Loading...
HomeMy Public PortalAbout22-9963 Contract with H&R Paving for Push Button Intersection ImprovementSponsored by: City Manager RESOLUTION NO. 22-9963 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 PUSH BUTTON INTERSECTIONS IMPROVEMENT, AND ENTER INTO AN AGREEMENT WITH H&R PAVING, INC. TO INSTALL NEW PAVEMENT AND REGRADE THE SWALES ON NW 147TH STREET FROM NW 24TH COURT TO NW 22ND COURT, WITHIN THE CITY OF OPA-LOCKA, IN AN AMOUNT NOT TO EXCEED ONE HUNDRED TWENTY SEVEN THOUSAND, NINE HUNDRED FIFTY DOLLARS AND EIGHTEEN CENTS ($127,950.18); AUTHORIZING A TEN PERCENT (10%) PROJECT CONTINGENCY BUDGET, IN AN AMOUNT NOT TO EXCEED TWELVE THOUSAND, SEVEN HUNDRED NINETY-FIVE DOLLARS ($12,795.00) ; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the lack of drainage on NW 147th Street and continued heavy traffic has deteriorated the street, causing issues for the business owners of the area and other users of the road. The street is identified on the Zone 6 area for water, sewer, drainage and roadway infrastructure improvement projects. Due to the high cost of said work it has not been fully completed; and WHEREAS, the City has been performing temporary roadway repairs to areas of the City most in need. In 2019, sections of NW 147th Street and NW 22nd Avenue, NW 147th Street and 22nd Court, NW 147th Street and NW 23rd Avenue, and NW 147th Street and 25th Avenue were repaired. The intersection located at the corner of NW 147th Street and 24th Court was also repaired during Milling and Resurfacing Phase IV; and WHEREAS, City staff has recognized NW 147th Street from NW 24th Court to NW 22nd Court as a priority project due to its current conditions. In order to mitigate flooding for this segment and to make the street more usable, the City Manager proposes regrading the swale and installing new pavement. This project will provide an interim remedy to the existing conditions; and WHEREAS, Miami -Dade County previously awarded a contract to H&R Paving Inc., attached as Exhibit "A", pursuant to its Request for Qualifications (RFQ) No. Resolution No. 22-9963 20190236 for Push Button Intersections Improvement for a one -and -a -half -year period commencing March 30, 2020 through September 21, 2021. The contract was subsequently renewed for an additional nine (9) months, set to expire on June 18, 2022; 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 received a proposal from H&R Paving, Inc., attached hereto as Exhibit "B", for One Hundred Twenty -Seven Thousand, Nine Hundred Fifty Dollars and Eighteen Cents ($127,950.18) for of grading swale and installing new pavement on NW 147th Street from NW 24th Court to NW 22nd Court, within the City; and WHEREAS, additionally, Staff recommends the establishment of a ten percent (10%) contingency budget of Twelve Thousand, Seven Hundred Ninety -Five Dollars ($12,795) to address small issues which might arise in the completion of the project. 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., attached hereto as Exhibit "A", in order to benefit from already negotiated rates and enter into an agreement, attached hereto as Exhibit "C for regrading of the swale areas and installing new pavement on NW 147th Street from NW 24th Court to NW 22nd Court, within the City, in an amount not to exceed One Hundred Twenty -Seven Thousand, Nine Hundred Fifty Dollars and Eighteen Cents ($127,950.18). 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 2 Resolution No. 22-9963 qualified professional services for Push Button Intersections Improvement and enter into an Agreement with H&R Paving, Inc., attached hereto as Exhibit "C", for regrading the swale area and installing of new pavement on NW 147th Street from NW 24th Court to NW 22nd Court, within the City, in an amount not to exceed One Hundred Twenty - Seven Thousand, Nine Hundred Fifty Dollars and Eighteen Cents ($127,950.18); further authorizing a ten percent (10%) Project Contingency Budget, in an amount not to exceed Twelve Thousand, Seven Hundred Ninety -Five Dollars ($12,795). 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, following review by the City Attorney, without the need for 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 9th day of March, 2022. ATTEST: o Anna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SU , FICIENCY: Burnadette Norris- eeks, P.A. City Attorney • Veronica J. Williams, Mayor 3 Resolution No. 22-9963 Moved by: Vice Mayor Taylor Seconded by: Commissioner Bass VOTE: 5-0 Commissioner Bass YES Commissioner Davis YES Commissioner Dominguez YES Vice -Mayor Taylor YES Mayor Williams YES 4 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: CA) , City Manag_er: James Wright CM Signature: i.. Commission Meeting Date: 03/09/2022 Item Type: (EnterX in box) Resolution Ordinance Other X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2nd Reading X Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterX in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life City Image Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X O � iiii • IN Sponsor Name City Manager Department: City Manager hort Title: PROJECT No. 2022-06-007 NW 147TH STREET - New Pavement Installation & Swale Regrading Staff Summai A Resolution authorizing the City Manager to accept a proposal from H&R Paving, Inc. to install new pavement and regrade the swales on NW 147th Street from NW 24th Court to NW 22nd Court for $127,950.18 The lack of drainage on NW 147th Street and continued heavy traffic has deteriorated the street, causing issues for the business owners of the area and other users of the road. The street is identified on the Zone 6 area for water, sewer, drainage and roadway infrastructure improvement projects. Due to the high cost of these projects, the City has not been able to fully complete them yet. Meanwhile, the City has been performing temporary roadway repairs to the worst areas. In 2019, sections of NW 147th Street and NW 22nd Avenue, NW 147th Street and 22nd Court, NW 147th Street and NW 23rd Avenue, and NW 147th Street and 25th Avenue were repaired. The intersection of NW 147th Street and 24th Court was also repaired during Milling and Resurfacing Phase IV. Staff has now recognized the section of NW 147th Street from NW 24th Court to NW 22nd Court as a priority project because of its current conditions. To mitigate flooding on this segment and to make the street more usable, Staff proposes regrading the swale and installing new pavement. This project will provide an interim remedy to the existing conditions. H&R Paving, Inc. has performed excellent work in all milling and resurfacing projects recently completed for the City. Staff recommends piggybacking an existing contract between this company and Miami -Dade County awarded in response to County RFQ# 20190236 for "Push Button Intersections Improvement -South" to benefit from prices negotiated by the County. Financial Impact This project is proposed to cost $127,950.18. The roadway portion of this project will be funded from the People's Transportation Plan (PTP) Fund, and the drainage portion will be funded from the Stormwater CIP Fund. Additionally, Staff recommends the establishment of a 10% contingency ($12,795) to address small issues which might arise in the completion of this project. Also, it is anticipated that an additional $40,000 will be spent in removing the trash resulting from this project which will be brought back to the Commission for approval at such time when these services have been appropriately procured. Account Description Available Project Remaining Balance 47-541825 NW 147 St — (Roadway) $125,900.00 $125,895.18 $4.82 87-541825 NW 147 St — (Drainage) $ 14,850.00 $ 14,850.00 — Total Project $140,745.18 Proposed Action: Staff recommends the City Commission authorize the City Manager to enter into an agreement with H&R Paving, Inc. to restore the roadway and improve drainage from NW 24th Court to NW 22nd Court for $127,950.18 and to also authorize establishment of a 10% contingency ($12,795) for issues which may arise. Attachment: 1. Agenda 2. Proposal provided by H&R Paving, Inc 3. Street Map 4. Street Pictures S. MDC NTP Letter and BID form Package in response to the RFQ No. 20190236 6. Opa-locka Piggyback Contract. 1955 N.W. 110 Ave., Miami, FL 33172 Telephone: (305) 261-3005 Fax: (305) 592-6079 LICENSED AND INSURED TO CONTACT CITY OF OPA LOCKA 780 FISHERMAN ST OPA- LOCKA. FLORIDA 33054 CARLOS PROPOSAL QUOTE NO. AR1837 DATE: 1-27-22 JOB NW 147 ST. REHAB REF. DADE COUNTY PROJECT#20190236 PHONE 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: Item # Description Quantity Unit Unit Price Contract Amount 102-91-1A Pavement Markings Temporary (Solid) (Any Width) 120-8 Regrade Existing Swale 200-1-10 Limerock Base (up to 4" Thick) 327-70 Milling Existing Pavement 334-2-13-1 Hot Mix Asphalt, SP -9.5 (2") 706-1-12 Reflective Pavement Markers (RPM) 711-11-125 Pavement Markings - Thermoplastic 24" 711-11-241 White - Solid Pavement Markings - Thermoplastic 6" Yellow - Solid 430.00 LF $ 0.35 $ 150.50 1,350.00 SY $ 10.00 $ 13,500.00 4,606.00 SY $ 10.00 $ 46,060.00 4,606.00 SY $ 2.50 $ 11,515.00 512.00 TN $ 105.00 $ 53,760.00 20.00 EA $ 3.45 $ 69.00 30.00 LF $ 3.45 $ 103.50 400.00 LF $ 0.81 $ 324.00 102-1M M.O.T. 1.00 LS $ 2,468.18 $ 2,468.18 TOTAL $ 127,950.18 NOTES: - 4" thick limerock installation @ $10.00 SY to be paid under pay item 200-1-10 Limerock Base (8" Thick) ($22.00). - No Trash Hauling Included in Price. 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 REVERSE 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,1/3 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. 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°/a Goal DTPW Capital Improver ents Engineer: Alicia Arce RPQ Advertisement Date: 9/19/2019 Miscellaneous Construction Contract (MCC) Program: MCC 7360 Plan-CfCC 7360-0/08 RPQ No. 20190236 a'19AHS i Carlos A►, Gimenez, Mayor 2B19h0V 25 FPI 3: 41 November 25, 2019 ;i}'` Mr. Raul Gonzalez r°,;:,'' -�,,4 H & R Paving, Inc. 1955 NW 110' Avenue Miami, Florida 33172 Department or 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.cor'n Telephone: (305) 261-300.5 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 al! 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 $17737,277.00 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 fisted 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 Iicense(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) roust 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 far 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, Alfredo E. Munoz, P.E. Chief, Capital improvements Division Department of Transportation and Public Works AM: as cc: Manuel a Garcia, DTPW Bassam Moubayed, DTPW Rene Idarraga, P.E., DTPW Joaquin Rabassa, P.E DTPW Ronne Bayarre, P E DTPW Alicia Arce, DTPW Alvaro Castro, DTPW Daniel Vaud, DTPW Marcia Martin, ISO Laurie Johnson, ISO Alice Hidalgo -Cato, ISD Catherine Forte, ISD Meisel Vera. ISD Clerk of the Board Project File L.F. i i 1 1 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; 20190236 Bid Date: 10/23/2019 Ram Humber • • Eatirtnatad • Description :Urtk .. . Quafltrty • Dntt Price •. Estimated , '•'Total • • 7WS-t : Night Differential P.N. '. 60• .01 $500.00 $30,000.011 102-71-11A ; TEMPORARY BARRIER WALL {Conorete (Furnish & Install) 1 102-74-2 BARRICADES Temporary, Type III, 6') j 102 -74 -IA BARRICADES ( TEMPORARY- TYPE I, it & VP) EA/DAY -20,000,t)I $0.25y $5,000.(10 : 102-76 FLASHING ARROW BOARD {temporary, Multimode) EAIDAY : 100.{! 102-77 �H1GH INTENSITY FLASHING LIGHTS (TEMPORARY TYPE "B") - EAIDAY • 5_1_0_100. p $1.00 $50.00 102-91-1A . PAVEMENT MARKING TEMPORARY (Safid) (Any width) (Yellow or White) ( Paint) L.F, 44,000_[3 3 $i S Q. O. 102-99 . VARIABLE MESSAGE SIGN {Temporary) •..