Loading...
HomeMy Public PortalAbout14-8821 Miami Dade County Contract CICC 7360-0/08 w/C&I Construction and Design for the 2 Bus Shelters Sponsored by: City Manager RESOLUTION NO. 14-8821 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK ON MIAMI-DADE COUNTY CONTRACT- CICC 7360-0/08 PLAN, RPQ NO. 217022, (PROJECT NAME ARRA MUNICIPALITES PART 1), PROJECT NO. CIP090C WITH C&I CONSTRUCTION AND DESIGN, FOR THE INSTALLATION OF TWO (2) BUS SHELTERS AT NW 22ND AVENUE AND OPA-LOCKA BOULEVARD AND NW 22ND AVENUE AND RUTLAND STREET, IN AN AMOUNT NOT TO EXCEED THIRTY THREE THOUSAND SIX HUNDRED EIGHTY FIVE DOLLARS AND NINETY CENTS ($33,685.90), PAYABLE FROM ACCOUNT NUMBER 47-541630, A BUDGETGED ITEM; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, Miami-Dade County contracted with C&I Construction Design for installation of seven (7) bus shelters in the City of Opa-locks at a cost of $117,900.64; and WHEREAS, under the ARRA Project, there were no bus shelters installed on NW 22nd Avenue; and WHEREAS, the City Commission of the City of Opa-locka desires to piggyback on Miami-Dade Contract- CICC 7360-0/08 Plan, RPQ No. 217022, (project name ARRA Municipalities Part 1), Project No. CIP090C with C&I Construction and Design, for the installation of two (2) additional bus shelters, to be located on NW 22nd Avenue. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka, hereby authorizes and directs the City Manager to piggyback on Miami-Dade County Transit (MDT) Contract - Resolution No. 14-8821 CICC 7360-0/08 and Contract-RPQ 217022, (Project - Arra Municipalites, Part 1) Project Number CIP090C with C&I Construction and Design, for the installation of two (2) additional bus shelters, to be located at NW 22nd Avenue and Opa-locka Boulevard and NW 22nd Avenue and Rutland Street, in an amount not to exceed Thirty Three Thousand Ninety Five Dollars and Ninety Cents ($33,095.90), payable from Account Number 47-541630, a budgeted item; and further directing the City Manager to pursue funding for additional bus shelters. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 9th day of July, 2014 4'�_ mYRAIrAYLOR MAYOR Attest to: Approved as t forp and legal fciency: i i J na Flores J eph eller C`ty Clerk E POON MARDER, PA ity At orney Moved by: COMMISSIONER SANTIAGO Seconded by: COMMISSIONER JOHNSON Commission Vote: 4-1 Commissioner Holmes: NO Commissioner Johnson: YES Commissioner Santiago: YES Vice-Mayor Kelley: YES Mayor Taylor: YES City of Opa-Locka Agenda Cover Memo Commission Meeting Item Type: Resolution Ordinance Other Date: 06/25/2014 X (EnterX in box) Fiscal Impact: I Ordinance Reading: IstReading 2ndReadin (EnterX in box) Yes No (EnterX in box) x Public Hearing: Yes No Yes No (EnterX in box) X X Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No Ex: (Enter X in box) Account#47-541630 Contract/P.O.Required: Yes No RFP/RFQ/Bid#: (Enter X in box) Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the (EnterX in box) specific objective/strategy this item will address) X Enhance Organizational 0 Bus.&Economic Dev 1. Will enhance public Public Safety transportation and safety Quality of Education Qual.of Life&City Image Communication C� Sponsor Name Department: UP City Manager Short Title: A Resolution to two bus shelters on NW 22 Avenue. Staff Summary: The Miami-Dade County Transit (MDT) hired C&I Construction and Design, Inc. through a competitive bidding process by Request for Proposals (RFP) for the installation of county wide bus shelters. The county contract agreement with C&I Construction and Design included 7 bus shelters with base cost of$117,900.64 and a one optional bus shelter for$17,040.90 in the City of Opa-Locka.The MDT contract agreement with C&I Construction yields $16,842.95 per bus shelter installation calculated from the total cost of 7 bus shelters in the City of Opa-Locka. Proposed Action: Staff recommends approval in order to two bus Shelters on NW 22 Avenue. Attachment: 1. Agenda 2. Quote by C&I 3. Piggy Bag information from Miami-Dade County Memorandum To: Mayor Myra L. Taylor Vice Mayor Joseph L.Kelley Commissioner Ti othy Ho mes Commissioner D othy J n Commissioner Lui B. S ago FROM: Kelvin L.Baker,City Mana DATE: June 20,2014 RE: A Resolution to install two Bus elters on NW 22 Avenue. Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGY BACK ON MIAMI-DARE COUNTY TRANSIT (MDT) CONTRACT CICC 7360-0/08 CONTACT-RPQ: 217022, PROJECT NAME: ARRA MUNICIPALITIES-PART 1, PROJECT NUMBER: CIP090 WITH C&I CONSTRUCTION AND DESIGN FOR THE INSTALLATION OF TWO (2) BUS SHELTERS ON NW 22 AVENUE IN THE CITY OF OPA-LOCKA IN THE AMOUNT OF THIRTY THREE THOUSAND SIX THOUSANAD EIGHTY FIVE DOLLARS AND NINETY CENTS ($33,685.90) BY C& I CONSTRUCTION AND DESIGN,INC.,PAYABLE FROM ACCOUNT NO. 47- 541630 IN A FORM ACCEPTED BY THE CITY ATTORNEY. THE ITEM IS BUDGETED. Description: The Miami-Dade County Transit (MDT) hired C&I Construction and Design, Inc. through a competitive bidding process by Request for Proposals (RFP) for the installation of county wide bus shelters.The county contract agreement with C&I Construction and Design included 7 bus shelters with base cost of$117,900.64 and a one optional bus shelter for $17,040.90 in the City of Cpa-locka. The MDT contract agreement with C&I Construction yields $16,842.95 per bus shelter installation calculated from the total cost of 7 bus shelters in the City of Cpa-locka. Account Number: 47-541630 Financial Impact: The two bus shelters on NW 22 Avenue are budgeted item. Implementation Time Line: As soon as possible. Lezislative History: None Recommendation(s): Staff recommends approval. Analysis: No bus shelters were installed NW 22 Avenue under the project of American Recovery and Reinvestment Act of 2009 (ARRA) (Project name: ARRA municipalities-part 1 funded by Miami-Dade County). The proposed two bus shelters will be installed on NW 22 Avenue. ATTACHMENT(S): 1.Quote by C&I 2.Piggy Bag information from Miami-Dade County, Florida. PREPARED BY: Maqsood Mohammad Nasir,PE, CIP Director and City Engineer END OF MEMORANDUM General Contractor C& CONSTRUCTION 14031 SW 143rd Court Unit#6 AND DESIGN INC. Miami,Florida 33186 Phone:(305)255-6067 Fax.:(786)430-1747 Email:info @cicdinc.com PROPOSAL/CONTRACT Web:cicdinc.com Proposal Submitted to: Phone: Maqsood Mohammad Nasir, PE 305-953-2868 Director of CIP/City Engineer Fax: City of Opa-Locka 305-953-2900 3400 NW 135th St Cell No: Opa-Locka,Florida 33054 (786)382-7917 Job Name Date: 6/20/2014 Furnishing and Installation of Two Shelters Scope of Work: We propose hereby to furnish design, shelter labor, equipment and material to complete in accordance with specifications: Furnishing and Installation of Two Bus Shelters in the City of Opa-Locka Total Description Unit Quantity Price Price Shelters Opa-Locka, Ea 2.00 16,842.95 33,685.90 General Requirements Ea 2.00 Mobilization/Demolition/Site Preparation/Restoration Ea 2.00 CONCRETE PAD-8 Inches Class 1(6 ft x 13.5 ft);including testing Ea 2.00 Concrete Sidewalk-4 inches Class I; Ea 2.00 Benches Ea 2.00 Trash Receptacle Ea 2.00 Bus Shelter Ea 2.00 Maintenance of Traffic Ea 2.00 TOTAL 33,685.90 Exclusions: Permit fee for the City of Opa-Locka. Design County Permit$9,000.00 PAYMENT TERMS: Based upon Applications for Payment,submitted to the Owner/Agent by the Contractor,the Owner/Agent shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in this Proposal. Therefore,the Owner/Agent shall make payments to the Contractor as follows: Final retentions of the balance owed are not allowed.Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the following rate:any balance past thirty(30)days will be subject to 1-2%per month(18%per annual)finance charge with the Owner/Agent paying for all attorneys'fees should collection be necessary. This proposal may be withdrawn by C&I Construction and Design Inc.if not accepted within 30 days. We propose hereby to furnish material and labor complete in accordance with above specifications,for the sum of: Authorized Signature: $33,685.90 Angelina Berret (thirty three thousand Six hundred and eighty five 90/100) Note:This proposal may be withdrawn by us if not accepted within 30 days. All material is guaranteed to be as specified. All work to be completed in a Acceptance of Proposal workmanlike manner according to standard practices. Any alteration or deviation from above specification involving extra costs will be executed The above prices,specifications and conditions are satisfactory and are hereby accepted. only upon written orders,and will become an extra charge over and above You are authorized to do the work as specified.Payment will be made as outlined above. the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other necessary insurance. Our workers are fully covered by Workmen's Compensation Signature Insurance. I Date of acceptance 1 General Contractor C& CONSTRUCTION 14031 SW 143rd Court Unit#6 AND DESIGN INC. Miami,Florida 33186 Phone:(305)255-6067 Fax.:(786)430-1747 Email:info@cicdinc.com PROPOSAL/CONTRACT Web:cicdinc.com 2 CONTRACT SPECIFICATIONS ENGINEERING, PLANNING AND DEVELOPMENT ARRA MUNICIPALITIES GROUP C PART 1 CONTRACT No. CICC 7360- 0/08 PLAN RPQ No. 217022 • PROJECT No. CIP090C May 2012 VOLUME I ENGINEERING, PLANNING AND DEVELOPMENT CUE 04--lellu N z H H4 z z 0 z z z wz H 0 z Nt. ., „ ,. ,. ., ., .. „ „ W U \I HD40N a o U 0 Ln ^ w9Hx0 H a n 0 O WHWUUU Z0 1 W H \ wzHzH .. W Ln a 30 rn Ha0HN0MZ 0 0 (- W0 0 OW09ozoNg IoM Ha zHaaUH0 > Hx > I U a H N N N N N H A loH HHHH u .. .. ., H N 0000 W H z N N N N U a u z W a \\\\ z w 14 0 AA0 NHa1a) H Z hHCW HOMNN rH OHaW N \\\\ Z ro 90H \ H Oaoraoao 0 H as oz H x0000 H M 0 to o zN Ma w 0 w U z H U OAHH a z Ln LO HWQ H N 4 H w z4wwA0U) z N N 9 A 0HHw9N0 4 ooh uH0Wu0a3 a r- 0x H z w a H 9 N ax 0 t Na A3 z H ri H 1 a NHS H HI M 0 0 0 04 A04 4 Z W NUH H A g a o h a z W A W A H U I .. ., ,. ,. 0 ONZW a zN iN a a 04Ha HZ a0 A a W UazH HWHODU 0 \ xHQ Ww0 9 N 0 H 4 a Oa Q9HwWUzQH9 0W HWHW 4 HH � H414 ,sg U) MNQUA Q \ UzD4z9uW N409940 4 H M X U U H 9 M N N 0 9 U w HO H w xHx z x pox H \ 9zw H H 0 W 3UA ' I- N N N x to ati In r, H N r, N N w H N N O w H H o - U) N000 O m m l- w 0 O N N % m W N VD kom mo \\ z0 XW H N OWHH HMH % W H Ul H U MWX44 HM WO UO4N z U rlja' w' U \\ H " N WWW UaH 00 H9MWNW 9 z u axz NHz � 40Hzz wHu U1 0 0 W N o0 H W �+ HH >4 H 4 z Wwa QH Z H 4H a H Ln x 0 w U U4WWA 0 > 0 0 H 0 w \ AHH0 a zzHzc70 W 4 m z 0 .. wHWZ4Z0 om ? AHHW H W 0 M W X 0 H \N Hxa ZWA a MH44HOHzam H U W W 0 Z Z a N xxa WHOM E40 > 90 H W AmuU484Pa \HHUH x N xzaxa zzQ 004AQOX I H UH00W00WWA \ NMXHHw H H aaaaQaaa > 4 N m A M n 0 m 04 0 Transit MIAMI.Du4D 701 N.W. 1st Court E1,11-1, Miami, FL 33136 Carlos A. Gimenez, Mayor 10 3-53 ATTACHMENT 1 B August 29,2012 Mr.Carlos Maldonado C&I Construction and Design,Inc. FACSIMILE:(786)430-1747 15461 SW 170 Terrace TELEPHONE:(786)287-9903 Miami, FL 33187 Re: Notice To Proceed for MCC 7360 Plan-RPQ NO:217022 ARRA MUNICIPALITIES GROUP C-PART 1 Various-Refer to Scope of Work and Site Plans Dear Mr.Maldonado: This letter will serve as your notification that you are to proceed with the work described in RPQ#217022 starting Tuesday, September 04, 2012,and that all work must be completed on schedule in accordance with the contract documents. The time allotted for the contract is 365 consecutive calendar days which results in a scheduled completion date of Wednesday,September 04,2013. ARRA MUNICIPALITIES GROUP C-PART 1 The complete execution of this notice to proceed shall constitute a contract for the work described in the Request for Price Quotation (RPQ) under the MCC 7360 Plan.The terms and conditions applicable to this contract are in the 7360 Contract dated 6/1/2003,which can be found on www.mismidede.gov/oci, 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 orders 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 with the contract procedure, the Miami-Dade County Purchase Order Release Number is PCMT1200157. Should you have any questions regarding this notification,please contact Javier Salmon at 786-469 5266. Sincerely, Jesus alderrama Manager cc: Ana Finol,ISO Javier Salmon,MDT Transit MIAMI• 709 N.W. 1st Court to sm Miami, FL 33136 Carlos A. Gimenez, Mayor NOTARY FORM August 29,2012 Carlos Maldonado C&1 Construction and Design,Inc. 15461 SW 170 Terrace FACSIMILE:(786)430-1747 Miami, FL 33187 TELEPHONE:(786)287-9903 Re: Notice To Proceed for MCC 7360 Plan-RPQ NO:217022 ARRA MUNICIPALITIES GROUP C-PART 1 Various-Refer to Scope of Work and Site Plans TO BE COMPLETED BY THE CONTRj,gTING FIRM I understand and accept the terms and conditions for the 7360 RPQ #217022 referenced above. Accepted by:Company Name: C g C°NS-t��`r tom ryao DC 6i J�G Authorized Representative Name: C ACk.ZN Authorized Representative Signature: Date: The foregoing was sworn and subscribed before me this day of A���r 2017 by CtWLL-, 1'10 is oersonalhr k�MO)or who has produced as identification who being duly sworn,deposes and says that the above is true to the best of his knowledge.information and belief. ,'1 May Commission expires: re 1 n l 15 , 201,6 NOTARY PUBLIC 4�1:"'!'k, FABIENNE A.BEM STATE OF FL * + pY MMISSION#EE 1864 IflE t 13,2Q i Th- Note:Wh or Is signing above Is authorized to bind the corporation and must be an officer of the corporation as verified through, Florida Division of Corporations. MIA mwma Documents Required for Bid Submittal 1. RPQ Appendix 5A 2. Bid Form 3. Surety Bid Bond 4. All Addendums 5. DBE Appendix of Forms 6. Bid Submittal Check List —Questioner 7. Federal Requirements -Buy America Certificate • Certification Regarding Debarment, Suspension and Other Responsibility Matters • Lobbying Certification • Statement for Loan Guarantees and Loan Insurance • Disclosure of Lobbying Activities Failure of the bidder to complete and submit the above mentioned forms with the bid package may render the bid non-responsive 8. Firm's Responsibility Combined Affidavit 9. Fair Wage Affidavit 10. Collusion Affidavit CONTRACT NO.: CICC 7360-0/08 PLAN RPQ No.: 217022 PROJECT NO.: CIP090C TABLE OF CONTENTS Contract No.: CICC 7360-0/08 PLAN Project No.: CIP090C RPQ No.: 217022 GENERAL CONDITIONS: The divisions and section numbers were taken from the"Master Format 2004 Edition Numbers and Titles"published by the Construction Specifications Institute. VOLUME I DIVISION 00 Procurement and Contracting Requirements No. of Pages 1. Request For Price Quotation (RPQ) 3 2. Cone of Silence 6 3. Addendum # 4. Bid Form 35 5. Price Quotation Form Attachment"5A" 1 6. Surety Bid Bond 2 7. Bid Submittal Check List Questionnaire Appendix"D" 1 8. Collusion Affidavit 3 9. Bid Protest 8 10. Surety Payment&Performance Bond 2 11. Federal Requirements and Provisions 30 12. AAR.A Special Conditions and Provisions of Award 6 13. DBE Affirmative Action Requirements 53 14. Davis Bacon Wage General Division FL100126 10/29/2010 FL 126 6 15. Miami-Dade County Responsible Wages and Benefits 3 8 16. Fair Wage Affidavit 2 17. Firm's Responsibility Combined Affidavit 5 DIVISION 01 TITLE No. of Pages SECTION General Requirements 01 1100 Summary of Work 4 01 14 00 Site and Work Restrictions 3 01 14 15 Maintenance of Traffic 3 01 1416 Special Coordination Franchised and Other Private Facility 1 Project No.: CIP090C RPQ No.: 217022 Table of Contents Page 1 TABLE OF CONTENTS Contract No.: CICC 7360-0/08 PLAN Project No.: CIP090C RPQ No.: 217022 01 21 00 Allowances 1 01 26 13 Request For Information(RFI) 3 01 31 19 Project Meetings 4 01 32 16 Construction Schedule 12 01 33 00 Submittals—Shop Drawings, Product Data and Samples 5 01 33 30 Working Drawings 2 01 35 00 Trench Safety Design 2 01 43 00 Quality Assurance Requirements 5 01 45 00 Contractor Construction Control Requirements 7 014523 Testing Laboratory Services 3 01 50 00 Temporary Facilities 3 015600 Temporary Barriers 1 01 60 00 Product Materials and Equipment Requirements 6 01 62 00 Substitutions and Product Options 3 01 71 00 Project Area Preparation 2 01 71 13 Mobilization 1 01 71 23 Field Engineering 3 01 73 29 Cutting and Patching 3 01 74 00 Cleaning 2 01 78 00 Contract Closeout 2 01 78 36 Warranties 3 01 78 39 Project Record Documents 4 DIVISION 03 No. of Pages SECTION 03 11 13 Cast-in-Place Concrete 12 Project No.: CIP090C RPQ No.: 217022 Table of Contents Page 2 TABLE OF CONTENTS Contract No.: CICC 7360-0/08 PLAN Project No.: CIP090C RPQ No.: 217022 DIVISION 31 No. of Pages SECTION 31 13 00 Existing Tree Relocation 3 EXHIBITS: EXHIBIT"A" MDT BUS SHELTER GROUNDING DETAILS EXHIBIT"B" SPECIFICATIONS MDT BUS SHELTERS "SLIM"NON-ADVERTISING MODEL EXHIBIT"C" SPECIFICATIONS MDT BUS SHELTERS "REGULAR"NON-ADVERTISING MODEL EXHIBIT"D" ROOF TYPE EXHIBIT"E" ARRA PRIMARY EMBLEM EXHIBIT"F" MIAMI-DADE TRANSIT CONSTRUCTION SAFETY MANUAL EXHIBIT"G" AMERICAN WITH DISABILITIES ACT(ADA) BUS STOP/SHELTER INSTALLATION REQUIREMENTS FIELD AUDIT CHECKLIST EXHIBIT"H" BUS SHELTER AMENITIES SPREADSHEET EXHIBIT"I" CONSTRUCTION -GENERAL CONDITIONS Project No.: CIP090C RPQ No.