Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Annie Perez Director Procurement Department FROM: Juvenal Santana Jr., PE, CFM \\CP/4 Deputy Director Resilience and Public Works Department DATE: February 5, 2019 FILE: SUBJECT: Citywide Pavement Resurfacing Contract REFERENCES: Contract Capacity Increase ENCLOSURES: The purpose of this memorandum is to request an increase to the annual capacity in the amount of $500,000 for the Citywide Pavement Resurfacing Contract currently awarded to H & R Paving, Inc. The annual contract award capacity is $1,201,812.00. The contract is currently in its last year and will be going to City Commission on March 28, 2019, to amend certain payments items necessary to construct projects currently designed. Projects so far completed and slated to be constructed this contract year will exceed the contract amount. Below is a summary of this year. Completed projects: 1. NW 17 Court and NW 2 Street 2. Pavement Markings for RPW Operations Maintenance Yard 3. 7 Traffic Calming Circles (Coral Gate) 4. Concrete repair on 4 Traffic Calming Circles (Silver Bluff & Coral Gate)' 5. Concrete repair on 6 Traffic Calming Circles (Flagami, Silver Bluff & Coral Gate) 6. Asphalt repair at Arthur Lamb Road (Virginia Key) 7. Concrete repair on 13 Traffic Calming Circles $4,707.73 $2,671.20 $23,391.30 $70,535.83 $5,255.95 $68,361.16 $150,137.00 Total: $325,079.97 Pending: 1. NW 14 Avenue btw NW 14 Terrace and NW 20 Street $364,778 2. Brickell Bay Drive btw SE 8 Street and SE 11 Street $301,116 3. Brickell Avenue and SE 11 St Concrete pavement slab repair $18,000 4. District 5 Alleyways Improvements Phase II Project $138,153 5. Pavement Markings of 61 Traffic Calming Circles $189,850 6. SW 32 Avenue and Oak Avenue $60,000 7. Future projects to be determined $300,000 Total: $1,371,897.00 (Est.) Grand Total: $1,696,976.97 The requested increase would suffice the estimated amount of funding needed to complete ongoing projects and create spending capacity for unforeseen needs through August of this year when the contract is set to expire. Cc: Alan M. Dodd, PE, Director, Resilience and Public Works Department Christopher Rose, Director OMB Donovan Dawson, Budget Analyst, OMB Nzeribe Ihekwaba, Ph. D., PE, Assistant City Manager Sandra Bridgeman, Chief Financial Officer * ` ieeaer.,31ME e O g CITY OF MIAMI AMENDMENT NO. 1 TO CONTRACT BETWEEN THE CITY OF MIAMI AND H&R PAVING, INC. This Amendment No. 1 ("Amendment No. 1") to the Agreement ("Agreement") dated February 25, 2014, between the City of Miami ("City"), a municipal corporation of the State of Florida, and H&R Paving, Inc., a Corporation qualified to do business in the State of Florida ("H&R"), is entered into this day of , 2019. RECITALS WHEREAS, pursuant to Resolution No. 13-0467, adopted by the City Commission on October 24, 2013, the City and H&R entered into a contract to provide pavement resurfacing services; WHEREAS, the Department of Resilience and Public Works ("Public Works") has a need for additional pavement services; and WHEREAS, the contract is in its final renewal option; and WHEREAS, Public Works is in need of an increase in the expenditure capacity beyond the $1,201,812.00 contract amount to ensure continuity of service and to include services added herein; and WHEREAS, there is available and allocated funding for these additional services which shall be provided on an as needed basis, subject to the availability of funds at the time of need; and, WHEREAS, in accordance with the General Conditions, Section 54, "Additions/Deletions of Services Required", in Solicitation No. 12-13-033, the City may add additional services to any resultant contract upon successful negotiations and mutual consent of the contracting parties; and WHEREAS, these additional services are within the scope of Solicitation No. 12-13-033 and do not constitute a material variance or deviation from this Solicitation; NOW THEREFORE, for the considerations hereinafter as set forth, the parties agree to as follows: 1. The recitals set forth above are incorporated by reference in full herein. 2. The compensation limit for services provided under the agreement has been increased by $500,000.00 to a total amount of $1,701,812.00. This total amount serves as a Guaranteed Maximum cost("GMC") for performing all specified work inclusive of labor, materials, supplies , plus overhead expenses, profit and , any reimbursable expenses. 3. H&R shall provide additional services within City limits to include but not be limited to the following: a. Type B mountable concrete curb of at least 5,000 PSI with rebars; b. Curb and gutters of any type of at least 5,000 PSI; c. Additional concrete sidewalks with split islands of at least 5,000 PSI; d. Concrete paver base of at least 5,000 PSI with wire mesh; e. Removal and reinstallation of existing paver, if applicable; f. Design of projects; g. Off -duty police presence during project service times; and h. Furnishing and installing any type of rapid flashing beacon. 4. All Additional Services set forth in this Amendment shall be approved as to general suitability, quality and location by the City Manager or the Director who will serve as his designee for such approvals under this Amendment No. 1. 5. Time is of the essence in the performance of this Amendment No. 1. All other teis, covenants, and conditions of the original Agreement issued thereto shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment as of the day and year first above written. ATTEST: THE CITY OF MIAMI, FLORIDA City of Miami, a municipal corporation of the State of Florida By: By: Todd Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager APPROVED AS TO LEGAL FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: By: By: Victoria Mendez, City Attorney Ann -Marie Sharpe, Director Risk Management Department ATTEST: H&R Paving, Inc. Signature: Signature: Print Name: Print Name: Title: Title: Corporate Secretary President or Vice -President (Affix Corporate Seal) To: Louise Pierre Date: 8/26/2015 From: Calitza Diaz -Torres The following documents are included for the issuance of a purchase order: X Contract X Resolution Bid Tabulation Proposal for Professional Services Project Analysis Form (PAF) Fact Sheet CIP Spreadsheet _XApproved Insurance Other Project Name: City of Miami and H & R Paving , Inc. M-0098 Amount: $1,201,812.00 Thank you. City of Miami Text File Report City Hall 3500 Pan American Drive Miarni, FL 33133 www.iniamigov,com File ID: 13-01282 Enactment 0: R-13-0467 Version: 1 Type: Resolution Status: Passed Enactment Date: 11/21/13 Introduced: 10/24/13 Controlling Body: Office of the City Clerk A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED APRIL 30, 2013, PURSUANT TO INVITATION FOR BIDS NO. 12-13-033, FROM H & R PAVING, INC., THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, FOR THE PROJECT ENTITLED "CITYWIDE PAVEMENT RESURFACING CONTRACT, M-0098", IN AN ANNUAL AMOUNT NOT TO EXCEED $1,201,812.00, WITH FOUR (4) ADDITIONAL ONE (1) YEAR OPTIONS TO RENEW, IN AN ANNUAL AMOUNT NOT TO EXCEED $1,201,812.00; ALLOCATING SAID FUNDS, FROM THE PUBLIC WORKS DEPARTMENT AND CAPITAL IMPROVEMENT PROGRAM SUBJECT TO BUDGETARY APPROVAL; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN SUBSTANTIALLY THE ATTACHED FORM, FOR SAID PURPOSE; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE SAID OPTIONS TO RENEW SUBJECT TO THE AVAILABILITY OF FUNDING AND THE CONTRACTOR'S PERFORMANCE. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF IVIIAMI, FLORIDA: Section 1. The bid received April 30, 2013, pursuant to Invitation for Bids No. 12-13-033, from H & R Paving, Inc., the lowest responsive and responsible bidder, for the project entitled "Citywide Pavement Resurfacing Contract, M-0098," in an annual amount not to exceed $1,201,812.00, is accepted, with four (4) additional one (1) year options to renew, in an annual amount not to exceed $1,201,812.00, with said funds allocated from the Public Works Department and Capital Improvement Program, subject to budgetary approval. Section 2. The City Manager is authorized{1} to execute a Contract, in substantially the attached form, for saidpurpose. Section 3. The City Manager is farther authorized { 1 } to execute said options to renew subject to the availability of funding and the contractor's performance. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor. {2} City of tvtianfi Page 1 Printed oe 8/26/2015 F1RSTOPTION TO RENEW TO CONTRACT Between CITY OF MIAMI AND H P R. PAVING, INC. This FirstOption to Renew the Contract ("FirstOption") is made and entered intothis i7 day of . , , 2015, (but effective as of the date stated on the Notice to Proceed, "Effective Date") by and bepoieen the City of Miami, Florida, a municipal corporation of the State of Florida, whose principal address is 417 S.W. 2nd Avenue, 10th Floor, Miami, Florida 33130 ("the City") and H & R Paving, Inc., a Honda corporation, whose principal address is 1955NW 110 Avenue,Miarni, Florida, 33172, (the "Contractor"). WITNESSETH: WHEREAS, pursuant to Resolution No. R-13-0467, adopted by the Miami City Commission on November 21, 2013 (the "Authorizing Resolution"), the City Commission accepted the competitive bid of H & R Paving, Inc. (the "Contractor"), and entered into a Contract for "Citywide Pavement Resurfacing Contract, M-0098" for a one (1) year period in an annual amount not to exceed One Million Two Hundred One Thousand Eight Hundred Twelve Dollars and Zero Cents ($1,201,812.00); and • WHEREAS, the Contract provided for up to four (4) additional one additional (1) year options to Renew, in an annual amount not to exceed One Million Two Hundred One Thousand Eight Hundred Twelve Dollars and Zero Cents ($1,201,812.00) for each such option year, subject to the availability of funding and the Contractor's performance; and WHEREAS, the City Manager is exercising its FirstOption to Renew for a one (1) year term, and the Contractor is willing to provide the Services, under the same terms and conditions set forth in the Contract, in an annual amount not to exceed One Million Two Hundred One Thousand Eight Hundred Twelve Dollars and Zero Cents ($1,201,812.00); NOW, THEREFORE, in consideration of the foregoing, and the promises and covenants contained herein the parties hereby amend the Contract as follows: 1. ARTICLE 2. CONTRACT SUM: Article 2 of the Contract is amended to exercise the FirstOption to Renew in an annual amount not to exceed One Million Two Hundred One Thousand Eight Hundred Twelve Dollars and Zero Cents ($1,201,S12.00)far Fiscal Year 2015-2016. Should the City Manager decide to exercise the remaining option available, the annual amount will be as follows: 2. The Second Option to Renew in an annual amount not to exceed One Million Two Hundred One Thousand Eight Hundred Twelve Dollars and Zero Cents ($1,201,812.00)for Fiscal Year 2016- 2017. 3. The Third Option to Renew in an annual amount not to exceed One Million Two Hundred One Thousand Eight Hundred Twelve Dollars and Zero Cents ($1,201,812.00) for Fiscal Year 2017- 2018. 4. The Fourth. and Final Option to Renew in an annual amount not to exceed One Million Two Hundred O.ne Thousand Eight Hundred Twelve Dollars and Zero Cents ($1,201,812.00) for Fiscal Year 2018-2019; 5. ARTICLE 7; THECONTRACT TERM: Article 7 of the Contract is amended to include the term for the FirstOption to Renew to be one (1) year beginning on the date stated on the Notice to Proceed, hereby incorporated by reference. 6. RECITALS, INCORPORATIONS, AND UPDATED REQUIREMENTS: The recitals are true and correct and are hereby incorporated into and made a part of this FirstOption to Renew, The City's Authorizing Resolution No. R-13-0467, the Contract and its Amendments, Notice to Proceed, and all attachments thereto are hereby incorporated, made a part of this FirstOption to Renew, and attached hereto as "Composite Exhibit A", including: the Gity's Invitation for Bid (IFB) and supporting documentation as Exhibit "A" to the original Contract, Contractor's updated insurance requirements, bonding requirements, and corporate authorization are hereby incorporated, made a part of this FirstOption to Renew and attached hereto as Composite Exhibit "B." This FirstOption to Renew, the Contract and its Amendments, including all Exhibits hereto shall collectively form the agreement between the parties. 7. CONTRACT TERMS: Except as specifically modified herein, all terms and conditions, representations, warranties, and covenants of the Contract remain unchanged and in full force and effect. 8, PUBLIC RECORDS REQUEST: The Contractor shall comply with the Florida Public Records Act, Chapter 119, Florida Statues, as amended including, without limitation, the revisions of § 119.0701 Fla. Stat. which states: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. • • -,Akohitiamoilit IN WITNESS WHEREOF the parties hereto have executed this FirstOption to Renew an the day and date of first above written in five (5) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original contract.* WITNESS: (If Corporation, attach Seal and Attest by Secretary) 1 , BY: .4 1 Print Name: ,,,,m2Irryi Corporate Secretary (SEAL) ATTEST: Todd . Hannon, City Clerk APPRO/ D AS TO E IN E antamaria, P.E., CGC [Director of Public Works APROCIED;Al TO FORM AND. pciRREC3KESS r WOria M n e‘City Attorney \CL RESOLUTION NO. 13-0467 CONTRACTOR: H & R Paving, Inc. A Florida Corporation BY: Print ame: Print Title: (Employer Tax I.D. Number) THE CITY OF MIAMI, FLORIDA, A municipal corporation, BY: Daniel J. Alfons APPROVED AS REQUIREIVI Ann -Vane Sharpe ctor RiskWanageme *BECAUSE CONTRACTOR. IS A CORPORATION, THERE SHALL BE ATTACHED TO EACH COUNTERPART AS EXHIBIT "B" A CERTIFIED COPY OF A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CORPORATION, AUTHORIZING THE OFFICER WHO SIGNS THE CONTRACT TO DO SO ON ITS BEHALF, Corporate Resolution WHEREAS, . 44°�t./AA ,_ Ce �>� desires to enter into a FirstOption to Renew and Extension :("FirstOption") to the ontract for 'Citywide Pavement Resurfacing Contract, M-0098,t,(the "Contract") with the City of Miami for the purposes of amending, and extending the Contractjor performing the work as described in the FirstOption to Renew and the Contract to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -Laws of the corporation; Now, THEREFORE, BE IT RESOLVED.yBY THE BOARD OF DIRECTORS that the.'5c-J Y ,/"-e5. (type title o h,,,LeYee?4 icer) , is hereby authorized (type name of officer) and instructed to enter into this FirstOption to Renewthe Contract, in the name and on behalf of this corporation, with City of Miami upon the terms and conditions contained in the proposed FirstOption to Renew the Contract to which this resolution is attached, to update the insurance requirements, and to execute the corresponding performance bond. arporate Secretary Dated this day of , 20 Chairperson yr the Board of Directors (Corporate Seal) al „`unri"14 ( c AGENDA ITEM SUMMARY FORNr FILE ID: 13-012e.2- Date: 9/16/13 0 Requesting.Department: Public Works Commission Meeting Date: 11/21/13 District Impacted: ALL Type: 0 Resolution in Ordinance E Emergency Ordinance E Discussion Item hl: Other Law .Department Matter ID