+ _ .._ EA/DAY 304,01 $25.00 102-60A WORK ZONE MS _-._.. _. ...-__.._.. . _.- -. _.... ..._... EA/DAY 2,600,0 51:05 $2.600.00. / -104-10-3 ' Sediment Barrier L.F.• •.- 200.0 $5.00 ,000.00 . 104-18 ' Inlet Protection System EA • 30.01 $100-Ei0 $3.000.00 104-11A -.FLOATING TURBIDITY BARRIER • _. _.. _. -. _._. L.F. $25,00 $625.00 5o.4: $2W001 $1,450,00 EAF'AY ` 70,4 $3.0R $214,00 25.0 $10.00 $1,000.00 $7.500,00 •110-4-1-1 REMOVAL AND DISPOSAL, OF EXISTING CURB AND GUTTER L.F. 2,500.0E 5.00 312,500.00: -4-8 AND DISPOSAL O EXISTING ASPHALT (without base preparation) S.Y. 900.0 320.0E 18,500.00 110-4-10B TREMOVE AND DISPOSE EXISTING SIDEWALK 120-1• - • •-•REGLICA-13 EXCAVATION S.Y. 500.0! 515.04 $7,500,00 C.Y. 1,700.0' $10.00 517,000.00! 120-4 SUBSOIL EXCAVATION ( This item Is contingent upon the actual t1eTd conditions and • C.Y 50.01 $50.00 $2,500.00 _ _ may be Increased, decreased or oriminated by the Engineer) : 120-6-1 EMBANKMENT (INCLUDES BORROW) (This itern is contingent upon existing -Feld C.Y. 50.0 550.00 52,500.00 . _ _• conditions and maybe increased, decreased or eliminated by the_Engineer„ 100-8 RE -GRADE EXISTING SWALE (Where shown speciftcany on plans, or as directed by S Y aoo,O' $1000 $8.000.00' EPgineer contingent item be'increased or decreased by Engineer: 121-70-2 - PLOWABLE FILL � -- - �- C.Y. 40.0 5250.00' $10,000.00. 160-4 TYPE "B" STABILIZATION (12" Thick) (Min. C.B.R. 30) • - - ..- �• • S.Y---- -• •2,800.0° - $Z01 ... $5.000,00' t52-5 •• FINISH SOUL. LAYER (Landscaping) •• • - - • •C -Y. ••• i80.iy •• 52) o $3,200 Q0. 200-1-10 LIMEROCK BASE (8 Thick, mimed) •- S.Y.. ----3,5--(16.437- .- 3,5(16.0 --.--•22.00 • $itoil0.04 - 200-2 • - .. SASE PREPARATION FOR NEW SIDEWALK CONSTRUCTION (Where needed at the S.Y. 300.0 $25.00 57,500.00• discretion of the Engineer) • --__-- - ._ _. •_ . -...., _ _ ---7--.,• - _ .� .._�_- • 285-7 OPTIONAL BASE S.Y. 1550,0 $ 0 56,000.0 327-70 MILLING ING PAVEMENT [(1")=Payment for greater cuts will be paid proportionally)] S.Y. • 50.000.0 52.50 $123,000.0 • 334-2-13-1 Hot Mix Asphalt, Traffic C, SP -9.5 TON 800,0 5105.00 $84,000.00 --0.417:4 ----Tat 1v sphalt Friction Course, Traific C, FC-9.5, PG 76-22 • TON 3,500.0 $11.5,00 $402.500.00 339.1 MISCEtLANOUS ASPHALT PAVEME VAT - -••` •- ---•• • --- 'TON ----- 20.0 $250.00 $5,000.00 425-1 INLET [(Swale) (3 foot inside dimension, circular or square)] EA. 6.0 53,500.00 521.000.0E 425-1-35 CURB INLET TYPE P-5 (Any Dimension (Max. 15' Deep) _ EA_ - 4,0 $4,§00.00 519,80000 425-1-36 • CURB INLET TYPE P-6 (Any Dimension) (Max, 15' Deep) EA. 425-1-541 . INLET TYPED - EA- , 425-1-610 INLET SWALE ((TYP P -10X42" Inside dimension, circular or square}] 428-1-907 4.0! $ -00 522,000.1.30 12.0; $3.501.0' $42,000.00 • EA. 5.01 $4,0{30.00 520,000.00: POLLUTION RETARDANT BAFFLE (With neoprene gasket at all contact edges) 5 a $400.00 52,00 -od CSCCRP_PROJECT_ITEM PRICES 11/25/2019 04:08 PM ..._. .. nom- w 4 -[ 1 Miami -Dade County Department of Transportation and Public Works Contract Prices ) Project Title:Puah Button Intersections Improvement -South Contractor:H & R PAVING INC. Project No: 20190236 Bid Date: 10/23/2019 Item Number 425-1-909A INLETS Special) (Modify) Description unit gstimated Duani ty Unit Price Estimated•'. Total EA 425-2-11 MANHOLE TYPE USP 3-27.1 (36" diameter) (Maximum 15' deep) EA. i 425-241 MANHOLE (fype P ,, Any dimension. maximum 15' deep} 1-42527--72 - MANHOLE TYP J -7T-, (Any dimension, maximum 15' deep) 5.0 55,500.00! $27,500.00I.. 5.0 54,000.00!L 20,000 00 • EA. EA. ' 425-5 ADJUST MANHOLE (This item is contingent upon field conditions and maybe increased,. EA. decreased or eliminated by the Engineer 42 . ~ ADJ(JST EXISTING VAIATE BOXES MIAMI-DADE COUNTY UF8--) (This Hem is EA • contingent upon field conditions and may be increased, decreased or eliminated by the Engineer) . : 425-82 425-11A- • • • 55,250.00 31.500.001. 40 $6,100.001 $24.400.' 13.a 350.00E $6.300.00 23.0! 5300.00 $6,900.0a • . EA. 8.0 5500.00 $3,000.00 .. . EA. 430 -ill -121 PIPE CULVERT -12" Diameter MODIFY STRUCTURE- Cut to enlarge opening as needed in order to accomodate pipe due to utility conflict(s), brick and mortar as needed. CAfGH BASIN, DRAIN FIELD AND STUB PIPES ((Incl. plastic filter fabric) and 50' of 18" perforated pipe. pipe length and direction of pipe, to be determined an the field by the engineer] 430-171-123 PIPE CULVERT -15" Diameter 430-171-125 PIPE CULVERT - 18" Diameter 430-171-129 PIPE CULVERT 24" DIAMETER 443-70-3-3 French Drain (18" diameter pipe, trench depth 15 ft bis) 443-70-44 French Drain (2Vdaameter perforated pipe: trench depth 15 ft BLS) 520-1-i5 ; CONCRETE VALLEY Glf'1 i R (3' {Mite) • 5.0 $11,500.00° 557. 0050 p .' • 15.0 • $SO.00i _ $1,200.Oe3� L.F. 100.0 570.00 $7, 0000. 0I0i LF. • 2000- $66.10 $13,200.001 •'' , ' --'LF..... 50.Q $90.00 $4,500.0 `•.::: , t • L.F. ' 800.0 5100.00 S80,OOi1.00! :"'::" •LF. • 102 ....•�i75.0E} 517,500.00..::.;: ;: LF. '._.• •--- .. • 20.0. $40.0 $80'0.{!41 • • 520-2 : CONCRETE CURB AND GUTTER (Any type, including base•preparation) • L.F. •15;000.4 $18.00 5270,0017.0 •'•;• ;.4 '522-1(1) CONCRETE SIDEWALK [4' THICK, 3.000 P.S.J. CONCRETE-AT (Includes the S.Y. ._ _. 800.0• 52 cost of pedestrian ramps and sidewalk curbs). 2-2 - CONCRETE SIDEWALK (6' Thick, 3000 P.S.I. concrete at 28 days) (including pedestrian S.Y. : 150.0' $48.00 57,200.00 •::;••'• ramps and sidewalk curbel i • 522-8 CONCRETE C - -WALK (10" thick, 3000 p.s.i at 28 Days, Including base preparation S.Y. • 30.E $90.00 •-- $2,700.0301 •'•.:: ! • and Reinfrocement) ` 526-70-213 • INSTALLATION OF BRICK PAVERS, any u • ' -• • _ _..�_-S.. .. -_- _-. _ _0.0 _ ... . type, including Base Preparation. - .. S.Y 120.0 X0.00 • � 37,200.0 ;:• • 527-2 ..... - D fECr LE WARNING ON WALKING SURFACE 530:1-- RIP RAP (t -A CEMENT) 538-738 GUARDRAIL REMOVAL 538-1A GUARDRAIL, RESET 576-1-1 SODDING (Pensacola Bahia or match exiting) (inc ud�es watering) 635-1-11 PULL BOX, METER TYPE (Polymer) 700-4 1 ROADSIDE SIGNS ((SING'. OST) (LESS THAN 12 S.F.)) 700-48-22 RESET EXISTING POST AND SIGN 700-4&-18 SIGN PANEL (LAS THAN 15 SF.) 700-48-60A : REMOVE EXISTING SIGNS & POSTS' 705-11-1 706-1-12% 706-2 710-11-160 PAINTED PAVEMENT MARKINGS (Stendard)(White)(5fessege) CSCCRP.PROJEC T _STEM PRICES 11/25/2019 041D8 PM S.F. 548.00 $38400.00 380.0• 527.00 C Y. 5.0 5100.00 5500.0 L.F ..�. � -. 50.11 520.00 ... _. $1,000.01k 30.0 $120.00 $3,600.00p:• • `: `. -__..... ..- S.Y. 2,600.0 510.00 526,000.001 .:::: ;;; - _ AS. 10.0, 5400.00. .54,000.0• AS. EA. EA. 100.0 5207.00 520,700.00 . .::. 10.0 • 80.0 $92.130. 57,360.00 AS. 6.0 • 550.00 $300.00,..f:'•;:,:::::::! DELINEATOR (Flexible Tubular) EA. 20.01 546.00 • $ 0029 0. 0..:•.:'. . R LECTIVE AVEIIJIENT MARKERS (class El, mono or bi-directional, all colors) ( EA) 1,500.0 3.45! 55,1�5.0�.' REMOVAL OF EXISTING. PAVEMENT MARKERS FA 60.ih $2.001 S 201 A0: :: '•`: $52-01. EA 15.01 535.00 Page 2 of 3 • iM:M}ami-Davie County Department of Transportation and Public Works Contract Prices ProjectTitte:Push Button Intersections Improvement -South Contractor;H & R PAVING INC. item Number Description 710-11-170 . PAINTED PAVEMENT MARKING (Standard) (White) (Arrows) Unit Project No: 20190236 Bid Date: 10/23/2019 Estimated Quantity !brit Price Estimated Total EA = 40.c $23.00 $920.001 710-11-290 : PAINTED PAVEMENT MARKINGS (Standard) (Yellow) (Island Nose) S.F. ! 500.3 $2.30 $1,150.04 • 711-2 • SKIP TRAFFIC STRIDE (6' STRIPE, 10' SPACE) (WHITE THERMOPLASTJC) 6" IIIJ'DE) L.F. 600.0 $1.15 $ 096 00 • L.F. i 11,000.0 $0.8i' - $8,810.00: L.F. 800.a, 50.92 $736.00 711-11-123 THERMOPLASTIC (White) (Solid) (12") L.F. 2.000.0 52.30 54,60fl.OQ 711•-11-124 . THERMOPLASTIC (White) (Solid) (18") L.F. 600.3 $3.45 52 tl 07 .00H 711-11-125 THERMOPLASTIC (White) (Solid) (24") - - L.F._. .000.1!( - $3.45r .--•ts.9 .Ot? 711-11-i&1 THERMOPLASTIC (White) (Dotted/Guideline) (6") L.F. 300.01 50.81: s243.00i . 711-11-160 THERMOPLASTIC (White) (Message) • EA. • 10.0 S115.0a• $1,150.00 711-i 1-170 THERMOPLASTIC (White) (Arrows) _ - . — _ _ _. _ . __ EA 50.01 $58.00: $2.900.06' 711-l1-221 ' THERMOPLASTIC (Yellow) (Solid) (6") _.. - LF. • - 10,000.1 $OE8f 38,100.0(1! 711-11-121 THERMOPLASTIC (White) (sond) (6'T • 711-11-122 THERMOPLASTIC (White) (Solid) (8") 711-11-224 ' 1'NERMOPLATIC (Yellow) (Sated) (18" ) 711-11-241 • THERMOPLASTIC (Yellow) (Skip) (6") - 71 i-i 1-251 THERMOP-L iC (Yana(;) TQottedlGuideline) (6")• -711-WOVAL bE EXLtIf EMENi 'MARKINGS (Thermardasiic a Paint} • L.F. 850 Q $3.45- -CO 30.81 5243.00 -i5 4.. _ _ .• fl.81 3121.50 200.(} 50.58• 5118.00 711-99 - --... _ . _. _. F:._ — - 1fl0. 11 0 $100.114 ALLOWANCE ACCOUNTS (used as approved by the engineer pursuant to the requirements of the Contract Documents) 999 CONTINGENCYUNO (100% OF Sl1$ Al AMOUNT) .102-7 0A • a —OUT LAW ENFCIAGEJi7EN7 OFFICER — .10.2 -11•4 ....-_—.MAINT NANCE OF TRAFFIC (Including traffic canes. temparar� g s, flag i'neri, etc.) • L.S. (Shalt not exceed 2% of Contract Sub -total Amoul _ 110-7-1D CLEARING AND Gr R BING LS_ L.S. 1.0 5173.72710 $173.727.70 - • 1.0 525, 00.00 $25.000.06 - --- i 0 534,745.54 $34,745.54 _ _.._ • if; 318,500.{10• -s1850ama ..300-71399 • •Bli(/MIiiOUSMATERIAL ADJ STMEN7 __._...__ ._.__._..._—.... ----•-L.S 1:0, 510,000.00'• •S10,000.00• 991) .- _ . -- gLL0k1-iNCi:-PERMITS • -• -- .. . --- - - - - — - L.S. 1.0 58,000.00 $8.000.00 CSCCRP_PROJECTJTEM PRICES 11/25/2019 04:08 PM Page 3 of 3 ..�.. .\.: ::S.r<='•;MKjr :;lY•.;;� ...•;.7,y::v:...`?yiinc• - 5',{.G..er.'yj•'.• Department of Transportation and Public Works Capital Improvements Division 111 NW 1 Street, Suite 1410 Miami FL , 33128 IAMII ADZE a aw. j°a� �; �a�+,"an�•KHa��i:.�`�=G:3:�'�� r, - :a�)��-.t�'a4an�r.� MIAMI-OADE COUNTY, FLORIDA REQUEST FOR PRICE QUOTATION (RPQ) Contract No: MCC 7369 Plan - C}CC 7360-0108 RPQ No: 20190236 RPQ SID FORM — ATTACHMENT SA 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) Bidder's Company Name: Company Address: City: fi/77,44-217 f Sir Telephone No 0S7. ' t'. a%,C"r /1/ e State: Zip: -33/ 7-2 Fa I.7 /1464— - ,- No '".fi � Eiillaiil: '��f� THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL FAILURE TO SIGN THIS SDL1CITATiON WHERE INDICATED BELOW EY 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): r. --seems` _ Number of Addendurns received: it t•/- r (if none' writs "None") • §jg nature: Date: Note: Quotes must be submitted on this form Quote envelope must state RPQ Number, date and time due and the Bidders 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 twit, be notified, r%7 the Recommendation of Awa,-a of the requirements to submit current copies of insurance Certificates in accordance with the Contract Documents By srgnrrture, the CONTRACTOR agrees to be bound b}' the terms set forth in the MCC 7360 Plan. • DATE: November 22, 2019 TO: Alfredo Munoz , PE Capital Improvements Section Chief Department of Transportation and Pu' FROM: Gary Hartfield, Division Director I_ Internal Services Department Small Business Deveiopment SUBJECT: Compliance Review Project RPQ No 20190236 Push Button Intersection Improvements South Memorandum c 'E lrc Works Small Business Development (SBD) a Division of the Internal Services Department has completed its review of the subject project for compliance with the Stall Business Enterprise - Construction (SBE-Con) program for construction The contract measures established for this project are a SBE-Can Trade Set As:de in Concrete work and a SEE -Con Trade Sat Aside in Traffic Stripes and Markings Panted and!ar Thermoplastic Miami -Dade County Department of Transportation and Public Works has submitted contract documents that included the Cert,fi:ate of Assurance for the firms listed below acknowledging the project s SBE measures Each firm also submitted their fUWFzation Plan (UP) identifying the SBE subcontractors to fuif'li the goal via the Business ii1a"agernent Workforce S stem (BMWS} and thy? following is their p'e-award compl.ance status and si.irricrla i ELM STATUS R Paving In-.: SUMMARY: H & R Paving, Inc.. a ro:p-voei-tif;ed SBE-Col f;rm oomrm:tted to utliize the fr..4lo . i). :.;eiti fed SBE-Cori f:r ms Oualiti Paring Corpt r,a�r.o 00,'' he. Concrete r_ ie H �, ^ r oing e. � ..