.A'E - /- � ap_ ,! ar -,2 la dos -s S:g' _ . 2'e To satisfy the requirements for Ste,g - SldSubmittal and Compliance with Small Business Enterprise Program1s), the following are required, t Ackno,.!eog.ernent of the SBE-Arcnitec.-re 3 'r. c g",2e,ny 55c -Caps; •.iu•c^ 53c" Gear ader 59E-54rvrca [non -constru[Pon ticn'rectur2 or er'g:: eer'.^.Ysi'^a5Sver Si esreois- r, J•j• !r'5 r'o!CCI v'2 l" a Cert,t,cate ,i Asr .'arc2 2 Agree to engage :r Ine saccrtat-o'• of aoorai'er. Mien', Dade County Smelt ar ness Enierprse br,cIs; to achieve lne estaolsired r-easo•ets1 as naicalee -r the Project Document; tspecitca(or5; '- Agree to select and st:birrt Ira name r t, s � e certified S9Es to sallsh line measures a County s S stem it e upon si-;a,t z r.Or it h es a t Bus,nes a Bess �V!avision in WarkF�rce Y ; 3aJ NS -J w:t` •r the soap, 2a t•r-erraro 8:rsr F at ..zt:an am the $us:has-, Development t'S80) D:visor• in dULVS Tc satisfy the requirements far Stec 2 - Bid Esalushon and Recommendation for Award, please attest Mat :2"_r-darstat my compra that my con; pa.^.y w,!; ae zeemec non -compliant ano not eiiy ale 'or award rr I fa•I to ('I subtra iris form who r*ny oidlpncpcsa cowrm8"ts aec•C: sly t^ p sat le pro ocl any s Ut'i.z -'w o-aa nal! i t all car f wdFN, a;,. Dad,e Co. ^!y Sma:: Susrness E"te:prse !rr,-.s .urom w•!I ye =_,ocon!racted rvrtr to f eslaol.sred 53c m spec•'c., .. er-e:-te 4 an errs! "ctrftcat'o' s.b[ont'aca' slcccrsuitai; a-d/o• 5_,0 -,c -dc, w'i! also be regt-.red :.� ? from rr $ee o' SMY tr Esc- ESE aparC:r3' Cy SBO to n s c ^nett a; r2ia+.cyst is v a B rr'A'S wi; , , 1^e 5oect'.e 1 t. nerrame re• fine' STAY_ OF F,ORrOA COUNTY OP AMAMti-CAD BSFCRE +ut y autnorzee to administer oaths and fake acknow!ed emenr personally a r' E ancr'tce-d�! >rv'i deposes sr -d elf rrns that the provided ,nrcrmaticn statements are S p Y ppea•ea d .mfory r sod ✓'.. Who ben fret savor^ true and sr=act to the best of a•isrher traw!etlge'rlcrmat�cn and be!Izf g SWORN TO ana subscribed before me this day/ �f of My Com+risan Expires 20 S.gnatwe or Owner Abe Roder -- :yt Gommissis7 `` 6Ci 3G , ,11 ?'� CExptl25! jaftUa turf Idtewry Public -State of Pianos rItS Bonded thfu Aar Notary COLLUSION AFFiDA VI T states: e o iami-Dade County Section 2-8.1.1 and 10-33.1) (Ordinance No. 08-113) BEFORE ME, A NOTARY PUBLIC. personally appeared / l who being duty sworn (insert name of affiant) I am over 18 years of age. have personal knowledge of the facts. stated In this affidavit and I am an owner. officer, director principal shareholder and/or I am otherwise authorized to bind the bidder of this contract I state that the bidder of this contract �� is not related to any of the other parties bidding in the competitive solicitation and that the contractor's \ proposal is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and that the contractor has not. directly or indirectly, induced or solicited any other proposer to put in a sham proposal. or any other person. firm. or corporation to refrain from proposing. and that the proposer has not in any manner sought by collusion to secure to tee proposer an advantage over any other proposer OR is related to tns following parties who bid in the solicitation which are identified and listed below. Note Any person or entity that fails to submit this executed 'affidavit shall be ineligible for contract aviard In the event a recommended contractor identifies related parties in the competitive solicitation its bid shall be presumed to be collusive and the recommended contactor shall be ineligible for award unless tnat presumption is rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties shall mean bidders or proposers or the principals corporate officers. and managers thereof which have a direct or indirect ownership interest in another bidder or proposer for the same agreement or in which a parent company or the principals thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same agreement Bids or proposals_ found to -be collusive shall be rejected By ": L., Signature of Afti$iet •• 4/4 /I .