No. Subject: A Resolution awarding a contract to H & R Paving. Inc. in an annual amount not to exceed $1 201,812.00 for the project entitled "Citywide Pavement Resurfacing Contract, M-0098." Purpose of Items A Resolution awarding a contract to H & R Paving, Inc., for a one (1) year period in an annual] amount not to exceed $1,201,812.00, for the project entitled "Citywide Pavement Resurfacing' Contract, M-0098;" further authorizing four (4) additional one (1) year options to renew in an annual amount not to exceed $1,201,812.00, subject to the availability of fimdi.rig and contractor's' performance, Background Information: On April 30, 2013, the Office of the City Clerk received formal bid 412-13-033 for the project entitled "Citywide Pavement Resurfacing Contract, M-0098;" A total of three (3) prospective bidders picked up specifications and three (3) contractors submitted bids. H & R Paving, Inc. submitted the lowest responsive and responsible bid in the amount of $1,201,812.00, The project has up to four (4) additional one (1) year options to renew, in. an annual amount not to exceed $1,201,812.00, subject to the availability of funding and contractor's performance. Funds will be allocated from the Public Works Department subject to budgetary approval, Budget Inziaact Analysis NO Is this item related to revenue? YES Is this item an. expenditure? If so, please identify funding source below. General Account No: Various & B-73102C ($401,400,00) *sublectto available funding Special Revenue Account No: COProject No: NO Is this item funded by Homeland Defense/Neighborhood Improvement Bonds? Start Up Capital Cost:..._... _.. foLt.ta,‘A't-tdv,kaaat-..61a-r-ca,13' i (' (i rtl Maintenance Cost; Total Fiscal Impact: $1,201,812.00 FY 2014 and future years subject to budget availability wlwlt �, ,,;, 6s Final Approvals (SIGN AND DATE) CIP Budget If using or receiving capital fiands Grants N/A Risk M nagenaent Purchasing N/A cpt. Director Chief / ? - City Manage Page 1 of 1 NOTEPAD: HOLDER COD NSURED'S NAME H & R Pavfng, Inc. N&RPA-2 OP ID: LR PAGE 2 Date 07/22/2015 The City of Miami is additional insured under the pollution liability when required by written agreement. Citywide Pavement Resurface. Contract #M-009a Job: Milling, Paving and Pavement Marking The City of Miami is included as an Additional insured with respect to General liability arising out of operations performed for City by or on behalf of Contractor or acts or omissions of Contractor in connection with general supervision of such operation. 30 day notice of cancellation applies except for non payment whichis 10 days by Florida -.Statute .. 'CG2012... Additional Insured endorsement naming the City of. Miami.;; A, POLICY NUMBER:WPP1094936 02 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS; LESSEES OR CONTRACTORS - SCHEDULEDPERSONOR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Blanket as required by written contract. Location(s) Of Covered Operations Blanket as required by written contract. It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and noncontributory as respects to any claim, Toss or liability, allegedly arising out of the operations of the named insured, provided however that this insurance will not apply to any claim loss or liability which is determined to be solely the additional insured's responsibility. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -- Who Is An Insured is amended to Include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury' caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: CG20100413 1, The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. © Insurance Services Office, Inc., 2012 Page 1 of 3 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including' materials, parts cr equipment furnished in connection with such work, . on the project (other than service, Maintenance or repairs) to be performed by or bn behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 3 © Insurance Services Office, Inc., 2012 CG 2010 04 13 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required. by. a contract or agreement, the most we will pay on behalf of the additional insured is the amount of Insurance: 1. Required by the contractor agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This . endorsement'.shall not increase the applicable ''Limits of' Insurance shown in the Declarations, _. CG20100413 © Insurance Services Office, Inc., 2012 Page 3 of 3 0 t WescolInsurance Company 800 Superior Avence East, 21 st Floor Cleve'and, OH 44114 Policy Number: WPP1094935 02 Named Insured: H & R Paving Inc COMMERCIAL PACKAGE POLICY FORMS AND ENDORSEMENTS SCHEDULE Coverage Form Ed, Date Description CG CG2154 (01/96) .EXCLUSION - DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED (WRAP-UP) INSURANCE PROGRAM CG CG2167 • (12/04) FUNGI OR BACTERIA EXCLUSION CG CG2173 1 • (01/15) EXCLUSION OF CERTIFIED ACTS OF TERRORISM CG CG2186 (12/04) EXCLUSION - EXTERIOR INSULATION AND FINIS;-{ SYSTEMS CG CG2196 (03/05) SILICA OR SILICA -RELATED DUST EXCLUSION CG CG2234 (04/13) EXCLUSION — CONSTRUCTION MANAGEMENT ERRORS AND OMISSIONS CG CG2243 (04/13) EXCLUSION - ENGINEERS, ARCHITECTS OR SURVEYORS PROFESSIONAL LIABILITY CG CG2279 (04/13) . EXCLUSION - CONTRACTORS - PROFESSIONAL LIABILITY CG CG2503 (05/09) DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT CG GL990001 (09/08) LEAD EXCLUSION CG GL990002 (09/08) ASBESTOS EXCLUSION CG GL9900078 (11/12) BROADENED COVERAGE FOR CONTRACTORS CG GL990028 (05/06) WORK SITE LIMITED POLLUTION COVERAGE CA IL0017 (11/98) COMMON POLICY CONDITIONS CG IL0017 (11/98) COMMON POLICY CONDITIONS CA IL0021 (09/08) NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT (BROAD FORM) CG IL0021 (09/08) NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT (BROAD FORM) Issued Date; 5/20/2015 Page 26 of 27 CPPSCHEDFORIvi 0408 H&RPA-2 OP ID: LR AW Rb CERTIFICATE OF LIABILITY INSURANCE -- DATE(MMIQDlYYYY) 08/08/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION 1S WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER BROWN & BROWN OF FLORIDA INC 14900 NW 79th Court Suite#200 Miami Lakes, FL 33016.5869 Ramon A Rodriguez CONTACT NAME: Ramon A Rodriguez (CNNo Ex@ 305-364-7800 FAX No.305-714-4401 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAEC # INSURER A :*Allied World Specialty Ins Co 16624 INSURED H & R Paving, Inc. 1965 NW 110th Ave Miami, FL 33172.1911 INSURERS t*Great American Insurance Co* 16691 INSURERC:*Westchester Surplus Lines ins 10172 INSURER D :*Allied World Nat'l Assurance 10690 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN OF INSURANCE ADD ADTYPE nVR POLICYNUMBER IMM/DDPOLICYEF.) �Pq/lpIpYEX ) LIMITS D X COMMERCIAL GENERAL LIABILITY X 03101212 ��:,1; '���� 05/01/2)16 . : _. / 0 1 1/2017 EACH OCCURRENCE $ 1,000,000 FR3Mi E TO REN ED PREMISES (Ea occurrence) 100 000 $ , CLAIMS -MADE X OCCUR MED EX? (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L i AGGREGATE LIMIT APPLIES POLICY �XJ gRO+ OTHER: PER: _ LOC PRODUCTS-COMP(OPAGG $ 2,000,000 Emp Ben. $ 1,000,000 _ A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED ---' SCHEDULED X A i. ✓,f ',,i 1\\-% L`, \4 1� \ 60000232. t1 •‘.) (J/ 1 /05 01/201 05/01/2017 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) B X UMBRELLA LIAB EXCESSLIAB X OCCUR CLAIMS -MADE X TUU048352603 05/01/2016 05/01/2017 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ DED X RETENT ON $ 0 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN OFFICER/ EIMBER EXCLUDEE ECUTIVE 1 j (Mandatory In NH) J If yes, describe under DESCRIPTION OF OPERATIONS below N / A STATUTE ER H E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE • POLICY LIM.T $ C Pollution G24275516005 05/01/2016 05/01/2017 Limits 1,000,000 DESCRIPTION OF OPERATIONS /LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If mo a space is required) ... See Notes ... CERTIFICATE HOLDER CANCELLATION CITYOF M City of Miami 444 S W 2nd Ave 8th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED W ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Brown and Brown of Florida, Inc. AGORA 25 (2014/01) 0,1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD: HOLDER CODE CITYOPM INSURED'SNAME H & R Paving, Inc. H&RPA-2 OP ID; LR PAGE 2 Dale 08/08/2018 Certificate holder is listed as additional insured on a primary & noncontributory basis with respects to General Liability when arising out of your ongoing operations performed for that insured.Certificate holder is listed as additional insured with respects to Auto liability & Pollution when required by written contract.Contingent, underground & Contractual exposures is included. Umbrella follows form. Ac®RI® CERTIFICATE OF LIABILITY INSURANCE ka,,,....