= 217022 Table of Contents Page 3 TABLE OF CONTENTS Contract No.: CICC 7360-0/08 PLAN Project No.: CIP090C RPQ No.: 217022 VOLUME II CONTRACT DRAWINGS Project No.: CIP090C RPQ No.: 217022 Table of Contents Page 4 CIIS - REQUEST FOR PRIG QUOTATION (RPQ) PRINT Friday, May 18,2012 - 8:5... Page 1 of 3 Transit MIAMI-DADE COUNTY, FLORIDA 701 N.W.1st Court MIAW REQUEST FOR PRICE QUOTATION(RPQ) Miami, FL 33136 Contract No: MCC 7360 Plan-CIC_C_7360-0/08 RPQ No: 217022 This RPQ is issued under the terms and conditions of the MCC 7360 Plan. Date Issued:5/17/2012 Bid Date Due:6/25/2012 Time Due:200 P.M_ Bid shall be Submitted Via:Sealed Envelope to: Name: Office of the Clerk of the Board Entail: clerkbcc _miamidade.gov Address: 111 N=W. 1st Street 17th Floor, Miami, FL 33128 Fax: RPQ Added: 517/2012 Final User Bidder Request: 5/17/2012 Bond Adm./OMB Approval: N/A Bidders Added: N/A Project Number: CIP090C Estimated Value: 657.000.00 (excluding contingencies and dedicated allowances) Project Name: ARRA MUNICIPALITIES GROUP C-PART 1 Emergency: N Project Location: Various-Refer to Scope of Work and Site Plans ESP: N SITE# LOCATION 1 DIST ESTIMATE T-S-R #76363 30 $657,000.00 0-0-0 Department Contact: Ivonne Andres Phone No: 786-469-5242 Fax No: (305)375-4505 Project Manager: Javier Salmon Phone No: 786-469 5266 Fax No: Document Pickup: Contact: Ivonne Andres Phone: 786 469 5242 Date: 5/24/2012 Document Pickup: Location: 701 N.W. 1st Street 15th Floor Y/N: Mandatory: Date: Time: Location: PreBid Meeting: Y N 6/1/2012 10:00 A..M._ 701 N,W_ 1st Street. 15th Floor Site Meeting: N N Type of Contract:Single Trade Method of Award: Lowest Responsible Bidder Performance/Payment Bond Required: Y Bid Bond Required: Y Insurance Required: Y_ Addition Insurance Required: N Addition Insurance Amount: $0.00 Comm Dist:Various_ Davis Bacon: Y AIPP: N $0.00 Prevailing Wage Rate Requirements: Build iny_Cnnsfruction SBD Subcontract Forms Required: N Date Advertised:5/24/2012 Review Committee Date:413012012 CSBE Requirements: N 0.00% Trade Set-a-side: N DBE Requirements: Y 10.00% DBE Subcontract Forms Required: Y CWP Requirements: N 0.00% SBD Dates: Received: SOI Date: Compliance: N Memo Date: Type: Trade: Count: Work%: Add Bidders Primary General Building Contractor 9999 Primary General Engineering 999 00/0 Y Anticipated Start Date: 7/30/2012 Calendar Days for Project Completion: 365 Liquidated Damages 1$$ Per day: Y $765.00 Method of Payment: Scheduled Monthly Payments CAPITAL BUDGET PROJECT#-DESCRIPTION MCC ESTIMATE 679870- MUNICIPAL ALLOCATION OF AMERICAN RECOVERY AND REINVESTMENT ACT $657,000.00 (ARRA) FUNDING http://intra/ciis/frmMCCDeptPRINT.asp?act=RPQ&SeIRPQNo=217022&SelType=Long 5/18/2012 CIIS - REQUEST FOR PRI(_r,QUOTATION(RPQ) PRINT Friday, May 18,2012 - 8:5... Page 2 of 3 Book Page:103 Funding Year: FY 2010-11 through FY 2011-2012 FUNDING SOURCE: SOURCE PROJECT NUM SITE# MCC ESTIMATE FTA Section 5307/5309 Formula Grant 679870 #76363 $657.000.00 Awarded To: CSBE Exp Date: Paid Amt: $0.00 Collusion Affidavit Received: N Date Collusion Affidavit Received: Base Amt: $0.00 Cont Amt: $0.00 Ded Amt: $0.00 Award Amt: 0.00 Insurance: ISD Reviewed: N Date Approved: GL Ins Exp Dt: Bid Bond: Risk Approved: N Date Approved: AL Ins Exp Dt: P&P Bond: Risk Approved: N Date Approved: WC Ins Exp,Dt: Scope of Work: (Contractor must obtain and submit all permits prior to performing any work.) Procure and install new bus shelters or build in place ( City of South Miami ), concrete slab and curbs, installation of new concrete sidewalk, provide maintenance of traffic as required, removal and installation of landscaping and repair/rehabilitation of existing asphalt pavement.All work must comply with the American with Disabilities Act(ADA). Project Location: Town of Bay Harbor Islands (2 units), Town of El Portal (1 unit) City of Florida City (4 units) , City of Opalocka ( 7 units) ,City of Surfside ( 2 units ) , City of North Miami Beach ( 2 units), South Miami (1 unit ) and City of Aventura (1 unit). OPTIONS :Town of Bay Harbor Islands ( 4 units ), Town of El Portal (1 unit ) City of Florida City ( 2 units ) , City of Opalocka (1 units) ,City of Surfside(2 units). Design Drawings Included: Y Shop Drawings Included: N Specifications Included: Y Project Qualifier: Jesus Valderrama Phone No: (786)469-5291 EMail: jvalder miamidade.gov Comments: Administrative Order No.: 3-27"Cone of Silence"is in Effect for this project. Bid Submittals: 1. Sealed Envelopes(only)with the Department Name project name, project number and the Number of the Request for Price Quotation (RPQ)noted on the outside of the envelope 2. Number of Copies of Bids:Three(3)one(1) original and two(2)copies 3. Bid Bond Required: YES totaling 5%of bid submittal price 4. Payment and Performance Bond required:YES 5. Bid Documents: Bid Documents available for Purchase on 5/25/2012, between the Hours of 8.30 A- M. and 4:00 P.M. 6. Forms of Payment: Cashier's Check, Certified Check, Money Order or a Company Check Payment must be Made Out to: Miami-Dade County Board of County Commission NOTE:Cash payment will NOT be accepted. 7.Where to Submit Bids: All bid submittals must be sent to the attention of: Office of the Clerk of the Board At: 111 NW 1 st Street, 17th Floor Miami, FL 33128 (by 2:00 p.m.on the submittal date) 8. Bid Opening Date and Time: -Bid opening Date:6/2512012 -Time of Bid Opening 2:00 P.M. NOTE: Late Bids submittals will not be accepted. 9. Last Day to Purchase Bid Documents: 6/15/2012 10. Cost of Bid documents: 1. Hard copy of Specification and Plans:$500.00 2. CDs—Specification/Plans on CD:$40.00 11. Funding Source: 100%AMERICAN RECOVERY AND REINVESTMENT ACT(ARRA) 12. Davis Bacon Wage Decision will be enforced on this project and is located http://intra/ciis/frmMCCDeptPRINT.asp?act=RPQ&SeIRPQNo=217022&SelType=Long 5/18/2012 CIIS -REQUEST FOR Pk1t;E QUOTATION (RPQ) PRINT Friday, rvlay 18, 2012 - 8:5... Page 3 of 3 within the Bid Specification Package. 13. DBE Goals on this project is: 10% 14.Where not otherwise precluded by state or federal law, the overall per hour rate shall be the higher of the Responsible Wages and Benefits pursuant to Section 2-11.16, Miami-Dade County Code or the rate of wages (including fringes)to be paid under the requirements of the Davis-Bacon Act; provided,further,that the overall per hour rate shall not be the higher rate if the federal government requires the County, as a condition of receiving federal funds for a project, to pay no more than the wages as determined by the U.S. Department of Labor under the Davis-Bacon Act on project contracts 15. DEADLINE FOR RECEIPT OF RFI QUESTIONS: 6/15/2012 16. This Request for Price Quotation(RPQ)is for a Miscellaneous Construction Contract. 17. Miami-Dade County,at its sole discretion may elect to negotiate with the apparent low bidder. 18. Submittal of Federal Affidavits The Bidder shall submit the following federal affidavits with the bid package_ •Buy America Certificate •Certification Regarding Debarment, Suspension and Other Responsibility Matters •Lobbying Certification •Statement for Loan Guarantees and Loan Insurance •Disclosure of Lobbying Activities Failure of the bidder to complete and submit the above mentioned forms with the bid package may render the bid non- responsive. 19. General Building Contractor and/or General Engineering License is required. 20.All terms and conditions of Contract No. CICC 7360-0/08 will be enforced http://intra/cils/frrnMCCDeptPRINT.asp?act=RPQ&SeIRPQNo=217022&SelType=Long 5/18/2012 MIA MF I i I CONE OF SILENCE I CONTRACT NO.: CICC 7360-0/08 PLAN RPQ No.: 217022 PROJECT NO.: CIP090C Administrative Order MIAMI-DADE Administrative Order No.: 3-27 Title: Cone of Silence Ordered: 1/29/2002 Effective: 2/8/2002 AUTHORITY: Section 4.02 of the Miami-Dade County Home Rule Amendment and Charter and Section 2- 11.1 of the Code of Miami-Dade County. SUPERSEDES: This Administrative Order supersedes previous Administrative Order 3-27 ordered January 21, 1999 and effective January 31, 1999. POLICY: It is the policy of Miami-Dade County that a Cone of Silence be established on all County competitive selection processes including RFPs, RFQs, and bids for the provision of goods and services, and audit and Independent Private Sector Inspector General (IPSIG) contracts. The Cone of Silence is designed to protect the integrity of the procurement process by shielding it from undue influences prior to the recommendation of contract award. This Cone of Silence shall be imposed on these contracts after advertisement of same. PURPOSE: This Administrative Order describes two distinct Cones of Silence, and establishes procedures for their implementation and administration. It identifies the exceptions to the Cones of Silence, includes the method of notice to the public and