HomeMy Public PortalAbout15-9035 PIGGYBACK ON MDC PEOPLES TRANSPORTATION PLAN Sponsored by: City Manager
RESOLUTION NO. 15-9035
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE
CITY MANAGER TO PIGGYBACK ON MIAMI-DADE
COUNTY'S PEOPLE'S TRANSPORTATION PLAN;
PROJECT NAME: ROADWAY RESURFACING CONTRACT,
CONTRACT MCC 7360 PLAN-7360-0/08 QUOTATION
NUMBER 20140055 WITH H & R PAVIING, INC. FOR
CITYWIDE MILLING, PAVING AND SIDEWALK
RESURFACING IN THE AMOUNT NOT TO EXCEED ONE
MILLION DOLLARS ($1,000,000); PROVIDING FOR
INCORPORATION OF RECITALS; PROVIDING FOR AN
EFFECTIVE DATE
WHEREAS, the City of Opa-locka is in urgent need of milling and paving
services for current and anticipated capital improvement projects; and
WHEREAS, it is the public's best interest and will both expedite these
projects and result in cost savings by piggybacking onto existing contracts that have
already been competitively bid and whose services can be readily provided for the
benefit of the City of Opa-locka; and
WHEREAS, H & R Paving competitively bid and is currently under contract
to Miami Dade County for milling and paving projects utilizing Miami-Dade
contract number RFQ 20140055; and
WHEREAS, Other municipalities have successfully piggybacked onto this
same existing county contract with H & R Paving; and
WHEREAS, The City of Opa-locka currently has funding for milling and
paving projects that will benefit from piggybacking onto this contract.
NOW THEREFORE BE IT RESOLVED THAT THE CITY COMMISSION
FOR THE CITY OF OPA LOCKA, FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Resolution No. 15-9035
Section 2. The City Commission hereby directs the City Manager to enter into
a contract with H & R Paving to use their milling and paving services in City
of Opa-Locka projects, consistent with the budget and funding allocation in
place for these projects as approved by the Mayor and City Commission,
using the pricing under H & R's existing County Agreement in an amount not
to exceed one million dollars.
Section 3. This Resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 22nd day of July,2015.
2
yra L. T. or
Mayor
Attest to: Approved as to form and legal sufficiency:
J•. a Flores Vincent T. Brown
Ci y Clerk The Brown Law Group
City Attorney
Moved by: COMMISSIONER KELLEY
Seconded by: COMMISSIONER SANTIAGO
Commissioner Vote: 5-0
Commissioner Kelley: YES
Commissioner Pinder: YES
Commissioner Santiago: YES
Vice Mayor Holmes: YES
Mayor Taylor: YES
2
C
OPP•lO �
K,,,,,____
IV n
OHO RP�E�
City of Opa-Locka
Agenda Cover Memo
Item Type: Resolution Ordinance Other
Commission Meeting X
Date: 7/08/2015
(Enter xin box)
1St Reading 2°a
Fiscal Impact: Ordinance Reading: Reading
(Enter X in box)
Yes No (Enter X in box)
Public Hearing: Yes No Yes No
x
(Enter X in box) x x
N
Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes o X
Ex: (Enter X in box)
Account#47-541630 PTP
RF
Contract/P.O.Required: Yes No RFP/ Q/Bid#:
(Enter X in box)
Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy:
(list the specific objective/strategy this
(Enter X in box) item will address)
x Enhance Organizational C7
Bus.&Economic Dev 1.1 Is required to maintain
Public Safety
Quality of Education roadway functionality
Qual.of Life&City Image in]
Communication
Sponsor Name
City Manager Department: CIP
Short Title:
Citywide Streets Milling,Resurfacing and Sidewalk
Staff Summary:
The purpose of this Request is to piggyback existing county and municipal contracts, for qualified professional
services to achieve the citywide Milling, Resurfacing and Sidewalk Projects in th city of
different Opa-lotka.The project will be e
completed in different phases as different streets will be in co will
coordination with city's current and future State Revolving Fund Projects. T milling and resu
us to r install sidewa ks
pavement surface smooth, and will enhance driving comfort, and safet y it will
throughout the city.
Proposed Action:
recommends piggybacking active bids to access qualified vendors to provide citywide pavement milling,
sidewalk services.
Attachment:
1. Agenda
2. RFP
LOCkd.
04
Pi
2 2
o9;
MEMORANDUM °qe0,-,E
To: Mayor Myra L.Taylor
Vice Mayor Timothy Holmes
Commissioner Jos•ph L. 1.11e,
Commissioner Lui• B. Sa
Commissioner Ter:ice Pin I(
FROM: Kelvin L.Baker,City Mana e
DATE: July 01,2015
RE: Citywide Streets Milling Resurfacing and Sidewalk
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGY
BACK ON MIAMI-DADE COUNTY PEOPLE'S TRANSPORTATION PLAN,
PROJECT NAME: ROADWAY RESURFACING CONTRACT, PROJECT: MCC
7360 PLAN — CICC 7360-0/08 QUATION NO. 20140055 WITH H&R PAVING,INC.
FOR CITYWIDE MILLING,RESURFACING AND SIDEWALK PROJECTS IN THE
CITY OF OPA-LOCKA IN THE AMOUNT NOT TO EXCEED ONE MILLION
DOLLARS ($1,000,000.00) PAYABLE FROM ACCOUNT NO. 47-541630 IN A
CONTRACT FORM ACCEPTABLE BY THE CITY ATTORNEY. THE ITEM IS
BUDGETED.
Description•
The Miami-Dade County PTP hired H&R Paving, Inc.through a competitive bidding process by Request
for Quotations (RFQ) for Milling, Resurfacing and sidewalk Services. The county contract agreement
with H&R Paving, Inc. is$1,055,072.37.
The project will be completed in different phases as different streets will be in construction in different
timeframes to ensure coordination with city's current and future State Revolving Fund Projects. The milling,
resurfacing will make pavement surface smooth, will enhance driving comfort, and safety. Sidewalks will
enhance the pedestrian friendliness of our community.
Account Number: 47-541630 PTP—Improvements Other Than Buildings
Financial Impact: The project will be funded by PTP budget.
Implementation Time Line: As soon as possible.
Legislative History: None
Recommendation(s): Staff recommends piggybacking this contract to provide pavement milling,
resurfacing and sidewalk services.
Analysis: Milling is the process of grinding off the top layer of asphalt or surface of a roadway.
This is usually done in preparation for paving, although there are exceptions where no milling or
only partial milling is needed. Resurfacing is the process of placing an asphalt overlay on a
roadway, whether or not it has been milled. The combination of milling and resurfacing will provide
solution to the existing pavement condition improvement for comfort, safety, slope, and to enhance
roadway functionality. The sidewalk aspect of this project will address cracked, undulating and
missing sidewalks in our community.
ATTACHMENT(S):
1. Piggy Back Information
PREPARED BY: Maqsood Mohammad Nasir,PE,CIP Director/City Engineer
END OF MEMORANDUM
■■
!®#a f}11'11.
" ," to
� MIAMI.DADE
Memorandum CQth41
To: Honorable Chairwoman Rebeca Sosa
and Members, Board of County Commissioners
From: Charles Scurr, Executive Director
�/
Date: November 13. 2014
Re: CITT AGENDA ITEM 513:
RESOLUTION BY THE CITIZENS' INDEPENDENT TRANSPORTATION TRUST
(CITT) RECOMMENDING THE BOARD OF COUNTY COMMISSIONERS (BCC)
APPROVE A CONTRACT AWARD RECOMMENDATION IN THE AMOUNT OF
$1,055,072.37 TO H & R PAVING, INC. FOR THE PEOPLE'S TRANSPORTATION
PLAN PROJECT ENTITLED ROADWAY RESURFACING CONTRACT (PROJECT
MCC 7360 PLAN — CICC 7360-0/08, REQUEST FOR PRICE QUOTATION NO.
20140055) AND AUTHORIZING THE USE OF CHARTER COUNTY
TRANSPORTATION SURTAX FUNDS (PWWM—BCC Legislative File No. 142333)
On November 13, 2014, the CITT voted (9-0) to forward a favorable recommendation to the
Board of County Commissioners (BCC) for the approval of the above referenced item, CITT
Resolution No. 14-080. The vote was as follows:
Paul J. Schwiep, Esq., Chairperson —Aye
Hon. Anna E. Ward, Ph.D., 1st Vice Chairperson —Absent
Glenn J. Downing, CFP®, 2nd Vice Chairperson —Aye
Joseph Curbelo — Absent Peter L. Forrest—Aye
Alfred J. Holzman —Absent Prakash Kumar—Aye
Jonathan Martinez—Aye Alicia Menardy, Esq. —Absent
Miles E. Moss, P.E. —Aye Hon. James A. Reeder—Aye
Marilyn Smith —Aye Hon. Linda Zilber—Aye
cc: Alica Hudak, Deputy Mayor/Director Public Works &Waste Management Department
Bruce Libhaber, Assistant County Attorney
16
' -
vn Ty
�����h�����\��~�ND�k� ~~'
�v�D~~m°=~^u=�"°�����°° ~_~~ a
Date: December 2, 2014
8��)(�)
S Item �o
Agenda No.To: Honorable una/nwon`mnn�
and Members, Board of Cou yl;
From: Carlos A. m|nnanoz
Mayor
Subject: Contract Award Recommendation i;9' the Amount of $1,055,072.37 to H & R
Paving, Inc. for the People's Transportation Plan Project Entitled Roadway
Resurfacing Contract, Located within Commission District 8; and Authorizing the
Transportation Surtax Funds for such
Use of Charter County ronapo oU
purposes
Recommendation
The attached Contract Award Recommendation for the People's T
ranmportabon Plan (PTP)
project entitled Roadway Resurfacing Contract, Located within Commission District 8
(Project MCC 7360 Plan - ( ICC736O-0/OO Request for Price Quotation No. 20140055) in
the amount of $1,055,072.37 to H & R Paving, Inc., was prepared by the Public Works and
Waste Management Department (PVVWM) and is recommended for approval by the Board
of County Commissioners (BCC).
This Contract Award Recommendation is placed for Committee review pursuant to Miami-
Dade County Code Section 29-124(f).4(0�
. Th|$ Contract Award Recommendation may only be
considered by the BCC if the Citizens' Independent Transportation Trust (CITT) has
forwarded a recommendation to th BCC prior to the date scheduled for BCC consideration
Or forty-five (45) days have elapsed since the filing with the Clerk of the Board of this
contract award recommendation. If the CITT has not forwarded recommendation and
forty-five (45) days have not elapsed since
the filing of this award recommendation, I will
request a withdrawal of this item.
Scope
he work to be performed under this Contract includes roadway resurfacing along SW 136
Street, from SW 82 Avenue to Old Cutler Road; and SW 122 Avenue, from SW 104 Street to
SW
120 Gtreet, located within Commissioner Lynda Bell's District 8.
Fiscal Impact/Fundinci Source
The fiscal impact will be approximately $1.055.072.37 and will be funded from the Charter
County Transportation Sales Surtax Bond Sale Proceeds. The base contract amount is
$906,512.80, with the total amount being inclusive of contingency and dedicated allowance
amounts There is no fiscal impact to operations or maintenance.
The proposed improvements qualify under the allowable work categories included in the
pTP Neighborhood Improvements Section. Specific funding for this project will be allocated from Commission District 8 yearly PTP allocation and may be supplemented by other
funding sources when available.
The funding index code for this project is
CPEPTP7DORSF.8811D (FY 2013'14 Adopted Capital Project 8O377OO).
Delegation of Authority
No additional authority is being requested within the body of this Contract.
Honorable Chairwoman Rebeca Sosa
and Members Board` County
Page No. 2
•
TrackRocord8Monitor
H & R Paving is currently performing work for PVVVK at a satisfactory level. The Capital
improvements lnformation System (CIIS) database lists 75 awarded
construction contracts
as follows:
• one (1) from Water and Sewer Department, and
• 74 from PVVVVK8.
The referenced database also lists a total of 156 contractor performance evaluations
(several contracts having two evaluations on file, an interim and a project closeout) with an
overall performance rating of 3.1 (satisfactory performance), out of a possible 4.0 (superior
performance) rating. The Regulatory and Economic Reonuyoeu Department,o�n1. Small
Business Development Division (SBD)
History of Violation's report lists no violations for this
contractor.
According to the Florida Department of State, Division of Corporations, H & R Paving. Inc.,
Company Principals are Raul Gonzalez and Lucrecia Gonzalez and the Company's address
is listed as 1955 NW 110 Avenue, Miami, Florida 33172.
Following pVVVVK8'm standard operating pr0cedurea, after award of this Contract a pre-
construction meeting will be scheduled. The person responsible for all PTP projects in
PV\8A/K8 is Capital Improvements Manager, Mr. Alejandro Martinez-Esteve, RA, LEE[} AP.
Following completion of the award process, the project will be assigned to Mr. Joaquin
Rabassa, FE., Project ject Coordinator, for day-to-day responsibilities.
Background
As part of the PTP Neighborhood Improvements initiative, PV\8/VK8 continues to take
advantage of various contracting nOe,chan|snls such as the Miscellaneous Construction
Contracting process available under the MCC 7360 Program. Through this process, PWWM
forwards a Request for Price Quotation (RPQ), by way of facsimile trgOs[Diss}0n, to a pool of
firms that have registered with the Internal Services Department for the respective trade.
Additionally, PV\VVNi advertises the project in the Daily Business Review and all solicitations
are available on-line through the Miami-Dade County portal under the "Procurement
Solicitations" link. The project's award evaluation is based upon the bid submitted by the
lowest responsive, responsible bidder for the pr 'e(t.
PWWM submitted to SBD its contract measure recommendation for Community Small
Business Enterprise (CSBE) participation for this RPQ. SBD completed its Project Review
and Anai'—is, and established Trade Set-Asides for Traffic Stripes and Markings, and
Concrete Work,
including Americans with Disabilities items as required for compliance with
Implementing Order No. 3-22. A Community Workforce Program Goal was deemed not
applicable |` this RPQ. {}D May 15, 2014, PVVVVK8fonwonded RPQ No. 20140055. utilizing
app �o � . . �
the MCC . 3O[ Plan -C|[}(� 73 '-O/D8Contrgct. to a list of 69 pre-registered firms. A total of
three (3) firms purchased contract documents and all three (3)firms proffered a bid.
On June 18, 2014, Metro Express, Inc. proffered the lowest base bid of $874`875.85;
however, Metro Express failed to submit the Schedule of Intent (SOl) Affidavit committing to
utilize a certified OSBE firm to perform the concrete work.
•
.
�
` ,
Honorable Chairwoman Rebeca Sosa
and KUennbeno. Board of County Commissioners .
Page No. 3
As such, SBD Division found Metro Express not in compliance with Implementing Order No,
3-22 for the GSBE Program. H & R Paving, Inc. proffered the lowest responsive and
responsible base bid of $906.512.80' six (6) percent over the County's cost estimate. The
second lowest bidder, H & J Asphalt, Inc. proffered a base bid of $993,257,30, 16 percent
over the County's cost estimate.
Based on the results of the solicitation, PWWM issued a recommendation for award on July
18, 2014 for RPQ No 20140055 to H & R Paving, Inc., with the stipulation that approval for
this project must be obtained from the CITT and the BCC.
`
The work to be accomplished for this project consists of, but is not limited tn, furnishing all
supervision, labor, required mato[|m|e, equipment, and tools to perform all operations
necessary for roadway resurfacing improvements. The work includes milling of existing
pevement, the widening and resurfacing of intersecting streets, and resurfacing of asphalt
pathways /padeotr|aD` bicycle, etc.) adjacent or not to the edge of the pavement, if
necessary, and excavating of shoulder areas or bVi|d-op. grading and clean-up of
acUaoeDtahou|dare and removal of roots, if required. Additionally work includes pavement
markings including the installation of reflective pavement markers, new oidevva|ks, sidewalk
curb and gutters and pedestrian ramps.