----- DATE(MMIDDIYYYY) 8/2/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED SY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on tills certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Eastern Insurance Group, Inc. 9570 SW 107 Avenue Suite 104 Miami. FL 33176 NAMEACT David M, Lopez (acNNo xta (305) 595-3323 FAX C Nell (305)59s-7135 mmnss:amanda@easterninsurance.net INSURER(S) AFFORDING COVERAGE NAIC rf INsuRERABridgefield Employers Insuranc 10701 INSURED H & R Paving, Inc. 1955 NW 110 Avenue Miami FL 33172 INSURER B : INSURERC: INSURER D : INSURER E ; INSURER F: COVERAGES CERTIFICATE NUMBER:Master 16-17 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTrt TYPE OF INSURANCE ADDL 1N SD SUBR 4WD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MM/DDIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY ���, • C, (I\I...i' ���/•— EACH OCCURRENCE $ CLAIMS -MADE I OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (My one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PDR: POLICY I I MST L J LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/CP AGG $ $ AUTOMOBILE __ LIABILITY• ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED 1� Jl`\li i}___ ��)1 rQ^ \ I j;\ k‘ 4:: �.` ``. i ;'.'. $)--$ .+ COMBINED SINGLE LIMIT IEa accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ OED RETENTON$ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICEREMBER EXCLUDED? IM (Mandatory In NH) DEes, descibe under SCRIPTION OF OPERATIONS oelow NIA 830-54534 5/23/2016 5/23/2017 x I STATUTE OTH ER E.L. EACH ACCIDENT $ 1,000,000 E,L. DISEASE • EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Addlt(onal Remarks Schedule, may be attached If more space Is required) Asphalt paving, sidewalks, curbs, asphalt plant Project: Citywide pavement resurface. Contract # M-0098 CERTIFICATE HOLDER CANCELLATION City of Miami Attn: Calitza Diaz -Torres 444 SW 2nd Ave 8th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE David Lopez/DAVID ACORD 25 (2014/01) INS025 i7014011 © 1988-2014 ACORD CORPORATION. Alt rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER:WPP1094935 02 COMMERCIAL GENERAL LIABILITY CG 20 12 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL'GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: City of Miami Information required to complete this Schedule, if not shown above, will be shown in the Declarationk) A. Section Ii — Who Is An insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision shown in the Schedule, subject to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. if coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured, CG20120413 2. This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or b. "Bodily injury" or "property damage" included within the "products -completed operations hazard". B. With respect to the insurance afforded to these additional insureds, the following is added to Section 111— Limits Of insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1, Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER:WPP1094935 02 COMMERCIAL GENERAL LIABILITY CG20120413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under fhe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART • SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: City of Miami Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision shown in the Schedule, subject to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. if coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 12 04 13 2. This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or b. "Bodily injury" or "property damage" included within the "products -completed operations hazard". B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY.-_- OTHER INSURANCE CONDITION This endorsement:modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The fallowing is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other Insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured, © Insurance Services Office, Inc., 2012 Page 1 of 1 CG20010413 �_vsiS!�Ir?: POLICY NUMBER: WPP1094935 02 COMMERCIAL GENERAL LIABILITY CG20370413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR -- CONTRACTORS -- COMPLETED OPERATIONS This endorsernent modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Blanket as required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily Injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional Insured will not be broader than that which you are required by the contract cr agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional Insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 O Insurance Services Office, Inc., 2012 Page 1 of 1 y az ,_ Wesco Insurance Company 800 Superior Avenue East, 21st Fool' Cleveland, OH 44114 Policy Number: WPP1094935 02 Named Insured: H & R Paving Inc COMMERCIAL PACKAGE POLICY FORMS AND ENDORSEMENTS SCHEDULE Coverage Form Ed. Date Descri tion CA Auto1DCard .(010) -AUTO ID CARD CA CA0001 (03/06) BUSINESS AUTO COVERAGE FORM CA CA0128 • (03/09)• FLORIDA CHANGES CA CA0267 (11/12) FLORIDA CHANGES —CANCELLATION AND NONRENEWAL CA CA2C48 • (02/99) DESIGNATED INSURED CA CA2172 (10/09) FLORIDA UNINSURED MOTORISTS COVERAGE—NONSTACKED CA CA2210 (01/13) FLORIDA PERSONAL INJURY PROTECTION CA CA990191 (10/13) TOTAL POLLUTION EXCLUSION CA CA.9903 (03/06) AUTO MEDICAL PAYMENTS COVERAGE CA CA990441FL (12/13) FLORIDA PERSONAL INJURY PROTECTION (PIP) COVERAGE SELECTION CA CA9910 (09/02) DRIVE OTHER CAR COVERAGE - BROADENED COVERAGE FOR NAMED INDIVIDUALS CG CG0001 (04/13) COMMERCIAL GENERAL LIABILITY COVERAGE FORM CG CG0220 (03/12) FLORIDA CHANGES -. CANCELLATION AND NONRENEWAL CG C00300 (01/96) DEDUCTIBLE LIABILITY INSURANCE (FOR USE WITH CGL AND PRODUCTS POLICIES) CG CG0435 (12/07) EMPLOYEE BENEFITS LIABILITY COVERAGE CG CG2001 (04/13) PRIMARY AND NONCONTRIBUTORY —OTHER INSURANCE CONDITION CG CG2010 (04/13) ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION CO CG2012 (04/13) ADDITIONAL INSURED — STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION — PERMITS OR AUTHORIZATIONS CG CG2037 (04/13) ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS CG CG2106 (05/14) EXCLUSION —ACCESS OR DISCLOSURE OF CONFIDENTIAL OR PERSONAL INFORMATION AND DATA - RELATED LIABILITY —WITH LIMITED BODILY INJURY EXCEPTION CO OG2134 (01/87) EXCLUSION - DESIGNATED WORK (FOR USE WITH CGL AND PRODUCTS POLICIES) CG CG2146 (07/98) ABUSE OR MOLESTATION EXCLUSION CG CG2147 (12/07) EMPLOYMENT -RELATED PRACTICES EXCLUSION CG CG2149 (09/99) TOTAL POLLUTION EXCLUSION ENDORSEMENT CG CG2153 (01/96) EXCLUSION - DESIGNATED ONGOING OPERATIONS Issued Date: 5/20/2015 Page 25 of 27 CPPSCHEDFORM 0408 July 7, 2015 CITY OF MIAMI 444 S.W. 2nd Avenue, 10`h Floor Miami, Florida 33130 RE: H & R Paving, Inc. Project: Citywide Pavement Resurfacing Contract, M0098 Bond No. ASUR-001555 To Whom It May Concern: We have executed the enclosed bonds on behalf of the above captioned contractor in favor of the City of Miami. Please note that we have not dated the bonds or the Power of Attorney. The copy of the contract we received was not dated and as the bonds follow the contract they should not be dated prior to the contract. Please accept this letter as authorization to date the enclosed Performance bond(s), Payment bond(s), and the attached Power of Attorney for the captioned project. Please date these items concurrently with the contract date and fax a copy to our office at 305-328-4838 or email dawnauspitz@aol.com so that we can activate the bond coverage. Please do not hesitate to contact our office should you have any questions in this regard. Thank you. Yours truly, AXIS Insurance Company David T. Satine. Attorney -in -Fact 5979 151st Street Suite 104 b Miami Lakes, Florida 33014 PhnnA! liM TT Rfl. a Fnx.a MA?R.:U1R. ra AT ,TER SURETY GROLP, INC. Bond Department Public Works Bond in compliance with Florida Statute Chapter 255.05 Bond,Number Contractor Address & Phone No. Surety Address & Phone No. Owner Name Address Phone No. Contract/Project Number Project Name Project Location Legal Description And Street Address Description of Work ASUR-001555 H & R Paving, Inc. 1955 NW 110th Avenue Miami, FL 33172 305-261-3005 AXIS Insurance Company 300 Connell Dr. Suite 8000 Berkeley Heights, NJ 07922 908-673-2967 City of Miami 444 S.W. 2nd Avenue, 10th Floor Miami, FL 33130 305-250-5347 M0098 Citywide Pavement Resurfacing Contract First Option to Renew -Fiscal Year 2015-2016 City of Miami, FL Same as above Pavement Resurfacing This bond is given to comply with section 255.05 Florida Statutes and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes, Any provision of this bond which conflict with or purports to grant broader or more expanded coverage in excess ofthe minimum requirements of the application statute shall be deemed deleted herefi•om. This bond is a statutory bond, not a common law bond. This is the front page of the bond. All other page(s) are deemed subsequent to this page regardless of any page number(s) that may be pre-printed thereon. Init. Alter Surety Group, lac. 5979 NW 151st Street, #104 Miami Lakes, FL 33014 305-517-3 803 �IGpt1 `a • AT TMI DocumentA312TM 2010 Performance Bond CONTRACTOR: (Name,:legal statusand address) F1 & R Paving, Inc, 1955 NW 110 Avenue Miami, FL 33172 DINNER: (Nance, legal status and address) City of Miami 444 S.W. 2nd Avenue, 10th Floor Miami, FL 33130 CONSTRUCTION CONTRACT Dale: Amount: $1,201,812.00 SURETY: (Name, legal status and prinaipal place of business) AXIS Insurance Company 300 Connell Dr,, #8000 Berkeley Heights, NJ 07922 Description: Citywide Pavement Resurfacing Contract, M-0098, (Name and location) First Option to Renew -Fiscal Year 2015-2016 BOND Sate: (Not earlier rho Construction Contract Date) Atnaunt: $1,201,812.00 Modifications to this Bond: El None ID See Section 16 CONTIAOTORAS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) H & R Paving, Inc.AXIS Insurance Company -� Signature:' JOB•, ' Signatg : Name and Title: e4 G: f p fir. and Title: (Any additional signatures appear on the lasrpage of this Performance Band.) Bond Number ASUR-001555 Thla document has important legal consequences. Consultation with an attorney Is encouraged with respect to Its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shaft be considered plural whore applicable. AIA Document A312-2010 combines two separate bonds, a Performance Bond and a Payment Bond, into one form. This is nol a single combined Performance and Payment Bond. avid T. Sate -, Attorney -in -Fact (FOR INFORMATION ONLY--. Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect, Engineer or other party:) AIA Document A312'" --2010. The American institute of ArU$tecls. 1 init. § 1 The Contractor and Surety, Jointly and severally, blind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference, § 21f the Contractor performs the Construction Coniraot, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3.. § 3 if there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise aver •. 1 the Owner first provides notice to the Contractor and the Surety that the O wrier is considering declaring a Contractor Default, Such notice shall indioate whether the Owner is requesting a conference among tho Owner, Contractor and Surety to discuss the Contractor's performance, if the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference, If the Surety timely requests a coniurence, the Owner shall attend. Unless Ilia Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. if the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contact, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; ,2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and ,3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Coniraot to the Surety or to a contractor selected to perform the Construction Contract. § 4 Failure on the part of the Owner to comply with the notice requirement In Section 3,1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice, § 5 When the Owner has satisfied the conditions or Section 3, the Surety shall promptly and at the Surety's expense take one ofihe following actions: § 5,1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; § 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; § 5,3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds exeoutod by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described itt Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or § 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or .2 Deny liability In whole or in part and notify the Owner, citing the reasons for denial, § 6 lithe Surety does not proceed as provided in Section 5 with reasonable promptness, the Surely shall h e deemed to be in delimit on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. lithe Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, it whole or in part, without Further notice the Owner shall be entitled to enforce any remedy available to the Owner. Ala Documant— 2010. Tha Arrrortcan fnsiflule of Archflecls, 2 § 7 Hate Surety elects to act under Section 5,1, 5.2 or 5,3, then the responsibilities ofthe Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract, Subject to the commitment by the ; Owner to pay the Balance of the Contract Price, the Surety Is obligated, without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construed on Contract; .2 . additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Section 5; and 3 . liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual.: damages caused by delayed performance or non-performance of the Contractor. § 8 if the Surety elects to act under Section 5.1, 5,3 or 5,4, the Surety's liability is limited to the amount of this Bond, § 2 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shalt accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. § 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations, § 11 Any proceeding, legal or equitable, under this Bond may be instituted inany court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after tine Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable, § 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears, § 13When ads Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions confortring to such statutory or other legal requirement shall be deemed incorporated herein, When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 14 Deflnitiona § 14,1 Balance of the Contract Price. The total amount payabie by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract, § 14.2 Construellen Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. § 14.4 Owner Default. Failure of the, Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 14,6 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor, § 18 If this Bond is issued for en agreement between a Contractor and subcontractor, the term Contractor in this bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor, AIA document A3121Q — 2010, The American Insniula of Arthllccts. 