- %-f {S,,4;.ti f. Printed Name of Affianl and Title Date 2V' Federal Employer Identification Number Printed Name'of'Firm :f 3 Address of Firm SUBSCRIBED AND SWORN TO (or affirmed) before me this ,:e{.2' day of it-le/She is personally known to me -or has presented • Sign ature;df Notary Print or Stamp Name -Of Notary Notary Public -- State of Type of identification as identification. ,,"'' kbehO(Ml iigfrieze i ~del Number Pq C»mmissfof. 7 �i�i ` !EE's: Jaistt�ry i c Date ���.,•,x � xi= ir�tian Bonded tnru Axon o RDV ;Aga M{oml•Dode County Department of Procurement Management Affirmation of Vendor Affidavits in accordance with Ordinance 07-143 amending Section 2-8 1 of the Code of Miami -Dade County, effective June 1, 2008 vondors are roqu{rod to complete a new Vendor Registration Package, Intruding a Uniform Affidavit Packet (Vendor Affidavits Form), before being awarded a new contract. The undersigned affirms that the Vendor Affidavits Form submitted with the Vendor Registration Package is current. complete and accurate for each affidavit listed below. Contract No, : Contract Title: lrr�n9 Federal Employer — Identification Number (FEIN): _ /9/0,9471: ,- • fJ - C- 54/./ ,5r'✓�- '�! Affidavits and Legislation/ Governing Body I Miami -Dade County Ownership Disclosure Sec ?-8. 1 of the County Code 2 J Miami -Dade County Employment Disclosure - County Ordinance No. CV -133. =erring s^_ YCn 2 6 -!(a)(2) of ins C;Cunry CoY; 3 4 Miami -Dade County Employment Drug -free Workplaca Cerlilicallan Section 2-8 1.2(b) fthe County Code Miami -Dade County Disability Non -Discrimination /\!fiat 1. Sccrion 2 8 1.5 Oc3ciut{on f,13P•GO emending R-38, 95 5 Miami -Dario County Debarment Disclosure Sscrron 10..18 of The County Coati can i i-ad arre o(Attionr r'y'� %r/yy ;Ai ;/ �'G t , '"kfc!r•ie of Firm .t ...} yv -' .j�4.' 1r /ells/ C.. 11 - Address of firm Nroior, Public - 'Slate of I 16.1TMiarni-Dade County Vendor obligation to County___ Section 2-8.1 of the County Code 7 khan- i-bade County Coda of Business Ethics Article i, Soctton 2-8 Won(' ncl 2-11(b)(1) of The County Cede through (6) and (9) of the County Code anti County cOrJ°nr1rcG .No CO 1 mending, 5e c1!on 7-f 1 I() of the County Code Miami -Dade County Family Leave ArfTcle V of Citaorer 11 of the County Code' 8 9 Miami -Dade County Living Wage Section 2-8.9 of The County Code 10 Miami -Dade County Domestic Leave and Reporting Article a Section 11A-6(1 HA 67 of the County Code 7-//,5/0 f� Printed Ho of At iani Notary Public Information Subscribed and sworn to (or affirmed) before me this Tyne of {Centifirct*an r:rnrtireerf County of �` - fir✓ day of, He dr she Is personally !mown to me S grai:]ro of Aliiant /'. ' Dole 71p Circle 20 /r or has produced Idenlificotion Signofure of Moto y Public Print or Stamp of f'lotor,Lp(lbllc Expiration Date °trr Abe Rodriguez ?,,i * Commission f GG18047 `rte :1 Expires: ,itemsotillrb r. Bonded (lint Aaron Notary iii tit«� Notary Public Seal 5/09/2008 Carlos A. Gfinenez, Mater FAIR WAGE AFFIDAVIT Before me, the undersigned authority appeared the ,v :.