.14
.)21
---
Aline T. 7/5i,ak
Deputy Mayor
/
'WY MEMORANDUM
(Revised)
TO: Honorable Chairwoman Rebeea Sosa DATE: December 2, 2014
and Members,Board of County Commissioners
(
FROM: R. A. Cu as,Jr. `• SUBJECT: Agenda Item No. 8(L) (5)
County Attorney
Please note any items checked.
"3-Day Rule" for committees applicable if raised
6 weeks required between first reading and public hearing
4 weeks notification to municipal officials required prior to public
hearing
Decreases revenues or increases expenditures without balancing budget
Budget required
Statement of fiscal impact required
Ordinance creating a new board requires detailed County Mayor's
report for public hearing
No committee review
Applicable legislation requires more than a majority vote(i.e.,213's
3/5's , unanimous )to approve
Current information regarding funding source, index code and available
balance, and available capacity (if debt is contemplated) required
Approved Mayor Agenda Item No. 8(L)(5)
12-2-14
Veto
Override
RESOLUTION NO.
RESOLUTION APPROVING A CONTRACT AWARD
RECOMMENDATION IN TILE AMOUNT OF $1,055,072 37 TO
H & R PAVING, INC. FOR THE PEOPLE'S
TRANSPORTATION PLAN PROJECT ENTITLED
"ROADWAY RESURFACING CONTRACT (PROJECT MCC
7360 PLAN CICC 7360-0/08, REQU :,ST FOR PRICE
QUOTATION NO. 20140055)" AND AUTHORIZING THE USE
OF CHARTER COUNTY TRANSPORTATION SURTAX
FUNDS FOR SUCH PURPOSES
WHEREAS,this Board desires to accomplish the purposes outlined in the accompanying
memorandum, a copy of which is incorporated herein by reference,
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY
COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board approves the
Contract Award Recommendation in the amount of$1,055,072.37 between H & R Paving, Inc.
and Miami-Dade County for the People's Transportation Plan Project Entitled "Roadway
Resurfacing Contract, located within Commission District 8 (Project MCC 7360 Plan — CICC
7360-0/08, RPQ No. 20140055)" in substantially the form attached hereto and made a part
hereof; and authorizing the use of Charter County Transportation Surtax Funds for such
purposes.
Agenda Item No. 8(L)(5)
Page No, 2
The foregoing resolution was offered by Commissioner
who moved its adoption. The motion was seconded by Commissioner
and upon being put to a vote,the vote was as follows:
Rebeca Sosa, Chairwoman
Bruno A. Barreiro Esteban L. Bovo,Jr.
Daniel la Levine Cava Jose "Pepe" Diaz
Audrey M. Edmonson Sally A.Heyman
Barbara J. Jordan Jean Monestime
Dennis C. Moss Sen. Javier D. Souto
Xavier L. Suarez Juan C. Zapata
The Chairperson thereupon declared the resolution duly passed and adopted this 2nd day
of December, 2014. This resolution shall become effective ten (10) days after the date of its
adoption unless vetoed by the Mayor, and if vetoed, shall become effective only upon an
override by this Board.
MIAMI-DADE COUNTY, FLORIDA
BY ITS BOARD OF
COUNTY COMMISSIONERS
HARVEY RUVIN,CLERK
By:
Deputy Clerk
I I\
Approved by County Attorney as
to form and legal sufficiency. L. /-
Hugo Benitez
i
FY 2013 . 14 Adopted Budget and Multi-Year Capital Plan
PEOPLE'S TRANSPORTATION PLAN NEIGHBORHOOD IMPROVEMENTS PROJECT#: 6037700 '
DESCRIPTION:. Construct Improvements Including resuifedng,guardrail,sidewalk,traffic signals,drainage,intersections,neSghborlrood Improvements,
light emitting diode street lights,and project adminlslraUon
LOCATION: Various Sites District Located; Countywide
Throughout Miami-Dade County Dlstdct(s)Served: Countywide
REVENUE SCHEDULE: PRIOR 2013-14 2014.15 2015.16 2016.17 2017.18 2018-19 FUTURE TOTAL
People's Transportation Plan Bond 65,964 9,100 9,328 7,033 0 0 0 0 91,425
Program
TOTAL REVENUES: 65,964 9,100 9,326 7,033 0 0 0 0 91,425
EXPENDITURE SCHEDULE: PRIOR 2013-14 2014-15 2015.16 2016-17 2017.18 2018-19 FUTURE TOTAL
Construction 65,964 9,100 9,328 7,033 0 0 0 0 91,425
TOTAL EXPENDITURES: 65,964 9,100 9,328 7,033 0 0 0 0 91,42.5
DEBT SERVICE•NW 97 AVENUE BRIDGE PROJECT#: 6038251 V
DESCRIPTION: Provide funding for annual debt service payments;financing proceeds wore used to construct NW 97 Ave Bridge crossing SR 838
LOCATION: NW 97 Ave over SR 836 Dktrid Located: 10,12
Unincorporated Maml-Dade County Dislricl(s)Served: 10,12
REVENUE SCHEDULE: PRIOR 2013.14 2014.15 2015-16 2016.17 2017.18 2018-19 FUTURE TOTAL
Road Impact Fees 1,433 6,120 C 0 0 0 0 0 7,553
TOTAL REVENUES: 1,433 6,120 0 0 0 0 0 0 7,553
EXPENDITURE SCHEDULE; PRIOR 2013.14 2014-15 2015.16 2016.17 2017-18 2018-19 FUTURE TOTAL
Debt Service 1,433 6,120 0 0 0 0 0 0 7,553
TOTAL EXPENDITURES: 1,433 6,120 0 0 0 0 0 0 7,553
BRIDGE REPAIR AND PAINTING ; PROJECT#: 6050231 V
DESCRIPTION: Repair end paint County maintained bridges
LOCATION: Various Sales District Located: Countywide
Throughout Miaml-Dade County DIslrict(s)Served: Countywide
REVENUE SCHEDULE: PRIOR 2013.14 2014-15 201516 2010.17 2017-18 2018.19 FUTURE TOTAL
Secondary Gas Tax 500 500 500 500 500 500 0 0 3,000
TOTAL REVENUES: 500 500 5000500 500 500 0 0 3900
EXPENDITURE SCHEDULE: PRIOR 2013-14 2014-15 2015.16 2016.17 2017.16 2018-19 FUTURE TOTAL
Construction 500 500 500 600 500 500 0 0 3,000
TOTAL EXPENDITURES: 600 500 500 500 500 500 0 0 3,000
102
~ `
PubHr Works an Waste Management
ozNw •Street Suite 1410
MIA M 7o
���j[� [i.�-�'( U'.� � //� |��'\��� Tao mum�H»d��1z»�»7z
K8� U2 + ��n�m��
�U/:i JUL /8 8N/|/ 75 miamidvuru»"
I) '
t
July� 18, 2014
CERTIFIED MAIL No.
7012 3050 0001 9212 5994
FACSIMILE;TELEPHONE N
(305) 592-6079; (305) 261-3005
Mr. Rout Gonzalez
H & R Paving, Inc.
i956NVV11OAvenue
Miami, Florida 33172
Re: Recommendation for Award
Request for Price Quotation (RPQ) No. 20140055 (MCC 7360 Plan)
Peoples Transportation Plan Roadway Resurfacing Contract
Dear Mr. Gonzalez:
This letter will serve as your notification that you have been recommended for award for the
above referenced RPQ based on your Price Quotation submitted on VVednosdey. June 18,
2014. The total RPQ amount(a for one million fikv-�Vethousand seventy-two doUarsand thidy-
mavon cents ($1.855.072.37). This includes a'hoae contract amount of nine hundred six
thousand five hundred twelve dollars and eighty cents (�QO8`512,8O) contingency mount of
ninety thousand six hundred fifty-one dollars and �b^en\y-e|ght cents ($90,051.28). and
dedicated allowances totaling fifty-seven thousand nine hundred eight dollars and twenty-nine
cents ($57,908,29). The onOhac(dorodonisa,�abUahedaa4S8'ou|endordays. However, the
recommendation 'f award ia contingent upon the submission of the required items listed below:
1. Performance and Payment Bond as required in Contract No, MCC 7360 P\on, Section
2.0 Special CondNonn, Page 16, Artio|e 2.11` PERFORMANCE AND PAYMENT
BOND. (The original attached documents must be used ar*i three (3) sets must be
provided),
2. Letter from Bonding Agent granting Miami-Dade County aUthorization to date the
Performance Bond.
3. CopIes of ourrert insurance certificates.
4. Copies of required license(s),
The preceding documents are required as outlined within Contract MCC 7380 Plan and to be
submitted w/|thin 10 business doyo. Failure to submit the document(s) within the specified hma,
or any extension granted,will result in the award being rescinded.
Page 2
Recommendation for Award
RPQ No. 201400S5
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 ponnK(w). 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).
This letter will also serve as a reminder that all work must be performed according to the
of work and contract's terms and condihone, all permits and inspections and in accordance with
all applicable Federal, State and local laws, codes and regulations.
Additionally, please be advised that your firm must have the resource to ensure work proceeds
without delay once the "Notice to Proceed" is issued, Lack of uquipmont, personnel or additional
contracts with similar completion xchedWien, will not be reason for delay.
Fudhor, since proceeds from the Charter County Transportation System Sales Surtax levied
pursuant to Section 29.121 of the Code of /Niam|-Dade County may be used to pay for all or
some part of the cost of this contrao , no award of this contract shall be effective and thereby
give rise to a contractual relationship with the County unless and until the Citizens' Independent
Transportation Trust (C|TT> and the County Commission have approved the award of the
contract, and such award �becomes final (either by expiration of 10 days after such award
without veto by the K4uyor, or by Commission override of a veto).
Should you have any questions please contact meat (3O5) 375-2S38.
Sincerely,
Alejandro yWartInez'Eoteva. RA, LEED AP 11 '~
Manager, PVVVVh1 Capital Improvements
AM/|o
c: Antonio Cotona|o, P.E. P\NVVM
Baam4mMouboyed. PVVVV/N
Rene Idarraga, P.E.. PVVVVM
Duane Kopp, FE,, PVVWM
Alvaro Castro, PVVVVk8
Alfredo Munoz, P.E., PVVVVM
Alicia Arce, PVVVVKA
Marcia Martin, ISD
Ultimo De O|iv*ino, ISD
Traci Adams-Parish, SBD
Clerk of the Board
Project File
C�
|
Public Works and Waste Management
111ww1".Street Suite 1410
MKAM WADE Miami,Florida 33128-1970
raos-37s-2u»o paosa7s-zys1
miomWoue^gov
July 18, 2014
CERTIFIED MAIL No.
70123050 000182120021
•
FACSIMILE;TELEPHONE No
(305) 885-1327; (305)885-1330
Mr. D$UoA. T[anobmraa
Metro Express, Inc.
9442 NW 109 Street
Medley, Florida 33178
Re' Recommendation for Award
Request for Price Quotation (RPQ) No. 20140055 (MCC 7360 Plan)
Peoples Transportation Plan Roadway Resurfacing Contract
Dear Mr. Trasobares:
This letter will servo as a notification that your firm's bid for the referenced Project wao found
Non-Compliant with the requirements of Implementing Order No, 3-22 for the Community Small
Business Program.Entor� e (CSBE) Program. Therefore, In accordance with Sections 2'8.3 and 2-8.4
of the Code of Miami-Dade Cou0ty, relating to bid protett, you are hereby notified that Miami-
Dade County has executed the tentative award of this contract to the lowest responsive and
responsible bidder:
H & R Paving, Inc.
1955 NW 110 Avenue
Miami, Florida 33172
This award will become final three (3)working days from the date of this notoe, or the filing date
of the tentative award with the Clerk of the Board, whichever is the latest date, The successful
bidder will receive notice of final bid award,
•
Should you have additional questions, please contact P1em*/3U5\ 375-2Q3O.
We want to thank you for your interes and bid on this p 'aof.
Sincerely,
Alejandro Mertinez'Eeb*vo, RA, LEED 41~� `-
Manager, PWVVM Capital Improvements
AIVI:|o
o: Clerk of the Board
|0
Public Works and Waste Management
4 t 111 NW 1"*Street Suite 1410
MIAM I.DADE Miami,Florida 33128-1970
T 305-375-2930 F 305-375-2931
00 1 1,1V -z4.'
miamidade.gov
July 18, 2014
CERTIFIED MAIL No
7012 3050 0001 9212 6007
FACSIMILE; TELEPHONE No.
(305) 634-3313; (305) 634-3342
Mr. Humberto Lorenzo
H & J Asphalt, Inc.
4310 NW 35 Avenue
Miami, Florida 33142
Re: Recommendation for Award
Request for Price Quotation (RPQ) No. 20140055 (MCC 7360 Plan)
People's Transportation Plan Roadway Resurfacing Contract
Dear Mr. Lorenzo:
In accordance with Sections 2-8.3 and 2-8.4 of the Code of Miami-Dade County, relating to bid
protest, you are hereby notified that Miami-Dade County has executed the tentative award of this
contract to the lowest responsive bidder.
H & R Paving, Inc.
1955 NW 110 Avenue
Miami, Florida 33172
This award will become final three (3) working days from the date of this notice, or the filing date
of the tentative award with the Clerk of the Board, whichever is the latest date. The successful
bidder will receive notice of final bid award.
Should you have additional questions, please contact me at (305)375-2930.
We want to thank you for your interest and bid on this project.
Sincerely,
Alejandro Martinez-Esteve, RA, LEEIT4V' ---
Manager, PWWM Capital Improvements nr
AM'ic
Clerk of the Board
.... . ._ _. .__. ..
M iam i-Dade County Public Works and Waste Management De partm ent
Contract Prices
Project Title:People's Transportation Plan Roadway Resurfacing Contract Project No: 20140055
Contractor:H&R PAVING,INC. Bid Date: 06/18/2014
Ii Estimated I
, Estimated I .
item Number - Description I Unit Quantity unit Price Total
__.... ....._r_
1WS-R Saw cut and remove an average of two(2)inches of temporary cold asphalt patch Cc S.P, 5,948.0 $4.00 $23,792,01
trench in order to expose and evaluate the condition of the base. If base is found
: suitable,clean loose material arid replace the amount of cold patch removed with hot typ
' S asphaltic concrete up_to the level of the surrounding surface,
2WSR 7 Saw cut and remove an average of two (2)inches of existing temporary cold asphalt S.F. 481.0 $5.00 $2,405.0e
patch on trench In order to expose end evuiuule the condition of the base. If base Is I 1
i found unsuitable by the Engineer, remove base material and replace with a minimum of I
eight(8)Inches of compacted Ilmerock or six (6)inches of hot S asphaltic concrete. In
] '
I either case,replace the cold patch removed w ith hot type S asphaltic concrete up to the
1 level of the surrounding surface.
5WS1-A "I gght Differential for Milling RN. 6,0, $1.0 $6.1
I
- ---i---
RVS1-A Night Di(f erential for Resurf acing
I 6.0,
$1.00
101-327A 'MOBILIZATION FOR MdLLING, (TO be paid once,per each Section of a Township and I PER/SCT 8.0, $1.0 i $8.1DE
fReji_e_e) Maybe deleted if no milling in Section. 1 j
102-74-2 I BARRICADES(Temporary,Type ill,6') -.1,"EA/DAY " 12,0 $10.0' 8120.001
I
-
102-76 Fl ASHING ARROW BOARD(Temporary,Multlmode) EA/DAY 14.0 $100.001 $1,400.00
. i
102-8A . RE-GRADE EXISTING SWALE(Without sod)(When required by the Engineer.) S.Y. 66.0
- , $2.00
I
i
102-09 V ARABLE ME3SAGE SIGN(Temporary) EA/15AY 51.0, $25.001, $1,275.00
i 1
_ . .