1 3 Init. § 16 Modifications to this bond are as follows; (Space is provided below for additional signatures of added parties, other than those appearing on the cover page) CONTRACTOR AS PRINCIPAL SURETY' Company; {Corporate Seal) Company: (Corporate Seal) Signature: Name and Title: Address Signature: Name and Title: Address f;Alfi If21-1t 'lot} ::howl 3 ;tf{;;F (In 0ri{tn r l lA (:ntlirf 1 L unc:tfr •n?, aft stL`1u{ tltr:: tr::,t tt?F;:::(: It in f ej). is 9n';m5t, ctiuttclr a will lull km nimtatioci. MA DocumentA312TM —2DiO. The Amato Instirsle of Architects. 4 Init. '.t. •- Document A3I2TM 2010 Bond Number ASUR-001555 'P'a yrnen t Bond CONTRACTOR: -: (Nance, legal sloths and address) F, & R Paving, Inc, 1'955 NW 110 Avenue Miami, FL. 33172 OWNER: (Name, legal status and address) City of Miami 444 S.W. 2nd Avenue, loth Floor Miami, FL 33130 CONSTRUCTION CONTRACT Date; Amount: $1,201,812,00 SURETY: (Name, legal statues and principal place of business) • AXIS Insurance Company 300 Connell Dr., #8000 Berkeley Heights, NJ 07922 Description: Citywide Pavement Resurfacing Contract, M-0098, (Name and location) First Option to Renew -Fiscal Year 2015-2016 BOND Date: (Not earlier than Construction Contract Date) Amount: $1,201,812.00 Modifications to this Bond; E1 None See Section 18 CONTR..AGTTORAS PRINCIPAL • Company : Corporate Seal) H & R Paving, Inc. SURETY Company: (Carparate Seal) AXISSInsurance Company Signature: Signahlr Nemo am and Title: 1114t, This document has important legal consequences. Consultation with an attorney Is encouraged with respect to its completion or Modification. Any singular reference to Contractor, Surety, Owner or other party shall he considered plural where applicable. MA Document A312-2010 combines two separate bonds, a Performance Bond and a Payment Bond, Into one form. ThIs is not a single combined Performance and Pay lentBond David T. Satine, Attorney -in -Fact and Title; (Any additional signatures appear on the last page of this Payment Band.) (F'QR INFORMATION ONLY —Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Alter Surety Group, Inc. (Architect, Engineer or other party) 5979 NW 15Ist Street, #104 Miami Lakes, FL 33014 305-517-3803 A1A nnoument A312T" — 201 e. Tha American Institute of Arcnllocta. 6 ruin. § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the :Construction Contract, which is incorporated herein by reference, subject to the following terms. § 2 if the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment Famished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. § 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duty tendered claim, demand, Tien or suit, § 5'the Surety's obligations to a Claimant under this I3ond shall arise Otter the following: § 5,1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of nonpayment to the Contractor, stating with substantial accuracy t:1e amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and ,2 have sent a Claim to the Surety (at the address described In Section 13). § 5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described In Section 13), § 8 Ira notice of non-payment required by Section 5.1, f Is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1, § 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5,2,whichever is applieabie, the Surety shall promptly and at the Surety's expense take the following actions: § 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and § 7.2 Pay or arrange for payment daily undisputed amounts, § 7,3 The Surety's failure to discharge its obligations under Section 7.1 or Section 72 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7,2, the Surety shall indemnify the Claimant for the reasonable attcrttey's fees the Claimant incurs titereafter to recover any suns found to be due and owing to the Claimant. § 8 The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 7,3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. ' § 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used ibr the performance of the Construction Contract and to satisfy claims, 1f any, under any construction performance bond. By the Contractor furnishing.and the Owner accepting this Bond, they agree that all funds earned by the Contractor In the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under thls Bond, subject to the -Owner's priority to use the funds for the completion of the work, AIA ❑ocumont Aa112' — 2010. Via American Instltula of Architeels. 6 § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any . Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts; purchase orders and otherobligations, , § 12 No snit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that Is the subject of the Construction Contract is located or after the °expiration of one year from the date (1) an which the Claimant sent a Claim to the Surety pursuant to Section 5.1,2 or 5,2, or (2) on which the fast labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shaft be applicable. § 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears, Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. § 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision In this Bond conflicting with said statutory cr legal requirement shall be deemed deleted herefrorn and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Band shall be construed as a statutory bond and not as a common taw bond. § 16 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim, A written statement by the Claimant including at. a minimum; .1 the name of the Claimant; ,2 the name ot'the person for whom the labor was done, or materials or equipment furnished; ,3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract; ,4 a brief description of the labor, materials or equipment furnished; ,6 the date on which the Claimant last performed tabor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date cf_ . _ the Claim; - ,7 the total amount of previous payments received by the Claimant; and ,8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim, § 16,2 Claimant, An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract, The term Claimant also includes any individual or entity that has rightfully asserted a claim} under an applicable mechanic's lien or similar statute against the real property upon which theProJect Is located, Tito intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished, § 16,3 Conatructlon Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents, Intt.•MA oocurn Aa' — 2010. The American Instilule of Architects. 