✓ij �r �`� of ot /� zi+JJ _2-7.1../6 , ( {PRINT TITLE} (PRINT NAME OF BIDDER Or f4OPOSER) i who attests that /4' C / 4''y :' .c,}- 7.c- . shall pay workers on ;PRINT NAME OF BICH:1010R PROPOSER) (7-4—./1 the project minimum wage rates in accordance with Responsible VVages and Benefits. section 2-11.16 of the Code of Miami -Dade County and the Labor Provisions of the contract documents. State of FLORIDA County of Miami -Dade Sworn to (or affirmed) and subscribed before me this 201 f . Personally known ar produced identification (Signature of Notayy Pib(ic, - State of Florida) Name of Type of identification produced L; % f,- L day of (Print, Type, or Stamp Commissioned Notary Public) "" `7, Abe Rodriguez ' - C remission r G&160467 • a-%:'I.._� �� ir¢sr January 11, 2022 odd thtu Aaron Notary T:IrY OLV\{Zatnnncihfw lilLanee sn i o a }. 1,n1 n .. __ ten.. C Residents First Training and Employment Program Responsible Contractor/Subcontractor Affidavit Form (RFTE 1) (Miami -Dade County Code Section 2-11.17) I Ir+ accordance wit!' Section 2.11 17 of the adiami•Cade County Code. all contractors and subcontractors of any tier performing on a contract for (i) the construction demolition. alteration and/or repair of public buildings or public works projects valued it excess of Si 000.000 funded completely or partially by Miami•Oade County or (iii privately funded projects or leases valued in excess of 1 51.000 00O for the construction. demolition. alteration or repair of buildings or improvements on County owned land and which are 1 subject to Section 2.11 16 of the Code cf Miami -Dade County shall comply with the requirements of the Residents First Training and l Employment Program If applicable the undersigned ,~',Contractor / _ Subcontractor verifies that should they be awarded the contract the undersigned understands their obligation to comply with the following. Prior to working on the protect. all persons employed by the contractor / subcontractor to perform construction shall have completed. the, OSHA 10 Hour Safety Training course established by the Occupational Safety & Health Administration of the United States Department of Labor. Such training does not need to be completed at the time of bidding but shall be completed prior to the date persons are employed on the project !i . The contractor / subcontractor will make its ties' reasonable efforts to promote employment opportunities for local residents and seek to achieve a project goal of having fifty•one percent (51%) of all Construction Labor hours performed by Miami•Dade County residents To verify workers residency firms shall require each worker to produce a valid driver's license or other form of government -issued identification Printed Name of Affi;nt Printed Title of Afiiant Name of Firm Address of Firm Signature of Affiatit Date Notary Public — State of Stale Notary Public Information County of Subscribed and sworn to (or affirmed) before me this by -• ;.. Type of identification produced day of, Y. ' • • Zip Code 20 :He pr she is personalty known to me or has produced identification = Signature. of Notary Public Print or Stamp of Notary Public Expiration Date Serial Nu Niffti Ate Redrtguez - lr{1f ti$2ir;1 .zif^".C1ti7 t 1.2022 �blicbkid-tihitlltiat\111Rotary FORM RFTE 1 t lrami-Dade COwily Contractor Due DiiigenceA davit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14 County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars (51.000.000) orthatotharwise mustbe presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm its directors, partners. principals and/or board members based on abreach