the affected County officials, and establishes a disciplinary and/or penalty process for those who violate the Cone of Silence. DEFINITIONS: "issuing department'' means the County department that releases the contract solicitation to the Public. CONE OF SILENCE FOR RFPs, RFQs, AND BIDS FOR THE PROVISION OF GOODS AND SERVICES: The Cone of Silence prohibits any communication regarding a particular RFP, RFQ or bid between: A. a potential vendor,service provider,bidder,lobbyist,or consultant and the County's professional staff. The professional staff includes, but is not limited to, the County Manager and his or her staff. B. a potential vendor, service provider, bidder, lobbyist, or consultant and the Mayor, County Commissioners or their respective staffs. C. the Mayor, County Commissioners or their respective staffs and any member of the County's professional staff including, but not limited to, the County Manager and his or her staff. D. a potential vendor, service provider, bidder,lobbyist,or consultant and any member of the selection committee therefor. E. the Mayor, County Commissioners or their respective staffs and any member of the selection committee therefor. F. any member of the County's professional staff and any member of the selection committee therefor. EXCEPTIONS: Unless specifically provided otherwise in the applicable RFP, RFQ or bid documents, the Cone of Silence does not apply to the following: A. Competitive processes for the award of CDBG, HOME, SHIP and Surtax Funds administered by the Miami-Dade County Office of Community and Economic Development. B. Communications with Office of the County Attorney and his or her staff. C. Communications between a potential vendor, service provider, bidder, consultant or lobbyist and employees of the Management and Technical Assistance Unit of the Department of Business Development (DBD) regarding small and/or minority business programs,the Community Business Enterprise and Equitable Distribution Programs. D. Communications between a potential vendor, service provider, bidder, consultant or lobbyist and employees responsible for administering disadvantaged business enterprise programs in County departments receiving federal funds, provided the communications are limited strictly to matters of programmatic process or procedure. E. Duly noticed site visits to determine the competency of bidders during the period between bid opening and issuance of the County Manager's written recommendation. F. Any emergency procurement of goods and services pursuant to Administrative Order 3-2 and 3-16. G. Communications regarding a particular RFP, RFQ or bid between any person and the County's Vendor Information Center staff, the procurement agent or contracting officer responsible for administering the procurement process for such RFP, RFQ or bid, provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document. H. Communications regarding a particular RFP, RFQ or bid between the procurement agent or contracting officer, or their designated secretarial/clerical staff, responsible for administering the procurement process for such RFP, RFQ or bid and a member of the selection committee therefor provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document. I. Oral communications at pre-bid conferences. J. Oral presentations before publicly noticed selection committee meetings. K. Contract negotiations during any duly noticed public meeting. L. Public presentations before the Board of County Commissioners during any duly noticed public meeting. M. Communications in writing at any time with any County employee, official or member of the Board of County Commissioners unless specifically prohibited by the applicable RFP,RFQ or bid documents. N. Communications between the County Manager and the Chairperson of the Selection Committee about a particular Selection Committee recommendation, only after the committee has submitted an award recommendation to the Manager and provided that should any change occur in the committee recommendation, the content of the communication and of the corresponding change shall be described in writing and filed by the Manager with the Clerk of the Board and be included in any recommendation memorandum submitted by the Manager to the Board of County Commissioners. COMMENCEMENT AND TERMINATION OF CONE: The Cone of Silence commences after the advertisement of the RFP,RFQ or bid solicitation. At the time of imposition of the Cone of Silence, the issuing department shall notify the Department of Business Development (DBD). The Department of Business Development shall provide written and/or electronic notice to the affected departments, the Mayor, each County Commissioner, the County Manager, the Clerk of the Board and the Department of Procurement Management. The issuing department shall include in any public solicitation for goods and services a statement disclosing the requirements of the Cone of Silence Ordinance. The Cone of Silence terminates at the time when the County Manager issues a written recommendation to the Board of County Commissioners, or at the time when the issuing department issues its written recommendation to the Manager when the award is within the Manager's delegated authority. Should the Board of County Commissioners refer the County Manager's recommendation back for further review, or if the Manager refers the procuring department's recommendation back to the department,the Cone of Silence shall be reinstated until such time as the County Manager issues a subsequent written recommendation to the Commission or, for contract awards within the Manager's delegated authority, until such time as the Manager issues a recommendation for award pending the bid protest period. CONE OF SILENCE FOR AUDIT AND IPSIG CONTRACTS: The Cone of Silence for audit and IPSIG contracts prohibits any communication regarding a particular RFP, RFQ or bid between a potential vendor, service provider, bidder, lobbyist, or consultant and the Mayor, County Commissioners, or their respective staffs and any member of the County's professional staff including, but not limited to,the County Manager and his or her staff. It also prohibits any oral communication regarding a particular RFP, RFQ or bid between the Mayor, County Commissioners or their respective staffs and any member of the County's professional staff including, but not limited to, the County Manager and his or her staff. EXCEPTIONS: The Cone of Silence for audit and IPSIG contracts does not apply to the following: A. Public presentations by any bidder or proposer at duly noticed pre-bid conferences or before duly noticed selection committee meetings. B. Contract negotiations during any duly noticed public meeting. C. Communications in writing with any County employee or official for purposes of seeking clarification or additional information from the County or responding to the County's request for clarification or additional information, subject to the provisions of the applicable RFP, RFQ or bid documents. D. Any lobbyist, bidder, proposer or other person or entity publicly addressing the Board of County Commissioners during any duly noticed public meeting regarding action on any audit or IPSIG contract. E. Communications with the Office of the County Attorney and his or her staff. COMMENCEMENT AND TERNIINATION OF THE CONE FOR AUDIT AND IPSIG CONTRACTS: The Cone of Silence commences after the advertisement of the RFP, RFQ or bid solicitation for audit and IPSIG services. At the time of imposition of the Cone of Silence, the issuing department shall notify the Department of Business Development (DBD). The Department of Business Development shall provide written and/or electronic notice to the affected departments, the Mayor, each County Commissioner,the County Manager and the Clerk of the Board. The Cone of Silence shall terminate when the County Manager executes a particular audit or IPSIG contract. The issuing department shall include in any public solicitation for goods and services a statement disclosing the requirements of the Cone of Silence Ordinance. GENERAL PROCEDURES FOR IMPLEMENTATION AND ADMINISTRATION OF THE CONE OF SILENCE: A. At the point in time when the RFP, RFQ or bid solicitation is advertised, the issuing department shall provide to the Department of Business Development (DBD) the project number, project title / description and any other information required by DBD for public notice of the Cone of Silence. B. Each Monday, the Department of Business Development shall provide public notice of the Cone of Silence by posting a