7 § 16,4 Owner Default, Failure of the Owner, which has not been remedied cr waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract, § 13,5 ContractDoGuments, All the documents that comprise the agreement between the Owner and Contractor. § l7 if this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond - shaff be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor, § 18 N4ddifications to this bond are as follows; The provWone and lim:rr bons of sectiorT 255.05 Fiords Situ s, Includiin0 but not limited to the notice and time lierrita Dons in Sections 255.05(2) and 255.05(10), are incorporated in this bond by reference. (Space is provided below for addilioncrl signatures of added parties, other thqn those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURBTY Company: (CorporaleSeal) Company: (Corporate Seal) Signature: Name and Title: Address Signature: 'Name and Title: Address GAUT C i; 'JP u skvt!I r :Icytt no woes:aa ; rgttr,;ci 1)or.ur:l:,'ri, ;; r 'P;::.r; ihil:: , ! r'nlit:Ens, • chutlila: Witt not be rr;,warc;i. AlA Oecutnont A312n' 72010, The American institute of Architects, . Assets Cash, Cash Equivalents and Short -Term *Bonds -US, Government *Other Bards *Stocks Agents' Balances or Uncollected Premiums Investment Income Due and Accrued Amounts Recoverable from Reinsurers Other Admitted Assets Total Admitted Assets AXIS Insurance 11680 Great Oaks Way, Suite 500 Alpharetta, GA 30022 AXIS insurance Company Financial Statement - December 31,2014. Liabilities $ 109,688,668 Unearned Premiums • 144,421,992 Reserve for Claims and Claims Expenses 749,622,463 Ceded Reinsurance Premiums Payable 264,230,669 Reserve for Commissions and Tares 101,182,460 Other Liabilities 4,040,746 Total 73,376,889 Capital Stock 4,968,600 37,260,122 Paid in Surplus 496,049,564 Unassigned Surplus 77,129,366 Surplus to Policyholders $ 1,483,774,009 Total Liabilities and Surplus $ 166,755,233 596,255, 853 87,326,441 7,876,648 47,412,304 $ 905,626,479 578,147,530 $ 1,483,774,009 *Bonds are stated at amortized or investment value; stocks are stated at equity method value. The foregoing financial information is taken from AXIS insurance Company's financial statement filed with the state of Illinois Department of Insurance. I, ANDREW WEISSERT, Secretary of AXIS Insurance Company, do hereby certify that the foregoing is a true and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2014, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Alpharetta, GA, this v'J day of , 2015, P.QWERIOF ATP:4W_ Know All Men by These Presents: That AXIS Insurance Company, an Illinois property and casualty company, (the "Company") does hereby appoint: ---- Warren IvE..kitEr;'DaTiid T. Satinet ataMwai,---2s-t4Littltisilifnifit&-s, FL . n,___•_-____: - ---_=- ,:_•,-.,.,, ----L-77- ------- ---..-- ':'-'" ,--'-' '':,....:.-- ,•,,--- — , 1 -,-:..„ .-..-,•-: '•=_::-,•-:':- t.-•-.3_f'2 •-r.--.74. „...„..7-...-- .7-,_----, -:-.-- -iii.,itig fnits.:iii'diawful'Attorney(s),,In-Fact, to mak-FAx-ecutecgt.al and deliver for and on its behalf as surety, bonds and undertakings, such docuriTelfs-to be valid as though executed by the Company on its own behalf. The Company may revoke this appointment at any time. XCEPTION: NO APTHORITYtis granted to make, execute, seal and deliver bonds or undertakings that guarantee_the payroed_orr collection of any promissory, note - cheek, draft-or.letredin÷7_,.----7, • i_--,-r- _. --'-_,------ 1.7_3rhis Rower offlatorioy is sign, sealed and certified under and by the authority of resolutionWt-d opVlgamunatumons writteMaMsent of the Ebard ofAirectOrS ot,'.,:i . *I_ e-4OmpWyqm July 1,2, 2013: ' • : =-- --• .4,-- - - : . RESOLVED, That any authorized Vice President, Surety, acting singly shall have the power and authority to appoint and revoke attorneys -in -fact to make, execute, seal and deliver for and on behalf of the Company, as surety, bonds and undertakings, such documents to be valid as though executed by the Company on its own behalt;i. J-:F--:-, ,.,•-•--7:::.:745k, ;:;,,z w-1.,--. ,-.3,:AA7-•,•4 -=-==.2.--',7- ._,L-------------. - --=_. .-______ . rtilwittifis Whereof AXIS Iiiiiirance Compan74n1-reaMd irfir ifthiTn—entVre signed and its corporateseal to be affixed by a duly elected Ard quAlifj-el o --.728th daiof MIV„ 201,-. 4 .-:------z- ---_ . ,..-.,--_.. --- — - -,- --- -.._-_- - ------ =,---_, ' ---- Attested and Certified AXIS Insurance Company Title: Vice President, Surety —'-' . . f-,4.4..'-:'7, ',• ?. .--7-7' .. . • ". . . .. • . S7PATE9F r-fai4k•Itertj COUNTY. OF -1,'•••• '-`-,_'5. _ • . _ . . Lt4orenePetsonalWeame Richard Zarandonice President, Surety of AXIS Insurance Company to me known to be the individual and -officer described — - • herein, who acknowledged that they being duly authorized signed, sealed with the corporate seal and delivered the foregoing instrument by the authority and direction of said Company, • 1,7 ,LrE .:•-•- INTESTIMO AMPIERELOE, ttltive hereunto set rny hand and affixed my official seal. '€-:::-•:,;:Tr• . . • . . . t‘kt \\\\‘‘ P./1/y /6,•tr.: tr; • - : MY COMMISSION *. = :7- 1 EXPIRES 3-21-2019 ; 4,-_- ..... '• ... .... '. .... ,...- _ ,-----7-: "rfe .,.:* PUSUCJ..** .;,,•••"•• „ CERTIFICATION '--:"' --r•---.' .1,4, ‘,/,;,,..... • • ,,,_,. • • \l'• i..;.,_ ....:-. L.:-.,.. fDavid- 13esce Assistant Secretary of AXIVITistiranee Company, do hereby certify that the attached Power of Attorney dated May 2314:-.1014 on behalf of the person(s) as listed above is a true and correct copy and the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Richard Zarandona who executed the Power of Attorney, was a duly elected Vice President, Surety of AXIS Insurance Company on the date of -the execution of the attached Power of Attorney. .• ,=:--i.--- , Le7,-7 ..-,,,, ,,,.-.- ••."-,---,-, .,,-...=,... 7-, --_,•,, • • -----7-_,Ikl TESTIMONY WREREOF,t-Thhave hereunto set my hand and ainxed the corporate seal of S hisuVrtc..V_C-niky on in --- •f•,',. ,L."- ,Y-Z--.1 '-:•'' --,i'- __:. /1/ Matthew K. Canfield, Notary Pub ic- State of New Jersey thirthe day of , 20 • :-.:PrintedNatnet•. DaVid Pesce Title: Assistant Secretary ' • . Bond Verification Should you wish to verify the authenticity of this bond, please send your request, including a copy of the bond, via email to: BondVerification@axiscapital.cam OR Contact: David Pesce, CCIFP Director of Surety AXIS Insurance 300 Connell Dr., Suite 8000 PO Box 357 Berkeley Heights, NJ 07922 Office: (908) 673-2967 Bond Claims or Notices Should you wish to file any notices to the Surety for the attached AXIS Insurance Company bond(s) they should be sent to: AXIS Insurance Company 300 Connell Dr., Suite 8000 PO Box 357 Berkeley Heights, NJ 07922 Attn: Surety Claims DANIEL J. ALFONSO City Manager September 29; 2015. Mr. Abe Rodriguez Vice President 1955 NW 110th Avenue Miami, FL 33172 RE: Citywide Pavement Resurfacing Contract M-0098 NOTICE TO PROCEED — First Option to Renew Resolution R-13-01282, adopted 11121/13 Gentlemen: This is to confirm that the City of Miami has exercised its First Option to renew on the above referenced contract for the period of August 14, 2015 and ending August 13, 2016, in the amount of $1,201,812. The work consists of the milling, resurfacing, construction maintenance and miscellaneous repairs of the roadway infrastructure within the City of Miami, Florida. All work and services shall be in accordance with the specifications for the above referenced contract. If you have any questions regarding this notice to proceed, please contact Mr. Genady Beylin, Sr. Construction Manager, at (305) 416-1233 or via e-mail at GBeylin@niiamivov.com . ful do Santamaria, P.E., CGC irec}or of Public Works JS/cdt G: Juvenal Santana, PE, Assistant Director Hermes Diaz, PE, Chief Civil Engineer Fabiola Dubuisson, Engineer!! Louise Pierre, Accounting Senior, Public Works Calitza Diaz -Torres, Contracts Manager DEPARTMENT OF PUBLIC WORKS 444 S.W. 2 nd Avenue / Miami, Florfda 