of contract bythe firm, include the case name. number and disposition. (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted. brief description of the circumstances include a p (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred orreceived a'formai notice of non-cornpl:ance or non-performance such as a notice to cure or a suspension from participating or bidding far conira;.ts whether related to Miami -Dade County or not All of the above information shah be attached to the executed affidavit and sobmted to the Proci rem' _ C`cordrnaloroverseeing tnissolicitation The V a i f en? Cenpa;bnb Officerte(PCC)l n,� Selectro,` t:ri,.ar Ccr:tractcrattestsfepro}rding3lloftl�eaboveinfermation.ifapp{�cable:tothePQQ Contract Nc Ccrtract Title 'ary Fribi c 'State cl r e • br& Employer Identificaton Number (FEIN) PrrecNamettfArfiant) _. �,� --- -- NameofFrr — — .-'J.- . ! • J� Adjres1 of F•trr. scribed ancf., ,orr, to(or a f rrned) wore me th-s • a ofident:rication produced signature of Notary Public - -r Print orStamp ofNcta y Public CDC ..y of — State daycf i-fe cr she is personalty known to me Expiration Dale Signatyre; of Affiant Date Zip Code Dr has produced identlicatic•l luir r�Jr , a?Y•�u� - Abe •Rodriguez . f • t•3G16 67 "�- 51{;?t; °,2413.9[Til 1,. 2022 Bonds d that Aaw Notary Notary Publics eal 2/2014 MIAMI-DADE COUNTY Department of Transportation and Public Works (DTPW) PROJECT: Push Button Intersections Improvement South Project No. 20190236 ACKNOWLEDGEMENT OF ADDENDA Oust be completed and submitted odth required solicitation documents] Instructions: Complete Part{ or Part II as applicable PART I: listed below are the dates of issue for each Addendum received in connection with this solicitation Addendum r1 Dated 201 Addendum #2. Dated 201 Addendum #3 Dated 201 Addendum #4. Dated 201 Addendum #5 Dated 201 Addendum #6 Dated 201 Addendum #7 Dated 201 Addendum #8 Dated 201 Addendum #9 Dated 201 Addendum #10 Dated 201 PART II: No Addendum was received in connection with this solicitation. Authorized 9gnattureY . Print Name: Firm Name Date Title DTPW - Rev 2109116 Memorandum nrADE Date: February 20, 2020 To: Rene Idarraga, RE Division Chief, Construction Department of Transportation and Public Works (DTPW) From: Alfredo E. Munoz, P.E. Chief, Capital Improvements Division Department of Transportation and Public Works (DTPW) Subject: Push Button Intersections Improvement -South Project No. 20190236 Contract No. MCC Program 7360 Plan Contractor — H 8 R Paving, Inc. Attached is the approved, officially executed Purchase Order (P.O.), #PCMT2000062 for the referenced project. The original approved P.O. must be turned over to the contractor. You may now issue a Notice to Proceed. Please remind the contractorthat the Inspector General (IG) and User Access Program (UAP) fees apply to this contract and shall be deducted from all payments accordingly. AM:/dv Attachment cc: Alicia Arce, DTPW Roxana Bayarre, RE, DTPW Manuel Garcia, DTPW Alvaro Castro, DTPW Clerk of the Board Project File MIAMI-DADE COUNTY PURCHASE ORDER DATE: 02/20/2020 ** ORIGINAL ** PAGE: 1 PO NUMBER: PCMT2000062 VENDOR: H & R PAVING INC 1955 NW 110 AVENUE MIAMI, FL 33172 REQUESTING DEPARTMENT OR AGENCY: MIAMI DADE TRANSIT CONSTRUCTIO 701 NW 1ST COURT 15TH FLOOR MIAMI, FL 33136 VENDOR ID: 591690152 01 'VENDOR TEL: (305)261-3005 PLEASE REFER ALL QUESTIONS CONCERNING THIS ORDER TO: LETICIA SMITH 'TEL: (786)469-5291 CASH DISCOUNT: (FREIGHT CARRIER: NET FOB: DEST-P FOB DESTINATION, FREIGHT PREPAID. CHARGES. THE SELLER PAYS AND BEARS THE FREIGHT AGENT CONTACT: CACERES, LAURA 