report of all contract solicitations under the Cone on the home page of the County's website and in the County's Vendor Information Center. The Cone of Silence report shall contain the name and phone number of the procurement agent or contracting officer responsible for administering the procurement process for such RFP, RFQ or bid, as the point of contact to receive inquiries limited strictly to matters of process or procedure already contained in the corresponding solicitation document. The Department of Business Development shall, at the same time, provide written and/or electronic notice to the Mayor, each County Commissioner, the County Manager, the Clerk of the Board and the affected departments. C. All County staff should be aware of the requirements and prohibitions of the Cone of Silence. D. The issuing department shall insure that all contract solicitations include provisions describing the requirements and prohibitions of the Cone of Silence including how a potential vendor, service provider, bidder, lobbyist or consultant may communicate with County personnel. E. When the Cone of Silence is in effect, any communication shall be in writing, except where otherwise provided under this Administrative Order. Any written communication from a bidder or proposer regarding a particular RFP, RFQ or bid that is under the Cone of Silence shall be filed with the Clerk of the Board. F. When the Cone of Silence is in effect, all potential vendors, service providers, bidders, lobbyists and consultants shall file a copy of any correspondence concerning the particular RFP, RFQ or bid with the Clerk of the Board. Each department shall file a copy of any response or request for additional information with the Clerk of the Board. G. The Clerk of the Board shall make copies of any written communications available to any person upon request. The Clerk of the Board shall maintain a log and file of all written communications. The retention period of these documents shall be in accordance with established County policies. H. Any person, whether employed by the County or not, who violates a provision of this Administrative Order shall be prohibited from serving on Miami-Dade County competitive selection committee. I. Violation of this Administrative Order by a particular bidder,proposer, respondent and/or representative shall render any RFP award, RFQ award or bid award to said bidder,proposer or respondent voidable. J. In addition to any other penalty provided by law, violation of this Administrative Order by a Miami-Dade County employee shall subject said employee to disciplinary action up to and including dismissal from County service. K. Any person who has personal knowledge of a violation of this Administrative Order shall report such violation to the State Attorney and/or may file a complaint with the Miami-Dade County Ethics Commission. This Administrative Order is hereby submitted to the Board of County Commissioners of Miami-Dade County, Florida. Steve Shiver County Manager M#AMo mem ADDENDUMS (IF APPLICABLE) CONTRACT NO.: CICC 7360-0/08 PLAN RPQ No.: 217022 PROJECT NO.: CIP090C Transit MIAMI-DADE COUNTY, FLORIDA fh+ii,�ttalii 701 N.W.1st Court REQUEST FOR PRICE QUOTATION(RPQ) Miami FL 33136 — Contract No:MCC 7360 Plan-CICC 7360-0/08 RPQ No: 217022 RPQ ADDENDUM (Attachment 9) Addendum No: 1 Date 6/21/2012 RPQ No: MT 7360:217022 Bid Due Date 7/6/2012 Project No: CIP090C Project Title ARRA MUNICIPALITIES GROUP C-PART 1 Project Location: Various-Refer to Scope of Work and Site Project Manager Javier Salmon Plans Project Duration: 365 Days 1.Append to RPQ No.217022, Bid Date Due, is modified as follows: July 6,2012. 2.Append to RPQ No.217022, Comment#8, is modified as follows: Bid Opening Date and Time: July 6, 2012,2:00 P.M. All else remains the same.This document must be signed and returned as part of your RPQ response. Failure to return this document signed may result in your RPQ Response being rejected as non-responsive. Name of Contractor: ufld 5�\ 1 Name of Individual Authorized to Sign Title: Signature: Date: f Transit MIAMI-DADE COUNTY, FLORIDA 701 N.W.1st Court M, A� REQUEST FOR PRICE QUOTATION(RPQ) Miami FL 33136 _ - Contract No:MCC 7360 Plan-CICC 7360-0/08 RPQ No: 217022 RPQ ADDENDUM (Attachment 9) Addendum No: 2 Date 7/2/2012 RPQ No: MT 7360.217022 Bid Due Date 7/9/2012 Project No: CIP090C Project Title ARRA MUNICIPALITIES GROUP C- PART 1 Project Location: Various- Refer to Scope of Work and Site Project Manager Javier Salmon Plans Project Duration: 365 Days MODIFICATIONS: 1.Append to RPQ No.217022, Bid Date Due, is modified as follows: July 9,2012. 2.Append to RPQ No.217022, Comment#8, is modified as follows: Bid Opening Date and Time: July 9,2012,2:00 P.M. 3.Append to South Miami Bus Shelter Plans, Sheet No.2, is replaced in its entirety, with Attachment No. 1,included in this addendum. 4.Append to RPQ No.217088,Volume I, Bid Form,Town of Bay Harbor Island, is replaced in its entirety with Attachment No. 2 Included in this addendum. CLARIFICATIONS: Q1.At the bid meeting its was mentioned that there are a few manufacturers that have built or assembled bus shelters for your projects.We'd appreciate if you could provide us their company info. Al. Brasco International-313.393.0393 and Tolar-761.698.4906 have provided shelters on previous occasions. Q2. Can you please provide us names of manufacturers for the bus shelters? A2. Refer to Al. 03. Have all the plans been permitted by each of the cities? A3.All plans have been presented to the municipalifies,and dry run approvals have been obtained. Q4.When is the anticipated commencement date for the project? A4. The anticipated commencement date is 8/15/2012. Q5.Will the low bid be based on Part A or the total of Part A&B A.5 Refer to the Bid Form Note which reads as follows: NOTE:FOR THE BIDS TO BE CONSIDERED RESPONSIVE BY MDC,THE CONTRACTOR MUST SUBMIT A BID PRICE FOR PART A—BASE BID TOTAL INCLUDING (BASE BID PLUS ALLOWANCE ACCOUNT)AND PART B—CONTRACT OPTION BID TOTAL(BID OPTION PLUS ALLOWANCE ACCOUNT).THIS PROJECT WILL BE AWARDED TO THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER BASED ON PART A—BASE BID. IF IT iS DETERMINED THAT THERE 1S SUFFICIENT FUNDS TO SUPPORT THE BiD OPTIONS, MDC WILL EXERCISE iTS OPT1ON AND AWARD THE CONTRACT TO THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER BASED ON PART C. Q6. Is there an allowance for permit fees? A6. No. Refer to Miami-Dade County MCC 7360 Program,Article 2.19, Section A,which reads as follows,"Contractor shall obtain all permits,certificates,inspection and licenses,pay all charges, taxes, royalties and fees and give all notices necessary and essential to perform the work." Q7.The bid form for Town of Bay Harbor does not have a line item for Brick Paver installation. AT The Town of Bay Harbor Bid Form has been modified,see Attachment No. 2. Q8.Architectural Plans show elevations of bus Shelter for the City of Aventura only. How do we determine the roof type for the other cities? A8. Refer to Division 01, Section 01 1100 Summary of Work and Exhibit"D"Roof Type, 09. City of Bay Harbor plans for two locations indicates that the existing bus shelter area does not meet ADA requirements and that the City shall be responsible for the adjusting the project area.Will the city adjust the bus shelter surrounding area before or after the installation of bus shelter? A9.After the shelters are installed, the City will perform ADA compliance. Q10. Considering the complicated nature of this project,we would appreciate an extension for the bid due date A10. Refer to Modification#1. 011.Proposed Bus Scheduled for South Miami. Detail 3 on Plan sheet 3 reflects Metal Roof system by Centria.What is the proposed Centria Roof System Model Number,Style, and Color?Additionally,what is the contact information(Representative name, address, telephone number,and email)for such Centria Roof System?Please Advise? A11. Tiger Drylock, RAL Color 6012 Powder Coat or approved equal, 1-800-759-7474.Also, refer to Attachment#3—Bus Shelters Structural Details, Q12. Proposed Bus Scheduled for South Miami.Detail 3 on Plan sheet 3 S.S Mesh by Cambridge Architectural.What is the proposed Cambridge Architectural S.W. Mesh Model Number, Style,and Color?Additionally,what is the contact information (Representative name,address, telephone number and eMiall)for such Cambridge Architectural S.W. Mesh?Please advise Al2. Wabash Valley Manufacturer or approved equal, 260-352-2102. - Q13. Proposed Bus shelter Scheduled for South Miami.Detail 3 on plan sheet 3 reflects Proposed Metal Bench and Waste Receptacle by Wabash Valley.What is the contact information(Representative name,address, telephone number, and email)for Wabash Valley?Please advise? A13. See Al2. Q14. Proposed Bus Shelter Scheduled for South Miami. Detail 3 reflects bronze City of South Miami Logo. Is there a template of such City of South Miami Logo,which we may have for bidding purposes?Please advise? A14. Refer to Attachment No. 4—City of South Miami Seal. Q15. Please clarify in the bid form the Town of Bay Harbor Island portion also has Florida City attach, is this correct? A15. Refer to Modification No.4 and Attachment No. 2—Bid Form,Town of Bay Harbor island. Q16.What is the Metal Roofing System Specification for the proposed Metal Roof System scheduled for new bus shelter for the City of Aventura? A. Refer to City of Aventura Plans, Sheet No.C-8 for Roofing System Details. Q17.What is the Total Quantity of Proposed Bus Shelters(e.g.: For Both Base Bid and Option Bid)scheduled for City of South Miami? A17. 