•cL :� .-rrr- 1. � � c; the. .�o'�=::,. T a:�•� and �g ,.r,a-y �.r��. ,� 1���. '�� perform. of too Pavement i�' I rkI i ra The " cif confirmed r' ry e J � .�J �� � �... s.,r�...d�it' �'v-ur`J �� ..� �ja>I LE�1�r.J�,'`�rl �� � !I�•� LJi`f��-■ f`� agr e.me..nt -,vi:n the,mY'e@sores H :X R Pavirig Inc, r. V he . tract T ti W measures ems• for 'r ^r_�e work _ has sa iS:l d i ccl ,. d�; s gad Set ,hs���T r7.•�aS i- 5 0 �Ls- ��.,....,.. �,�;�• k and Traffic Str,pes and Markings ai'' :5 is m .with the v a; t "e - � .� 1av' p:���i�c ��rl the o era SmMI �•..iSi'7�87 i-nnd�':�., wS���Ciiarl��� for f?1;S contract Metro Express, Inc,. a ion -certified SBE-Con firm committed to utilize the fofrow;ng.ce+rtiFied SBE-Con firms American Builders Masters Corp to perforrri ii0O'•% of the Concrete Trade and Road Runner Striping Technologies. ;n.� to perform 100Y,-,, of the Pavement Markings Trade The s,.st.contracto-s confirmed their participation via the BM► /S .r. agreement with the measures MunaL RPO NJ 20190236 eZ Gv i Page 2 Metro Express Inc. , has satisfied the contact s 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, fnc . to perform 50% of the Concrete Trade and P & J Striping. Inc to perform 100% of the Pavement Markings Trade T,he subcontractors confirmed their participation via the BMWS in agreement with the measures Star Paving Corp. has satisfied the contract's 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 violat!on Please note that SBD staff reviewed and addressed compliance with the SBE-Cork Program Qepa•trnert of Transportation and Public Works is responsible for any other issues that may exist Should you have any questions or reed any addit,or,al information, pfeese do not hesitate to ca!' Jhonnatan Escalante Capitef improvement P;o,ect Analyst :�' (305) 375-3192 ' 'P - A-73, SURETY BID BOND PRINCIPAL tFu}t teg@f n11r;se and business address; H & R Paving, Inc. 1955 NW 110th Avenue Miami, FL 33172 DATE BOND EXECUTED ;,ru:t r_tt.±law L•an y1.14.a04:9 c'urri REV. Q2'6 October 23, '2019 t:TPLA 1 'YPE OF ORGANIZATION ( X' one) [j Individual I 1 l] I]ar{nzrsn c I 0 JC.ri sientLre j X Carporation I SURE -7)• (Marne Sail business asst res•,) Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 - 1403 `rlA+- SIN Cr ?.3:',:C Five rtd`cer.• Oi the -vital arnot.nt D c•'-"" _.,.-... v �j.;.t Na - -.� i t;aan. E 316 OFertlnn, I;alt: I' October 23, 2019 C;,tr i Fro;e_t lsiar+ e I S',Jtttr't Iritets?CI•an Irnorovernant South OGL1GATIOr.? *l+ricnaal bra Surely faintly no s.eve.rallf bir;ri tharnselvas their :toffs. ewe -;afters adr.-/hisl-alor s, successors and ass•rn3 b tiny la .1/ha:"nl-Dace" County Flai:da 11er:tin sfte7 Caurtyl upon sera„ 1t cf Pr ncipa• the Dona! sun; >yt trr:; cr 11': face. of to s Principal And Surclrj aurae that the Penal Scat of t1'c'. Sono i; a hqurcated painage rea!;,.rabry esiimatca 1c compensate the Ccirnly for damages si'fe•ed as a fesul: of lh.; Princ.pat•; d5'_uti inciudirs 5a1 nut L•rlileG la any resulting frarn ifelay, relsr:,: urerren! case. and inc ri'mrntal casts of ,.en,Irecting Oafauit cf Piincnpal ;,'loll nr.r.',r in the eve:,: that the Pr+rcipa! withdraws Bid within ItlO days altar b.0 opening !^' any erlans,ar: il'ere:rf agreed is 1r wat.ng t7y the Rldtier and Car .Iy0. or, a`1er prcLet ;Short a= intent to Ccnira•:t f, urn tf'e County, fa.ls to carrrply with air! pia -aware '-q. /laments rncludiig b.t; r.cl iimfleci to pro -Ming Pay:rter.t a c; Pe-furman_e Er.mds with gaud and sUffic'ert surely and the nacerAa-y !rsuranre Certlficxiles p,.r. suaru to the Ca, -it -act DocuiT1e1ils, and o*.ct i'ro a wfitl_: Cantrai:t Win the Cr:'-Irty, as may oe required. all wit'..1 1') days after the prescribed forms are u4asentec to r'•itta:cel for sign :tire o. e5 cr- ' s rea.,:fed by the S:-tdfn7 �OCLfi 2 ITS. Payment uncer Ihrs Bond Aril. be dire am payable upan defa:Ift of F'rcipal aYd •a.i1r'i 5 J r3tertdar days alts, receipt by rocine% ar'o S•J-e;y h•r •vni:sr= noltc� of defau11 'ram Cot.nty. wnrc.n •'.rtf.•-a will be given set- rF75onable promptness. aerill yiiig this Bend aid the Praiect Surety sial1 cause to be eltache3 la Los Band n ef.rrer.i and etiectiue D_v sr of Anerney evidencing the authority ui rt'S off cer agent of representative ;:tin Cxe,ut.'d this Bond an behalf of S. rety :o execuse. seal, and drl•rs+a, such R :rd and bind 1�4 Surely v'ereby COI-DIT'lO.W£ Tne P-rcipa: has s_i,vrlt!ed the laid itent;frea a-c1'e CHEREr O P.E Ey cxecutlnu this instrument Surely rirrces Ina: its ocltna!-on is not imparted by 'any ek'.Lrsran131 of the t rue far accaptar•,o at Pr -e bid that tan arndiral pray grant to tr a County ,Norm to tie St.relp of eidenSIUns is waived. However. waiver of toe notice a;,pi.es crly to extensions' a;g:egatnng not •nt:'@ :han 6t] ca'enoa: days :- Scission to the penes: °rig,r.oIiy allowed for acceptance of ire tale Any changes in o: under the Co i;racl ODc►_rrsnts anC t•.ampilan:e or ronc,:r.^1t11iance wilt. Any format 1'es connectec'.vnth tilc Contract a- the chariges doas nc! e'3ct SLrety's. oblio;iion U''Jer ii •a Bona 14NI T^, ES S The Principal and Surety executed this 3ont) ana affixed trelr seals Crt the ahc pe date Coo! -*t Autnoriz•ed Agent's current identi ca?ion Card as,:isued ay Stott of F1or•ea Insurance CO.: r^•sa•4ne- mutest be a'tannurl H & R Paving, Inc. SIr NATUR= NAM AND I l''LE (Typed) P?1i'.lvrPAL Philadelphia Indemnity Insurance Company SURE SIGNATURE OF ATTORNEY-iN-FACT PRINTED NAME' OF ATTORNEY -1N -FACT ,Typed} SIGNATURE OF AUTHORIZED FLORIDA AGENT Warren MAlter PRINTED NAME OF AUTHORIZED FLORIDA AGENT (Typed) Warren M. Alter :1 :•:n:rarrif 4 FLORIDA DEPA RTMEN T OF FINANCIAL SERVICES WARREN MITCHELL ALTER License rNum nber• . AOO478.. ,11St11•:!J1+.' l.tc•::'ise_ o c �. •• c� i I t i=. t- f a ��. � •l• - °�I �.. :ti �_.f:�'1 •. L Fi•lES t i'�OP t. Cf' ti r`?k.t. WARREN MITCHELL. ALTER A004782 Life,Veriab[e Am uity & tie atch Life 8 ilea [ th Gen. Lines (Prop. & Cas. tr>s. ) 746891 ` J �� •�. tl�... �4� 11,•. ct,ll::c ! .1'!- itc:=1.mr' t_;.• u .kl • L iCiI::.c:. tiltli:t'• nil 14`.," ;'l_ Di:pL OE f:%P;•,'l.I:t 1er:1 c'• ''I'` ji I1{11;1 !t1'.'iV't: 0)• ,101-.:1,-)c;u iv r ratwArci Cilicf (.?fuser 51.11c cti l.k•rtil:l 706 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza. Suite 100 Bala Can► .d. PA 19004-0950 Power 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. Saline, Warren M. Alter and tonathan 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 obligatory in the nature thereof, issued on the coarse of its business and to bind the Company thereby, in.an amount not to exceed SS0,{100,OQO. T s Power of Attorney is emitted and is signed and scaled by facsunile under and by the etithority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE CQ';vMPANY on the I4 of November 201G RESOLVED: FURTHER RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company (1) Appoint .Attomey1s) to Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company hands and tindenakint s. contracts of indemntt3 and other ►}rttings obligatory in the nature thereof and to attach the sea/ of the Company thereto. and t2) to ref nine. at any tice . an; steel:.\norncy'-.n-Fact and rr►nke the authority eeven And_ be it That the signatures of such officers and the seal of the Company may he affixed to any such Power of Attomc) or certificate relatinet thereto b) facsimile. and any 'such Power of Attorney SD executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to •any bond or undertaking to which it Is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY I1AS CAUSED THIS INS IRtJMENT TO BE SIGNED .AND ITS CORPORATE SEALTO BE AFFIXED BY 1 -I -S AUTEIORIZED OFFICE Tf f1S 27' DAY OF OCTOBHR. 2017 f . • (Seal) Robert D O'1.eary Jr . President & CIAO Philadelphia Indemnity Insurance Carryon) On this 27'-" day of October, 2017, before rue carne the individual who eNeeutcd the preceding instrument, to free personally known, and bona by me dull sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY, that the seal affixed tt, said instrument is the Corporate seal of said Company, that the said Corporate Seal and his signature were duly affixed COMION 7.40F FiUfARLAL SEM. e•1oe6sn Macy NoyeyThrbic ltc�.wlilx'ncn Fop. Wenr9',e ,C.r.,Y My Ce1m.T.r...Eiweb Sipe 75 7721 (Notary Seal) Notary Public residing at My commission expires Baia Csti►r}.d, PA September 252021 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 an the 271't day of October, 2017are true and correct and are still in full force and effect 1 do further certify that Robert D. O'Leat-y 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 t have subscribed my name and affixed the facsimile seal preach Company this 3TCIday of O^ tOber 20 19 1. • fg2? -j Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY MIAMI-DADE SMALL BUSINESS DEVELOPMENT CERTIFICATE OF ASSU ANCE(COA) SMALL BUSINESS PARTICIPATION ON COUNTY PROJECTS This completed form must be submitted with bid documents by aft biddersfprcpasers on a Mrarrii-Dade County project with Small Business Enterprise ("SBE") program measurejs). Project No eu7g023a Deject r 1te P•asI i ilon IrtersacLana Improvement. Soutr. E E►N • Add:ass /9 S.' d.) // J ,r4'" -"C P to^e N.;rr ber 6/ City 4/". Email aodre5s state. ]e'"�}- Zj1PJy_2f f The bidderlpropossr is committed to meeting the estebfrshed measures) as skirted to this project % SBE-A'E % SBI;-Cons, Y Trade Set -aside SBE-Cons, % SSE -G, and/or % SEE -S r Vic, Gcafs tA„z? m the per core{aye Se! est1•? pt,i Y or Al 3 r /. trf xr74 /t; 7 ht.,. A Pr.,! Prr a a.ddes flame S T1!e / f f Date To sansfy the requirements for SYgg.•7 . Bed Submittal and Compliance with Small Business Enterprise Proyramis}, the following are required. 1 Ack,o,teeagemer't of the SI3E-Arcnitec:.ire En".g•nee:•-5 S` E-Cansr•Jcvor• SBE Good a rear SSE-Setiice lP ar-Co"struct•on arcri•reet:ire rjr er'g: .ear:^.9) measLrer'i esreals-ei r3• rr's r o!ec% wa Ins Cprt!tzat sr i1$5�:?'C2 2 Agree to engage :r Ile sar.citet-o" Oi aeorabe.^, ki,erro made CcUrty Small Eriivor:Se llrrr':5t fC acrieve the estaol•sh,ed r'easiset51 as rdicelea •r the Protect Oocurrent3 tspec,tcat'o^s; 3 Agree to select and 3Lbrrrt tie rams or t"e certified SeEs to satisfy !se meesu•es v'a Mw'• -Dade towriy s a:!'s»ness Ntanagerrer'•: Workforce 5ysta' ; SMNS") wit -'r the znac,r ed t•"-errame upor erne,/ ^Lot f'cat cy 'rum the Srrar! aus.r ?ss O velcrnen! I;'SSQ j t7rv15'or o• alinibS ire satisfy the requfrernents for Step 2 - Bid Evaluation and Recommendation For Award, please attest that -''ddrstara that h''y corrpa^y rFlt non-complient ana not elig'Cle'or award rr I fait to !} Subrrr! Ins form wan ray cidipropcsa oacun -ts ar=c'Gc r7' rC'r i( try carrpary s Ut'i.2a! cr. Pla^ wn_c' Steal! I4Si an cgrt:f!gd Marl -^ -Dade Cm -.!'j Sma:: Bi.srnes3 Ergeranse rams ororr, w 11 be sahcorrracted wit: to sat sty t.e projects estaefisrec S3E rreas,re,s; Via BV!'NS w t+ -i ' 'a soec.` ed t•Tet-a:-ta upon erra:l ^elrrtcat'o- f -err SSC o: aims =ac- SSE Y..hcult aiio' S:rbccrsuit2n t }'d10' s_7- '_'der w•Ir also be ^egi.red to +cnr:--, 's CC''•rac'.„,2: reia••onshic v a BkA'A''S wi,nr^s i -e suectl.el t• -nerraie rear 5-'2i a.