'DELIVERY REQUIREDIDEPT. NO. 1REQ NO. (305)375-5080 102/03/2020 IMTCC 1PCMT2000062 ISSUED UNDER CONTRACT NO: MCC -PROGRAM -7360 BPO ID : ABCW1300150 SHIP TO: MIAMI-DADE TRANSIT/ACCTS' PAYABLE P.O. BOX 010791 MIAMI, FL 331010791 BILL TO: MIAMI-DADE TRANSIT/ACCTS' PAYABLE P.O. BOX 010791 MIAMI, FL 331010791 ITEM COMMODITY ID QUANTITY COMMODITY NAME/SPECIFICATIONS U/M UNIT PRICE TOTAL PRICE 001 906-99 MISCELLANEOUS CONSTRUCTION 1.00 LO 558,775.0700 (CONTINUED ON NEXT PAGE) 558,775.07 MIAMI-DADE COUNTY PURCHASE ORDER DATE: 02/20/2020 ** ORIGINAL ** PAGE: 2 PO NUMBER: PCMT2000062 ITEM COMMODITY ID QUANTITY U/M UNIT PRICE TOTAL PRICE. COMMODITY NAME/SPECIFICATIONS WORK INCLUDES BUT IS NOT LIMITED TO: CONSTRUCTION OF ASPHALTIC CONCRET ROAD BASE AND SURFACE; PAVEMENT REMOVAL, PAVEMENT MILLING, PAVEMENT MARKINGS SIGNAGE, DRAINAGE, SIDEWALKS, CONCRETE CURB, GUTTER, AND TRAFFIC SIGNAL INSTALLATION, ETC. IF ANY CHANGES ARE REQUIRED DUE TO CONFLICT OF DESIGN AND OR FIELD CONDITIONS THE ENGINEER WILL MAKE THE FINAL DETERMINATION. PROJECT NUMBER: 20190236 PROJECT NAME:PUSH BUTTON INTERSECTIONS IMPROVEMENT -SOUTH PROJECT MANAGER: FREDDY VALERO MICELLANEOUS CONSTRUCTION CONTRACT PROGRAM MCC 7360 PLAN-CICC 7360-0/08 DURATION:540- CALENDAR DAYS LOCATION:INSIDE THE BOUNDARY AREA OF THE SOUTH PORTION OF MIAMI-DADE COUNTY UP TO SW 8 STREET. 002 906-99 MISCELLANEOUS CONSTRUCTION 1.00 LO 542,500.3600 542,500.06 CONTINUATION FROM LINE 001 003 906-99 1.00 LO 542,500.0600 542,500.06 MISCELLANEOUS CONSTRUCTION CONTINUATION FROM LINE 002 004 906-99 MISCELLANEOUS CONSTRUCTION 1.00 LO 93,501.8100 93,501.81 CONTINUATION FROM LINE 003 TO COMPLETE THE BASE AMOUNT $1,737,277.00 005 906-99 1.00 LO 173,727.7000 173,727.70 MISCELLANEOUS CONSTRUCTION THIS ITEM REFLECTS THE CONTINGENCY ALLOWANCE AS REQUIRED DURING THE COURSE OF THIS PROJECT. THE UTILIZATION OF THE ALLOWANCE CAN NOT EXCEED $173,727.70 WITHOUT THE PRIOR FORMAL APPROVAL THROUGH A CHANGE ORDER. (CONTINUED ON NEXT PAGE) MIAMI-DADE COUNTY PURCHASE ORDER DATE: 02/20/2020 ** ORIGINAL ** PAGE: 3 PO NUMBER: PCMT2000062 ITEM COMMODITY ID QUANTITY U/M UNIT PRICE TOTAL PRICE COMMODITY NAME/SPECIFICATIONS 006 906-99 MISCELLANEOUS CONSTRUCTION 1.00 LO 23,550.5400 23,550.54 THIS ITEM REFLECTS ALL DEDICATED ALLOWANCE AS REQUIRED DURING THE COURSE OF THIS PROJECT. THE UTILIZATION OF THESE ALLOWANCES CAN NOT EXCEED $96,245.54 WITHOUT A PRIOR FORMAL APPROVAL THROUGH A CHANGE ORDER. THE DEDICATED ALLOWANCE ARE DISTRIBUTE AS FOLLOWS: CLEARING AND GRUBBING $18,500.00 BITUMINOUS MATERIALS $10,000.00 OFF -DUTY OFFICER $25,000.00 MAINTENANCE OF TRAFFIC $34,745.54 PERMITS $ 8,000.00 TOTAL $96.245.54 REMAINING DEDICATED ALLOWANCES BALANCE ON LINE NUMBER 007 007 906-99 MISCELLANEOUS CONSTRUCTION 1.00 LO 72,695.0000 72,695.00 CONTINUATION FROM LINE NUMBER 006 TO COMPLETE THE DEDICATED ALLOWANCE COMMODITY LINE TOTAL 2,007,250.24 GPAND TOTAL 2,007,250.24 COSTS OF MANDATORY RANDOM AUDIT BY THE INSPECTOR GENERAL ARE INCORPORATED INTO THIS CONTRACT AS 1/4 OF 1% OF THE CONTRACT PRICE. ADDITIONAL REQUIREMENTS AND TERMS': THIS CONTRACT IS SUBJECT TO A USER ACCESS FEE UNDER THE COUNTY USER ACCESS PROGRAM (UAP) IN THE AMOUNT OF TWO PERCENT (2%). THE VENDOR PROVIDING GOODS AND SERVICES UNDER THIS CONTRACT SHALL INVOICE THE CONTRACT PRICE AND SHALL ACCEPT AS PAYMENT THEREOF THE CONTRACT PRICE LESS THE 2% UAP AS FULL AND COMPLETE PAYMENT FOR THE GOODS AND/OR SERVICES SPECIFIED ON THE INVOICE. THE COUNTY SHALL RETAIN THE 2% UAP FOR USE BY THE COUNTY TO HELP DEFRAY THE COST OF THE PROCUREMENT PROGRAM. VENDOR PARTICIPATION IN THIS INVOICE REDUCTION