1 Site.Also, refer to City of South Miami Bid Form. Q18.What is the Total Quantity of Proposed Bus Shelters(e.g.:For Both Base Bid and A18. Option Bid)scheduled for City of Aventura? A18. 1 Site.Also,refer to City of South Miami Bid Form. ATTACHMENTS: Attachment No. 1, South Miami Bus Shelter Plans Attachment No.2. Bid Form,Town of Bay Harbor Island Attachment No.3. Bus Shelters Structural Details Attachment No.4.City of Miami Seal All else remains the same.This document must be signed and returned as part of your RPQ response. Failure to return this document signed may result in your RPQ Response being rejected as non-responsive. Name of Contractor: (::�_ CC J.. �t` �� �on cwd 01i� Name of Individual Authorized to Sign: -t,l'C�(�j �l I /l � Title: Signature: Date: ZO 2- f ATTACHMENT NO. 1 SOUTH MIAMI BUS SHELTER PLANS �r�'[wcr-na7 7var+r,�owa oan'3s aow o3a�t end m�vvv3�3.ut s t73xs sxt.b wOtta 7rayso Ott tzriov I 1 ' I i QQ • az � 0`� g I } I is Z W W j C C v jOFF- G W W g6 x xq J� i� ' as m Ha ow U aol W 4- ; I� ;I ❑. Y< W C m Q I I I z z � a 2: WI •- � cp H a a = is —ICY Luo las X = W Z O b b U U Q P n` 1111 I I ° W §$$ i y < ba _ �: � a all F yy ZF fkp�ti{Ff YEgg@ R F'Z, 'ba� am foil 14 pp8 1. O Iwo g A..h. t Ss ID I im! '.§ € old g Yw p if kil �i 34 S 111"'lix, f;ap iis� . w MR; low a _ a gig it m h, , a a a a =gao t l- a do J1 a 11 _ gar € ' >€ �>€ ; Elul _ $g g ggg g g§ g sg¢Ey &i � r w� w>raga gy y�8E k '° _� 515 „ �a It 1 E3 r BBB 9p < sS aafg S i [ON � §e� S� CRBI ague will fid WIN 3 ' e S35Cddad 9N9GOfE ifG� 2/.2 7/HdY 7vt1/118/!5 Nlid ATTACHMENT NO. 2 BID FORM TOWN OF BAY HARBOR ISLAND * N * o V2 * M r * O A .. - * � W z * F Cp.Y.� W vi lac P: � z UR * W M * w * w * * * z Q � z N N N .. C 0 � 0 0 v a a w w sQ a 4 a U P4 F ZZO H a+ pq 96 m ° w z a � o a W W F W O ) '' G¢0 t� W w 0 N F X Q HZ ° adi m o w 04'.� * Old ,� { U Q � # •� a� 'd o.' UA PK * o � a p ai d C7 -x a > H {Hj W a*c G p o A r v o w c, N � H w �" ON M 'c}' h 00 O a y`} Q cli �� � * zri ! N N O n H H o b o M z a as � c t oG 0 o A U, 49 E m ! 69 0 6R 6n .gym 0 W f� 0 U O li� a a .4 a p m � w ° 0 U U W O ' 0 U w no Qz z .'z AZ o co rn on co 10 4) 0 0 0 0 q x x x x Aa H Q C .8 ty o 0 01 � w w a 0 >, wOp Op Op Op EO O N W ., s v p HH Ht- HH E-• H o oQ N N M 0 m U V U O Q` pa U z � z ri on H F+ yHy�� pHy; o ¢ wQ >, d O a a A, QcZQti PQ C H 0 0 E- U z M o W Q U N U w O p�gWW aa7 W z Ol 0 °� a a H ° OQ d Q "' 0 0 W COD O "a � ¢ � � < ri. Z ¢ ww wz o Q2 C) U o ° oa Qw ydWo Q Po VJ o H C40 w W xHz ' � VV z W 0 � Z 8 A 00 R .< 0O W 4 a.�1 O H CA V Q UF+ 0fA � O -' �A a� 0�c0 M � Az �93 � o z w ° 0H o 0 HH ¢ � Qw o A i ¢ ° � °z a � o A 4< �` a O � Q V wvi Q � � � 0 z 0 w a H3 OZ C'l a E-� to Q .-, HW 1:4w 0 O Z ca w W� W O E' vUi � p U ,,W�,� o pa., o Woad H � � N ! W � vs w pW�� W U W z W U o � Aa ZExAo E � 3WOU A a4aa ¢ � ATTACHMENT NO. 3 BUS SHELTERS - STRUCTURAL DETAILS I i & 2 ��� • # | %k � f � «■- % �a �9 � �§ | kK © � � J | , � Nil m ~ ¥ ^ ! X �® $ a, ■ � ® � ■ � f � �_�--�—� �_ � � �■ �q + ! 7 | [ {_} I < I ui to co ( ! | z Cl ! ! uj $ ■ / } f � % $ • ( � § cc - /■ 7 . ! ! ) , , 0 y- ——�— >f ¥ j / g — + ; ! D ATTACHMENT NO. 4 CITY OF MIAMI SEAL C; me T w O n. w r $ in oa U� O t LU 0 0 Q Ix V, ❑ tn 0 ° Hill A o Qe t/1 U � � W a ❑ a$a t GO - uj � ❑ ��a:-cad � � t � � o U) JU w T � y W- ti o �z _ o < 0 Transit an MIAMI-DADE COUNTY, FLORIDA 701 N.W. 1st Court REQUEST FOR PRICE QUOTATION(RPQ) Miami FL 33136 H Contract No:MCC 7360 Plan- CICC 7360-0/08 RPQ No: 217022 RPQ ADDENDUM (Attachment 9) Addendum No: 3 Date 7/6/2012 RPQ No: MT 7360:217022 Bid Due Date 7118/2012 Project No: CIP090C Project Tide ARRA MUNICIPALITIES GROUP C- PART 1 Project Location: Various-Refer to Scope of Work and Project Manager Javier Salmon Site Plans Project Duration: 365 Days MODIFICATIONS: 1.Append to RPQ No.217022, Bid Date Due, is modified as follows: July 18,2012. 2.Append to RPQ No.217022, Comment#8, is modified as follows: Bid Opening Date and Time: July 18,2012, 2:00 P.M. All else remains the same.This document must be signed and returned as part of your RPQ response. Failure to return this document signed may result in your RPQ Response being rejected as non-responsive. Name of Contractor: C r cI 4co C;�of) n \d Z)eS>) 1) Name of Individual Authorized to Sign: M(\6'-'1L_ Title: 1 j Signature: ` i Date: MtAM RPQ APPENDIX 5A CONTRACT NO.: CICC 7360-0/08 PLAN RPQ No.: 217022 PROJECT NO.: CIP090C CIIS-REQUEST FOR PRICE QUOTATION(RPQ)PRINT Friday,June 01,2012-8:5... Pale 1 of 2 Transit MIAMI-DADE COUNTY, FLORIDA 701 N.W.Ist Court MIAM REQUEST FOR PRICE QUOTATION(RPQ) Miami,FL 33136 Contract No: MC.:C 7360 Plan-CtCC 7360-QMa RPQ No: 217022 RPQ Project Name:ARRA MUNICIPALITIES GROUP C-PART 1 Price Proposal(Cost to Perform the work must be stated here.State'No Bid'if not submitting a price proposal) BART A $ 406 06 PART B Bidder's Company Name: Company Address: City- \ t lm% State: Zip: eAn /f 110 Telephone No: � Fax No: 1`14 mail: " '� A(. (Gn) 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 UNEQUIVOCALLY BINDS THE PROPOSER TO THE T`ERMS'OF ITS OFFER. Name of Person Submitting Quote(Print):C QC-`0Qp P1 Ga dimctc\© Number of Addendums race' �_(if none'write"None") f Signature: Date:. Note:Quotes roust be submitted on this form.Quote envelope must state RPQ Number,date and time due and the Bidder's Name. Use o€.any other form for submission of the price quotation shall result in the rejection of the price quotation. Late bids will not be opened. Lou, bidder will be noti .)rred, in the Recommendation of Awar4 of the requirements to submit current copies of insurance certificates in accordance with the Contract Doculnents., after review for.compliance with.-the Contract Documents. user Department will forward all Insurance .Certificates to CICC for Review. By signature, the CONTRACTOR agees to be'bound'by the terms set forth.in.the MCC 7360 Plan. http l tnMJr-iisifrmlvlCCCoTitra WrRPQPrint.asp'.'SeIKP'QNo�217022&SelType A�h 6i112012 MIAMI BID FONT CONTRACT NO.: CICC 7360.0/08 PLAN RPQ No.: 217022 PROJECT NO.: CIP090C O N � Zp � 3 � O COO � a Ow � Z Q a � 1 z � z HpPH EZIW c. c:; Z Q ° ,0.� U ° a oz U < o a W- P Q H a o z G" c ca Z '✓�� N N Z z o f P-4 H Z Z @ —< ZZ .F, cli NJ P3 Lf? 4 H � Z 4 � ` � O � 1 r d a is Wz N N N a � in 71 f o N � F UOC 5 N N N F WO �C pOgg ass, Q � aNVa a0 E., W MOC40 � 0 O Ld d � wA H z im a W a xc w o E" U pq w Al L O A x 'd c4 F z a * 110 x c a 41 0 C04 U1,15 UA w it o ¢, o 1 04 F 49 .0 O P ql � x F * oU ° o a cli � + o Z C-1 �! d a. dc4d � II I� N b O O M Z a�a U4 E a e4 1:4 N I 1 V W i Ql n A 0 V o w 3 CA m rA On o � V U a3 V 4 V d U W p _ W W W G ' v v t0 o ; J z a ril m CIO co M coo a o o ° ~ 2r� ZZW m A Z W AQ 30 40, as � a GO w '0 O o a 0 x p o �-- w a; x w w Pa q a pq O O o o �: 10 U H a v : a. 0 > w ?+ O >. w p V a ;04 w w w w w w I W H O +� o W H Op Op W OU Op H H W 3Z 3Z W W O O H Ua Cl! U p hH FH HH 1-4 O W . H O O V V U U 4 W U zzN s sr� H H H c •o .D a 86H � E-4 0 N {y N M �r� w p n O N ¢ UAW a) W Z en � of� v Qw 91, cn � A - � z qa � wpz0 Q3 6 _ � F0 WVW p "'C4 U 00 W0 � 124 u E a 0 co o A 0 P. A AUw ¢ (0„ 000 Z r. 4 UQU cn d 14 aLV 0V < Z 8 A ¢ p 0 Vw � z Oa+ (OU p; ZE-� fA � p ppa��. E- cn 0 O CQZa. A 0 ¢ U � >+ Ewa � � � z 0E zm W 0 o dwz Q � `V i z ° �za PU 0 z �� H � o � ¢ 0 a f OR A. 0 E-4 cn Qa � � l w W O p H N U �T� ,,a o .. z Op0 0 wfz A < wz z o D A cv � W � OVx � O pzo BID OPTION#1 TAKE OFF INFORMATION TOWN OF BAY HARBOR ISLAND SITE NO.2 PAY ITEM NO. DESCRIPTION UNIT QUANTITY 1 General Requirements LS 1 Mobilization/Demolition/Site Preparation/ Restoration/Sign Reloc/Signing & Marking/ 2 Resetting Utility Box LS 1 Concrete Pad-8 inches Class 1 (6 ft X 13.5 ft); 3 including testing SF 81 Concrete Sidewalk-4 inches Class I; 6 ft wide; 4 including detectible warning tactile as per plans SF 100 5 Benches EA 1 6 Trash Receptacle EA 1 7 Regular Shelter furnish and install EA 1 8 Maintenance of Traffic LS 1 BID OPTION#2 TAKE OFF INFORMATION TOWN OF BAY HARBOR ISLAND SITE NO. 4 PAY DESCRIPTION UNIT QUANTITY ITEM NO. 1 General Requirements LS 1 Mobilization/Demolition/Site Preparation/ Restoration/Sign Reloc/Signing & Marking/ 2 1 Resetting Utility Box LS ! 