^, pr^v:ra! Cy SBD STATE OF F.ORrDA COUNTY OP iW!Aiiirl-CAGE BEFORE ME art office- duty a.tnorzec to administer oaths a;td take acknowredrement personally appearea 9 A/ Id? ' -'�°''Y who being first swsr" deposes ar•.d off rr.S that the pro r ded inrcrrr+aticn siaternen1s are tri,:e and} erredt to the oes; or risiher rcrow!edge ••rfcrmat:cn and bertef SWORN TO ana subscribed before me thts day.) of ..• :• 2,0 71:1 • L.. • S:gnattire or Owner Abe Roder." Corm TSSaiOfl Uai • 3G4o1 Explrr2$'. ,�affU il` ir ivj ryPuolrc-state of Florida Bonded th ui Aaruf lotay fury Commission Expires COLLUSION AFFIDAVIT (Code of Miami -Dade County Section 2-8.1.1 and 10-33.1) (Ordinance No. 08-113) states: BEFORE ME, A NOTARY PUBLIC, personally appeared who being duly sworn (insert name of affi.ant) l am aver 18 years of age. have personal knowledge of the facts. stated in this affidavit and 1 am an owner. officer, director principal shareholder and/or f am otherwise authorized to bind the bidder of this contract 1 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 the proposer an advantage over any other proposer Q 0 is related to tree following parties who bid in the solicitation which are identified and listed below. Note Any person or entity that fails ee submit this executed affidavit shall be inelialble for contract award In the even a recommended contractor identifies related parties in the competitive solicitation its bid shall be presumed to be collusive and the recommended corieactor shall be ineligible for award unless Ina( 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 tree 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 ound to -be collusive shall be rejected By ,: e�' L • , r STgnature of 'Affifol-. i ate 20fj."'.9 7 l .•9 - r . r', . ' r (-':x'1 , I e2e2/ Printed Name of Affiant and Title Federal Employer Identification Number Printed Name-f`Firm / J Ji Address of Firm SUBSCRIBED AND SWORN TO f or affirmed) before me this . day of iHefShe is personally known to me.:or has presented - .. as Identification. Si, nature:.d'f Notary.. Priri ' or Stamp Name -Of Notary Notary Public -- State of _ _ Type of identification AbG G Ex ire$: Jana Bonded thru Aatatt Number tion Date ,bllrtrm-Dods 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 Courtly. effective June 1, 2008. vcrtidors are roquirod to complete a new Vendor Registration Package, Including 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. C ntract No, Confraot Tfile: lore; 3a. Federal Employer ''" Idenil}lcction Number (FEIN): - � __ /94/ Affidavits and Legislation/ Governing Body 1 Miami -Dade County Ownership Disclosure Sec 2-8.1 orthe Courtly code r 4 Miami -Dade County Employment Disclosure County Or dinar ce No. ' -131 on7ond g Sc-F.:-Pon 2 0 - f (a)(2) of Ina Cour?"yCoo.^.. Miami -wade County Employment Drug -free Warkx,lac0 Cartliicoltarn Secfion 2-8 1.2(b) f the County Code Miami -Dade County Disability Non -Discrimination "wick; 1, &. L f10r' 2 8 1.5 1;csafutron 018P. GO amending R-385 95 5 Miami -Dade County Debarment Disclosure Secrron 742-,38 or rile counry cone ad Narre,,of Afiionr + { .> y! 16. -Dade County Vendor Obligation to County- Seolion 2-8.1 of the County Code Mia ri-Dade County Code of Business Ethics Article 1, Section 2.6 !(r) ord2-r MO) of The County Code through (6) Crnd (9) of The ;only Code and County O,d r,crce .No co 1 o'nendino 5&ion 2- f 1 t (c) o1 the Ccur'ty Code Miami -Dade County Family Leave Article V o! Charter 11 of the Court!', Code 6 Miami -Dade County Living Wage Seetron 2-6.9 of file County Code .10 T Miami -bade County Dorneshc Leave and Repoffing Article fJ Section 1 1A-60 11A 67 0! the Cour7fy COci Prineed Ito of Aliiant / .t None of Firm Address of F+rm �... S grtaidf Of AJ ar l Dore S:ttf� 7Ip CcIL Notary Public information /. 'I Ntolarr FP' ub Ir^ .. Store 01 ; .. _. County of Subscribed cnd swain to (of &framed) before me li,rs day of, - � J ay I , • ', ;+.J f • Re or she Is personally known to me i. Tyne of lcpntifir-htion omit leery' 20 ' • or has produced Identificofion Signs ttFe of A14tarv. Public 'r •r ttr ,r6. Abe Rodriguez • ComfriSS Ofl 0 GG1 0467 Expires: Asitici Bonded tiirtr Aaron Notary Print or stamp of Notar -P6bIlc Expiration Date Notary Pubtic Seal 5109/200 Curios A. Giroenez,, Mayor FAIR WAGE AFFIDAVIT Before me, the undersigned authority appeared / the (PRINT TITLE} who attests that f"/ �� f •c,, - -e.. shall pay workers on INT NAME) of , ' - . y/ tJ -.2:; Jc , (PRINT NAME OF BIDDER Ql f :MOSER) fPRJN T NAME DF Blom R OR PROPOSER) the protect 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 (Of affirmed) and subscribed before rye this _ ,.....;•••-1 day of 201 Personally known r produced identiflcatFon • (Signature of Natery F Diir - State of Florida) (Print, Type, or Stamp Cornmissioned Name of r -)i,'•''1 i '-:;—:;.-;',=',...;.t.-,1,,,. : Notary Public) ,' 11/,, Abe Rodriguez Type of identification produced - • .*1.1:1't *r {; mmissi n t GS16Q467 r - '- � (fires: January 11, 2022 ��,; ffl °oaded th u Amor! Notary Residents First Training and Employment Program Responsible Contractor/Subcontractor Affidavit Form (RFTE 1) (Miami -Dade County Code Section 2-11,17) 1 In ?chord nce with Section 2.11 17 of the Miami —Dade County Code. all oontra.tors and subcontractors of any tier performing on a contract for (') the construction demolition, alteration and'or repair of public buildings or public wcrks projects valued tr. excess of Si 000.000 funded completely or partially by Miarni•Dade County or iii) privately funded projects or leases valued in excess of .$1.000 000 for the construction. demolition. alteration or repair of buildings cr improvements on County owned land and which are subject to Section 2.11 16 of the Code cf kliam(.-Dade County shell comply with the requirements of the Residents First Training and 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 project. all persons employed by the contractor / ssubcontractor 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 tlrne of bidding but shall be completed prior to the date persons are employed on the project t1. The contractor / subcontractor will rnake its ties! reasonable efforts to promote employment opportunities for local residents and seek to achieve a project goal of navrng tifty•orte percent (51%) of all Construction Labor hours performed by t liarr 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 e '- .• r Printed iN?me of Afft9rtt • 'J ' Name of Firm Printed Title of Affiant Signature cof Affiarit i Date Address of Firm State Notary Public Information Notary Public State of _ County of Subscribes and sworn to (or affirmed) before me this Zip Code .J • day of, 20 _. by f -•:.n. _, �. .r? • , : He or she is personally known to me n or has produced identification Type of ident'rftcation produced Signature. of Notary Public Serial Nu rte ' s - CortralS�iwil ;(.;150487 •r '� Yi4 : ExGlr : �:,r','� ,: # L 2022 Print or Stamp ro# N•. t r P � •` �� � + t1�'tt#�+ r� di y Public Expiration Date — lwld+t� ; ut~�blic' FORM RFTE 1 Miami -Dade County Contractor Due DiligenceAf'idavit Per Miami-OadeCountyBoard of County Comrnssoners(BoardFRs&ution No. R-3-14 County Vendors and Contractors shall disclose the following a= a condition of award for any contract that exceeds one million dollars (S1.000.000) orthat otherwise mustba presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years pror to bid or proposal submittal that have been fired against the firm its directors. partners. principals andtorboard members based on abreach of contra ct bythe firm. Include the case name. r1umberand disposition. (2) Provide a list of any instances in the rive f 5 years prior to bid or proposal submittal where the firm has defaulted. include a brief description of the circumstances (3) Provide a I ist of any instances in the five (5)years prrorto Ord orproposalsubmittal where the firm has been debarred orreceFved a• formal notice of non-cornpl:ance or non-performance such as a notice to cure or a suspension from participating or b)dd+rig €or contracts whether related to kliarni-Dade County or not All of the. above information shaEI be attached to the executory affidavit and si.ibrmtted to the Procureme& Centract,rig Officer (PCO)f AE Select•:•:n Coordrnatoroverseemgthissoicitalion TheVerdor/Ccr.tractoratteststoproir:dingatioftheaboveinformnation.'fappi,cable:tothePCO Contract No Cdr tract Title • Fedora! Erriplcyer fdent;frcar',on Number (FEIN) r /w I • 1 _ arirJec Name•t Arfianti Panted i itle of Affiant AdHr es; of F r r,r Signature orAffiant - f . Cate S#a'E Zip Code iycta.'/ Public ir,;ormairco ary r'ubi c •S'ate of - - Cour'.yof scribed anl..sjvorr; roof arf rrred)oefora+reth-s of ;derO�cat►on produce Signature of Notary Public �1• day of t•iecr•she is persinaily MOW] to me 0. or has produced rderiirfhcatro.i Print orStarnpoFNctaryPbb,ic Expiration Dale 1.410, Abe Rodriguez - 'a° rite �'� i f�C1bf �i �.- {iaf tau efirt.1 s 2022 if � - ;, � •,, :.� •�` Bonded tht'I! sr4tt,3S1 Notary Notary Pubt cSeel 2/2014 flAMI-DADE COUNTY Department of Transportation and Pubic Work (DTPW) PROJECT: Push Button Intersections improvement South Project No. 201 90236 ACKNOWLEDGEMENT OF ADDENDA iMust be completed and submitted with required solicitation documents] Instructions: Complete Part f or Part it as applicable PART 1: Listed below are the dates of issue for each Addendum received in connection with this solicitation Addendum + 1 Dated 2O1 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 #$ Dared 201 Addendum #9 Dated 201 Addendum #10 Dated 201 PART 11: No Addendum was received in connection with this solicitation. Authorized Signature' -. . Print Name. • Firm Name DTPW - Rev 2109/16 Date Title: Date: February 20, 2020 Memorandum Pluc'4DE To: Rene Idarraga, P.E 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 & R Paving, Inc. Attached is the approved, officially executed Purchase Order (P.O.), #PCMT2000062 for the referenced project. The original approved P.C. must be turned over to the contractor. You may now issue a Notice to Proceed. Pleaseremind the contractor that the Inspector General (1G) and User Access Program (UAP) fees .apply to this corilract and shall .be. deducted from all payments accordingly. AM:/dv Attachment cc: Alicia Arce, DTPW Roxana Bayarre, P.E, 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 k 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: 5916.90152 01 'VENDOR TEL: (305) 261-3005 PLEASE REFER ALL QUESTIONS CONCERNING THIS ORDER TO: LETICIA SMITH I TEL: (786) 469-5291 CASH DISCOUNT: NET (FREIGHT CARRIER: FOB: DEST-P FOB DESTINATION, FREIGHT PREPAID. CHARGES. THE SELLER PAYS AND BEARS THE FREIGHT AGENT CONTACT: CACERES, LAURA [DELIVERY REQUIRED1DEPT. NO. IREQ NO. (305) 375-508{ 102/03/2020 IMTCC IPCMT2000062 ISSUED UNDER CONTRACT NO: MCC -PROGRAM -7360 BPO ID : ABCW1300I5O 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 001 906-99 U/M UNIT PRICE TOTAL PRICE MISCELLANEOUS CONSTRUCTION 1.00 LO 558,775.0700 (CONTINUED ON NEXT PAGE) 558,775.07 DATE: 02/20/2020 ** ORIGINAL ** MIAMI DADE COUNTY PURCHASE ORDER PAGE: 2 PO NUMBER: PCMT2000062 ITEM COMMODITY ID QUANTITY U/M T3NIT 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 NICELLANEOUS CONSTRUCTION CONTRACT PROGRAM MCC 7360 PLAN-CICC 7360-0/08 DURATION : 5 4 0 - CALENDAR DAYS LOCATION :INSIDE THE BOUNDARY AREA OP THE SOUTH PORTION OF MIAMI -DADE COUNTY UP TO SW 8 STREET. 