102-60A WORK ZONF.SiGNS EA/DAY 184,0 $1.00 $184.00
110-4 REMOVAL OE IXISTING PAVEMENT S.Y. , 13.0, - OL--- -1
61.0- $13.01
110-4-1-1 REMOVAL AND DISPOSAL OF EXISTING CURB AND -GUTTER L.F. 862.0 $10.0d
--
110-4-2A REMOVAL OF ID<LS11NG CONCRETE SIDEWALK ( up to 8" thick, Including base S,Y, 496.01, $20.00! $9.920.0C1
preparation)
- - , ....
120-1 REGULAR EXCAVATION c.v. 672-Ji $2.4 $1,344. il
120-2-3 Evt3At4KMENT FOR ROAD BUILD-"UP(Borrow material f tom C,ontractor's own source) CY. , 5604 $2.0E1 $1,120.0'
_... ........ _ -1
120-2-4 EMBANKMENT MATERIAL FOR SHOULD - Borrow material, from contractor's ow n ay. 112.0 $10.aol $1,120.0
source,see Special Provisions for description of material _
160-4 I TY PE"B"STABILIZATION(12''Thick)(Min.C.B.R.30) S.Y.
I
-
200-2 BASE PREPARATION FOR NEW SIDEWALK CONSTRUCTION (Where needed at the ---S7Y7-1 8199791 $$'25.,6094 : $1;799945.010
discretion of the Engineer) i
1
. ___ . . 1 ,
210-1-2 IMBROCK BASE(8"double course)(Primed) S.Y1. 896.0 $18.00 1 $16,128,00
327-70 MLLING EXISTING PAVEMENT1(1")(R-ayment for greater cuts will be paid proportionally)) S.Y. . 61,3644 $2,251 $135,069.00,
334-2-13-1 Hot Mix Asphalt,Traffic C,SP-9.5 -1.279.d $105.034,295.001
_
337-8-42 Hot Mix Asphalt Friction Course,Traffic C,FC.-9.5,PG 76-22 TON . 2,984.0 $110.00 $328,240.19
425-4(2) ADJUSTING INLETS EA. 4.0 $350.00; $1,400.00
r , '
425-5 ADJUST MANHOLE (11iis Item Is contingent upon field conditions and rniy be Increased,, EA. 25.0 $300.5d, $7,500.0d
I I I
decreased or eliminated by the Engtneer)_
425-6 ADJUST ID<ISTING VALVE BOXES (MIAMI-DADE COUNTY ONLY) (This -i-tem Is EA. 40. , 250 $10,00070-Ci
d ' ..$ --zbi-
. 1
contingent upon(laid conditions and may be increased, decreased or eliminated by the I I
Eil 'neer ._
425-721E REMOVAL AND DISPOSAL of existing damaged frarnes and'Pcek up new fram-i-is at Miami EA. 2,0 $500.00. $1,000.00'
Dade Water and Sewer,including adjustment and hstallation of Manholes. . 1
425-721F " REMOVAL AND DISPOSAL of existing damaged frames and pick up new frames at Miami F.A.- 2,0*, $506.00 S1x:16.00
,__ Dade Water and Sew or,including adjustment and Installation of Water Valves, ,71---
- -,-,
-
-4-.5"-9446 RECONSTRUCT MANHOLE EA. 2.0 $500.00 $1.000.00
.--- -I
520-2A CONCRETE CURB AND/OR GUTTER(Any type,Including base preparation) L.F. 1,632.07 $20.00 $32,64O.00
522-1(1) CONCRETE SIDE).NA LK [4"TCK,3,000 P.S.I. CONCRETE AT 28 DAYS(Includes the S.Y. 860.0 $40.00 $34,400.00
; 1
-'-'
CSCCRP,PROJECT_IT EM_PRICES
07/18/2014 12:58 Kot f Page 1 of 3
Miami-Dade County Public Works and Waste Management Department
Contract Prices
Project Title;People's Transportation Ran Roadway Resurfacing Contract Project No: 20140055
ContrectorH&R PAVING,INC. Bid Date: 06/18/2014
. .
Estimated i Estimated
Item Num be r . Description
I Unit Quantity Unit Price Total
cot of pedestrian ramps and sidewalk curbs)
522-2 CONCRETE SIDEWALK(6"Thick 3000 P.S.I, concrete at 28 days)(Including pedestrian S.Y. 149.0, $50.01 $7,450.00
ramps and sidewalk curbs) . I
_4
_
527-2 - DETECTABLE WARNING ON WALKING SURFACE S.F. 760.0, $30.00 $22,800,06
.1.. ,
575-1-1 -SODDING-(Pensacola Bahia or match existing)(includes watering)
SY, 13./ $10.00 $130.00
635-1-11 i PULL BOX,METER TYPE(Polymer) AS.- ' 3:0' $500.00 $1,500.0
..
1-700-40-01 ROADSIDE-SIGNS((SINGLE POST)(LESS THAN 12 S.F.)) --- AS. 3. $300.00- -$900.0
170046-22 RESET EXISTNG POST AND SIGN 4. $240.00, $960.-
. . .
705.71-361 36"TUBULAR DILINEATOR EA. 13.• $72,0 $936.0 1
706-1-12 I-1 REFLECTIVE PAVEMENT MARKERS (class B, no or bi-directional,all colors)
I PAINTED PAVEMENT MARKINGS(Standard,White,sofid,6") EA. 1,024,
, 11 $4.2
710-11-121 LE. 3413
$6,820.80
$0.30 $10,239.901
_ . I
710-11-122 PAIN TL-1)PA V ENIENT 1444RKINGS,STANDARD,WHITE,SOLID,8" L.F. 313. $0.4 $131.4
710-11-123 , PANTED PA V EMENT MA RK1NGS,STA NDA RD,W1-IiTE,SOLID,12 L.F. 4,057.0, $0.7 $2,921.04
I I
I 710-11-124 PAINTED PAVEMENT MARKINGS(Standard,White,sow,18")
L.F. 572,0
$1.4 $617,78,
710-11-125 PAINTED PAVEMENT MARKINGS(Standard,VVhite,saki,24") L.F. 1,387j, $1.1 $1,830.81!
_
710-11-141 PA INTCD PAVEMENT MARKINGS(Standard)(White)(814))(6") L.F. 2,692.0 $0 3 $807.60
- ---I
710-11-160 PAINTED PAVEMENT MARKINGS(Standard)(White)(Message) EA. 17.0 $42.001 $714.00.
.... .. .-_ I 1
-I
710-11-170 PAINTED PAVEMENT MARKING(Standard)(White)(Arrow s) EA 34.0 $30.00 $1,020.00
710-11-221 PAINTED PAVEMENT MARKINGS(Standard,Yellow,solid,6'') L.F. 16,6B3. $0.30 $5,004
L -
I 710-11-224 PAINTED PAVEMENT MA RKINGS,STANDA RD,Y ELLOW,SOLID,18 L.F. 2,880.0, $1.08 $2,246.4
t
I 710-11-241 , PAINIED PAVEMENT MARKINGS(Standard)(Yellow)(Skip)(6") •
L.F. 2,077.0 $0,30 $623711
710-26-41A I SOLID TRAFFIC STRIPE,PAINT-(4"w hite,or yellow) L.F. 5,030.0 $0.24, $1,707.2•
711-2 - SKIP TRAFFIC STRIPE((3'STRIPE 10'SPACE)(WHITE THERMOPLASTIC)(6"WIDE) ' L.F. 51.5 $0.84 $42.84
711-5
GUIDELINES((6"DOTTED)(2•-4'VVhite)(The-rmoPlastic))
711-11-121 THERMOFLASTIC(White)(Solid)(6")
711-11-122 THERMOPLASTIC(VVhito)(SoNd)(8")
711-11-123 THERMOPLASTIC(While)(Solld)(12")
___._ L.F.
. . ...„,
L.F.
. ,
L.F: , 63.0
34,133. 1
313,•,
1
4,057.01 $0.9 $60.48
$0.9. $32,767.68
. I
$1.81 $563.40,
$2.44 $9,736.80
,
711-11-124 THERMOPLASTIC(White)(Solid)(18 .") L.F. 572.0 $3.06, '-$1,716.6-ci
711-11-125 THERMOPLASTIC(White)(Solid)(24')
L L.F7
1,386.01
i
i i
$4.20 $5,821.20
711-11-141 THERMOPLASTIC(White)(Skip)(6") L.F. 2,696.0 $0.9" $2,568.1"
ei
r 711-11-160 , 1HERMOPLASTIC(White)(Message) EA. 17.0 $114.0 $1,938.00
711-11-170 1 litERMOPLASTIC(White)(Arrows)s) EA 35,0 $54.00, $1,890.0d1
I I I
"
711-11-221 ! THERMORASTIC'(Yeliwe)(Solid)(6') L.F. 1,682. $0.9 $1,614.72
. .
711-11-224 THERMOPLASTIC(Y°how)(Solid)(10") . I L.F. 2,080. $370 $6,246.00i
_
711-11-241 I ERMOPL
THASTIC(Y'ellow)(Skip)( L
) K 2,078. $ 9 $1,994.881
711-14-160 Thermoplastic,Preforrnod,White,Message t EA. 20.tk $288.00 5,760.00!
- -
CSCCRP..PROJECT JTEM_PRCES
07/18/2014 12:58 PM
A....3 Page 2 of 3
Miami-Dade County Public Works and Waste Management Department
Contract Prices
Project Title:People's Transportation an Roadw oy Resurfacing Contract Project No: 20140055
Contractor:hi&Ft PAVING,INC. Bid Date: 06/18/2014
Estimated Estimated ,
Item Number Description ( Quantity
Unit Unit Price Total
711-2A SKP TRAFFIC STRPE,THERMOPLASTIC(4"WHITFYYELLOW,6'-10'SKP) : L.F. 13.* $0.8. $10.9
. ._
711-33-34 I SKP TRAFFIC STRPE-1(4"Whife-/Yellow)(10'Strip°,30'Sklp)(Therrnoplastic,leari(roe)) i L.F. 3,023.r $0,84 $2,539.32,
711-35-41 SOI ID TRAFFIC STRPE 4(4"WHIFE)(ThermoplasticA 1 L.F. , 1646.0 $0.84 $1,382,64
711-36-41 — SOLID TRAFFIC STRIPE[(4“Yellow)(TFIMMOPLASTIC) (Lead:free)] ----ILT 349.0 $0.84 $293.16;
..___.F. —4 i
711-72 : REMOVAL OF E)<1511NG PAVEMENT MARKINGS(Thermoplasti 1. 6&Paint) 194.0 $2.40 $465.60
i
' _ I
■
; .
ALLOWANCE ACCOUNTS ,
I (used as approved by the engineer pursuant to the requirements of the Contract Documents
I 999 F CONTINGENCY FUND(10%OF SUBTOTAL AMOUNT) 1 Is. ' 1,d,—$90,051.28 $90,651.281
H
1 102-10A OFF-DUTY LAW ENFORCEMENT OFFICER 1.0 $25,000.00 $25,000.00
1P
102-
{ MA INTENANCE OF TRAFFIC (Including traff ic cones,temporary signs,flag on etc.)
L.S. 1 d. 130.25
300-1-999 BITUMINOUS MATIMAL ADJUSTMENT
I..S.
1 $181 $18130.2
1.0, $14,000.40,i-.-i 1 4--,060,00
990 ALLOWANCE-PERMITS L.S.
1 . ,
1.0 $7/8.04---1778 64,
I 1 i
CSCCRP PROJECT ITEM,PRICM
07/18/2014 12:58 F1\4
is q Page 3 of 3
Memorandum�"�0��°"=^^°==""�m=~"�� °°~`'' wm���
Dmte' July 2U14
Date:
To: AUoiaAnce. E.I.
Engineer 2, F»Vy@VM
From: H ��dD��� Director
_
Internal Services' Gary Hartfield, Department if
Small Business Development
Subject: CSBE Compliance hnpdceOuptation (RpQ)No. 20140055
`PIP' Roadway Resurfacing Contract
The Small Business Development (SBD) Division has completed its review of the subject project for
compliance with the Community Small Business Enterprise (CSBE) Program for Construction Services. The
contract measure established for this project is a CSBE Trade Set-Asides in the following trade areas:
Trade Set-Aside#1 -Traffic Stripes&Markings:Painted and/or Thermoplastic
Trade Set-Aside#2 Concrete: Sidewalk and/or Curb and Gutter
The Contracts&Specifications Section of the Public Works and Waste Management Department(PWNMD)
has submitted bid documents from H&R Paving, Inc. (#1),and Metro Express, Inc, (#2)for compliance
review. Following is the pre-award compkance status and summary.
STATUS:
1. H&RPavng. |m� � Compliant
Paving,
2. Metro Express, Inc. Non-Compliant
SUMMARY:
H & Rpmving]no (#1), subn)�ed8O| A�dmv�ecomnn�h�|houd|�el�nadnu Striping Technologies, Inc.
a certified CSBE- "
firm, to perform traffic strIpes and markings, painted and/or thermoplas
�in*mrk; and Qual
ity
Paving, Corp., a certifie CSBE firm to perform concrete: sidewalk and/or curb and gutter work. Each
subcontractor its respective ~ nen���h#�e\n='' mdonUated' H& R Paving, Inc.is
in compliance with the Implementin Order for the CS EP mQremforthepurohaseoyOonnhoctkxn8emioes
submitted a Schedule wf |n��nt (G0) Affidavit committing to utilize Road Runner
Metro Express, Inc.Striping`g Technologies, '~'' m certified C8BE firm,hz perform striping work, Metro Express, Inc.failed to submit
a SOI Affidavit committing to utilize a certified CSBE firm to perferm perform the concrete scope of work SBD notified
Metro Express, Inc. in writing thadno biddnounentsm"` ' "=° did not comply with the CSBE measures
applied to the contract,The firm did not request a meeting to provide additional documentation and darificatiOn
to assIst In the compliance review. As such, Metro Express, Inc. is not |n compliance with the Implementing
Order for the CSBE Program.
A review of the History of Violations Report as of July 7, 2014 reveals that Metro Express, Inc. has an open
violation,which is being resolved on a current contract. Please note that SBD staff reviewed and addressed
\
Alicia Arce,Et
July 10,2014
Prefect No 20140055
Page 2
compliance with the CSBE program. The Contracts &Specifications Section of the PWWMD is responsible
for any other Issues that may exist.
Should you have any questions or need any additional information, please do not hesitate to call Cora lee
Taylor at(305)375-3115.
c: Alicia Arco, PWWM
Bassam Moubayed,PWWM
Frank Airs, PWWM
Lisset Cabrera, PWWM
Traci Adams-Parish, SBD
File
(0
1 1
■
!
t.- .--
'1 Cs1
N CD
6- !
to ni ■
Ln in
0 ....
boj v- 1-:
`.." tO tf>
0
1.
.4 1
tO ,— ■
10 CD
4.4
,, !t--
I Z n
CO 1 0 c ,..... c) i oi
• Hi) 0 >. Igo,
173. itt. to - to is, , ! 0
C) 1 A.. a 0 0 1
C o 2
a
1 0)
C.) , 0
• i C4
cts
c
ITS 1 có ri 0
+4 2 CO L1
2 Cl)
CU 0 0
0 0
'.74 CI I
rt, tr)
C = N
CO •° ‘"-*
(15
(A 1,... •Zr
1* 14%. 64. ■
0 "V°1 0 .V t4 Vi.
1"; ° 2
*T E -r-)
1
.0 ........e.
to
0..• .") 0, a..
(n
*C
C =
= to
(2
0 : .
o r,
co
0,.)
..
Cl i tz
., c
E .g
iv
(13 r.
o
.... a
* 0
IC
.43
1— ..o
-o
1.11 z
c..1
ik I-1
F.
'P,:,i
E F:1 (n,
Iv I(...9 -....it
rp-
to > E
co,-
to < (t) t
C Lx..
I ifl c)
. ---
1---.
1
, .
, .
14.0 -1
C kr) •-
lt, 0
(2) 0 .,
0 cc
E st (>1.,...
._ „..
.