PORTION OF THE UAP IS MANDATORY. (CONTINUED ON NEXT PAGE) MIAMI-DADE COUNTY PURCHASE ORDER PAGE: 2 0 LATE: 02/20/2020 ** ORIGINAL ** PO NUMBER: PCMT2000062 ITEM COMMODITY ID QUANTITY U A2 COMMODITY NAME/SPECIFICATIONS / UNIT PRICE TOTAL PRICE WORK INCLUDES BUT IS NOT LIMITED TO: CONSTRUCTION OF ASPHALTIC CONCRET ROAD BASE AND SURFACE; PAVEMENT REMOVAL, PAVEMENT MILLING, PAVEMENT MARKINGS SIGNAGE, DRAINAGE, SIDEWALKS, CONCRETE CURB, GUTTER, AND TRAFFIC SIGNAL INSTALLATION, ETC. IF ANY CHANGES ARE REQUIRED DUE TO CONFLICT OF DESIGN AND OR FIELD CONDITIONS THE ENGINEER WILL MAKE THE FINAL DETERMINATION. PROJECT NUMBER: 20190236 PROJECT NAME:PUSH BUTTON INTERSECTIONS IMPROVEMENT -SOUTH PROJECT MANAGER: FREDDY VALERO MICELLANEOUS CONSTRUCTION CONTRACT PROGRAM MCC 7360 PLAN-CICC 7360-0/08 DURATION:540- CALENDAR HAYS LOCATION:INSIDE THE BOUNDARY AREA OF THE SOUTH PORTION OF MIAMI-DADE COUNTY UP TO SW 8 STREET. 002 906-99 MISCELLANEOUS CONSTRUCTION CONTINUATION FROM LINE 001 003 906-99 MISCELLANEOUS CONSTRUCTION 1.00 LO 542,500.0600 542,500.06 1.00 LO 542,500.0600 542,500.06 CONTINUATION FROM LINE 002 004 906-99 1.00 LO MISCELLANEOUS CONSTRUCTION 93,501.8100 93,501.81 CONTINUATION FROM LINE 003 TO COMPLETE THE BASE AMOUNT $1,737,277.00 005 906-99 1.00 LO 173,727.7000 173,727.70 MISCELLANEOUS CONSTRUCTION THIS ITEM REFLECTS THE CONTINGENCY ALLOWANCE AS REQUIRED DURING THE COURSE OF THIS PROJECT. THE UTILIZATION OF THE ALLOWANCE CAN NOT EXCEED $173,727.70 WITHOUT THE PRIOR FORMAL APPROVAL THROUGH A CHANGE ORDER. (CONTINUED ON NEXT PAGE) CITY OF OPA-LOCKA AGREEMENT FOR DRAINAGE IMPROVEMENT (Push Button Intersections Improvement -South Piggyback Competitive Award) This Agreement is made this day of , 2021, between the City of Opa-Locka, a municipal corporation organized and existing under the laws of the State of Florida and whose address is 780 Fisherman Street, Opa-Locka, Florida 33054 (the "City"), and H&R Paving, Inc. whose address is 1955 N.W. 110 Avenue, Miami, FL 33172(the "Contractor"). WITNESSETH WHEREAS, the Contractor desires to enter into this Agreement ("Agreement") with City for drainage improvement services to the City (NW 30th Avenue — Drainage Improvement) (the "Project"); and WHEREAS, the parties desire to incorporate the terms and conditions of the solicitation and contractual arrangement between Miami -Dade County (Department of Transportation and Public Works) and the Contractor, as set forth in the Miami -Dade County Request For Price Quotations No. 20190236 ("the RPQ"); and WHEREAS, the City Code provides authority for the City to select and contract through the use of the competitive bid process of another government entity as an exception to the otherwise required formal bidding process. NOW THEREFORE, in consideration of the mutual covenants set forth in this Agreement, the receipt and sufficiency of which is acknowledged, the parties agree as follows: Section 1. Term. The term of this Agreement commences upon fully execution of this agreement and continues through , unless terminated earlier by its terms. The City shall have the option to renew for two (2) additional one-year terms. 