1 Concrete Pad-8 inches Class 1 (6 ft X 13.5 ft); 3 including testing SF 81 Concrete Sidewalk-4 inches Class I; 6 ft wide; 4 includinq detectible warning tactile as per plans SF 100 5 ! Benches EA 1 6 Trash Receptacle EA 1 7 Regular Shelter furnish and install EA 1 8 Maintenance of Traffic LS 1 BID OPTION#3 TAKE OFF INFORMATION TOWN OF BAY HARBOR ISLAND SITE NO. 5 PAY DESCRIPTION UNIT QUANTITY ITEM NO. 1 General Requirements LS 1 Mobilization/Demolition/Site Preparation/ Restoration/Sign Relocation/Signing & Marking/ 2 Resetting Utility Box LS 1 Concrete Pad -8 inches Class 1 (6 ft X 13.5 ft); 3 1 including testing SF 81 Concrete Sidewalk-4 inches Class I; 6 ft wide; 4 includin detectible warning tactile as per plans SF 54 5 Benches EA 1 6 Trash Receptacle EA 1 7 Regular Shelter furnish and install EA 1 8 Maintenance of Traffic ; LS 1 BID OPTION#4 TAKE OFF INFORMATION TOWN OF BAY HARBOR ISLAND SITE NO. 6 PAY DESCRIPTION UNIT QUANTITY ITEM NO. 1 General Requirements LS 1 Mobilization/Demolition/Site Preparation/ Restoration/Sign Reloc/Signing & Marking/ 2 Resetting Utility Box LS 1 Concrete Pad-8 inches Class 1 (6 ft X 13.5 ft); 3 including testing SF 81 Concrete Sidewalk-4 inches Class I; 6 ft wide; 4 including detectible warning tactile as per plans SF 46 5 Benches EA 1 6 Trash Receptacle EA 1 7 Regular Shelter furnish and install) EA 1 8 Maintenance of Traffic LS 1 N ap o z J 4 a U N w .x E- z z oa of a 3 t-P LQn " Z —, 0 q GO d Z A. c GK a C zr - OUP P" g F- 4.1 c z H z N TOO Ca ELI On V y y r C4 ej Elf to _ C Q Q a'3 U r� F-` :� CD C N v a ,l ►S7 Ln_ ¢ 3 ¢ G t b? ya O 1 52 L Got d cr N z �' —z° z m < t ¢ �n O � z O � b � oc JO t L t Q U L- ;z ` s M it C L7 t; UW I > It Z df 0 ^ d ` >1 ] r te a ; y t D st ^ O0O j' 3 ¢ z 1 capz Uj z Q o o zoo i ° pO �' v E■ `= Ey cn ] r 4V, C2 Ei i F" 0 O o - � N t^- ;-' O VJ Q t\i u CID NGvz CL o �. Wiz `• <L- Im ,^ U t j Q U: z E' -- z >•z Z w U.cU O Z 1�i U / O ne ¢ z �•:� < F- O n U."M.- U c td G:7 cr. zU � It � < CIO z0 c ° = BID OPTION#1 TAKE OFF INFORMATION VILLAGE OF EL PORTAL SITE NO. 1 PAY DESCRIPTION UNIT QUANTITY ITEM NO. 1 General Requirements LS 1 Mobilization/Demolition/Site Preparation/Restoration!Sign Reloc/Signing & 2 Marking/Resetting Marking/Resetting Utility Box LS 1 Concrete Pad -8 inches Class 1 (6 ft X 13.5 ft); 4 including testing SF 81 7 Benches EA 1 8 Trash Receptacle EA 1 9 Regular Shelter furnish and install EA 1 F-11 Maintenance of Traffic LS 1 Cq CD F CJ CD C(3 'o s Z Q CC cr cr i d d Q u � F d { F V+� °o O0 w `A rA i- - Q� � A c R r C L = . iu z U ko v cz E- = 11.0 ' W 0 y oo ca 5 o t6 5 t- 41 o S L U � rA e3 O O cz ri� ZF tQ f O z - Q OJT � :.3 O m , ti a ion Gob N -' ' E 4 < < � a It , x z UIC VII Ile 7,.,QdIC :� o d {Oj Czzt7 t u u=-- z C) U �� crqN ¢ c: WOQ 4r V2 Bt NUCzO - C:1 LQ d -F- Lia UPID o V z � '0 ^' I Ou -0 � O � ZO � z z 0 c � /'may i i ~ !wy. r+! ►�q �" � ,�.',. - r G L � a M N r J y z Q C 6 G c � � = G ;., CO D RAm ZZ C4.0 � cez } r z �- U'U > zu � < L-'' pp Ua0 c� z � Z O Q < z 0 w'� ,� v iV�. O O z = Y o z r ne W. 4.r. 0 7- -� 0 U `; . _Lu o _ :z � D � xa . .. u 0 tea: BID OPTION#1 TAKE OFF INFORMATION CITY OF FLORIDA CITY SITE NO. 5 PAY DESCRIPTION UNIT QUANTITY ITEM NO. 1 General Requirements LS 1 Mobilization/Demolition/Site Preparation/Restoration/Signing & Marketing/ 2 Resetting Utility Box LS 1 Concrete Pad-8 inches Class 1 (6 ft X 13.5 ft); 3 including testing SF 81 Concrete Sidewalk-4 inches Class I; 6 ft wide; 4 including detectible warning tactile as per plans SF 132 5 Benches EA 1 6 Trash Receptacle EA 1 7 Regular Shelter furnish and install EA 1 8 Maintenance of Traffic LS 1 BID OPTION#2 TAKE OFF INFORMATION CITY OF FLORIDA CITY SITE NO. 6 PAY DESCRIPTION UNIT QUANTITY ITEM NO, 1 General Requirements LS 1 Mobilization/Demolition/Site Preparation/Restoration/Signing &Marketing/ 2 Resetting Utility Box LS 1 Concrete Pad -8 inches Class 1 (6 ft X 13.5 ft); 3 including testing SF 81 Concrete Sidewalk-4 inches Class I; 6 ft wide; 4 including detectible warning tactile as per plans SF 127 5 Benches EA 1 6 Trash Receptacle EA 1 7 Regular Shelter furnish and install EA 1 F- 8 Maintenance of Traffic LS 1 C-1 st (0 o F Q , Lt: cr Or z x tsz W .en Z < o Z NO r- t- A4 V 61 o oz " W �Rhl M 4b r— 0 cc 0 U u-I Lo .9 tz� .. 0 I-C 1 4L) 5 4-01 rA u :J2 < 77 O EE Z L- _ N v i < u < ` L, •o 'f o Z L der c 'o - -43 E■ Z r. J � .�, ... y p ! Z r z a off' < Y a d ZZZ w < oFC} co p (. r c 0 ° j. 8 Z r i r1 Few a > -+... o Co t7' c 3 S + A F s d JUCv > Gn z a o C a x c .� + !, C 3 vj o r 0 CC i p c;z o H A OZpz ce M Z c s 0 Eo � r� N r L3 U M Q Ccl con � z � < moo Z ,E- 3 � co o Z ° q ooz E•n M ;. y L _ v r" G U4 U � U wG1. p r- L) _-z BUZZ < %a d 0 U V qzcel j 5 C � U .s 02 » E / ® C) _ 0 g ; U) e LL « « «� m f a m $ w w wl � 2 t Q co � � ° c � a i\ 2 O22 Its lie 2 & t � ® 0 \ /q _ � 6 2 cn — o CL O E k.� i f m t o F @ 6— o g © ° ` CL (L -kp � 2 2Z$ E @ . 0o2 % m c a 2dog E 2 f cO cm 2 / 0 $CX\ m ° S 2 F .0 } o $ c 2 § ti : f : 0) $ ( 2 2 2 § 7 § 2 k� ) 2 0 0@ 0 0 0 0 CD 4� o � � o :'o : = R 2 ■ w d — m1 n v r = ¥ 00 i at CV CV � z * F .- * .— � •K Lei 4 � CD Oi � oa ow k- �- 0z = P IT J z c c :ow N Z z y f Z= V 4 X �o r? U M F. U r L' 7S cn CZ U O R: � �' •� ` G; {1.} � dos � U . >: 7�-4 Y [� .w ++ w vt".. i Fib. U, c a"r 2 M J U 3 q -let .�= ,x a 1 a Id �� N ¢ a < i Qr Is i 1A w IR C o X nL _ z 70 d c5 u z 1 d U OZ lee O �d E ! O Frr' O cn tn cr c. _ D 3 O ca z w Z '� 7 � a rI "a i' O rz wi v c ZIN rr ., a C t c d7 LJ 0 v. Q —0 0L G CIL U < cj to > o C4 < al 7- < U U LIQ LL) Z n IC < 01 7- cn > M < 0z. 94 < L'i = ce 7- LIU < D U IC) cc < C) 7- N Q Z0 .O�a �d 0- z < 0 M �o ) a < <U3 22 BID OPTION#1 TAKE OFF INFORMATION CITY OF SURFSIDE SITE NO.3 PAY DESCRIPTION _ UNIT QUANTITY ITEM NO. 1 General Requirements LS 1 Mobilization/Demolition/Site 2 Preparation/Restoration/Signing & Markings/ LS 1 Resetting Utility Box 3 Concrete Pad -8 inches Class 1 (6.33 ft X 13.5 ft); SF 85 including testing 4 Concrete Sidewalk-4 inches Class I; 6 ft wide; SF 122 including detectible warning tactile as per plans 5 Benches EA 1 6 Trash Receptacle EA 1 7 Regular Shelter(furnish and install) EA 1 8 Maintenance of Traffic LS 1 MIAMI-DADE TRANSIT GENERAL CONDITIONS ATTACHMENTS ARRA MUNICIIPALITIES GROUP C PART 1 CONTRACT No. CICC 7360 PLAN RPQ No. 217022 PROJECT No. CIP090C ATTACHMENT"B " Contractor Release Agreement on Final Quantities and Amounts Final Affidavit Labor Standards Provisions Final Certificate Memorandum of Understanding Certificate of Sub-Contractor Status Final Release of Lien RPQ No. 217022 N UAMI-DADE TRANSIT CONTRACTOR RELEASE RPO No KNOW ALL MEN BY THESE PRESENTS : Pursuant to the terms of the Contract and in consideration of the sum of paid by the Miami Dade County under the Contract, the undersigned Contractor does,and by the receipt of said sum shall, for itself, its successors and assigns, remise, release and forever discharge MDC, its officers , agents and employees, of and from all liabilities, obligations, and claims whatsoever, in law and in equity, under or arising out of said Contract. IN WITNESS WHEREOF,this release has been executed this day of 20_ (COMPANYSEAL) Contractor Signature WITNESS : Print Name Print Title: NOTE : In the case of a corporation, witnesses are not required, but the CERTIFICATE below must be completed. CERTIFICATE certify that I am the Secretary of the corporation named as Contractor in the foregoing release; that who signed said release on behalf of the Contractor,was then of said Corporation; that said release was duly signed for and on behalf of said corporation under the authority of its governing body, and within the scope of its corporate powers. (CORPORATE SEAL) Signature RPQ No. 217022 MIAMI-DADE TRANSIT AGREEMENT ON FINAL QUANTITIES AND AMOUNTS RP No.: The Contractor and Resident Engineer agree that the QUANTITIES as shown on the FINAL PAY REQUEST No. are EQUITABLY paid for by application of the agreed LUMP SUM PRICES. It is finally agreed that the right in the Contract clause to