002 906-99 MISCELLANEOUS CONSTRUCTION 1.00 LO 542,500.0600 542,500.06 CONTINUATION FROM LINE 001 003 906-99 1.00 Lc) 542,500.0600 MISCELLANEOUS CONSTRUCTION CONTINUATION FROM LINE 002 004 906-99 MISCELLANEOUS CONSTRUCTION 1.00 LO 93,501.8100 542,500.06 93,501.81 CONTINUATION FROM LINE 003 TO COMPLETE THE BASE AMOUNT $1,737,277.00 005 906-99 MISCELLANEOUS CONSTRUCTION 1.00 LO 173,727.7000 173,727.70 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 COMMODITY NAME/SPECIFICATIONS UNIT PRICE TOTAL PRICE 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, 6955.0000 72,695.00 CONTINUATION FROM LINE NUMBER 006 TO COMPLETE THE DEDICATED ALLOWANCE COMMODITY LINE TOTAL 2,007,250.24 GRAND 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 DATE: 02/20/2020 PO NUMBER: PCMT2000062 ** ORIGINAL ** 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 SIGATAGE, DRAINAGE, SIDEWALKS, CONCRETE CUE.B, 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) rMICELLANEOUS CONSTRUCTION CONTRACT PROGRAM MCC 7360 PLAN—CICC 7360-0/08 DURATION : 5 4 0 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 CONTINUATION FROM LINE 001 003 906-99 MISCELLANEOUS CONSTRUCTION" CONTINUATION FROM LINE 002 004 906-99 MISCELLANEOUS CONSTRUCTION 1.00 LO 542.500.0600 542,500.06 1.00 LO 542,500.0600 1.00 LO 93,501.8100 542 ,500.06 93,501.81 CONTINUATION FROM LINE 003 TO COMPLETE THE BASE AMOUNT $1,737,277.00 005 906-99 MISCELLANEOUS CONSTRUCTION 1.00 LO 173,727.7000 173,727.70 THIS ITEM REFLECTS THE CONTINGENCY ALLOWANCE AS REQUIRED DURING THE COURSE OF THIS PROJECT. THE UTILIZATION OP THE ALLOWANCE CAN NOT EXCEED $173,727.70 WITHOUT THE PRIOR FORMAL APPROVAL THROUGH A CHANGE ORDER. (CONTINUED ON NEXT PAGE) �a: 77, 4, 3AV Pun MN 'td pun AAN s xc ,�s NW 22nd CT l - - 1444 NW 147th Street From 24th Court to 22nd Court MIAMI -DAM COUNTY Danielle Levine Cava, Mayor CHANGE NO: 1 PROJECT NAME: Department of Transportation and Public Works Capital Improvements Division 111 NW 1 Street, Suite 1410 Miami FL , 33128 CHANGE TO RPQ / PURCHASE ORDER MCC 7360 Plan RPQ: 20190236 DATE: 9/8/2021 Push Button Intersections Improvement- South PROJECT LOCATION: Various locations (See comments Section) TO CONTRACTOR:. H & R Paving Inc. PO RELEASE NO: PCMT2000062 PO RELEASE NO 2: YOU ARE HEREBY REQUESTED TO MAKE THE FOLLOWING CHANGES IN THE PLANS AND SPECIFICATIONS FOR THIS PROJECT AND TO PERFORM THE WORK ACCORDINGLY, SUBJECT TO ALL CONTRACT STIPULATIONS AND COVENANTS. Descriptionof work authorized: Monetary Justification: Time Justification: This Change Order increases the contract time by 270 non-compensable calendar days. This Change Order does not increase the contract amount. This change order extends the contract time by 270 non compensable calendars days in order to complete the work planned for work orders (WO) numbers 5, 9, 11, 12 and 13. These work orders have been delayed due to tree removal by others causing excessive delay beyond the contractor's responsibility at the following locations: • WO# 5 SW 137 Ave from SW 74 Street to SW 79 Street. • (Continued below) This payment authorization includes all direct and indirect costs associated with the work described herein including, but not limited to costs of labor, material, job overhead, profit markup, costs for modifications or changes in sequence of work to be performed, delays, rescheduling, disruptions, extended direct overhead or general overhead, acceleration, material or other escalation which includes wages, and other impact costs. Contractor hereby waives, fully releases, discharges and acquits Miami -Dade County of any and all liability for claims, additional costs, and any requests for additional time arising out of the fulfillment of the RPQ and this change order from the date of the RPQ award to and including execution of this change order. SUMMARY OF CONTRACT AMOUNT / TIME ORIGINAL CONTRACT AMOUNT / ORIGINAL COMPLETION DATE $1,737,277.00 9/21/2021 ORIGINAL CONTINGENCY AMOUNT $173,727.70 ORIGINAL DEDICATED AMOUNT $96,245.54 ORIGINAL TOTAL AMOUNT $2,007,250.24 COST OF CHANGES PREVIOUSLY ORDERED $0.00 ADJUSTED CONTRACT AMOUNT PRIOR TO THIS CHANGE $2,007,250.24 COST OF CHANGES WITH THIS DOCUMENT $0.00 ADJUSTED CONTRACT AMOUNT INCLUDING THIS CHANGE $2,007,250.24 PERCENT AMOUNT INCREASE WITH THIS CHANGE 0% TOTAL PERCENT AMOUNT INCREASE TO DATE 0% TIME: ORIGINAL CONTRACT / PREVIOUS CHANGES / THIS CHANGE 540 / 0 / 270 ADJUSTED DURATION INCLUDING THIS CHANGE / REVISED COMPLETION DATE 810 6/18/2022 PERCENT TIME INCREASE WITH THIS CHANGE 50% TOTAL PERCENT TIME INCREASE TO DATE 50% CERTIFYING STATEMENT: The Contractor certifies that the changes and supporting cost data included is in its considered opinion necessary and accurate and that the prices quoted are fair and reasonable. This project has a SBE Measure and is subject to the 85% Compliance review: No RPQ No. 20190236 does not have a SBE Measure. As such, Change Order No. 1 is not subject to Resolution No. R-1001-15. RPQ: 20190236 Accepted By: RPQ: 20190236 Accepted By: Contractor Name Surety Name Contractor Signature Date Surety Signature Date In accordance with Implementing Order 3-53, execution by the following persons (TO BE COMPLETED ONLY FOLLOWING EXECUTION BY THE CONTRACTOR AND ITS SURETY) shall constitute approval of the change order, effective on the latest date set forth below. RPQ: 20190236 Approved By: DTPW Project Manager Name DTPW Project Manager Signature Date RPQ: 20190236 Approved By: RPQ: 20190236 Approved By: DTPW Director Name Chief Operations Officer Name WO# 9 SW 117 Ave and SW 104 Street. • WO# 11 SW 152 Ave and SW 184 Street. • WO# 12 -SW 117 Ave and SW 152 Street. • WO# 13 -SW 147 Ave and SW 67 Lane. DTPW Director Signature Date Chief Operations Officer Signature Date Time Justification: (Continued) Time Justification Declaration: A time extension is provided for additional work performed outside the scope of the original Contract that affects the critical path schedule of the contracted work or previously approved changes. Should additional work be required which does not affect the critical path schedule, no time extension will be granted. Should one item of additional work run concurrent with another item of additional work, only time not duplicated can be provided. Yesly Guillen From: Carlos Gonzalez Sent Friday, February 11, 2022 12:37 PM To: Yesly Guillen Subject: FW: Project 20190236 -Change Order No. 1 From: Abe Rodriguez <abe@hrpaving.com> Sent: Thursday, January 27, 2022 5:06 PM To: Yesly Guillen <yguillen@Opalockafl.gov> Cc: Carlos Gonzalez <cgonzalez@Opalockafl.gov> Subject: FW: Project 20190236 -Change Order No. 1 CAUTION: This email originated from outside your organization. Exercise caution when opening attachments or clicking links, especially from unknown senders. FYI Abe Rodriguez abe@hrpaving.com 1955 N.W. 110 Avenue Miami, F133172 From: Llosas, Maria (DTPW) Finailto:Maria.Llosas@ miamidade.gov] Sent: Wednesday, January 26, 2022 4:46 PM To: Abe Rodriguez 1 Cc: Valero, Freddy (DTPW) Subject: FW: Project 20190236 -Change Order No. 1 Good Afternoon: Change Order pending for Director signature. Thanks, Maria Llosas Road Construction Cost Estimator Dept Transportation and Public Works PH: 305.375.4917 E-MAIL: MARIA.LL.OSAS@MIAMIDADE.GOV From: Andres, David (DTPW) <David.Andres(camiamidade.gov> Sent: Wednesday, January 26, 2022 3:03 PM To: Llosas, Maria (DTPW) <Maria.Llosas@miamidade.gov> Subject: RE: Project 20190236 -Change Order No. 1 Good Afternoon Maria, The change order is still pending his signature , I've attached the last email update with Gladys on 1/13/22. David Andres , Clerk III Capital Improvements Division Department of Transportation and Public Works 111 NW 1st Street, Suite 1410 - Miami, Florida 33128-1970 Phone: 305.375.5301 Fax: 305.375.2931 e-mail: David.andres@miamidade.gov http://www.miamidade.gov/pubworks/ for current solicitations information go to: https://www8.miamidade.gov/Apps/ISD/DPMWW/SolicitationList.aspx "Delivering Excellence Every Day" Miami -Dade County is a public entity subject to Chapter 119 of the Florida Statutes concerning public records. E-mail messages are covered under such laws and thus subject to disclosure. From: Llosas, Maria (DTPW) <Maria.Llosasi miamidade.gov> Sent: Wednesday, January 26, 2022 2:23 PM To: Andres, David (DTPW) <David.Andres@miamidade.gov> Subject: Project 20190236 -Change Order No. 1 Good Afternoon: Did you receive the Change Order approved from the office of Jimmy Morales? Please advise. Thanks, Maria Llosas Road Construction Cost Estimator Dept Transportation and Public Works PH: 305.375-4917 EMAIL: MARIA.LLOSAS@MIAMIDADE.GOV 3 May 7, 2020 Raul Gonzalez H & R Paving, Inc. 1955 N.W.110th Avenue Miami, Florida 33172 Re: Notice of Proceed for MCC 7360 Plano 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 1' Street, 14th Floor Miami, FL 33128 T 305-375-1918 F 305-375-5909 CERTIFIED MAIL No: 7016 0910 0000 905/5550 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 301h, 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 21St, 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 6/1/2003 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 understand and accept the terms and conditions for the RPQ # 20190236 referenced above. Accepted by : Company Name: h"1'E' p Y p Y Authorized. Representative Name: Authorized Representati a Si nature;. Dated: 57o/' 07-0,745 W Z The oregoip g was swom and subscribed before me this �7 day o u Gy✓rA1iz . Who is personally known to me r o produced who being duly sworn, deposes and says that -the above is true t best of his knowled My. Commission expires:61Q)— NOTARY PUBLIC STATE OF FLORIDA Note: 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. elook, by as identification ,belief. Abe Rodriguez Commission # GG160467 CrE Expires: January 11, 2022 Bonded thru Aaron Notary Cc: Frank Guyamier, P.E., DTPW Alfredo Munoz, P.E., DTPW Roxana Bayarre, P.E., DTPW Manuel Garcia, DTPW Alvaro Castro, DTPW Alicia Arce, DTPW r� RPQ # 20190236 PCMT2000062 Bassam Moubayed, DTPW Marcia Martin, ISD Freddy Valero, DTPW Rene Idarraga, P.E., DTPW l Miami -Dade County Department of Transportation and Public Works SET ## OF SETS Push Button Intersections Improvement -South uth 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 i 1 Carlos A. Girnene2, Mayor • f- - ' ` 19 NV 25 Pil 3:41 November 25 2019 ;..,.,,. ,1•}i,� �' :' Mr. Raul Gong �: ..;- C',',1 , Y .. LA. aiez t, °zT . , H & R Paving, Inc. l. 1955 NW 110th Avenue Miami, Florida 33172 Department of Transportation and Public Works Capital Improvements Division 1 1 1 NW First Street, Suite 1410 Miami, Florida 33128-1970 T 305-375-2930; F 305-375-2931 E -Mail: abe@hrpaving.com Telephone: (305) 261-300.5 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 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 $1,737,277.00 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 Perforrnance 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 MVliami-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 sp.ecified 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 roust 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, r 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, P.E DTPW Roxarza Bayarre, P E DTPW Alicia Arce, DTPW Alvaro Castro, DTPW Daniel Viaud, DTPW Marcia Martin, ISO Laurie Johnson, !SD Alice Hidalgo -Gate, !SD Catherine Forte, ISD Meisel Vera, ISD Clerk of the Board Project Fife i f Miami -Dade County Department of Transportation and Public Works Contract Prices Project Title: Push Button Intersections Improvement -South Contractor:H & R PAVING INC. Rem Nurtyber 7WS-1 Night Differential Description .Ilhtit P.N. 102.71-11A TEMPORARY BARRIER WALL (Concrete) (Furnish & install) L.F. 102-74-2 j 102-74-1A 102-76 Project No; 20190236 Bid Date: 10/23/2019 Estimated .: Qu ntitjr 60.0 Estimated :Total $500.00 $30,000.00 BARRICADES (Temporary, Type 1I1, 6') EA/DAY ' 50.0 $29.00 $1,450,00 70.0 BARRICADES ( TEMPORARY- TYPE I, Jr & VP) -' - ---- ' EA/DAY : `20,000.0 FLASHING ARROW BOARD (Temporary, Multimode) EA/DAY : 100.0; 102-77 HIGH INTENSITY FLASHING LIGHTS (TEMPORARY, TYPE "B") • 1 102-91-1A PAVEMENT MARKING TEMPORARY (Sofid) (Any width) (Yellow or Whitey ( Paint) f• 102-99 . VARIABLE MESSAGE SIGN (Temporary) 102-60A WORK ZONE SIGNS -.._ _-._.. ---...._. EA/DAY $3.00. 