N 0 *C' • C.', 0 0 c 00 0. 0. 0 0
in 6 cc; a5 c■ ,a N tr, 't ei
C') 0 r, 1,-
g r)- N wr •■••• t
,- .4: .- , '
z o
c) 15
2 >..,...,
(.0'
4-,
C 0 12
O to (3
E .
0 0 0 o 0 . 0) 0 CC o 0
a) q q 0 0 0 q 0. C
q q q
N V) (0 co ta la co N V) .(I. 0
0. to ....., en 0 F:i :2 C:i
rti o a ei N
C o ? N
2 . c „„
(3 co
0
(I) C 0,. 0 0 0 0 0 0 o 0 0 o 0
CNI• 0 d uJ q
g > 0,
0 ,1- e••• Ir. 0 0 N isi — "-
co in 2 ° •A
1...
T".. I ..-
0 0 0 0 0 0 q 0 q 0
0 ••"" C•1 0 Z4 .6 0:, , ai ui co
, •-• 0 4) ''.-
. Ct3 „ 5 ,2 IY• -„, A
Lei _
03 - .0
-0
ca
.—
...
.41 .... -
II ) 6 t >.- >- >, >-
< .
8 )g Lt: 0. 2 g) < < >:
Q Q (6
(iJ
D c r i u 3 o: o L: 6 6 6 6
c .f.-.,
= w
.0 — ,.. , .....,
:St c 0
(....)
0 )- .5., LI!
w -.E- g
-b ,..... g
l'k
al m 4) = > -0 -45 g., a
l
in c2 "' -g,v w m I; .5.! e ° x .Pt c 5 -0 0 CL 'e' CD (to' . 03 0 1:'..' •-.- W. t --i-
o 't. c
i c
t c ,,v4 '''''' > 4) ›Q't1 El T.; -0 -.. P < .z <
n..
E R
.„5 .1 T. a< 6
0 ,-5 ,
2
— X 6 0 (,-,,i) U-
0 .0 .4 ,..., 0
C ,t, E,S ,Goou' v .r, r 0 To ,c. -t3 2,1 o ,T) 5 co -i E 4 w
g g .411 e') 5 't ,, 8 2) 5 . g -1', 0 1 2' . fg 4„.:..4, 4-> ., dj ° ? l''0 g 0 -j
F-. C3 ..... ' c . 0 .s4 -0 ..-, '6' 0 0 ...., ••••, ,',Z• 6 k; ...... • A .0.„- ,..., co
.v) .2. a .,2 ..,„. — .... c . ..„,„ . , !...„..) .. . 0 _ cl, bi, 0. 0 c 1,2 04 a c ,.,. y > 0
L-16 „is v) ,t. o ., w p F-I
0. ,‘,), •■•• .c c 2 ;2 p f‘, '... 7). -c = §) 0 ,c CA E-■
al :1.: ( ..'4 , , -.. .13). in E> 2 v) cn *-?_ --> R
'..•; Ea,
CTI 1.-
E
z to H vr
..., <
))5 .5 )' < ra>
(..) . N
w 2 ce. x ,.... ,.... (0 ,.. 1
c, C,13 r•4 rti c.t, 0
0.
,..0
0
i..
. .
. ,
i .
(1.) „, ,,
0 0 0 0 cD 0 0 0 CD 0 0 0 0
t N CD ..., CI! CD
CD 0 ° ° ° 0. R R. ° 00 00
8.
at ii ii N N 3 CZ 0 ,t ,r,
0) 01 CO 0 0 C) 0 0 0
7.
z m
• 0 e < to 0
O 0
4, C WS
H
17
.0.
Ci ...., 4)
o ca. >,11
4-0 tz o t.f) ..5
ED co 8
EO 0 0 C.■ CD 0 0 0 CD 0 0 CD 0
w q q ct 0 CD c CI 00 q 0 ° q CS
CD 0 01. c!, o 4 to 06 o) Lo 0 0 co 0
to.: N C4 A CI CI CU CT) C4 co 0 .4. cD 0
tn ..... I-.. ,t7) 0- CD N N ‘1... 0, 0.° .
q q
CO 0 ,.- 03 ai 4 co" .- N. 0
C 0 g
— ,, c., C4
1-, r- CI r-
(1)
4.0
co c 12., c, 0 ,0 c, C) 0 0 0 U) C) 0 C) 0 0
CVI o >j , q q q ° CI
N N 0 CI °
N 0 CD CI o
CD CD CD
0 C.4 iri 0 0 6 0.
vz, cr) _ a r.. 0 CD C)
r- C4 '
03 th i cs2 .C7) 19)
1::; .0. r)
• = C4 >
CO ce Lt-> M 8
...4 1 ''('" I
o 0 0, 0 0 0 0 0. R 0 0 0. 0 R?
O *."'" 04 17) 't7i oi t0
cr) 0) N 0 NI
N. 0 'e- N. cr)
C) C) C) 1 N. ZI,' 'I* c`.(1)
CO ... 2 t F ,-. CO 4 co t0 0- t0 0^ 0 PI C) 0)
co ,0 --
o - < z,
Lo
— ,e g
..--' 0 a •
›N
= = 0
. . ,
8 4 Ar ti.: >.:. >-, >. >-' ›. >. >-: >-: 6 6 6
0 0 0 d to 0) u5 ui t- t-
C .5_
0
= 0
't 3 a
1 "E' - 14- 'E.• mi 0
O 0 E ? 5,2 (5 ,o, 0 4 ,0 Q,
i
R a,
..
.. t E6 .. e
O a , ti n a
9,:..,1 "ii..., - in -....- > a) k. k .1 ,y, . -,..-- .,,,,
- $ § ? ›.
0.) .
m 4 .1.; ot ."2 8 g. '8 t---- 8 .t -4 1) --'! '. S t.' fp''' so T, 1)
."0 3 6 ,53 1 th .9, (T) - '5 F w .1' 1.2 %..-- 0 “-: 1- ° -5. ,5 @•E 2 i
os -0
c :§-- - - "g = 0-' 'c6 e 10 J, >t g . .
rc• c ov, . e , ,„
ca e Lt. 0 ....
N Lk/ 2 0 Q.CL E.; 2, .„, 5 t
m P.
E kc 6-1I 8
2
al .5 z . -,,. g z Ats„ •-.tq, m Li j y2 VI > M Itt
‹ r .gPs, :-ii 6 o ,._ ?11,
>,..,( 2 ,5 § -7.„- 2 -, U1 .7.1 OILS 2. .`" 0
. 0 X 6 15 :2
It 2 di 41;>, fp '"> Z6 2 0
E-'
.,.,-,, 1 E. 1-5) ? w c4 1,u) (“,. (j __.) ._
0
.
E,
g g 5', 15 t g 8 4g _.7 !I 1 1R
0
2
D isi
E n I,
I-4 0'
01"*.
'Cif C4 I°
.". 1 i'l• c.,
.! 2 i 4 - c:, c?, ,t• cl, - r- (-4 0? i'" ir6 4? 6`,2
4 1.-. to ()) Lo u iz
a /1) /- r- CV CV CV 0 0 sCV CC*1 ',',3 2 4 4 " tl'''
AZ es Y.^ Is. vs ,s Is r4 ..Z
, -
I q
4-I vt
E .d. ,...
cs tii` a a 8 8 8 a a a .0 0 a 0 0 0 CO .4'
N 0 0 q 0 q q c q a a Cr? .tt a
1... '0. d 0 a 6 a 6
..4. a to 8 8 8 8 8 gi 2 2 r, z:i ■
6 N
0.) 0
C3 E, S. v) a)
>.-,
.4.4 IC 0 a) A
a
C
0 (...
E a a a a 0 0 8, 8 2. 8 8 8 2 2 8
a) . 9 9 9 9 9
a a
in - a a 8 c> a a 8 8 a a (8 cc.31 ,T, .7) C:i
•)--. 0. 9. ',,.. cc. ,.... in a) a) a) CO N v- 0
r (Li o cu
C 0 i
g -
N p,..A
14 —
cti g <
8 a
1)
.,-.
cs) a 0 a CD a a a CD a CD 0 0 CY 0 a 0 N N
C/1 0 L l j 0 9 0. 9 9 9 a 9 9 9
'"Fal Cr) • < r- 0 0
0 0
0 0 0 0
0
0 0 0 C, 0 N ,t 0 0 0
CO tr) 9 ° (71 13 fj "' to l0 lt> 01 N
= I'
fa Ja 1-. c 3
Cr.1 ce to 8
.,.. . v- I - ..g
i- 1:1 c s ••
9 c> 0 0 0 o oc000 acponao
0 '''" CNI 0 'v; .C.1. N (N N N 6 a) C a> <6 0,) ))). a> 4 a> a>
—
CO '0 0
*- •ei ‘r
(...) v" < .6' co
a r)
..- 0
,-.
>`‘
_in ...... ..,
M Z ..'
ta.
8 :. -
. 6 ...,
da .: LL: >-:
>,- u >- (6 .i ..i u: u; IL:
LI _I (i) 0 0 U) < < ""-LI -i -1 •
+.". 0)
0 I
= 03
0 = li Ii; .. ..., , 0 71
. i.,
(...)
w 0 0 0..1
2 c y, • s i? c r,i a: 7 8 I C
t 0 0 0- 2
a — - v)
q .8
(1) >,
to C4 til ..g 11 cn 5 A >
,.5 2:-. 3 9 E .-... 3 ,_ <„_c_ o 4) 0 pg 2
vi E € 8 -0 „. ...c
.9. _ —
-I ...1
73 . 0 = r) a) ,,-. 0 0
.0 u--a. .o ,. 0 .1.' ". 1-
as -t, ,r, g -E g 6 .-c c ,..,V CO 0 _51 Cc '"'' ?
C Q -0 A < g (0
C - 1Ft tq 1 z5 _......, 2
ca / . .
,... ,... .... ,
o a a 13 a a. 4) 1.3
c 0 , si :t. -r, —z .1v c u k u, 2 a 5 8
I MO
'.j< :..' .6 I< t
E /
a ■- y >- - y ,----, ',..3 g '''' tt- 2 1— .: -.. R R
..... SO c a' 11 0 rri (° 2 ¢ < 5; :5„ 01 a •.( l';',1 tt 8 --0, 2 '-
2 f
z (# 0 < L'' IL ■-• < to <
c.,w1-- EQ00 .8 .e 5 t.2
CW C < 2 m < e c 5 to < e 0 L_Lji a E o 2 u) u; > (C) > (1) > to
03 '0 '‹ IL/ 12 •=4. j < - < ,,,,
Et :RI ---, '' ,4J .,,,-- -. '.. _R Cr .. . . .7,....› .
,,to .e. 4, 8 ? :.-, 0 3 t 2 ' .p) 0) ,,. < a w _0
b V) wu) .,.. .6 0)co M ,.. M g q 2 egeg cvl
.,
a u Pin't "v1PF- S, L;. ,.. _. tip tt:D) '' 1,6tzth
0 g th . 3 4-0 . a -.6. 0 -8 8 V, 8 E , D c)-,9 4 0
e tr: '0 CO '0 .c. C6 (..) ,a' O. 0 c_ ID (i) 0 I s., IL CC -
,IP2
;ii t,61
E I-
R)
cy 1 (7.1 N tl ca a
,--
.,.. u./ u. co •,-
..-• c, N CI N
r r 1-- , ' ' ■-• ' . ' (14
,,, E' V' '< ,.... ■ 1 a 0::. ,- r ,... •." 'r-
0 N r 6 V
72 N N V" r- ,t, .4' N r r v- r
th Li 6
r2.. tb th 6 6 lb 6 6 6 6 C1
N N N. 0 00 r '.))'8
a. E trc
tu N N Of 0 r r
art .4. <IC CI" LO CO a> ID CO CO N N' N N N N, N 1..)
2 0
•IT■1 .ts.
C kr)
V) 0
as . Q
__
- ....
0 a, -'..) A U 8 8 C '4 ° 0 CO CO 8 .7- 8 0
0 c) U.) 0 0 N 0
Crt . NI
N 0 .
g
N. 6 1..... a 0 g 0) t- N 6 I.- 0 te, Cc', .- CO o cs a cO
CZ 6 21 4 cn 0 4 N 0 St CO CO CC) In .- N CO 0 5--. St 1
Z ta ? CO 0.. CO N 0 0 N (0 N c.; us ),.. r--. co vs 01 00 (p. N
• .... ci E < .- ,,-. it5 c4 o 07 •,- LC; N.. 1-• v: r- CO
4) ,c)
co C 18 ,a vs
0 ..... O.,
rl-
P. (OS
4., 0. o
`co 8
CD
CD r, co, to C:, 40 a> vt ,- N 0 •,7 00 0 cl ',-. ■-.,
N o c- -o: 6 § tti 0 h.: tsi ci. r-: ci cci cO •-• oi co 6 ..,i. 6
...E CO 00 00 N- 0 Cst CO ci
:.6.. ' .t.- 16 N es IN. tO N. IN. CO 0. 0 00 tO N
N 0) r" tr; N ,r-- ‘• •,- (0
C iv' g 0
E ,c3 g
.
4.,
(r) C n CO N 0 0 0 Op CO 0 •ct •,,S- CD CO 0 cs C pogo 9 9
Va• o — Li til 9 r: 01. 9 9 ci4 0 0 N CO 0)
7. > csi
c) c‘t 6 6 ,-- 6 o o to 0 ,-. NI CO St 0 V- :I 0 ('1
•cs ..... •• Z T.' V)
el B ,W
t s
ft) M it) t d
(t) 1_
I ,- m
....S N"."
0 0 0 0 '0 0 0 0 0 0. 0 0000000000
O '—' CV CC .'6- N N N N A to '`") g ir; 8 2 F‘'-') L% ctl.. 8 8 C,-- 8 «.i 8:
1--. co 0) r- CC)
CO 1 F.! i-N rt s (0 - (:::1 s - 4,,,, Q., . 01, 0 CD C
CO i6 o 4. N C tei C4 N CO 'Tt 1-, 6i
C.)
6 ..,.
,....
1,...
>5
XI
= Ws
a.
8 )0U u.: u: 6 u: t.,,.; u: u: Li:
.4-• a) S J J j J J J j J .J j j j J ...) J 10 La -.1 -1
C .5 1
= to
t
0
'6 g. ,
(..) C2 (0 4-1 CC
T) '0 TS 2 CO - co t
Q -o :c a. —
es c c c
7c:'
01:▪ 1 to 2 C.1) 40 CO
CD
0
In a CD CD 0
E iift :ft ;ft ft ft :ft ft .th, g
(tt 0
to
2 r g w 0 cs 0 0
to > •-• > N > -› g› g › ...,-› iz6- > 2. S2 .';=-;S u) 1/3 (I) (4 c° (I) v) (`) (/) (i)
c
m g Zi. cl_ Lsiggii .s.c1 .. lit O(_ ( "&t, c,i.)_ ± Tit ..
'-9
0 t 5
2 st 10 , CD 0 .-- St •,- et
‘C 71 CC:3 7,N. CC) 54 (C13 19.-) 5 '4 al
C.. ,,c'2:' ,C•' '''' 'D F11. 'A :I: — — — — — - — - c-4 I R
111f1111 . 01-,
W ■-. V., V" 1.- 1..` W Ir. (1) 1".. 1-. 1." 4-. r iy,
Cs., p., . - - - - - - - - ,- - CO
E d 6 6 d d o 6 d 8 4 4
7. N. N N 7 N N N N N rr," i•-•., t7 il:. 'r.a. i.--- r:.. r. ;:. r-.."
.. _ .
4.0 •,:t
to o
CD a
? `r°
0 0 CO CI N N Co 0 Co 0 Co g
t N 0 t Zi';'. CC'D <C7i 07 N '' Itit° :r2 (:".> (4:■ 6 Co
(CS 0) IL,O ..i - 01 CO ••••• VI CO (0 0 0 r•
CD 1
Z At ? 0.. N In tn. N -4• CD 0 v-. 0 N '
•CI) '8 cl E .:
ro . c‘f .,-- 6 ui o6 'It
CD N II- •<- ,
Ci * 46., v)
>,
+4 1 0 0 a
C 7" ..9:1
0 co 8
E
ro tn n.1 N "or 0 0 0 0 trs o <.t• c'? "1 ,
(1) CO 9 0, rl .-1 •-• (0 N 9 N 0 q N N fI
/ 0 0 CD Vi ui •.- a o 6 Co r-6 tc-3 '..-,
Ai 0, ..., or 0 t-- VI 0 ID 1.11 0 CD 0 t, 6. ui
Di 1^: 6 Lri cd 4. t.n in to
1-:
8 co
Q.)