request negotiation of a different amount is WAIVED by the Contractor and the Authorized Representative of the Contracting Officer. (Company Seal) Contractor Signature Date Resident Engineer Date Print Name Print Name Print Title RPQ No. 217022 MIAMI-DADE TRANSIT FINAL AFFIDAVIT RPQ No.: The undersigned Contractor, certifies and warrants to Miami-Dade Transit that has paid in full and completely discharged any and all claims, demands, obligations and liabilities of in connection with or arising out of RPQ No. ,including without limitation, all claims for labor performed and materials, supplies, equipment and other items furnished or used in connection with performance of said Contract. (COMPANY SEAL) Contractor Signature: Print Name Print Title Date RPQ No. 217022 MIAMI-DADE TRANSIT LABOR STANDARDS PROVISIONS FINAL CERTIFICATE RPO No.: The undersigned Contractor, , hereby certifies that all laborers, mechanics, apprentices and trainees employed by him or by any Subcontractor performing work under the Contract on the project have been paid wages at rates no less than those required by the Contract provisions, and that the work performed by each laborer, mechanic, apprentice or trainee conformed to the classifications set forth in the Contract or training program provisions applicable to the wage rate paid. EXCEPTION (S) : Contractor: (COMPANY SEAL) Signature: Print Name: Print Title: Date: RPQ No. 217022 MIAMI-DARE TRANSIT MEMORANDUM OF UNDERSTANDING RPO No.: WHEREAS, (hereafter referred to as the " Contractor " ) and the Miami-Dade Transit, the parties hereto, have mutually agreed to the total Contract amount in the sum of and a final payment of for a COMPLETE CLOSE-OUT of RPQ No. It is understood and expressly agreed that (1) This Memorandum of Understanding is subject to the recommendations of the Assistant Director and the Director of Miami-Dade Transit. (2) In consideration of the payment by MDT of a total Contract amount of , inclusive of all finalized Change Orders ), the Contractor hereby withdraws with prejudice all Claims, Disputes, and Appeals of the Contractor or any of its Subcontractors or Suppliers under the subject Contract. MDT likewise, withdraws with prejudice,all Claims and/or Backcharges it has against the Contractor. (3) The retention withheld in Pay Request No. is and will be paid in full. Therefore, the Contractor acknowledges the final payment of in Pay Request No. as the outstanding balance due to date on the Contract. (4) MDT reserves the right to complete an audit upon the request of the Assistant Director, Engineering Services when warranted. (5) All terms and conditions of the Contract otherwise remain unchanged including the Contractor's liabilities for warranties, latent defects and the like. (6) The execution of this Memorandum and payment in accordance with these terms, and the finalized Contract Change Orders, shall constitute a full accord and satisfaction of all Claims and all rights of the parties against each other, except for claims of the Owner for latent defects discussed after the date of this Memorandum or for warranty items. RPQ No. 217022 Memorandum of Understanding Page 2 (COMPANY SEAL) Contractor Signature Print Name Print Title Date : RECOMMENDED By Resident Engineer/Project Manager By : Chief,Construction Division RPQ No. 217022 MIAMI-DADE TRANSIT CERTIFICATE OF SUB-CONTRACTOR STATUS This is to certify that the following is a complete list of sub-contractors who worked on RPQ n'o• Name Description of work Original Paid to Amount Contract date Owed Amount i ( COMPANY SEAL) Contractor Signature Print Name& Title Date RPQ No. 217022 ALL SUBCONTRACTORS WORKING ON THIS PROJECT MUST COMPLETE THIS FORM. FINAL RELEASE OF LIEN KNOW ALL PERSONS BY THESE PRESENTS: That the undersigned, for and in consideration of the payment of the sum of and /100 dollars($ ) paid by the receipt of which is hereby acknowledged, hereby releases and quit claims to the said it successors and assigns, and the owner, all liens, lien rights, claims or demands of any kind whatsoever, which the undersigned now has or might have against the building or premises legally described as _ on account of labor performed and/or material fizrnished for the construction of any improvements thereon. That all labor and materials used by the undersigned in the erection of said improvements have been fully paid for. IN WITNESS THEREOF, I have hereunto set my hand seal this day of 20 WITNESSES: (SEAL) By State of ) )ss County of— ) The foregoing instrument was acknowledged before me this day of , 20 by on behalf of [ ] who is personally known to me or[ ] who has produced as identification and who [ ] did [ ] did not take an oath. Notary Signature: Notary Seal: Type or Print Name: RPQ No. 217022 MIAMI-DADE TRANSIT GENERAL CONDITIONS ATTACHMENTS ARRA MUNICIPALITIES GROUP C PART 1 CONTRACT No. CICC 7360 PLAN RPQ No. 217022 PROJECT No. CIP090C ATTACHMENT "C" Sub-Contractor's/Supplier's Release of Claim Consent of Surety Company to Requisition Payment RPQ No. 217022 MIAMI-DADE COUNTY MIAMI-DADE TRANSIT SUBCONTRACTOR'S/SUPPLIER'S RELEASE OF CLAIM NOTE: The General Contractor shall attach this statement,completed by each Subcontractor whose work appears on the prior requisition for payment or has work in place since the last requisition for payment. Project No.: Date: Project Title: Subcontractor: Requisition No.: From: To: Before me, the undersigned authority, authorized to administer oaths and take acknowledgments appeared: who,after being first duly sworn,upon oath,deposes and says that pursuant to the provisions of his contract for said project, all money due hire under prior requisitions for payment have been paid to him by the General Contractor. (COMPANY SEAL) Legal Name of Subcontractor Title Signature State of ) )ss County of ) The foregoing instrument was acknowledged before me this tiny of , 20 by on behalf of [ ] who is personally known to me or[ ]who has produced —as identification and who [ ]did[ ] did not take an oath. Notary Signature: Type or Print Name: Notary Seal: RPQ No. 217022 MIs -n PROJECT No. TRANSIT 0G&9MNV0f SURETY COMPANY TO REQUISITION PAYMENT PROJECT LOCATION: TO: Re: PAY REQUEST No. DATE: IN THE AMOUNT OF: CONTRACTOR: RPQ No. — THE UNDERSIGNED SURETY COMPANY (INSERT NAME OF SURETY COMPANY) ,ON BOND OF (ADDRESS) THE CONTRACTOR LISTED ABOVE, HEREBY APPROVES THIS PAYMENT TO THE CONTRACTOR AND AGREES THAT THE PAYMENT TO THE CONTRACTOR SHALL NOT RELIEVE THE SURETY COMPANY OF ANY OF ITS OBLIGATIONS TO MIAMI-DADE COUNTY, INCLUDING THE SECURITY FROM ANY AND ALL LIENS, CLAIMS OR DEMANDS WHATSOEVER THAT MAY NOW EXIST OR BE MADE IN THE FUTURE BY ANY SUB-CONTRACTOR OR MATERIAL SUPPLIERS AGAINST THIS PROJECT AND CONTRACT. THIS CONSENT OF SURETY RECOGNIZES THAT CLAIMS HAVE BEEN MADE BY THE FOLLOWING SUB- CONTRACTORS AND MATERIAL SUPPLIERS AGAINST THE CONTRACT IN THE AMOUNTS LISTED BELOW: $ $ S SURETY RECOGNIZES THAT RELEASES OF LIEN OR RELEASES AND ASSIGNMENT OF CLAIM HAVE NOT BEEN REQUESTED OR RECEIVED FROM ALL THE SUB-CONTRACTORS AND MATERIAL SUPPLIERS FOR THIS FACILITY. IN WITNESS THEREOF, THE SURETY COMPANY HAS HEREUNTO SET ITS HAND THIS DAY OF ,20 SURETY COMPANY ATTEST: SIGNATURE OF AUTHORIZED REPRESENTATIVE (SEAL) TITLE RPQ No. 217022 MIAMI-DADE TRANSIT GENERAL CONDITIONS ATTACHMENTS ARRA MUNICIPALITIES GROUP C PART 1 CONTRACT No. CICC 7360 PLAN RPQ No. 217022 PROJECT No. CIP090C ATTACHMENT "D" "Contractor Agent to Accept Service" RPQ No. 2I7022 ATTACHMENT"D" MIAM in TRANSIT MIAMI-DADE TRANSIT CONTRACTOR AGENT TO ACCEPT SERVICE RPQ No.: DATE: CONTRACT TITLE: CONTRACTOR: NOTICE TO PROCEED (NTP) DATE: CONTRACTOR ADDRESS: CONTRACTOR TELEPHONE No.: CONTRACTOR E-MAIL ADDRESS: AGENT'S NAME: AGENT'S TITLE: AGENT'S ADDRESS: AGENT'S TELEPHONE No. AGENT'S E-MAIL ADDRESS Contractor Cornorate Representative Submitted By: SIGNATURE CONTRACTOR RPQ No. 217022 ATTACHMENT"E" MIAMI-DADE TRANSIT GENERAL CONDITIONS ATTACHMENTS ARRA MUNICIPALITIES GROUP C PART 1 CONTRACT No. CICC 7360 PLAN RPQ No. 217022 PROJECT No. CIP090C ATTACHMENT "E" Force Account Daily Report: Labor,Material&Equipment RPQ No. 217022 ATTACHMENT"E" Q� B / $ & ) § c \ 2 2 = a. c # § - k d k { § w m 7 � ) 2 ' \LU J q z \ C) R ) z k § _ 2 & R J 2 - z ) § § j § \ k j 0 LU ° ) e u - § q £ / o $ 2 2 $ ® w 2 7 / 2 j z k k � © / � k \ 0 ui § \ / o 2 LLI w z s cm «; o co F w m \ 2 _ e § 0 3 % , g / o § � t ( / Z rx =k � � # w a C> § « � 22 � k ( � }§ $ s R $ ° ■� § _ _ / — f $ 2] [ m e § ! §o / j B E9 w 2 z 0 F-- Kk b � m j� x 7 c � a = 2 � _ z / : k § K/ § § uj ° 2 - § !§ § O z z \ F— X- z z ' \ \ k \ % j §