5210.00 X0.25 $5,000.00 slam. $1,o00_06 $1.00 $50.00 L.F. 44,000_G $0.3 $15,400.{10' EANOAY • 300,01 $25.00 $7.500.00 104-10-3 Sediment Barrier _ _ . .... .. .. . . . __-.. 104-18 ' Inlet Protection System 2,600.0! $1:0 52.600.00. 2aQ.� $5.00 $1,0OO,OE} EA 0!}.01 104-11A FLOATING TURBIDITY BARRIER .. _. _.. _._:.._ .. . . _. _ � L-�• � 25.0 • 11d:41-1-71---TREM0VAL AND DISPOSAL OF EXISTING CURB AND GUTTER .. - L.F. 2,500.0; • - 85.00 $12,$00.00, 110-4-8 REMOVAL AND DISPOSAL OF EXISTING ASPHALT (without base preparation) S.Y. 900.0 $20.01T- $1856-0.00 110-4-108 REMOVE AND DISPOSE EXISTING SIDEWALK - ' ' f20.-1 REGULAR EXCAVATION 120-4 SUBSOIL EXCAVATION ( This item is contingent upon the actual field conditions and C.Y 50.01 $50.00 $2,soo.oa may be increased, decreased or eliminated by the Engineer G.Y. 1,700.E 810,00 $17,000.00 120-6-1 EMBANKMENT (INCLUDES BORROW) (This item is contingent upon existing field C.Y. 50.0 550.00: $2,500.00 conditions and may be increased, decreased or eliminated by the Engineer 120-8 RE -GRADE EXISTING SWALE - (Where shown specificariy on plans. or as directed by 5 Y 804.0 810.00• $8,000.00 Engineer, contingent item may be increased or decreased by Engjrleer. 121-70-2 PLOWABLE FILL 960-4 TYPE "B" STABILIZATION (12"Thick) (Min. C.B R. 30} 162-5- .. FINISH SOIL LAYER (Landscaping) •200-1-10 LIMEROCK BASE (8" Thick, Primed) • 200-2 • dBASE PREPARATION FOR NEW SIDEWALK CONSTRUCTION (Where needed at the - S.Y. ' • 265-77 - . OPTIONAL BASE - ' S.Y. _ ascretion of the Engineer) 327-70 OILING EXISTING PAVEMENT [(1")(payment for greater cuts will be paid proportionally) 334-2-13 1 ?Hot Mix Asphalt, Traffic C, SP -9.5 337-8-42 tit Mix Asphalt Friction Course, Traffic C. FC-9.5, PG 76-22 339-1. MISCELLANEOUS ASPHALT PAVEMENT - 425-1 INLET [(Sware) (3 foot inside dimension, circular or square)] 425-1-35 CURB INLET TYPE P_8 (Any Dimer-ision) (Max. 15' Deep) -T - 425-1-36 -- • CURB INLET TYPE P-6 (Any Dimension) (Max, 15 Deep) EA. 425-1-541 . INLET TYPE D - -- EA- , 425-1-610 INLET SWALE [{TYPE P-10)(42" inside dimension, circular or square)] -T 425-1-907 POLLUTION RETARDANT BAFFLE (With neoprene gasket et all contact edges) EA. EA. $100.000 S3.000.0r $35.00 - $625.00 C.Y. 40.0 8250.00 810,000.00 - - S.Y�_ 2,500.0 ..._.. $2.00 $5.006.00 C.Y. - . . . . . .-T6-0.0 . $20.00 $3,200 04 S.Y. 3,500.0 - $22.Gdr $77.000.00 300.0 $25.00 87,500.00 .. $40.00. 86,000.00 ] S.Y. 50,000.0 $2.50 TON 800,0 8105,00 5125.000.0l 5&4,000.00 • TON 3,500.0. $11'5.00. -8402,500.00! TON 20.t $250.00 $5,000.00 EA. 6.0 $3,500.00 $21.000.00 EA_ ----- 4.01 $4,900.00 519,600.00 4.0! $5,500.000 $22,000.50 12.0 $3.500.00 542,000.00 5.01 $4,000.00 $20,000.00. 5 0 $400.001 $2.000.001 CSCCRP_PROJEC'P_ITEM_PRICES 11/25/2019 04:08 PM Miami -Dade County Department of Transportation and Public Works Contract Prices Project Title: Push Button intersections Improvement -South Project No: 20190236 Bid Bate: 10/23/2019 Contractor:H & R PAVING INC. Item Number 425-1-909A ' INLETS (Special) (Modify) Description 425-2-11 ' MANHOLE TYPE USP 3-27.1 (36" diameter) (Maximum 15' deep) • .Q5-2-41 : MANHOLE (Type P -7T, Any dimension, maximum 15' deep) EA 42'� 5-2-72 MANHOTE TYPE J -7T-, (Any dimension. maximum 15' deep) Unit EA. EA. Estimated . 1;W:in* Unit Price Estimated .• Total $27,500.00( .. 5.0 55,500.00 5.tx 54.000.00 $20,000.00' ' 6.0 55,250.00 531,500.©11.: EA. 4.0, 56,100.00! $24.400,00, . 425-5 : ADJUST MANHOLE (This item is contingent upon fed conditions and may be increased, . EA. 18.0' 5350.00 $6,300.00 • • decreased or eliminated by the Engineer) 425-5 ' ADJUST EXISTING VALVE BOXES (MIAMI-DADE COUNTY ONLY) (This item is EA 23.4 5300.00 $6,900.00' • contingent upon field conditions and may be increased, decreased or eliminated by the Engineer) • 425-82 MODIFY STRUCTURE- Cut to enlarge opening es needed in order to accomodate pipe EA. 5.D $500.00! 53,000.001 . due to utility conflict(s), brick and mortar as needed. 425-115 . CATCH BASIN, DRAIN FIELD AND STUB PIPES [(Ind plastic filter fabric) and 50' of 18" EA, • a. 511,500.00 557,500.001 perforated pipe. pipe length and direction of pipe, to be determined on the field by the .i • . engineer] _... 430-171-121 PIPE CULVERT- 12" diameter .. . .. _ ----LT- - . ..- 15.0 580.00' 51,200.00' 1 . 430-171-123 P/PE CULVERT 15" Diameter L_Fr. 100.0. 570.00 $7,000.00! .: 430-077-125 PIPE CULVERT - 18" Diameter - L.F. •• 200.0 $66.0}0: 513.200.00! $90.00 $4,500_Qi 430-171-129 PIPE CULVERT 24" DIAMETER L.F. - - 00.0�r ; . .. 443-70-3-3 French Drain (18" diameter pipe. trench depth 15 It bis) •L.F. 800.0: 5100.00 580,004.00' ..: 443-70-4-3 French Drain (24- diameter perforated pipe: trench depth 15 ft. BLS} 520-1-15 CONCRETE VALLEY GUTTER (3' Wide) 520-2 : CONCRETE CURB AND GUTTER (Any type, including base re aration) L.F. 15,000.01 $18.00 $270,0-0-15.174, • 522-1(1) CONCRETE SIDEWALK 14" THICK, 3.000 P.S.1. CONCRETE AT 28 DAYS (Includes the S.Y. 800.0 548.0103' $38,.4{3 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. : 150.0 548.00 557,200.00' :.•,: ramps and sidewalk curbs). ._._�. '• 522-8 CONCRETE CROSSWALK (10" thick, 3000 p.s.i at 28 Days, Including base preparation S.Y. • 30.E $80.00 $2,700.(301 and Reinfrocement� 526-70-28 • INSTALLATION OF BRICK PAVERS, any type, including Base Preparation. ' . _ _. .�..._.S.Y .. ,.---. --•• 120.01 - - 1530.00 $7,200.001: •: 527--2 - • DETECTABLE WARNING ON WALKING SURFACE S F.....-.. 3800 527.00 $10,260.00.:•.. .... • X30-1•-• RIP RAP (SAND CEMENT) - - C Y. 5.4 $100].00 55005O1 536-738 GUARDRAIL REMOVAL L.F 50.0 520.00 51,Q00.0: ?..• 538-1A GUARDRAIL, RESET : ---- L.F. 30.0 5120.00 53.600.00:::':.. TS75-1-1 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 700-48-18 SIGN PANEL (LESS THAN 15 SF.) 700-48-60A • REMOVE EXISTING SIGNS & POSTS • 705-11-1 DELINEATOR (Flexible Tubular) • L.F. • •• •100.0 • 5175.001 L.F. 20.0 540.00 $800.00 S.Y. 2.600.0 $10.00} 526,000.00' AS. 10.01 5400.00 ••$4.000.00. AS. - 100.0= 5207.00 520,700.00 EA. 10,0 $50.x5 - - 5500.00 EA. • $0.0,. $92.OU . .57,380.00E AS. 6.0 $50.00 $300.00 EA. 20.0 546.00 $920.00.:••:. 706-1-12 REFLECTIVE PAVEMENT MARKERS (class B, mono or bi-directional, all colors) EA. 1,500.0', 53.45- 55,175 007.' : :, 706-2 7 REMOVAL OF EXISTING PAVEMENT MARKERS - EA. • 60.01 $2. 120 $ 710-11-160 PAINTED PAVEMENT MARKINGS (Standard)(White)(fUlessage) 1=A 15.{11 535.00 5525.0V ' CSCCRP_PROJECT ITEM_PRICES 11/25/2019 04:08 PM Page 2 of 3 • 1 I • •102-10A OFF-Di1TY LAW ENFORCEMENT OFFICER Miami -Dade County Department of Transportation and Public Works Contract Prices ProjectTitle:Push Button Intersections Improvement -South Contractor; H & R PAVING INC. Item Number 710-11-1'70 Description PAINTED PAVEMENT MARKING (Standard) (White) (Arrows) Project No: 20190236 Bid Date: 10!2312019 Unit Estimated Quantity Estimated Unit Price Total . 710-11-290 PAINTED PAVEMENT MARKINGS (Standard} (Yellow) (Island Nose) • 711-2 • 711-11-121 711-11-12.2 EA 40.a $23.001 $92o-flT S.F. 500.0' $2.2t $1,150.00i SKIP TRAFFIC STRIPE (6' STRIPE, 10' SPACE) (WHITE THERMOPLASTIC) (6" WIDE) L.F. 600.0. • THERMOPLASTIC (White) (Solid) (6") L.F. 11,000.01 THERMOPLASTIC (White) (Solid) (8") 711-11-123 THERMOPLASTIC (White) (Solid) (12") 711-•11-124 THERMOPLASTIC (White) (Solid) (98") 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 :THERMOPLASTIC (Yellow) (Solid) (6") 711-11-224 ' THERMOPLASTIC (Yellow) (Solid) (18") 711-11-241 • THEEMOPLASTJC (Yellow) (Skip) (6") -- " - 711-11-251 THERMOPLASTIC (Yellow) (Dotted/Guideline) (6"}. ._ 711-72 - REMOVAL OF EXISTING PAVEMENT MARKINGS (Thermoplastic & Paint) 711-99 $1.15: $0.81• L.F. 800,01 $0.92 L.F. 2.01)0.0 $2,30: • L.F. - BOtI.O $3.45 I _.. __• -• L.F. 3[10.0! - Q.8 f: - • • • $243.001 E=A... • �.... .__. -. -MT $115.00. $1,150.00 _... EA .. , .. 50.0E L.F. 10,000,0 - - $690.00 $8,910.00; $736.00 $4,600.00 --$2.070A $58..00: $2,9t3o.Ot1• $0_St $8,100.04 {....'L.F.... ._. 8501.-- • .-$3.45• --1Z9-372.56 L.P. - .. 300.0: $0.81 ._. $243.00: l..F. 150.0 . _ _.. • $0.87 $121.50 S F 2430.0 -- ' $0.58• $116.00 �.- L.F......�_ 100-0, v:1.0 $100.00 ALLOWANCE ACCOUNTS (used as approved by the engineer pursuant to the requirements of the Contract Documents) 999 W C+DNTJNGEIVGY FUND (10% OF SUBTOTAL AMOUNT) 102-1M • MAINTENANCE OF TRAFFIC (Including traffic canes. temporary signs, flag then, etc.) L.S. (Shall not exceed 2°!0 of Contract Sub -total Arnourot 110- -1D CLEARING AND GRUBBING - _ .._ . ._._ ._. ..._ 300-1- 95 _ BITUMINOUS. MATERIAL ADJUSTMENT . - - - ._ . __..._.—.. •• ---- • --- - L.S_ 890 ALLOWANCE -PERMITS . CSCCRP_PROJECT,1TEM_PRICES 11125!2019 04.08 PM �•S. ----� 17V-$173,727.70 $173,727.71} L.S. - •• 1.0 • •$25,000.00; $25.000,00' 1,0 $34,74.54 534,745.54 518,500.0 r . • 11.6 $1o,00a.00' $10,000.00: 'TO — $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 vgaf ya t4.JQM.. �a�'>�ii'ai�YJKicaii��''..hZ , MIAMI-DADE COUNTY, FLORIDA REQUEST FOR PRICE QUOTATION (RPQ) Contract No: MCC 7360 Plan - C}CC 735Q-0/08 RPQ No: 201 23s RPQ BID FORM — ATTACHMENT SA 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) 1 �7 2 '7 ) --j - 6� Ci- Bidder's Company Name: -,'# 64 "4"-• 4.1 '1 —4-4,- Company Address: City: . /// �f- e State: Telephone No;, C, ," t,3 ( Fax Zip: _33/ ' EMaII: . . THE EXECUTION OF THIS FORM 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 UNE.QUiVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. Name of Person Submitting Quote (Print): ,f, -r' w t.,'+� �f. Number of Addendums received: it. (if none' write "None") "sa ha te re: Date: .�i•r� �1f 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, in the Recommendation of Aware. of the requirements to submit current copies of insurance r:ertifrcates in accordance with the Contract Documents By signature, the CONTRACTOR agrees to be bound by the terms set forth in the MCC 7360 Plan. Annencii .sA: Memorandum DATE: November 22, 2019 TO: Alfredo Munoz . PE Capital Improvements Section Chief Department of Transportation and Pu Ito ,Narks Gary Hartfieid, Division Director I_ internal Services Department Small Business Development SUBJECT: Compliance Review Project RP() No 20190236 Push Button Intersection Improvements South Small Business Development (SBD) a Division of the internal Services Department has completed its reviF.,_ of the subject project for compliance with the Stall Business Enterprise - Construction jSBE-Con) program for construction The contract measures established for this project are a SBE-Con Trade Set Aside in Concrete work and a SBE-Cori 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 I:seed below acknowledging e r- -� f gang the project s SBE measures Each firm also subm';ted their Utilization Plan ( UPi identifying the SBE subcontraocors to fui''ll the goal via the Bu3+ness Ma•nageme.ni Workforce System (BMWS) and the following rs their p -e -award compLance status a' -id sur irnar j FIRM STATUS �i r!?-i R Pa•,:ng In~ ����r� � c,ia1lt h ;r. ••�, ar S UMMARY: H & R Paving, Inc.. a SBE-Col [;rm -...or pitted to ut.irze the fr.AIGL,', ;.j ,:•Y;. ,ed C on .•mis Qualitj Pa'v!ng if.��L t ^�`forr7� 100 f'� o, the Concrete Trade i� it ape-:. r ;�,r:��t, r � ,. � _.,o ,. _ I Gu� and ;�`:��,�•,� �[rF,^� ;:� l'�t�. '�� )~�rfGrr�,. 