4.. 2
to c a.
(13. 0 Q W tD 0 !st St .4. '111' o cp g 1.41 52 71.:
,n.. < t... O 0 CO 0 0 .0 C> N •,--' CD 0/ 0 CO
0 0 0 0 h-
as Lo ,..,, 0 — I._ (> C'')■
D. 0 0 •,- 0 t.--
6 1.6 ai .d.
'V --
C CN1 > ... tr) o & 0) N r 1-
cv ce v> 8
....)6 . N-- I —
s— -0 c::■ .. .. . 0 0 (z) 0 0 0 9 9 0 9 9 9
CC1 .., m■ 2 I- cl to. ,... 0 0 r)
CO Z V tn
...
.Q >)
= - t n1 2
p C
vr u.
8 t u; ,,, u: u; u: u: u.; Cl) cf; vi ui 6 4t9 45'41 il
D ---1 U.' -I J .J j en j -..1 J j ...I 0 ra -.-
= 0
(3
G
0 in o t.r- -7-.--- ,.... ,,..
0
[7r a))
s.?, s,- '1.--j
cu r. 4,- 0 -6 —
1:7 ,...L., 2 -7g -2 _
..
(vs '.i.--.; 6 eZ it) a
. pic LL
I.,. ..".' . Y 16. 0... ,;-,z, .•ft.„,„•El a. 9 a;
R
c
_Q u)
(xi .:8
M t
v) _4'
•-•
—
cY_ c to
ad LL -
F <
.v, a
9 `E 9 N 6 Q RI 40 .5 5 0 .41 i g ,-I
= c
g 8 a:, 7:1( 5k
cn(37
4 LP,
'tt; E-1,cs4
E ,....
■:?,•4r
a , o
0)
10
a)
a)
0 N 0 11.. I
.- .--
1 I f I ■ V I Ui:Z.
N. N N. N. N. N. N SI ",-' F- V-, 0)
a.::?..
Small Business Development Division
MIAMI COUNTY Project Worksheet
Project/Contract Title: PTP(PEOPLE'S TRANSPORTATION PLAN)ROADWAY RESURFACING Received Date: 04/10/2014
CONTRACT
Project/Contract No: itpo NO.20140055 Funding Source:
Department: PUBLIC WORKS DEPARTMENT PEOPLES TRANSP.PLAN
Estimated Cost of Project/Bid: $1,000,000.00 (PTP) Itesubnilital Date(s):
Description of Project/Rid: Work uncle,this Contract includes furnishing of all supervision,labor,materials,tools,equipment mod perfuming all operations required In
construct the Work in accordance with ilit Contraci Documents.Work Includes but is out Ihnitori to. Milling and resurfacing,widening and
minim:imp,of iniernresiog streets up to the existing Joint at the side stied,or up to etc Point of Curvature(PC)at determined by the
Engineer,and/etas indicated on the Mans,resurtheling of asphaltic pathways(pedestrian,bicycle,etc.)adjacent or riot to the edge of
pavement as necessary,temporary utility repairs(cold patches),clearing and excavating of mhentlder areas or build-up,as directed by the
Engineer,grading and elczn-up of adjaccol shoulders sod removal of roots,as required,pavement markings including the installation of
Contract Measures Recommendation
_ • • ,
Measure Program Goal Percent
Trade Set Aside I CSBE
Trade Sot Aside 2 CSBE
_ . .
Reasons for Recommendation
An analysis of the factors contained in Section VI I)of Implementing Order 3-22 lndicatc CSBE Trade Set-Asides ere appropriate as follows:
Trade Set-Aside SI-Truffle Stripes and Markings:Painted and/et Thermoplastic.
Trade Scf-Mink 1/2•Concrete:Sidewalk and/or Curb and Gutter
CVO Not Applicable:Not in DTA
Trade Category:2373 I 0-H;ghway,Street,And Bridge Construction;238990-A11 Other Specialty Trade Contractors
Small Business Contract Measure Recommendation
%of Items
Subtradc Cat. Estimated Value to Base Bid Availability
Highway,Street,and Bridge Construction CSBE 92
All Other Specialty'Trade Contractors CSBE 71
Total
Living Wages: YES NO X Highway: YES NO ' Heavy Construction: YES NO
Responsible Wages:Wages: YES X NO Building: YES , NO X
Responsible Wages and Benefits applies to all construction projects over$100,000 that do not utilize federal fluid For federally funded projects.
unless prohibited by federal or state low or disallowed by a governmental funding source,the wage between Doris Bacon and Responsible
Wages and Benefits shall apply.
REVIEW RECOMMENDATION
Tier I Set Aside Tier 2 Set Aside
Set Mid! Level 1 . „ Level 2 ,. _ Level 3 .
Trade Set Aside(MCC) „_ Coal Bid Preference
.__
No Measure Deferred Selection Factor
- • • ” •
cwp 471/ZY fic/
#SBD 'Jae.or Date
°PARDON,.70130110
L-1.1 - Loraraeis LIMt.- l J6 1VIUr1Uay, Jepteutuer V0, ht)14 - 1:4y:.?/ rlvl rage 1 of .1
I Find Contracts With Search String =_> Projects
Goto Bottom
Exit
0" J� INTERNAL SERVICE DEPARTMENT
, a' CAPITAL IMPROVEMENTS INFORMATION SYSTEM
,, �1,�t, :
outer Monday, September 08, 2014
All Contracts for FEIN 591690152
H & R Paving Inc. ,
Estimated Last L
Location 1 Completion Total Status Complete 1
DST OPT Typo Contract Name Contractor Date Award Date Status'
30 PW CON 20030001 PTP RESURFACING H&R Paving Inc. 8/16/2005 $1,000,000 7/2.5/1.007 100%1
Closed
30 PW CON 20030002 PIP RESURFACING H&R Paving Inc. 10/1812004 50 6/71/2000 100%1
Closed
30 PW CON 20030003 PTP RESURFACING H&R Paving Inc. 10/18/2005 $1,000,000 6/21/2005 100%!
Closed
0 PW 7380 20030040 NW 154 Street c NW 122 Avenue H&R Paving Inc, N/A $364,470 7!25/2007 0%/
Cancelled
30 PW CON 2003Q249 Drainage(Countywide) H&R Paving Inc. 2/26/2006 $896,396 7125/2007 100%1
Closed
30 PW CON 20030250 Drainage(Countywide) H&R Paving Inc. 4/4/2006 $1,000,000 5/10/2006 10D%1
Closed
30 PW CON 200304, Resurfacing(Countywide) H&R Paving Inc. 3/2/2006 $1,000,000 7/25/2007 100%/ ,
Closed
30 PW CON 20030255 Resurfacing(Countywide) H&R Paving Inc. 3!2/2008 $1,000,000 3/11/2008 100%!
Closed
3 PW CON ?0Q3915Q NE 1st Avenue and NE 2nd Avenue H&R Paving Inc. 3/10/2006 $820,937 7/25/2007 100%/
from NE 5th Stre Closed
9 PW CON 20040398 SW 117th Avenue from SW 184th H&R Paving Inc. 3/26/2008 $7,320,630 81512811_ 100%/
Street to SW 152nd Complete
30 PW CON 10040450 Resurfacing H&R Paving Inc. 8/15/2007 $900,901 3/11/2008 100%1
Closed
30 PW CON ?0040506 PTP RESURFACING H&R Paving Inc. 7/25/2007 $1,801,802 3/11/7008 100%!
Closed
30 PW CON 20040507 PTP RESURFACING H&R Paving Inc. 7/25/2007; $1,768,108 6/30/2008 100%I
Closed
30 PW CON 20040508 PTP RESURFACING H&R Paving Inc. 8/8/2007 51,789,169 3/11/2008 100%!
Closed
30 PW CON 20040509 PIP RESURFACING H&R Paving Inc. 8/8/2007 51,768,108 3/11/2008 100%1
Closed
12 PW 7360 20000040 Roadway Resurfacing District 1 I I&R Paving Inc. 9/11/2007 $836,000 3/11/2008 100%!
Closed
11 PW 7360 20050069 Roadway Resurfacing Contract f H&R Paving Inc. 8/28/2007 5730,000 3/11/2008 100%1
Closed
10 PW 7360 20000196 QNIP Resurfacing Contract for H&R Paving Inc. 10/23/2007 51,000,000 5/30l2006 100%!
Closed
9 PW CON 20060206 SW 328th Street(Canal Drive)from H&R Paving Inc. 4/1/2008 $5,486.746 3/4/2009 100%1
SW 162nd Aven Closed
29 PW 7360 2000_0222 Roadway Resurfacing Contract H&R Paving Inc. 10/23/2007 $1,000,000 j,1/2008 100%1
Closed
7 PW CON 20000291 Rlc1 enbacker Causeway Road I-I&R Paving Inc. 8/2/2007 51,282,397 3/1,1/1008 100%1
Resurfacing and Bike- Closed
8 PW 7360 20060307 GOB Resurfacing Contract Dist(' H&R Paving Inc. 9/29/2007 $574,000 3/11/2006 100%/
Closed
29 PW 7360 20060352 QNIP Roadway Resurfacing Contr. H&R Paving Inc. 3/4/2008 $1,000,000 r/SO/2008 100%!
Closed
GI
http://intra/ciis/fpti,istContracts.asp?SelTypc= FEIrn.SelKey=5916 i90152&:Se1ConTypc=C.,, 9/8/2014
(Ais - uontracts List- 1.58 MOrlay, 6eptemper tits,zu 14 - 1:Lt :.5/ I'l,V1 rage z 01 .)
29 PW 7360 2006035;1 QNIP Roadway Resurfacing Contr H&R Paving Inc. 11/25/2007 $1,000,000 5/7/2008 100%1
Closed
30 PW 7360 20060464 Roadway Resurfacing Contract H&R Paving Inc, N/A 5635,000 3/11/2008 0%/
Cancelled
Estimated Last %
Location/ Completion Total Status Complete/
DST OPT Type Contract Namo Contractor. Date Award Dato Status•
30 OW 7300 20000466 Roadway Resurfacing Contract H&R Paving Inc. N/A $635,000 3/11/2008 0%/
Cancellod
6 PW CON 20070562 PTP Roadway improvornonts along H&R Paving Inc. 3/14/2009 51,998.754 3/23/2010 '100%/
NW 7 Street,from Closed
29 PW 7360 20070564 ()NIP Resurfacing Contract 11&R Paving inc. 3/27/2009 $879,090 3/16/2010 100%I
Closed
29 PW 7360 20070567 OHIO Resurfacing Contract H&R Paving Inc, 12/27/2008 5879,090)0/23/2008 100%1
Closed
29 PW 7360 2007060 QNIP Resurfacing Contract It&R Paving Inc. 4/9/2009 5879,090 3/10/2010 100%?
Closed
30 PW CON 20070593 WASD Utility Roadway H&R Paving Inc, 9/2/2009 $959,561 12/1712010 100%1
Rehabilitation Contract-C Closed
29 PW 7360 20080134, Resurfacing Contract H&R Paving Inc. 9/23/2009 51,379,090 2/106/010 100%1
Closed
29 PW 7350 2Q00225 WASD Street Rehabilitation Con H&R Paving Inc. 2/16/2011 51,000,000 1'/6/2012 100%!
Closed
30 OW 7360 20690028 People's Transportation Plan( H&R Paving Inc, 2/23/2011 $879,090 icy-4201i 100%!
Closed
30 OW 7360 ?0090927 Roadway Resurfacing Contract H&R Paving Inc. 7/3/2011 $879,091 10/7/2011 100%1
Closed
30 OW 7360 20090063 ARRA Roadway Resurfacing Conti- H&R Paving Inc, 3/25/2011 5488,293 10/7/2011 100%!
Closed
30 PW 7360 20090110 ARRA Roadway Resurfacing Contr H&R Paving Inc. 5/12/2011 $636,435 10/712011 100%1
Closed
30 OW 7360 20090116 ARRA Roadway Resurfacing Contr H&R Paving Inc. 4/6/2011 5568,749 4/6/2912 100%I
Closed
30 PW 7360 29000120 ARRA Roadway Resurfacing Contr H&R Paving Inc. 2/17/2011 5611,472 10/7/211:.1 100%/
Closed
30 OW 7360 200901;3 ARRA Roadway Resurfacing Conti' H&R Paving Inc. 4/25/2011 $610,301 10/71201-1 100%1
Closed
30 PW 7360 20090126 ARRA Roadway Resurfacing Contr H&R Paving Inc. 10/27/2010 $331,027 10/7/2011 100%!
Closed
30 PW 7350 26100387 PTP Resurfacing Contract H&R Paving Inc. 11/21/2011 $879,090 3/12/2012 100%/
Closed
30 PW 7360 2,0 100426 PTP Roadway Resurfacing Contra H&R Paving Inc. 2/6/2012 $879,090 6176/20 :1 100%/
Closed
•
30 PW 7360 20100533 ARRA Roadway Resurfacing!Pave H&R Paving Inc, 6/13/2012 5796,209 0/2612012 100%/
Closed
30 PW 7360 20100615 WASD Street Rehabilitation Con Fl&R Paving Inc. 6/25/2012 $370,660 11/512012 100%I
Closed
30 PW 7360 20100070 WASO Street Rehabilitation Con H&R Paving Inc, 7/9/2012 ) $337,880 11/612012 100%!
Closed
30 PW 7360 20100725 CDEIG-R Roadway Resurfacing Pro H&R Paving Inc. 4/6/2012 ' $337,897 6/261012 '100%!
Closed
30 OW 7360 20110036 PTP Roadway Resurfacing Contra H&H Paving Inc. 3/28/2013 $848,832 11/27/2012 100%/
Closed
9 PW 7360 20110089 International Air Show Resurfa H&R Paving Inc, 5/8/2013 51,010,266 5r21/2013 100%/
Closed
29 PW 7360 20110164 Roadway Resurfacing Contract H&R Paving Inc, 8/22/2013 5830,823 10130/2013 100%/
Closed
Estimated Last N.