1 Section 2. Contract Terms. The Contractor agrees to provide the City with drainage improvement services in accordance with the City's requirements as set forth herein and the Standard Contract between Miami -Dade County (Department of Transportation and Public Works) and the Contractor dated on or about March 30th, 2020 (the "Miami -Dade County Agreement"), attached hereto and incorporated herein as Exhibit "A". The exhibits are incorporated into this Agreement for all purposes, and are collectively referred to as the "Contract Documents", and represent the entire agreement between the parties. In the event of conflict between or among the Contract Documents, the order of priority shall be: this Agreement, the Miami -Dade County Agreement and the Contractor's accepted proposal. Section 3. Scone of Work The following provisions are included: A City shall pay Contractor no more than the unit prices set forth in the Contract Documents and in accordance with the provisions of the Contract Documents. If the City requires services not covered by unit prices already made a part of the Contract Documents, the Contractor shall submit a detailed written proposal to the authorized City representative before providing any such services. For these purposes, Airia Austin, as PW & CIP Director, shall be the City Representative and may be reached at (305)953- 2868 Ext. 1450. B. If permits are required, Contractor shall submit complete and accurate permit applications to all applicable permitting agencies within ten work days of receiving from the City all documents necessary to file such permit applications. The City shall pay all permit and related fees directly to the permitting agencies, including any permit fees charged by the City. C. The City of Opa-Locka shall be substituted for the County of Miami -Dade with regard to any and all provisions of the Miami -Dade County Agreement, the RPQ, and the Contractor's bid, including by example and not limitation, with regard to bond requirements, insurance, indemnification, licensing, termination, default and ownership of documents. All recitals, representations, and warranties of Contractor made in those documents are restated as if set forth fully herein,made for the benefit of the City, and incorporated herein. D. Contractor shall not commence work on the Project unless and until the requirements for insurance have been fully met by Contractor and appropriateevidence thereof, in the City's sole discretion, has been provided to and approved by the City. Section 4. Assignment. Neither party may assign its rights or obligations under this Agreement without the consent of the other. Section 5. Notice. Notice hereunder shall be provided in writing by certified mail, return receipt requested, or customarily used overnight transmission with proof of delivery, to the following parties, with mandatory copies, as provided below: For City: Copy lo: John E. Pate, City Manager City of Opa-Locka 780 Fisherman Street Opa-Locka, Florida, Florida 33054 Burnadette Norris -Weeks, Esq. City Attorney Burnadette Norris -Weeks, P.A. 401 NW 7"' Avenue Fort Lauderdale, Florida 33311 For Contractor: Raul Gonzalez 1955 N. W. 110 AVE Miami, FL 33172 Section 5. Severability. This Agreement sets forth the entire agreement between Contractor and City with respect to the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings and agreements, written or oral, between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. IN WITNESS WHEREOF, the parties hereto have accepted, made, and executed this Agreement upon the terms and conditions above stated on the day and year first above written. CITY: City of Opa-Locka Date: By: John E. Pate, City Manager APPROVED AS TO FORM AND LEGAL SUFFICIENCYFOR THE USE OF AND RELIANCE BY THE CITY OF OPA-LOCKA ONLY: By: City Attorney Burnadette Norris -Weeks, P.A. By: Joanna Flores, City Clerk CONTRACTOR: H&R Paving, Inc. By: Witness: PRINT NAME Date: TITLE Date: E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date;