1 �r the P�'r �f'";���t i',,tarki`1g3 Trade The. Sub:,Ortt'actor5 confirmed their :ne BMWS :n agreement ,V+ h the measjreS I R Paving Inc .ryas satis`I-ed [ne cantraot s Trade Set Aside measures for Con;:.' te ,dirk and Traffic ,Stripes and Markings and is in •.vith the overa�' Sin i 2usi'less mea5'+r ' ..e- �S aGiiand ;;;r this contract Metro Express, Inc„ a non -certified SBE-Con firm cornrmtted to utilize tie foiloww,ng .ce+rtified SBE-Con firms American Builders Masters Corp to perform 100% of [he Concrete Trade and Road Runner Striping Technologies. ;,'1.: to perform 100?!., of the Pavement Markings Trade The subcontractors confirmed their participation via the BMWS .n agreement with the measures Alir9tl : hk;no RFC., N•D 201.0236 cZ e� Page 2 Metro Express Inc., has satisfied the contract s 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 Pawing 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 G.roup, tnc . to perform 50% of the Concrete Trade and P & J Striping. Inc to perform 100'',/:,• of the Pavement Markings Trade Tiny 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 a€oreme.ntioned firms are listed on the Goal Deficit Make -Up Report as of November 1. 2019 and the History of Vialatoris Report as of November 20, 20 l 9 with an open violation Please note that SBD staff reviewed and addressed cornolhance with the SBE-Cori Program Department of Transportation and Public Works is responsible for any other issues that may exist Should you have any questions or need any addiF.orral information, please do not hesitate to Jhonnatan E s�..alanie Capital Improvement Proect Analyst at (305) 375-3192 i Al . • 3 A _ - 1, liskU 1 SURETY BID BOND RRINCPPAL Full legal name andbusiness address) • H & R Paving, Inc. 1955 NW 110th Avenue Miami, FL 33172 3uRE 7e {Name and business a»t;reis) Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 - 1403 El',l,ai SSIA1 CI- P.ONE; C 4.1.1..1. 1 DATE BOND EX.ECU i E° weer ran hi. aceh: y d7 I REV. 02'6 October 23, .2019 DTPOr ' YPE OF ORGANIZATION ('X' one) �[] Individual f 0 P.7rtnersr,•c I❑ Jo.r1 Vep;tre i /0, Corporation i ,,.,...,1....F y the - 4.r.,.= . ,.,_...._,1... . "Five r}L`Ci:1.^' of �:Ttot.ni D P.oja.st Na ' 2A13L'7:3r; ?-101DENIT'FLI-.A — rl ]'•: :3:jr•:y f'ro;e_t Ni-a a 1 7' 3ut'.,r- Irrlerse.t•L on Imorwvemant South 0Gt1G%.TiOr•: Digit:1.321 are SLreiy rointty anu a t•derally hir;rf themselves their helm. axe-,;trlors adr-hnis!'alor 5, SLcce8 stirs and ass -Ems to pay lo 'rrl+3'1I-D3Ce" County Plc .d.a after Caur'ryl upon dela..tt o: Prncipa: the penal sum 831 gore cr 11,e race of tis B•?• -,d. Principal and Surely agree mat the Penal Sins pr the 9nno i; a Irquraati I dainae reas..r,ab'y estimator] tc compensate the Ccurity for damages s.r^e•a a •,d as s result of the Pr'r:c.pal's d5`-rtr1 irrrl:rdirg b.:I rat l:r'lelea to a -'y resulting (rorn tfeley, fefsfoc:ire rent casla and ir•; rr'mental casts of 'onfra,riing Oafault cf a'Encrpal ;,,'tel! nr..C.,r in the even'. ,net the Frircip.al 4ctth:1ra+ws Bid within t°U Gays alter b.e ape.nr-y any emers.or: il'erea; agre,:d is 1r v..:rl.ng by the ides and 1dia _^lyj. or. atter prat.er 7ntir ;anon ar [Merl to Ccrtract humrf.e County, fa:IS to comply w.th all pre -aware •eq lir^mPnts rncludi.ignal b i; p g Ray:n_, 3ra Pe•formar_e E?,. tds yd -h gnat} and seiffiMerl surety and the nation :ay !rsursnre Certl(icates pursuant to the ConL-a.:L t]oct/meals, and -l:cr rt:o a wfitl_: Cantrar:t Win the .D_irty, as may oe required. all wit" 10 days after lbe prescribed iornrs are 3:zsented in r=•itr=al far srgr,t r a a. ss crl-er rise re.i.r4_d by tin 9lrtdin. Daeur'•ells. Payment unce' Ibis Bor•J tiirh be. due am payable upon default of F-nci of 5 calendar days s te• rer_elpt by PrhiCina: aria S..rety a` .4riEter: r1O1lce at dEraull rum Cae,",t'r. wii 1.—i .^J!" -Z [.'.11f be given w't" reaoanahfe prctriptness. a+3rtlifying this Rend and the Project Surety saall cause trr be altac:ie3 to 1.1is 80,10 n r...rreri and effective Power of Attorney I:+.idonr..inrr ttse autlsoniy of the af`ver ,sgeist or mpres++nlaEwe who Gxe,utad this Bond an behalf of S:.+rely to execute, seal, any dalivar such acrd and bind 1`!3 Surety thereby COf-fDI T't©.WS 1'ne F•rcrpa: has a..[rnit:ed the Enid id_n;;fteei a:tcar riaERtarCi?E 3rd °rrtin, 13''' ! October 23, 2019 Ey Cxettiting. thi3 instrument Surety a jrces l -a' its JClfnal-on is nut rnp3rrrd by 'any e1e rsran(s) of the t ne for acceptar,_o at li'e bd the: Ins Prncit:ai nrdy grant to t:.e County NGLICG tf, the &rely. of exlen}roils is waived. Ytnwe'rrr..valtre' or the nOliCe appLes C^Ey to extensions a,gtegating riot •rtiu'e :star' 6U ra'enaa: days - addition to the per;ed arigrrufi', allowed for acceptance of fire bra Any changes in o: unbar the 4Q;irrac.l ODG.rrents 3nC t•.ni7ipilan:e or none,~1cilience wilt' any farrnal•l'e5 connected...v[1h t',c'Contrac! c- ( e .:f:arige$ does 1.i: t G'•r':.t St,rety'a abltgation ur•]8r j .3 Bono , ti'ITN ESS Tre Principal anti Sij'ety oXeC:Led ',hls 01jri ana affixed inefr seals art the ahcve date !:op Ji Adifiotize"d Agent's curter t Idend'Cation ward aj'5sued by Star of P-lar•ca Insurance Con• rt'.;3.ene- mt,st be st:acne i H & R Paving, Inc. S I.^=NATUf. NAME AND 1 I rLE (Typed) Philadelphia Indemnity Insurance Company SIGNIAT jRE OF ATTORNEY -IN -FACT rRincrpAL SURE1 PF1NTW NAME OF ATTORNEY -1N -FACT rT ed ` 1. }fl 1 Warren iUl. y?titet• • SIGNATURE OF AUTHORIZED FLORIIJA AGENT PRINTED NAME OF 1UTHORt4F_(j FLORIDA AGENT (Typed) T Warren M. Alter r• r par 11 s :1. a' FLORI DA D EPAR TME NT OF FINANCIAL S ER Vi CE `s ,:r�:ltlt Sri riis!i I :l,ll_i 1_rC'�'�rSt - - 1=. I;t ... _ ii'rES i •=0JP ' WARREN MITCELL A.LTER License ! u,nber • 746891 ` WARREN MITCHELL ALTER A004782 �.ifeVat-iahEe Pnr iicy & lieal .ch Life & Heatth Cent. titles (Prop. & Cas. tr s. ) I v m.1I1:1.14, ill, I_,ti;:C !'1 . I'.l iltiL•t lr 1/4,c,u ;I:2 e cn. t'.v the 1111:' i rUJ•11 1 �tl.� . I�'I +�. 7d L�:. �� s t•It1A1 e„[[CI .:' tiL£Ii '• ^I} I1•� l_ :il 1l L'' i'; ` i.t'.C1=t 1� :lets I+ �!'.j1:� �{ I1uI:l 1r1':IL'1•• i vIrAlwArci curl ,"llYi111a:1:r1 C;rflicit :-.Ia,C ui i'Iorttl:, 1 • • 1 7O PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza. Suite I00 Bala Cynwyd_ PA 19004-0950 Power of Attorney KNOW ALL PERSONS. BY 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. Satines Warren M. Alter and Jonathan A. 8ursevich of Alter Surer,/ 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 obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in.an amount not tc.exceed 550,100,000. .I11is Power of Attorney is granted and is signed and scaled by tcacsEEPiile under and by the authority of the following Resolution adopted by the Board o1 Directors of PHILADELPHIA h1DEMNITV INSURANCE COMPANY on the I -I''` of November 2016 RESOLVED: FURTHER RESOLVED: That the Board of Directors hereby authorzzes the President or any Vice President or the Company (1) Appoint Attorney(s) m Fact and authorize the Attorney(s) to Fact to execute on behalf of the Company bonds and undertakings. contract of indemnity and other writings obligatory in the nature thereof and to attach the scat of the Company thereto. and 12) to remove. at an) tinIc. a7, suel:.rt;orncy••n-Fact and revoke the authority given And_ be It That the signatures of such officers and the seal of the Company may' be affixed to any such Power of Attomey or cenilieuta relatine thereto by facsimile. and any 'such Power of Attorney so executed and certified by facsimile signatures and facsimile seal tiltrsll be valid and binding upon the Company to the future with respect to -any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY ItsISURANCI? COMPANY 11AS CAUSED THIS INSTRUMENT TC) BE SIGNED AND ITS CORPORATE SEA I.TO 13E AFFIXED BY 1TS AUTHORIZED) OFFICE Tf f1S 27'.t1 DAY OF OCTOBER. 2017 (Seal) Robert 1) O'l.ea-v k. President & CEO Philadelphia Indemnity Insurance Company On this 27' day of October, 2017, before me came the tndivtduat who executed the preceding instrument, to me personally known. and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY, that die seal affixed to said instrument is the Corporate seal of said Company, that the said Corporate Seal and his signature were duly affixed COMAON 7.rOF P Na i ai NallARfAI.52A. i'.b�6anRucp NoUry PYefc ELlSM!15'2+iCA imp. M•'J1:i'7riM C�yM�y i�vegormortEtwy $4p1 25 2521 (Notary Seal) Notary Public resuiing at My commission expires Bala Cirpayd, PA September 25, 2021 I, 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 2711` day of October, 2017.are true and correct and are still in full force and effect 1 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 I have subscribed my name and affixed the facsimile seal °Beach Company this .Ldday of O' toter 20 .9 Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY syK,K0* MIAMI - E SMALL BUSINESS DEVELOPMENT CERTIFICATE OF ASSURANCE(COA) SMALL BUSINESS PARTICIPATION ON COUNTY PROJECTS This completed form must be submitted with bid documents by 0 bidders/proposers on a Mtar'ni-Cade County project with Small Business Enterprise ("SIBS") program measurejs}. ?rojECt No 231102'38 Protect r tie P:rsh a.:tton Ir;ersect+ins jrr raverzent• Soutr. B Eder+P-eposer v'J. +yr 41 v T ,r rpiN Address ~• _ J'i ,O 4,c.� 4/6, �'} _ City /fr/dVir-57--- State ,rte r ZJP *3.% Phoie N..raer, ;t.� ' j:>'f ' dr1 tr^ �, - ' - �.- e'i 3b�re55 /�/� 3�� f" ' . • � r'�*..f •8..�� .t' the bidderlpropossr is committed to meeting the established measure(s) assigned to this project' ! SSE -q E % SBE.Cons, Y Trade Set -aside SSE -Cons. ' `� 1Foy Gr;ajs ,v, s , % SSE -G. arttflflr '/p SE3i`-& Tr the �er'c8nra7a �r`. S2.` aside ptr' Y or N } ' 7 ,) t.: t71.ktrAh 7 — / %•,'_) C • r` Pr..'14 R deer 5 0 Date To satisfy the requirements for Stag 1 - Bid aubmittar and Compliance with Small Business l=rrterprise Programis}, the following are required. '�r�e:. , 1 Ac!s^•cti�ler.:�emertt of the SI3E tic^•'te�: r..�i9 = "� 5 SSE-Ca,st•J wo - SSE Gone aldror SSE-SS'I.^.e rr.cr-csns!ruci or a:cr•feer:Jrs or er,vee: "g3 meast.re's; esrsj.is-e^, 'C• rr•s j-'o,ect va Srt,S C_rt'f:Cats zt AssL: a'+Ge 7 Agree to er^gag° :r Int.. set:Crret-an of aeon:met. Akerri. Dade Co y Sma0.7rqs.p.ess Enierpr:Se limits) to acr'rB , the :stadl•shsd measp arjst as r r'.Cicatea n tie Project Documents (specifications) ? Aq ee to select sr,d 3Lbrr,t tra rar-es er r•, s.r f j System , s elect a } w:t`•r the ;leech sd ! •*e afr .r cd Se Esatosatisfy 1•:a reasu-ss va !4kar^r-Laos ue1oty s S:tsrriess Managerren: Workforce e upon at ar:o r .oT the Srra. Sus:ress Development ment SSC 0.ohs on To satisfy the requirements for Step 2 - aid Evaluation and Recommendation for Award, please attest ttta? - cdersfar'c !het try co ps+y vol; Zee-,:ec ridn-Co„p,rani ano net elig.ete 'or award rr l fat to j i} sub Ins form wit~ i'+y eidiprC csa c4Curnen ?' s.rom,!t try company s Ut'i•zat cr. 01a- yvh:t` shall first all csrl:fred Mia:� -Dade '' F is $' ,- to t ...t4":y 5f -a- �Lsrness tin{l " 5v' F+r,,S tUh,Crr, mr li be ByfrtflW ctta -Vrti to scat sfy tie. projects eSlaei.srre a SSE rr'eas.re,s; V:a B4r'NS W'tw n .no p • ed i .hCD^t^acts+ SJ� CCrsuit4 ; a- ` spec,' a•^ er a;-te upon �r?>�,r ^CtirlC$t'C' f-nrr t appr.G'iaf Cy 530 !O 5- '_'dCr vr'It 215a bC r2gL. re�i to C :Ar •'-'I rS :C^'r3C`..2; re?i8'•Crshi� v 3 EXrt'r%'S wit..., 1-e 37t'f i Z? y^rZ ram2 CCr r�rr 21 STAT_ OF F,_OtrDA COUNT`: Or - BEFORE ME an office- duty g P Y FP y autnorzee to administer oaths and take acicnow•ed amens ersanatr a ea•ea / �' ;.«+'y deposes and r 9 �tir, i �^ • r✓' •' r• d aff r.