jocation/ Completion Total Status Complete/
DST OPT Typo Contract Name Contractor Date Award Date Status
29 PW 7360 20110169 Roadway Resurfacing Contract H&R Paving Inc. 8/22/2013 5829,137:0/30/2013 100%!
Closed
29 PVV 7360 -,i0120007 WASD Street Rehabilitation Con H&R Paving Inc, 3/11/2014 $461,359 6/16/2014 100%/
Closed
29 PW 7360 20120008 WASD Street Rehabilitation Con H&R Paving Inc. 4/8/2014 $461,359 6/16/2014 100%
Closed
30 OW 7360 20120073 PTP Roadway Resurfacing Contra • H&R Paving Inc. 712/2014 $1,131,146 6/16/2014 95%/On
Schedule
-2- C
ht-tp://intra/cits/rptl,istContracts.asp?ScIType.TEirNec.3elKey-591690152&ScIConTypc=C... 9/8/2014
t_.tm - t....ontracts List - 1.16 ivionaay, JCpteinoei' Um, GU l4 - 1:4%:i i rivl rage .3 01 .1
30 PW 7380 20120159 People's Transportation Plan( H&R Paving Inc. 12/17/2014 $1,289,823 0/16/2014 90%!On
Schedule
30 PW 7360 20120)60 People's Transportation Plan( H&R Paving inc. 4/22/2015 $1,342,038 611_Q/2Q14 80%/On
Schedule
7 PW 7360 20130011 Roadway Lane Reconfiguration o H&R Paving Inc. 2/27/2013 $429,519 10/9/2013 100%!
Closed
30 PW 7360 20130189 Push-Button Contract for Roadw H&R Paving Inc. 2/10!2015 $1,591,721 6/18/2014 45%I On
Schedule
29 PW 7360 20130208 WASD Street Rehabilitation Con H&R Paving Inc. 7/16/2015 $479,278 6/16/2014 70%/Ahead
of Schedule
30 PW 7360 20130280 Roadway Resurfacing Contract H&H Paving Inc. 8/11/2015 $1,583,717 N\IF 0%!On
Schedule
30 PW 7380 20140055 PTP Peoples Transportation Pia H&R Paving Inc. N/A $906,513 N/A 0%/On
Schedule
30 PW 7300 20140088 Roadway Resurfacing Contract H&H Paving Inc. N/A $1,550,367 N/A 0%I On
Schedule
0 PW CON (129902 Resurfacing Contract No.6 H&R Paving Inc. N/A $2,300,000 8/8/2005 100%I
Complete ■
30 PE CON 030023 Roadway Reconstruction,Drainage H&R Paving Inc. 9/21/2095 $4,909,091 90112005 100%I
and Resurfacing Complete
0 PE CON 6301580 QNIP Drainage Contract No.9 for H&R Paving Inc. 8/6/2003 $750,000 3/2/2005 100%/
DERM Complete
0 PW CON 610330A Street Pavement Rehabilitation• H&R Paving Inc. 4/15/2003 $500,000 7/30/2007 100%/
Contract No.4 Closed
0 PW CON 640335_13 Street Pavement Rehabilitation• H&R Paving Inc. 5/15/2003 $500,000 3//92007 100%I
Contract No.4 Closed
30 PW CON 040383 STREET PAVEMENT H&R Paving Inc. WA $0 8/812005 100%!
REHABILITATION CONTRACT NO, Complete
6
30 PVV CON 640384 STREET PAVEMENT H&R Paving Inc, N/A $0 11/29/2005 100%/
REHABILITATION CONTRACT NO Complete
9
30 PW CON 640385 STREET PAVEMENT H&R Paving Inc. N/A $0 11/29/2005 100%1
REHABILITATION CONTRACT NO. Complete
10
0 PW CON 671034 Resurfacing Existing Streets H&H Paving Inc. N/A $1,000,000 8/8/2005 100%1
Contract No.26 Complete
30 PW CON 61132320 QNIP2 OPEN DRAINAGE H&R Paving Inc. 10/19/2004 $1,500,000 5/19/2006 100%I
CONTRACT#18 DERM Closed
13 PE 7300 60325'2 San Mateo Phases I,II,&III H&R Paving Inc, 12/2/2005 $600,000 1/17x2006 90%I
Complete
0 PE CON CF002203 Multiple Award Indefinite Quantity H&R Paving Inc. 1/26/2005 $7,772,727 2/22/2005 100%1
Contract for Complete
0 PE CON CF005Q92_1J FEMA Drainage and Roadway H&R Paving Inc. 12/15/2005 $5,000,000 4/4/2007 100%!
Reconstruction Conlrac Complete
Estimated Las �6
Location/ Completion Total Status Complete/
DST DPT Typo Contract Name Contractor Date ; Award Date Status'
0 PE CON CF 005003B FEMA Drainage and Roadway H&R Paving Inc. 9/27/2005 $4,545,455 4/4/2007 100%/
Reconstruction Contrac Complete
30 WS CON V-y-, Adlustlna Manhole Castinos and H&ft Paving Inc. 8/3/201Z $1,260,000 1012212013 loo°/s/
897,DIvlsiona Valve Boxes for g Closet(
1 und 2
Totals: 77 $98,558,494
Yellow Status-inact vat Contract
Contracts Status View MCC Status View I Exit 1 l Projects __ Goto Top
ht.tp://intra/ciis/rptListContracts,asp?SetTypeyFElr aSelKCy=591690152&SelConType=C.., 9/8/2014
c113 - l.-ontractor rceport - 1 /J Ivionuay, c'ept.entoet-lll), Luis - I:-.U:I G rivi rage I Lit ..)
Exit I ,
,.------
/0.--- ; Capital Improvements Information System
Contractor Evaluations Report
Contractor/Architect
Dept Contract Type NO Me Date Rater Period Rate
PW 020902 CON H&R Paving Inc, 8/24/2005 Armando Aragon Project 1g
conclusion
or closeout
PW 20030001, CON p j&P Paving Inc, 8/24/2005 Armando Aragon Interim ;i,?.
PW 20030002 CON H&R Paving Inc. 8/24/2005 Armando Aragon Interim 22
PW ,2(03000 n CON b_.8,R Paving Inc, 8/24/2005 Armando Aragon Interim 12 .
PW 040383 CON t1&R Paving Inc, 8/24/2005 Maria Llosas Interim
PW 640384 CON a&R Paving Inc. 8/24/2005 Maria Llosas Interim 2.8
PW 64935 CON H&R Pavl g lug, 8124/2005 Marla Llosas ' Interim 2.8
PW 6932320 CON H&R Paving Inc, 8/24/2005 Ruben Arencibla None 2.8
PW 640384 CON 11&R Pavina Inc. 1013/2005 Jesus Gonzalez Completion .3.5.
of
construction
PW 64083 CON H&R PavInstho, 10/3/2005 Jesus Gonzalez Completion ).6
of
construction
PW 640385 CON H,&R_pavinginc. 10/3/2005 Jesus Gonzalez Completion 3.5
of
construction
PW .200N?5(1 CON ti&J-Letinglric. 10/3/2005 Urbana Flaz Interim 1,_.1
PE CF005002 CON H&R pa y 1 n_g.1 nc. 1215/2006 Susel Ferrer Project 2,,¢
(RI conclusion
or closeout
PE 630023 CON H&R Paving Inc, 1215/2005 Susel Ferrer Project 2,3
WO:_i_ conclusion
or closeout
PE CF0220,3 CON ii&R Pavinq Inc. 12/5/2005 Susel Ferrer Project :42
conclusion
or closeout
PE CF005003R CON 1 1&R Paving Inc. 12/12/2005 Susel Ferrer None 11
PW 20030001 CON II&R Paving Inc. 3/23/2006 Armando Aragon Interim IQ.
PIA/ 20930002 CON j_JU R Ft_,IDvi g Jac, 3/23/2006 Annando Aragon Project 3„,Q
conclusion
or closeout
PW 20030003 CON II&R Paving Inc, 3/2312006 Armando Aragon Interim 3.0
PW 20030254 CON 11&R Pavinginc. 3/23/2006 Armando Aragon Interim 3.0
PW 20030'265 CON H&R Paving Inc, 3/23/2006 Armando Aragon Interim 3.0
PW 20040506 CON j-1&R Pavinq Inc. 3/23/2006 Armando Aragon ' Interim 3 4,
PW z004007 CON I I 8.R PaVill9 Inc, 3/23/2006 Armando Aragon Interim 3.Q
NW 20040508 CON j-I&R PavIng Inc. 3/23/2006 Armando Aragon , Interim 3.,,Q
PW 200,4_9509 CON H&R Pavirn Inc, 3/23/2006 Arrnando Aragon Interim :3.0
PW 20040450 CON H&R Paving Inc_ 3/24/2006 Armando Aragon Interim 3.0,
PW 2Q030001 CON II&R Paving_hc, 4/25/2006 Armando Aragon Project 3.0
conclusion
or closeout
PW 20030002 CON j&R PavIng,Inc 4/26/2006 Armando Aragon Project 3,0
conclusion
or closeout
PW 20030003 CON II&R Paving Inc. 4/25/2006 Armando Aragon Interim 3.0
NW 200302,,,54 CON 1-1,&R Paving Inc. 4/26/2006 Armando Aragon Interim LQ
PW 20020261 CON H&R Pav1ng inc. 4127/2006 Armando Aragon Interim 3.0
PVV 200404_60 CON H&R Paving Inc, 4/27/2006 Armando Aragon Interim 30
PW 2Q01Q50 1 CON HA,R Paving Inc, 4/27/2006 Armando Aragon Interim IQ
PW 2004Q5Q7 CON a&N Paving Inc. 4/27/2006 Armando Aragon Interim 3.,0_
NW 20040,60 CON H&R Paving Inc. 4/27/2006 Armando Aragon Interim 3.Q
PW 20040509 CON H&R Paving inc 4/27/2006 Armando Aragon Interim la
PW 2003025.0 QM H 6.R Puvlog_Inc. 5/16/2000 Urbano Baz Completion 2.0
of
hap://i n traki i sh-p1ContractorEvaluati on asp?SeLFEttiN—591690152 9/8/2014
. _..... ,
u11 - uontractor Kep011 - I it) ivionuay, ;sept.emner 06, ZU1,4 - I:DU:1.2. mi r age z OT
construction ,
PW 200301515 CON H&12 Paving_Inc, 10/26/2006 Urbano Baz Project L.,9
conclusion
or closeout
PIA/ .2,Q0,4,01 CON H&R Paving Inc. 12/27/2008 Armando Aragon Interim 3.0.
PW 20030254 CON 0 SIB Paving Inc. 12/27/2006 Armando Aragon Project 3,0
conclusion
or closeout
PW 20W,026.6. CON Id&R Paving Inc. 12/27/2006 Armando Aragon Interim 3.0
PW 20040506 CON li&R Paving Inc. 12/27/2006 Armando Aragon Interim
PW 20040507 CON H&R Paylnalnc. 12/27/2006 Armando Aragon interim 3,0
PW 2004.008 CON H&R Paving Inc 12/27/2006 Armando Aragon Interim 3..Q
PW 200405,09 CON H cl R Paving Ing, 12/27/2006 Armando Aragon Interim 3,0
PW 20040450 CON H&R Paving Inc. 4/10/2007 Armando Aragon Project IQ
conclusion
or closeout
PW 29c?,4.950 CON H&R Paving Inc. 4/10/2007 Armando Aragon Interim 3,Q
PW 20Q49.597 CON H&R Paving Inc. 4/10/2007 Armando Aragon Interim M '
PW 20040506 CON li&Ft paying Inc, 4/10/2007 Armando Aragon Interim 3.0
PW 20Q40509 CON H&R Paving[no, 4/10/2007 Armando Aragon Interim 3,0
PW 20040398 CON ti&R Paving Inc.., 6/13/2007 Juan Paan Interim 2.3
PW 20,930249 CON H&R.payinginc, 8124/2007 Urbano Baz None .Z(1
PW 20040506 CON H&R Paving Inc. 11/28/2007 Armando Aragon Project 2.5
conclusion
or closeout
PW 20040507 CON I I&R Paving Inc. 11/28/2007 Armando Aragon Project 2,5.
conclusion
or closeout
PW 20040508 CON H&R Paving Inc, 11/28/2007 Armando Aragon Project
conclusion
or closeout
PW 20040509 CON H&R Paylrelnc, 11/28/2007 Armando Aragon Project Z5
conclusion
or closeout
PW 20030265 CON H Poving.j_c,n 11/28/2007 Armando Aragon Project 2.5
conclusion
or closeout
PW 20150201 CON 11&R Payinn Inc, 11/28/2007 Armando Aragon Project '.3..4
conclusion
Or closeout
PW 20050205 CON Fl&Rf'aving lirc, 6/17/2008 Nester Mellon Interim 2,9
PW 20000208 CON 11,&03 Pilvir1(1.41O, 12/24/2008 Urbane Baz Completion 2.7
of
construction
PW 20070562 CON Li&R Pay/no Inc, 1/14/2009 Armando Aragon Interim 3
PW 20970501 CON H&R Paving Inc. 2/13/2009 Marla Llosas Interim 1.0
PW 20070562 CON ti&R PayingInc, 4/2412009 Armando Aragon Project 3,3
conclusion
i or closeout
WS W- CON H&Ft,paving Inc. 4/7/2010 !den Edwards Interim '.,I,Ll
07,Divisioos
1 and 2
WS W- CON H 8 R Paving Inc. 11/9/2010 Raul Caballero Interim 3:8
89-7DIv15[9%
1_ancl.__2,
PW ac.9 70.9_5. CON I-I 0 R.fravinglic. 12/17/2010 Jesus Gonzalez Project 4.0
conclusion
or closeout
WS W- CON F l 8 R PayingJnc. 5/31/2011 Raul Caballero interim 3.9
897,Divisions
1 and 2
WS WI CON 11&R Paying Inc, 0/10/2013 Miguel Pichardo Completion 19
597.Divisiogs Of
1 a nc12. construction
PW 20060069 7360 Ii&R Pavinglac, 4/10/2007 Armando Aragon Project 3.9
conclusion
or closeout
PW 2006019 7360 H/kR Paving Inc. 4/10/2007 Armando Aragon Interim 3.Q
PW 10000222 7360 HR paving Inc, 4/10/2007 Armando Aragon interim 3.0
PW 20060307 7360 U_LEI.EgYir_laiN, 4/10/2007 Armando Aragon Interim 3,Q
PW 2.906004Q 7360 H&R Paving Inc. 11/28/2007 Armando Aragon Interim 2.5
cz,.S7
http://intra/ciis/rpteontractorEvaluatiOn.asp?SelFhtr<=591690152 9/8/2014
Cll'6 - t_;ontractor Keport- l /U Monday, September U8, 21114 - 1:Du:12, rive rage .i oI
PW 29069190 7360 H&U Paving Inc. 11/28/2007 Armando Aragon Interim 2,5
PW 20060222 7360 t I&RPaving Inc, 11/28/2007 Armando Aragon Interim 7_24-
PW 20060352 7360 H 8 R Paving Inc, 11/28/2007 Armando Aragon Interim 2_5
PW 20060353 7380 H&R Pavipg ng, 11/28/2007 Armando Aragon Interim 2.5
PW 2Q Q03Q7 7360 ti&,,F3,?ping Inc. 11/28/2007 Armando Aragon Project 2.5
conclusion
or closeout
PW 20060044 7360 H&R Paving Inc, 1/10/2008 Armando Aragon Completion 1Q
of
construction
PW 20060040 7360 H&R Paving Inc. 3/10/2008 Armando Aragon Project 3_0
conclusion
or closeout
PW 20060222 7360 H&R Paving Inc. 3/10/2008 Armando Aragon Project 2Q
conclusion
or closeout
PW 20060352 7360 H&R Paving Inc. 3/10/2008 Armando Aragon Interim 3_Q
PW 20060353 7360 H&R rav_inglpc. 3/10/2008 Armando Aragon Interim 3:0 ,
PW 20060352 7360 H&R..Pav_ing Inc. 6/30/2008 Armando Aragon Project 3,0
conclusion
or closeout
PW 0090196 7360 K.13,13 Paving Inc. 8/30/2008 Armando Aragon Project 3,9
conclusion
or closeout
PW 200603.53 7360 1-I&R Paving Ivc, 0/30/2008 Armando Aragon Project IQ
conclusion
or closeout
PW 20070507 7360 H&_RR_Faving Inc. 10/6/2008 Armando Aragon Project 30
conclusion
or closeout
PW 2007,95(-28 7360 H&R Pa_virgInc, 10/6/2008 Armando Aragon Interim 30
PW 20070554 7360 h&k Paving Inc. 10/6/2008 Armando Aragon Interim 3.9
PW 20080134 7360 H&R Paving Inc_ 4/15/2009 Armando Aragon Interim :12
PW 200705674 7360 H&R Pevino Inc, 4/24/2009 Armando Aragon Project 3,4
conclusion
or closeout
PW 20070568 7360 H&H Paving Inc, 4/24/2009 Armando Aragon Project 3;0
conclusion
or closeout
PW 20080134 7360 H&R faxing Inc. 12/24/2009 Armando Aragon Project 3.3
conclusion
or closeout
PW 2009QQ3. 7360 II&R.Pavl g Inc. 8/19/2010 Armando Aragon interim 3.0
PW 2009.0126 7360 H&R Paving Inc, 8/20/2010 Armando Aragon Interim
PW 20090110 7360 H&RPaving Inc. 8/20/2010 Armando Aragon Interim 0
PW 20090027 7360 H&R Paving Inc, 8120/2010 Armando Aragon Interim 22
PW 20090M 7380 H&R Paving Inc. 8/20/2010 Armando Aragon Interim 33
PW 200911110 7360 H&R Paving Inc. 8/20/2010 Armando Aragon Interim 3.7
PW 2010,0533 7380 H&R Paving Inc. 7/8/2011 Armando Aragon , Interim Q
PW 201/00533 7360 H&R Paving in4, 9/9/2011 Armando Aragon Interim ;i Q
PW 20Q9Q1 a2 7360 H& P
R avinq Inc.. 10/12/2011 Armando Aragon Project 33_2
conclusion
or closeout
PW 2_0090116 7360 H&RPaving Inc. 10/12/2011 Armando Aragon Project 1.1
conclusion
or closeout
PW 2QQggQ53 7360 H&R Paving Inc 1 0/1 212 01 1 Armando Aragon Protect 12
conclusion
or closeout
PW 00 0. 7 7360 U&R Paving Inc, 10/12/2011 Armando Aragon Project 3 3
conclusion
or closeout
PW 20190387 7300 Imo&R Paving Inc. 10112/20/1 Armando Aragon Interim 322
PW 20.100420 7360 H&R Paving Inc. 10/12/2011 Armando Aragon Interim 3.1
PW 20100725 7360 H&R[aving Inc. 10/12/2011 Armando Aragon Interim 12.
PW 20100532 7300 H&R Paving Inc. 10/12/2011 Armando Aragon Interim 3p.
PW 201903$7 7360 H&R Paving Inc. 3/12/2012 Armando Aragon Project 3.2
conclusion
or closeout
PW 20100420 7360 i I&R Paving Inc. 3/12/2012 Armando Aragon Project M
2-07
http://intra/ciis/iptContractorEvaluation.asp?Se1F1 ' =5916901//52 9/8/2014
- ...011trac,Lor rceport.- i /1/ Avmmtay, oeplelllUel:1.(0,hl.r i cf - .1*.Jl/l i Z rivi rugc 9. tit J
conclusion
or closeout
PW 291Q9725 7360 H&R Paving Inc, 3/12/2012 Armando Aragon Project 32
conclusion
or closeout
PIN ZQJ 00533 7360 H&R Paving Inc. 3/12/2012 Armando Aragon Project 13
conclusion
or closeout
PW 201_10936 7360 Ii&R Paving Inc. 8/2/2012 Armando Aragon Interim 32
PW 29.1100139 7360 hj_&R paving...Inc. 8/2/2012 Armando Aragon Interim 3 3
PW nom 23 7360 H&R Paving , 8/30/2010 Armando Aragon , Interim 2.r)
PW 29090926 7360 H&R Paving Inc, 8/30/2010 Armando Aragon interim 12
PW 2000(1126 7360 I.IA Raying 1m, 12/17/2010 Armando Aragon Completion 14
of
construction
PW 20090123, 7360 H&R Paving . 3116:2011 Armando Aragon Interim 3,0
PW 20090126 7360 1,I 81„R l??titlalt-tc. 3/1612011 Armando Aragon Project 3.3
conclusion ,
or closeout
PW 20090120 7360 H&R Paving Inc, 3/18/2011 Armando Aragon ' Project n
conclusion
or closeout
PW ?9.019.W7 7360 H. R Paving Inc. 3/18/2011 Armando Aragon Interim 32
PW ?0090053 7360 j-1&R Paving Inc, 3/18/2011 Armando Aragon Interim 3,1
PIN 70100;812 7360 H&R Paving Inc, 3/18/2011 Armando Aragon Interim 32
PW Zi3j9.Qon 7360 Fl&R rovIng_Inc. 3/18/2011 Armando Aragon Project 32
conclusion
nr closeout
PW 20090110 7360 H&R Paving Inc, 3/18/2011 Armando Aragon Project 3,1
conclusion
or closeout
PW 20100426 7360 116 R Paving Inc. 3/22/2011 Armando Aragon Interim 3,1:2
PW 2.0110035 7360 H&R Paving Inc. 11/27/2012 Armando Aragon Project 32
conclusion
or closeout
PW 2011o9.m 7360 II&R Paving Inc. 11/27/2012 Armando Aragon Interim 3.0
PW 20110168 7360 Fi&R Paving . 11/27/2012 Armando Aragon Interim 1
PW 201101(30 7360 H 3 R Paving Inc, 11/27/2012 Armando Aragon Interim 32
PW 20110158 7360 H&R Paving Inc. 3/21/2013 Armando Aragon Interim 3.7
PW 20110169 7360 11&R Paving Inc. 3/21/2013 Armando Aragon Interim 32
PIN miloop 7360 H 3 R Pavinginc, 5/21/2013 Armando Aragon Project 32
conclusion
or closeout
PIN 20110168 7360 H&H Paving Inc:, 10/30/2013 Armando Aragon Project
conclusion
or closeout
PW 20110169 7360 H&IR,Paving Inc. 10/30/2013 Armando Aragon Project 31
conclusion
r or closeout
PIN ;20120073 7360 113 R Paving Inc, 10/30/2013 Armando Aragon Interim 32
PW 20120073 7360 H&R Paylno Inc. 1/16/2014 Armando Aragon . Interim 32
PW 2012„01.59 7360 H&R Paving Inc. 1/1612014 Armando Aragon Interim 3.7
PW 20130169 7360 ft,&R Paving Inc. 4/30/2014 Armando Aragon Interim 3.0
PW 20120160 7360 H&Ft Peying Jno, 4/30/2014 Armando Aragon Interim 32
PW 20120159 7360 Fl&R PavIno Inc. 4/30/2014 Armando Aragon Interim 32
PW 2100040 7380 H&R Paving Inc, 12/27/2006 Armando Aragon Interim 10
PW 20060069 7360 11 8.R Paving Inc. 12/27/2006 Armando Aragon Interim 3.9.
PW ,20060190 7360 H&R Paving Inc. 12/27/2006 Armando Aragon interim 32
PW 20000222 7360 H ik Ft Paving Inc. 12/27/2006 Armando Aragon Interim 19
PW 20080225 7360 H&R PavIng Inc. 5/1012011 Jesus Gonzalez Project 3,0
conclusion
or closeout
PW 20089225 7360 H&R Paving Inc, 8/23/2010 Jesus Gonzalez Interim IS
PW 29980225 7360 H&LE payjng tftp. 11/7/2012 Maria Llosas Project 32
conclusion
or closeout
PW 29.I QQ616 7360 H&R Purinq Inc. 11/7/2012 Marla Llosas Project 3.9
conclusion
or closeout
PIN 20100679. 7300 ±.&R_paving Inc. 11/7/2012 Marla Llosas Project 12
http://intra/ci i s/rptCo n vac to rF,val uation.asp?S el F b-rrt=591690152 9/8/2014
ULL - Contractor Report - '/U Monday, 6eptember WS, ZU I - I IL YM rage Or
conclusion
or closeout
PW 2012N9/ 7360 li&JR Paving Inc, 12/4(2013 Marla Llosas Project 6,9.
conclusion
or closeout
PW 20120008 7360 H&RPavind Inc, 1/15/2014 Maria Llosas Project 4()
conclusion
or closeout
PW 201302_Qa 7360 H&R Paving Inc, 6/16/2014 Maria Llosas Interim 414
PE 03253. 7360 H&P Paving Inc, 1/18/2007 John Pledrahlta Project 21)
conclusion
or closeout
PW 201,30011 7300 1-{&R Paving inc. 5/21/2013 Urbano Baz Project 36
conclusion
or closeout
Evaluation Count:156 Contractors:1 Average Evaluation:3.1
FE-xig
'-3/
http://i ntra/ci s/roContractorEvaluati on.asp?S elFETN=591690152 9/8/2014
Uota4ny Entity Name
'DIVISION or CORPOR ITIONS 5111004.
' p /
^ i
Detail by Entity Name
Florida Profit Corporation
H & R PAVING, INC.
Filing Information
Document Number 513070
FEI/EIN Number 581690152
Date Filed 08/19V1976
State FL
Status ACTIVE
Last Event AMENDMENT
Event Date Flied 0EK15/1987
Event EffectIve Date NONE
Principal Address
1955N. VK11OAVE
MIAMI, FL 33172
Changed: 09/10/1997
Mailing Address
1S55N. VV. 110AVE
MIAMI, FL 33172
Changed: 09/10/1997
Registered Agent Name&kAddress
GONZALEZ, LUCRECIA
1955 NW 110 AVENUE
MIAMI, FL 33172
Name Changed: 01/30/2008
Address Changed: 05/01/1998
Officer/Director Detail
Name & Address
Title P
GONZALEZ, RAUL JR.
1955 N. W. 110 AVE
MIAMI, FL 33172
�7
h1bp://boacob.aunbfz,oru/lnquiry/Corpormton8eurcioueurobRemu|1})etui)/17,otitvNuzuo/domp-5... 9/8/2014
Leta UL)y tntity Name
Title ST
GONZALEZ, LUCRECIA
1955N. V% 110AVE
MIAMI, FL33172
Annual Reports
Report Year Filed Date
2012 03/24/2012
2013 02/01/2013
2014 02/27/2014
Document Images
O2/27/28i4 —ANNUAL REPORT{ View image in POF format
02/01/2013--ANNUAL RERORT View image in PDF forma
03/22/2012 —ANNUAL REPORT View image in PDF format
02/24/2012—ANNUAL REPORT View image In PDF format
--
01/04/2011 —ANNUAL 1REPORT� New Image|nPDFhonnat
'--'--
01/20/2010--_ANk {�
��1�R�� R7 View image in PDF format
03/30/2009 —ANNUAL REPORT View image in PDF format
01/3{D2008—ANNUAL REPORT r View image in PDF format
02/05/2Q07 --ANNUAL REPORT View image in PDF format
02/24/2006 ANNUAL REPORT View image in PDF format
02/21/2006—ANNUAL REPORT View image in PDF fo r mat
O2/04/2U04—ANNUAL REPORT View Image ri POF format
0t/17/2003—ANNUAL REPORT View Image In PDF format
02/27/2002—ANNUAL REPORT( View image in POE format
020612001 --ANNUAL REPORT' View image in PDF format
8—ANNUAL REPORT View image In POE format
04/20/1999--ANNUAL REPORT View image In PDF format
05/01/1998--ANNUAL_REPORT I View image In PDF format
09/15/1997 --AMENDMENT View image in PDF format
O015/1ggT— ANNUAL REPORT View image in PDE format
0g/101987 —ANNUAL REPORT Now|nsDoinPDFforMvl |
06/00/1997 —ANNUAL REPORT View Image in PDF format
04/28/1096 --ANNUAL View image in PDF format
____
O1/13/1995-- REPORT View image inPDFfomom\
^
om*"cm arid eua_cv'w*�
bUp://xeozuh.ounhizoru8oquiry/Cogp0raiiou8ouruo/oouzchReoultD uooc/doouP-5... 9/8/2014
L tt tct;tvr,s7)i rvxc r yUL i nx ivxv tccry}rx'cx v x rvwunuay, .aeptemocr tie,LA),.. rage r gar v
Public Works and Waste MIAMI-DADE COUNTY, FLORIDA
Management MIANt1.DADE REQUEST FOR PRICE QUOTATION (RPQ)
Contracts&Specifications a Contract No: MCC 7360 Plan-CICC 7360-0/08
Section RPQ No: 20140055
111 NW 1st Street, Suite 1510
Miami, FL 33128
This RPQ is issued under the terms and conditions of the MCC 7360 Plan .
Date Issued: 5/15/2014 Bid Date Due:6/18/2014 Time Due:02:00 PM
Bid shall be Submitted Via: Sealed Envelope to:
Name: Clerk of the Board EMail: vaiveo2a,miamidade.gov
Address: 111 NW 1st Street, Suite 17 Floor Fax:
RPQ Added:5/5/2014 User Bidder Request: 5/13/2014 Bond Adm./OMB Approval:5/13/2014 Bidders Added:
5/15/2014
Project Number: 20140055 Estimated Value: $857,341.04
(excluding contingencies and dedicated allowances)
Project Name: PTP Peoples Transportation Plan Roadway Resurfacing Contract. Emergency: N
Project Location: See Appendix C of the Special Provisons. ESP: N UAP: Y
SITE# LOCATION 1 DIST ESTIMATE T-S-R
#77722 SW 136 Street from SW 82 Ave to Old Cutler Road 30 $407,236.00 0-0-0
#77723 SW 122nd Ave from SW 104th St to SW 120th St 30 $450,105.00 0-0-0
Total: $857,341.00
Department Contact: Alicia Arce Phone No: 305-375-2930 Fax No: 305-375-2931
Project Manager: Alicia Arce Phone No: 3053752930 Fax No: 3053752931
Document Pickup: Contact: Contracts&Specifications Section Phone: 3053752930 Date: 5/15/2014
Document Pickup: Location: 111 NW 1st Street, Suite 1410
Y/N: Mandatory: Date: Time: Location:
PreBid Meeting: Y N_ 5/28/2,014 10:00 AM 111 NW 1st Street, Front Conference Room
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: Y Addition Insurance Amount:$1,000,000.00
Comm Dist:Various Davis Bacon: N AIPP: N $0.00
Prevailing Wage Rate Requirements: Highway Construction SBD Subcontract Forms Required: N
Date Advertised:5/15/2014 Review Committee Date:4/29/2014,
CSBE Requirements: N 0.00% Trade Set-a-side: Y Traffic Stripes and Markings&Concrete
DBE Requirements: N 0.00% DBE Subcontract Forms Required: N
CWP Requirements: N 0,00%
SBD Dates: Received: SOI Date: Compliance: N Memo Date:
Type: Trade: Count: Work%: Add
Bidders
Primary General Engineering 999
Primary Paving 999 0%. Y
(/ — 9/8/2014
http://infra./ciis/frmMCCDeptPRINT.asp?act-RP(SeIRPQNa—X1140055&Se1Type=Long
e,l1J 1'v/c rKIL 1. yuu 1/1.11y1Y t,icr'J rlclty 1 ivionuay, epternoer ue, Lu... rage L 1)1 0
Anticipated Start Date: 9/18/2014 Calendar Days for Project Completion:450
Liquidated Damages/$$Per day: Y 11,423,00 Method of Payment: Scheduled Monthly Payments
CAPITAL BUDGET PROJECT#-DESCRIPTION MCC ESTIMATE
6037700- PEOPLE'S TRANSPORTATION PLAN NEIGHBORHOOD IMPROVEMENTS $857,341.04
FUNDING SOURCE:
SOURCE PROJECT NUM SITE# MCC ESTIMATE
People's Transportation Plan Bond Program N/A N/A $857,341.04
Awarded To: H& R Paving Inc. CSBE Exp Date: Paid Amt: $0.00
Collusion Affidavit Received:Y Date Collusion Affidavit Received: 6/18/2014
Date Dept Awarded: 7/15/2014 Date Award Letter: 7/18/2014 PO Approval Date:
Base Amt: .$906,512.80 Cont Amt: $90,651,28 Dad Amt: $57,908,29 Award Amt: $1,055,072.37
Insurance: !SD Reviewed: N Date Approved: GL Ins Exp Dt: 5/1/2015
Bid Bond: Risk Approved: N Date Approved: AL Ins Exp Dt: 5/1/2015
P & P Bond: Risk Approved: N Date Approved: WC Ins Exp Dt: 1/1/2015
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work,)
SCOPE OF WORK
A.Work under this Contract includes furnishing of all supervision, labor, materials, tools, equipment and performing all
operations required to construct the Work in accordance with the Contract Documents.