•rs the• the aro aded ,n`ormaticn statements are true and zorrect to the best or f•is/her krowiedge •r.?crmat!cn and beta f whc be:n9 f rat 5:v�r^ SWORN TO ano subscribed heffrr me this day,r. - of My Commission Expires L.. S,grlahare or Owrher • Abe Roder-. ComrilissRui.4 Cifil3C1467 -v lfu�5 jaf glisrp Eg&try Public -State of Fionrra Bonded thiru Aar i Notary COLLUSION AFFIDAVIT (Code of Miami -Dade County Section 2-8.1.1 and 10-33.1) (Ordinance No. 08-113) BEFORE ME, A NOTARY PUBLIC. personally appeared ifegel states: who being duly sworn (insert name of affiant) am over 18 years of age. have personal knowledge of the facts. stated in this affidavit and t am an owner. officer, director principal shareholder and/or l am otherwise authorized to bind the bidder of this contract I state that the bidder of this contract OR 0 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 tree proposer an advantage over any other proposer is related to trio following parties who bid in the solicitation whim are identified and listed below. Note Any person or entity that farts to submit this executed -affidavit shall be ineligible for contract award in tree event a recommended contractor identifies related parties in the competitrve solicitation lis bid shall be presumed to be collusive and the recommended contractor shall be ineligible for award unless tnat presumptron 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 partres 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 i �Y e `L a (....-•-l.. '. . ` 2 ') +Signature of Rffifri fDate • / _Y fy`t/ A/ 174 /1/51.,, v. Printed Name of Affiant and Title 2O'/.'9 Federal Employer Identification Number Printed Name 6i`Firm -7--- Address of Firm SUBSCRIBED AND SWORN TO (or affirmed) before me this ; _:...er day of ! 7 e/She rs personally known to m ,:or has pr,eentad Si,,gnature:.d'f Notary: Pririt or Stamp Name/of Notary Notary Public -- State of Type of identification Abe i- CerrtriiSSiO a GG7i 'Expires: Jaltaa Seeded thru Aata —�a _ as identification. Mlcmi-Dante County Department of Procurement Management Affirmation of Vendor Affidavits in accordance with Ordinance 07-143 amending Section 2-8 1 of the Code of ivtiorni-Dade County. effective June 1, 2008. vcrtidors are roquircd to complete a new Vendor Registration Fkockage, Including a Uniform Affidavit Packet (Vendor Affidavits Form), before being awarded a new contract. The undersigned affirms that the Vendor Afftdavlts Form submitted smith the Vendor Registration Package Is current. complete and accurate for•each affidavit listed below. Contract No, : Contract Title: •r Federal Employer idenll}Icclian Number (FEIN): 7-0/0";%7,/S7=-1 ? 4.,1 ,t6eitrilp _7:iv-, e.frie4-1-1.6 Affidavits and Legislation/ Governing Body r ; Miami -Dacca CountyOwnership Disclosure 1 Sec 2-8. t of The County Code 12 J Miar ii -Dade County Employment Disclosure j County Ordinance Na CV' 133. ame tdrng :5� �.: ! 1r)� County Code t°Cry 2 a i(1t'�'3 uf • 3 Itrfrarni-Oada Couniy in; la. ioyreni Drug -free Work ,kaca Certification i Section 2-8 1.2(b) f the County Code i5 Miami -Dade County Disability Non -Discrimination Adierc 1. svcr1on 2 8 1.5 r:csorufrorr 018P -GO croond:ng R•385 95 1 Mit7f7''li-Dare C- only Debarment Disclosi;- 5se.•rron re.Ja of rttY County Gage P,rii`vc me of Elliott 'YNome of Firer' Address of rem 18. 4r-Mi,:trn1-Dade Col nrfy Vendor t?biigallon to Cou-my-^- • .. 5oclfon 2-8.1 of the County Code Mfomj-Dada County Code of Business Ethics Article 1, Soclror; 241(x) are 2-11(b)(11 onhhe Count/ Cede threiugh (6) crud (9) of the Ccunly Code and Coun.'y Ord nr� .CG NO 1,0 1 a -lending Secnon 2-11 1(v) of the Carr'ty Code 6 I I9 Miami -Bade County Famliy Leave Article V of Cllaoter 11 of the Coun!y Coda Miami -Dade County Living Wage Section ",-6.9 of The County Code .10 Miami -Dude County Domestic Leave and k'eparling Article 1Y 5ect!On 1 1A-60 11A 62 or the county Cade Priniad Fi o L f Aftian1 Notary Public inlorrna.tiori Notary Publics, acre of - �� _ Coun'1y of " /7 Subscribed and sworn to (or affirmed) before me this `; f day af, by f r Tyne of fden1ifirntnn ornrttrr.ef.' • Signature of Alotq y. Public S gne/h re or Apia t ,/ f)c fe 7Ip ;pure 20 9' ' 'Ne dr she Is personalty known to me s. or has produced Identificofjon Print or Stamp of Notari-P Gblic Expiration Orate 411.111/0., Abe Rodriguez Commission GG16O4 7 Expires: r 2: Bonded itlrll Aaron Notary Notary Public Seal 5103/2008 Carte A. Girnenez, Mir FAIR WAGE AFFIDAVIT Before me, the undersigned authority appeared f ,. ,,� _ `'� `- 1 who attests that (PRINT TITLE} INT NAME) of C. . 1/i ,7 (PRINT NAME OF BIDDER O OOPOSER) shall pay workers on FRJNT NAME DF BIDOE OR PROPOSER) the project minimum wage rates iri accordance with Responsible Wages 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 ;r • • '7 - r4 Sworn to (or affirmed) and subscribed before me this _ ,.;: ' ` day of 201 ' :_. Personally known :.r produced identification (Signature of Njtary P, blic - State of Florida) Name of r;<< (Print, Type, or -Stamp Commissioned Notary Public) 4110 iJr Type of identification produced �. r• `r= -,,Cir, t sit Abe Rodriguez f remission G GG160467 EX ir¢s' January 11, 2022 °ondad thra Aaron Notary Residents First Training and Employment Program Responsible Contractor/Subcontractor Affidavit Form (RFTE 1) (Nilami-Dade County Code Section 2-11,17) J in arcnrdanca wits, Section 2.11 17 ;,f the ".$-sarrsi"Cade County Code. ail L'ontractors and subcontractors of any liar perfofrning or 3 contract for (i) the construction demolition. alteration andror repair of public buildings or public works projects valued in excess of S1 000.000 funded completely or partially by Miami -Dade County or (ii) privately funded projects or leases valued in excess of $1.000 000 for the construction. dernoliiron- alteration or repair of building, or improvements on County owned land and which are 1 subject to Section 2.11 16 of the Code of kilram•-Dade County shall comply with the requirements of the Residents First Tr ' 1 Employment Program ainmg and If applicable the undersigned f_'.Contractor / Subcontractor verifies that should they be awarded the contract, the undersigned uncrerstands their obligation to comply with the following. Prior to working on thin protect, all persons construction shall have completed. the OS Occupational Safety & Health Administration does not need to be completed at the time of are employed on the project ii. The contractor / subcontractor will make opportunities for local residents and seek to of all Construction Labor hours performed residency firms shall require each worker government -issued identification • ' % .. 1'.• 'f. . r Printed Name of Aifi9nt Name of Firm , - ti- j Address of Firm Notary Public — State of employed by the contractor / subcontractor to perform HA 10 Hour Safety Training course established by the of the United States Department of Labor. Suoti training bidding but shall be completed prior to the. date persons its lies! reasonable efforts to promote employrnent achieve a project goat of raving tifty•one percent (51%) by fvliami-Dade County residents To verify workers. to produce a valid driver's license or other form of Printed Title of Affiant Date X "? r h• -:,. Signature of Affiarit r • State Zip Code Notary Public Information Subc_crib�a and sworn to (or affirmed) before me this ...He Or she is personally known to me or teas produced identification = Type of identification produced County of Signature_ of Notafy Public day of, _ -- Print or Stamp of Notiry Public Expiration Date Serial N N&t'� ; of blic 20 w f= off;>itl$��f i; •* z i-t 04 7 i' . ry it. 2022 notary Fri FORM RFt-E 1 Miami -Dade County Contractor Due Diligence Affidavit Per Miami-pade County Board of County Commissioners (Board) Resolution No. R43-14 CoUntyVendors and Contractors shall fa as a condition of award for any contract that exceeds one million dollars (S 1.000.400) orthat otherwise must be presented to the Bo oarrdcoosa the lowirrr� d forapprova l: (1) Provide a first of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm . principals and/or board members based on abreach of contract by the firm. include the case Tame. numbs -aid dispos t ons director partners. (2) Provide a list of any instances irr the rave (5) years prior to bid or proposal submittal where he the circumstances the r+rm has defaulted. include a railer desorption of (v) Provide a list of any instances in the five (5) years prrortc bid orproposal submittal where the firm h Q. notice of non-compliance or non-performance such as a notice to cures as debarred orre42f.tied a�€ormar or a sl rsperjsian frcrr� participatingo or bidd+rig for contractscontractswhetherrelated to IMlrami-Dade County or not All of the above information shall be attached to the executed affidavit and S J�"-rr+. to the , � d a 'tted Prociurerrien! r.o::rdmararEJ��erseerr.:g ihisso'rcitatron ir,eVendor/Contractor Ccrttradt�ng Cff,cer (pCnv AE ., attests toprovIdingalioftheaboveinformation.ifa l,ca ', /vr. Select!on pp wd�,lt=. to the P�Q Contract. •s!act• No Ccrtract Title 'rr)et' tti'arne-s9f Arfiant Name of , AdPest cf F,,,,, -. 'ary Pobi.c -Stale of scribes, anlz,yorrr ro(ora'f rrned)oercre meths of:der4;ficatEon praouca; Signature of Notary Pubk — Print orStampofNotary.p Ibtic F e-; ara' Employer ldent;ffcarori 'iturber (FEIN) Printed '.tJ of Affiant - — Sit 2 1Vc?ar'yr Public inforrrratror, CoLn.y of F• day& : . Heir she is Persona:iy known tome D. Exprratian Oats • • Signatyr of AffiaAtt Date ' Zip Code Of has produced rdentrfrcatic•-i tint -'," �Y. cr,`� Abe Rodriguez GG160467 j +r� r EVAthigilf. 11, 2022 'bonded hni Aaril rotary Notary Pubtic5eai 2/2014 MIAMI-DADE COUNTY Department of Transportation and Pubic Works (DTPW) PROJECT: Push Button Intersections Improvement South Project No. 20190236 ACKNOWLEDGEMENT OF ADDENDA ir4iust be completed and submitted o,ith required solicitation documents] instructions: Complete Part I or Part II as applicable PART 1: Listed below are the dates of issue for each Addendum received in connection with this solicitation Addendum gal Dated Addendum #2. Dated Addendum #3 Dated Addendum #4. Dated Addendum #5 Dated Addendum #6 Dated Addendum #7 Dated Addendum #8 Dated Addendum #9 Dated 201 201 201 201 201 201 201 201 201 Addendum #10 Dated 201 PART 11: No Addendum was received in connection with this solicitation. Authorized Signature', . Print Name:. Firm Name DTPW - Rev 2109/16 k C_ Date E ) i) .,.4, Title: CITY OF OPA-LOCKA AGREEMENT FOR NEW PAVEMENT INSTALLATION & SWALE REGRADING TO NW 147th Street (Push Button Intersections Improvement South Piggyback Competitive Award) This Agreement is made this day of , 2022, 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 to provide New Pavement Installation and Swale Regrading services to the City (Capital Improvement Project 2022-06-007 for New Pavement Installation and Swale Regrading to NW 147th Street) (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 June 18, 2022, unless terminated earlier by its terms. 1 Section 2. Contract Terms. The Contractor agrees to provide the City with New Pavement and Swale Regrading 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 30, 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. Scope 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 Page 2 of 7 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: James Wright, Interim 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 7th 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. Page 3 of 7 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. Page 4 of 7 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: James Wright, Interim 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 Page 5 of 7 CONTRACTOR: H&R Paving, Inc. By: Witness: PRINT NAME Date: TITLE Date: Page 6 of 7 EXHIBIT "A" Miami -Dade County Agreement in response to RPQ No. 20190236 for Push Button Intersections Improvement - South — Multiple Sites, and Contractor's Proposal for Opa-Iocka. Page 7 of 7