B.Work Includes but is not limited to Work Includes but is not limited to , the following: Milling and resurfacing, widening
and resurfacing of intersecting streets, up to the existing joint at the side street or up to the Point of Curvature as
determined by the Engineer or as Indicated in the Plans, resurfacing of asphaltic pathways (pedestrian, bicycle, etc.)
adjacent or not to the edge of pavement as necessary, temporary utility repairs (cold patches), clearing and excavating of
shoulder areas or build-up, as directed by the Engineer; grading and clean-up of adjacent shoulders and removal of roots,
as required, pavement markings including the installation of reflective pavement markers (blue/blue) at fire hydrant
locations, sidewalk, sidewalk cubs and connectors,and pedestrian ramps .
Resurfacing work may include any of the following:
a.Application of asphaltic concrete surface course to existing wearing course.
b,Applicatlon of asphaltic concrete leveling courses to existing wearing surfaces prior to and in preparation for Item (a)
above.
c.Applicatlon of asphaltic concrete to previously primed rock roads,
d.Resurfacing of private driveways shall be limited to feathering of the asphaltic concrete mat to a point two (2)feet from
the edge of the roadway. Resurfacing of the remainder of private driveways is expressly prohibited under this Contract,
unless directed by the Engineer.
e.The contractor shall adjust all storm water, water and sewer valves and manholes prior to resurfacing. All adjustments
shall be made by the built-up method, not by the use of adjustment of rings.
C.If any changes are required due to conflict of design and or field conditions, the Engineer will make the final
determination.
D.The Contractor and all subcontractors, under this Contract, are prohibited from performing any work, other than
specified in the Contract and/or directed by the Engineer, within the limits of the project site, without prior written
notification to the Engineer.This Includes any work for private or commercial entities.
Design Drawings Included: N Shop Drawings Included: N Specifications Included: Y
Project Qualifier: Frank Aira Phone No: 305-375-2930 EMail: AiraF(Dmlamidade.gov
Comments:
In accordance with Miami-Dade County Implementing.Order 3-9, Accounts Receivable Adjustments, if money Is owed by
the Contractor to the County, whether under this Contract or for any other purpose, the County reserves the right to retain
such amount from payment due by County to the Contractor under this Contract, Such retained amount shall be applied to
tho amount owed by the Contractor to the County. The Contractor shall have no further claim to such retained amounts
which shall be deemed full accord and satisfaction of the amount due by the County to the Contractor for the applicable
3s
http://intra/ciis/frmMCCDeptPRINT.asp?act—RPC e1RPQNo-20140055&SelType-Long 9/8/2014
� Z.) ' uCA,/uo3/ r Yk r/`ov/ avuvoi=y` uoyv;:iuvG/ ye, c J "uv
payment due herein
�
"Pursuant to Miami-Dade County Budget Ordinance No. 13-103 this Contract is subject to a user access foe under the
County's User Access Program (UAP) In the amount of two percent (2%), All construction services provided under this
contract ere subject to the 2% UAP. This fee applies to all Contract usage whether by County Departments or by any
other governmental, quasi-governmental or not-for-profit entity. From every payment made to the Contractor under this
contract (including the payment of n9tainage), the County will deduct the two percent (2%) UAP fee provided in the
ordinance and the Contractor will accept such reduced amount as full compensation for any and all deliverables under the
contract. The County shall retain the 2% UAP for use by the County to help defray the cost of its procurement program.
Contractor participation in this pay request reduction portion of the UAP Is mandatory.'
"Pursuant h»Ordinance /3-Y03, If the base bid is above$O04000, the LNP will be appicable."
LICENSE REQUIREMENTS:
At the time of Bid and pursuant to the requirements of Section 10-3 of the Code of Miami-Dade County,Florida and these
Solicitation and Contract Documents, the Bidder must hold a valid, current, and active Certificate of C ete
General Engineering Contractor or as a Specialty Engineering Contractor, commensurate to the requirements of the
Scope of Work, in one or more engineering crafts to include Paving Engineering, The specialty contractor shall
subcontract with a qualified contractor any work which is Incidental to the specialty but is specified In the aforementioned
Code as being the work of other than that of the Engineering Specialty for which certified.
Pursuant to Section 25520. Florida Statues (F.S.) and in lieu of the above, the County may consider a bid from a Bidder
that is a duly licensed Contractor in good standing that has been pmqua|!8ed and considered eligible by the Florida
Department of Transportation (FDOT) under Section 337.14, F.S. and Chapter 14'2, Florida Administrative Oode, to
perform the work described in the Contract Documents. Contractors seeking consideration under this Paragra shall
submit along with the Bid Documents for review and conoidomt|nn, current copy(ies) of their FOOT Certificate(s) of
Oua||fimadnn. Certification of Work Underway, and Status ufContmct(a) On Hand. Acceptance FDOT prequalification(s)
necessary to perform the work specified in the Project's Scope of Work shall include the Flexible Paving work class.
The Contractor shall furnish Certificates of Insurance to the County prior to commencing any operations under this
Contract. The certificates shall clearly Indicate that the Contractor has obtained insurance, In the type, amount and
classification required by these Contract Documents.
BID DOCUMENTS:
Bidding documents may be purchased from the Miami-Dade County Department of Public Works and Waste
Mano mynt Contracts and Specifications Sec#pn, 111 NW 1st Street, 14th Floor, Miami, Florida 33128 fore non-
refundable fee of Seventy Five dollars ($75.00 per each complete set of documents. Payment shall be In the form of a
company uhork, cashier's choch, or money order payable to the "Miami-Dade County, Public Works and Waste
Management Department,"
ADDENDUMS- RFI'S
The Public Works and Waste Management De rtment has made changes with regard hohowaddondum»ondroquouto
for information (RFI) will be sent to document holders. Be advised that all Addendums, RF|'o, and the document holders
list(bidder's list)are now available to view online at the following web address:
hMp:6wvmw.miamidade,gnvDPMv*v/SclicKetinnWuiosox
Thanofom. during the advertisement period, the Department will not be sending these documents via certified mail. All
document holders must provide a dedicated fax number available at all hours, The Department will only be sending
oddonduma and RFI's by fax and posting online at the aforementioned link. The bidders list will be updated every Friday
during the advertisement phase of the contract. Please be aware that acknowledgment of receipt of all addendums and
RFI's remain a requirement when submitting bids.
Vendor Registration:
Due to the new Vendor Registration mcedonemnf�e|n�ma|8em|ueaDepa�rnen� Procurement Management Division,
updated definitions along with the "Affirmation' of Vendor Affidavits" has been added to the Bid Submittal Package, The
successful bidder must be registered under this new procedure prior to award.
PRE BID-BID SUBMITTAL DUE DATE:
Pre-Bid Conference time and location: Wednesday, 10:00 om. May 28, 2014 , at 111 NW 1st Street, 15th Floor Front
conference room
Bid Submittal Time and Location: YVedn*uday, 2:00 P.M, June iO. 2014 at 111 NVV1 Gtroet, 17th Floor, Clerk of the
m
h tip:/dntrm/uiix/frroMCCI}op[PRINT.aap7uot=B9L}&SeiDP(}Nu=2Ol4O055&cSol7vpe=l,uo& 9/8/20]4
.,
- AV.t)L )1 I't...n.c.rtut...,r, y LA../ /kJ.1 liIN v-sx k.,r) r ruisi i ivJuilutty, .3(.....p.t...lituc1 vo, 4V... f ttgt; '-r VI V
Board Office.
1----- Contractor-Bid Information (Bids added 5/15/2014)
SBD Base Bid ELixp
Type Contractor Name Trade Bid OK Bid Amount Award Type Date
. _. _.
7360 A&A FONTE INC General Engineering N $0.00 1 r=pri 9/30/2014
7360 A.P.E.R.Construction,LLC [paving N =$0,00 N 1,171---1ril
F30.1 ABK Construction,Inc General Engineering N $0.00 N pri 19/30/2013
_:.
360 .
Acre Engineering and Construction,
Paving N 1$0.00 N Pri I 9/30/2015
Inc. • ' i
7360 "ACT SERVICES INC General Engineering N E=$0.00 N Prl 9/3012015
7360 1 Anzac Contractors,Inc. General Engineering 11N [$0.00 F-1,pri 19/30/2013 1
7360 ATLANTIC CIVIL INC General Engineering N 1$0.00 N prl 9/30/2013
. '
7360 Atlas Concrete&Pavement,Inc. Paving N $0.00 N pri 9/30/2013
4,
F36=Berio Industry,Inc. Paving N F71$0.00 N 9/30/2013
7360 BIG D ENGINEERING INC Paving N 1-----IF
$0-,00 71 N pri IFO720.Ti
7360 EE B Construction,Inc. General Engineering N $0.00 N pri 1 9/30/2013
CENTRAL FLORIDA EQUIPMENT
17360 General Engineering N $0.00 N pri 19/3012015
RENTALS INC _
7360 Community Asphalt Corp. General Engineering El $0.00
iE-1 pit F9/.70"/70. 1
_ t
j7360 Comtech Engineering,Inc. General Engineering N F-1$0.00 N NI ;;;;;-]
7360 CONSTRUCT GROUP CORP General Engineering N $0.00 N Pri 9/30/2015
. . .
DOWNRITE ENGINEERING
7360 Paving N j $0.00 N Pri 9/30/2013
17360 IL.c I.Construction Grot:i7---lic, Paving N 1$0.00 N F
CORPORATION --
I9/30/2013
7360 EM CONSTRUCTION GROUP LLC General Engineering N $0.00 N pri 9/30/2013 1
Florida Engineering and
7360 General Engineering
ELH--- $0.00 N pri 9/30/2013 I
Development Corp. I
7360 GARBAL CONSTRUCTION CORP Paving N
I- $0.00 N 1E1,9/30/2013
_
7360 General Asphalt Co„Inc. General Engineering N =$0.O0 .1F7pri 9/30/2013
• .. , 1 _
GPE ENGINEERING AND GENERAL IL]
CONTRACTOR CORP DBA
7360 GONZALEZ PAVEMENT Paying N $0.00 N pri 9/30/2015
EQUIPMENTS INC
_
7360 Grace&Naeem Uddin,Inc. General Engineering N $0.00 N pri 2/28/2013
7360 H&J Asphalt Inc. Paying Y $993,267.30 N pri 19/30/2015
I
17380 1H&R Paving Inc. Paving 1' $906,612.80 1Y Pd 9/30/2016
HAHN CONSTRUCTION IN
7360
E- $0.00 pri 9/30/2013
ENGINEERING CONTRACTORS INC paving 1
' .
F7-3-60 HIGH TECH STRIPING INC 1 General Engineering N
I $0.00 N pr.! 9/30t=20131
17360 HI-Tech Concrete,Inc. Paving N $0.00 N pri 9/30/2013
, .
17360 1INFRAMASTER G C CORP General Engineering N -1.50_200 N NI 9130/2016
7360 IJVA Engineering Contractors Inc. .Paving _ N $0.00 N pri 19/30/2013
17360 11 II IF-II 1$0.00 IF--Ir-119/30/2015
3-.3----
http://intrakiist1rniMCCDeptPRINT.asp?act--RPQWSe1RPQNo=20 I 400558cSel Type-,Long 9/8/2014
‘....ii - xr.y t_t.t. i 1.-Lii c.ric.o...,1, yl )1 III Juni kivt.y) t-A.t.N I ivtotiui.ty, oepLemuct vo, LU... r;ay.: J ll 1
I I Kailas,Corp 11Paving 11 II II IL______IlLii
......1
1,7360 1LANZO CONSTRUCTION CO
General Engineering N $0.00 N Pri 9/3012013
FLORIDA
1
[7360 I Lego Construction Co. General Engineering N
L $0.00 N Pr! 9/30/2013
7360 Leyram Construction Inc. General Engineering N $0.00 _1 N pr; 9/30/2013
El LITZ ENGINEERING INC _I Paving I N $0.00 N pr; 9/30/2015
-_,
7360 LNC Engineering Contractor,Inc. General Engineering IN . $0.00 N pr=9/3012013
17360 MAG CONSTRUCTION INC General Engineering N $0,00 N F;71 i3a=2(E
.. .
7360 I MAGGOLC,INC. General Engineering N L---=$0,00 N rpri 9/30/2015 1
•
7360 MARKS BROTHERS INC General Engineering N $0.00 N Fr; 913012013
..,
i 1
MASTER PAVING ENGINEERING
7360 Paving 60.00 N -1 pr; 9/30/2013
INC IN
7360 'Metro Express Inc. General Engineering N $0.00 N pri 9/30/2015
MIRABAL ENGINEER
CONTRACTOR INC Paving N $0.00 N Pri 9/30/2013
7360
... • _
177.3-6;1 Motile Engineering Corp. Paving N $0.00 E---i Pri 9/30/2013
. ..
7360 Murvega Paving Company,inc. Paving N $0.00 J N Pri 9/30/2013
.
7360 OJITO&ASSOCIATES INC j General Engineering N $0.00 1 IF-1;F-11;301-
17360 I OVERNIGHT SUCCESS INC General Engineering N $0,00 N pri 9/30/2015
7360 I Palma Paving&Concrete Inc Paving N $0.00
PARADISE PAVERS OF MIAMI 1=Pri 9/30/2013
:
CORP Paving N E---- $0.00 N PH 9/30/2013
7360 -
177-3'60 PERSANT CONSTRUCTION CO INC [General Engineering N $0.00 N pi.; 9/30/2013
QUALITY CONSTRUCTION 1-7
17360 General Engineering N
F0.00-1.N Pri 19/30/201J
I PERFORMANCE INC
7360 Quality Paving Corp. Paving N $0.00 IF-I pr; 9/30/2016
11360 I R&G Engineering,Inc, .Paving IN FT$0.00 N NI .9130/2013
7360 RJR CONSTRUCTION INC IGeneral Engineering N $0.00 N [Fr; 9/30/2016
17360 1 Rock Power Paving,inc. General Engineering N $0.00 E--- pr; 9/30/2015
, .
7360 SAGUA CONSTRUCTION INC Paving N =$0,00 N pi.; 9/30/2015
7360 SHASA ENGINEERING CORP I Paving N [------]$0.00 N 11pr; I 9/30/2015
7360 SM INTERCONSULTING LLC General Engineering N I 1 °-° N
j9/30/2013
7360 Solution Construction,Inc. Paving N 1 $0.00 I N prj 9/30/2013
-__
360 SOUTHEASTERN ENGINEERING
[,7
CONTRACTORS INC General Engineering N
$0,00 N
_ .
Pri 9/30/2015
7360 STAR PAVING CORP IPaving N $0.00 11N I pH 9/30/2013
7360 TEQUESTA CONSTRUCTION
Paving
.1.E $0.00 N pr; 9/10/2013
SERVICES GROUP INC ,
F6-0-1 Top Crafts,inc. Paving N $0.00 .N 1 Fri 9/30/2015
: I
TRANS FLORIDA DEVELOPMENT
General Engineering N =$0.00 [N----1 prj 19/30/2013
7360 CORP , i
7360 URVE ENGINEERING COMPANY General Engineering N $0.00 11-N-I Pri 9130/2015
V ENGINEERING&CONSULTING
7360 General Engineering N $0.00 9/3012015
CORP IN
- -
[7360 I WALTER L LISTA INC -1 General Engineering N $0.00 I N I
jpr; 9/30/2013 11
59
http://intra/c ii s/Irrn M CC D ep t I'R1NT.asp?act-RPQMSe1RPQNo----20 1 4 00 5 5&S elType--Long 9/8/201 4
V.,1 I■:71 - mr. ..c.)1 r un rr11/41:, VtJL) i/A.1 1lJIN krsa-k.0 r IN1IN I lvitilIctily, OrpLeatuct uo,zu„. rage 0 01 0
7360 WEEKLEY ASPHALT PAVING INC Paving
—7-1-- -
7360 WILLIAMS PAVING CO INC Paving N
----73601 Wrangler Construction Inc.
... ,
General Engineering . ,N
N $D.0 N Pri 9/30/2013
$0.00 l' i PrI 9/30/2013
$0.00 N Pri 9/30/2015
1
. .
. 1
i
1
littp://intra/ciisifrmlACCDeptPRINT.asp?a.ct=RPQMie1RPQNo=201 4005 5&SelTyper'Long 9/8/20 14