33130 / (305) 416-1200 / Fax: (305) 416-1278 Mailing Address; P.O. Box 330708 Miami, FL 33233-0708 Pierre, Louise From: Sent: To: Cc: Subject: Diaz, Hermes Tuesday, June 21, 2016 5:44 PM Pierre, Louise Revuelta, Sheiza; Estevez, Elyrosa RE: CIP Projects Transferred to PW Good afternoon Louise; We need PO's for the following projects: SW 30 CT from W Flagler Street to SW 1 St (B-50409) $150,000 for JVA under M0083 SW 19 Street and SW 22 Ave Improvements (B-50410) $29,929 for JVA under M0083 if dewalk and Swale improvements near 411 NW 59 Ct (B-50516) $169,889 H&R under M0098 Hermes Diaz, P.E., Chief Civil Engineer Public Works Department City of Miami 444 SW 2' Avenue — 8th Floor Miami, FL 33130 Work Phone: 305.416.1047 Tell us how we are doing. CLICK HERE to complete the Public Works Customer Satisfaction Survey. Unless noted as "Florida Statute:119 Exempt", All emails sent and received through the City of Miami's email system are considered public record, The Florida Public Records Act (FPRA) requires the City to make all public records available for inspection and to provide copies upon request. Please govern yourself accordingly. o - 8 6-b-c ?c � r c as Project 111/41W 59 Court Swale Award (Transit Half -Cent Surtax Budget Version Status IBaselined Award-: Top Task Task Resource Group Resource Budgetary Control Level Funds Award j Start Date End Date Budget Actuals Encumbrances Available r 1t it - Absolute 01-JAN-2016 ;Ii0-SEP-2020 170,000.00r 481.42 0,00 169,518,58 - r i_ f r I. I ► ( - Result Pierre, Louise, From: Sent: To: Cc: Subject: Santana Jr., Juvenal Monday, June 27, 2016 2:37 PM Pierre, Louise Diaz, Hermes; Beylin, Genady FW: CW Streets Milling and Resurface with a balance Louise: Please use the information below for PO for M-0098. Project location: SW 17 CT and SW 18 ST. Genady will provide approval documentation. Thanks. Juvenal Santana, PE, CFM Deputy Director Public Works Department Miami Riverside Center 444 SW 2"d Avenue, 8th Floor Miami, FL 33130 305.416.1218 lsantana@miamigov.com www.rniamigov.com/pubiicworks Tell us how we are doing. CLICK HERE to complete the Public Works Customer Satisfaction Survey. From: Hernandez -Torres, Luis Sent: Monday, June 27, 2016 2:28 PM To: Santana Jr., Juvenal Subject: CW Streets Milling and Resurface with a balance Juvenal, As per your request, see below the award -project for CW Streets Milling and Resurface with a balance. It is call my attention that you never touch it before. 1 Project Number 40-B73102A Award Number 1297 Budget Version Project Name CW Streets Milling & Award Name Transit Half -Cent Sulax Budget Status Baselined Project 1CW Streets Milling& Resurf Award Transit Flalf:Cent Surtax . _ . . Budget Version Status 18aselined Top Task 1, Task Resource Group . Resource utlgetary Control Level Award 'Transit Half -Cent Sur Absolut; 09i0ir40.12 09/30/2020 . .1. . .. .. Thanks, Funds Stan Date End Date Budget Actuals Encumbrances Available I 269,963.Q0 r 0.00 I 0.00 i 269 .963. 06 -"- .eui4 glermande7., Budget Analyst City of Miami Office of Management and Budget 444 S.W. 2nd Avenue, 5th Floor, Miami, FL 33130 I hernandez-torres@miamigov.com Phone: (305) 416-1082 http://www.miamigov.com/Budget/ Serving, enhancing, and transforming our community Tell us how we're doing at: https://www.surveymonkey.com/r/3WRCX2W Date: June 27, 2016 Name of Project Project Number CONTRACTOR PROPOSAL APPROVAL FORM DEPARTMENT OF PUBLIC WORKS : Citywide Pavement Resurfacing Contract : M-0098, funded from 40-B73102A, Award 1297 Name of Contractor : H & R Paving, Inc. Reason for Proposal : Street improvement at SW 18 St West of SW 17 Ct Scope of work includes asphalt milling and resurfacing, partial curb and gutter replacement, sidewalk restoration, ADA ramps construction and pavement striping. Cost of this work is $33,296.30. Approved Not Approved Approved Not Approved Approved Not Approved Approved Not Approved Signed by Project Manager: ena.dy+::eylin Signed by Chief Civil Engineer: Hermes Diaz, P.E. Signed b Depu Director: All . r1 on: iiin ,iq. Signe f I1 f o ti. Ed7o0. ntamarla , P.E., CGC on: o`'"" /L.ea on: Juven Sent to Inspector on: P.E., CFM 6i k 6/04(.. H&R PROJECT NO.: 2908 CONTRACT NO.: M-0098 SW 17 CT @ SW 18 ST H&R PAVING, INC. 0 APPLICATION NO: 1 APPLICATION DATE: 6/20/2016 Period To: U1c, 4o- 1?>V10ZA 64,11 [z� timg Page: 2 of 2 1 I l •I Item Unit Contract Previous This Period Job to Date Percent # Description Unit Qty Price Amount Qty Amount Qty Amount Qty Amount Complete 1 Saw cut Patchwork remove 2" install 2" of tyl SY - - - - $ - #D1V/0! 2 Work zone signs EA 20.00 100.00 2,000.00 - - - $ - 0.00% 3 Barricades EA 20.00 1.00 20.00 r - - • $ - o_00% 4 Curb removal LF 160.00 10.00 1,600.00 - s. ' - - $ - 0.00% 5 Removal of Existing concrete sidwalk SY 68.00 20.00 1,360.00 - - - $ - 0.00% 6 MOB for Milling LS 1.00 1.00 1.00 - - - $ - 0.00% 7 Milling Existing Pavement 1" SY 850.77 7.50 6,380.78 - - - $ - 0.00% 8 Hot Mixed Asphalt TN 60.00 115.00 6,900.00 - - - $ - 0.00% 9 Adjust Inlet • EA 2.00 300.00 600.00 - - - $ - 0.00% 10 Concrete Sidewalk 4" SY 68.00 50.00 3,400.00 - - - $ - 0.00% 11 12 R.P.M. Thermo. White Solid 24" EA LN 6.00 12.00 3.60 3.36 21.60 40.32 - - - $ $ 0.00% 13 Thermo. Yellow Solid 6" LN 100.00 0.72 72.00 - - _ - $ 0.00% 0.00% 14 Thermo. White 12" LN 50.00 1.44 72.00 - - - $ - 0.00% 15 New Curb and Gutter LF 160.00 25.00 4,000.00 - - - $ - 0.00% 16 Removal of existing pavement SY 89.00 25.00 2,225.00 - - - $ - 0.00% 17 Excavation SY 89.00 20.00 1,780.00 - - - $ 0.00% 18 Limerock' LF - - , - - $ - 4#DIV/0! 19 Concrete sidewalk 6" SY - - $ #DIV/o! 20 Brick Pavers SY - - - - $ - #DIV 0! 21 Bollards EA - - - - $ - #DIv/0! 22 Surveyor BR - - - - $ - #DIv/0! 23 Saw cut Patchwork SY - - - - $ - 24 Arrowboard EA - - - - $ - 25 Temp. Messages EA - - - - $ - 26 Temp Arrows EA - - - - $ - 27 Temp. -Striping LF 162.00 $0.30 48.60 - - - $ - 28 Thermo. Skip striping LF - - - $ - 29 Thermo. Arrows EA - r,;r 1$ . <; - - - 30 TOP SOIL 70/30 CY 79.00 $25.00 1,975.00 - °' - - - 31 Type B Stabilization SY - - _ - $ - 32 Detectable Warning on Walking Surface SF 16.00 $50.00 800.00 - - - $ - 33,296.30 0.00 - - CONTRACTOR PROPOSAL APPROVAL FORM DEPARTMENT OF PUBLIC WORKS Date: June 27, 2016 Name of Project : Citywide Pavement Resurfacing Contract Project Number : M-0098, funded from Lane Closure Name of Contractor : H & R Paving, Inc. Reason for Proposal : Pavement restoration Scope of work includes asphalt milling and resurfacing at NW 13 Av and NW 20 St. Cost of this work is $17,745.00. Approved Signed by Project Manager: ❑ Not Approved a(-6"e e / on: ‘126/ 6 G ady Be n ▪ Approved Signed by Chief Civil Engineer: !� 1 • Not Approved A' d Approved Q Not Approved Approved ▪ Not Approved ermes Diaz, P.E. Signed b DepuDirector: Juven Il _ na Sfir try# Edit. r a Santar aria, P.E., CGC Sent to Inspector on: a, P.E., CFM on: on: on: H&R PROJECT NO.: 2908 CONTRACT NO.: M-0098 NW 20 ST @ 13 AVE H&R PAVING, INC. 0 APPLICATION NO: 1 APPLLICATION DATE: 6/15/2016 Period To: Obi Page: 2 of 2 I 1 1 I Item Unit Contract Previous This Period Job to Date Percent # Description Unit Qty Price Amount Qty Amount Qty Amount Qty Amount Complete 1 Saw cut Patchwork remove 2" install 2" of ty SY 635.00 27.00 17,145.00 - - - $ - 0.00% 2 Work zone signs EA 5.00 100.00 500.00 - - - $ - 0.00% 3 Barricades EA 100.00 1.00 100.00 - ` - - - 4 Curb removal LF - - - $ - #DW(0! 5 Removal of Existing concrete sidwaIk SY - x 3 `` - - $ #DWJO! 6 MOB for Milling LS - - - $ - #DIV/01 Milling Existing Pavement 1" 7 SY - - - - $ - #DP; /0! 8 Hot Mixed Asphalt TN - - a - - $ - #DW/0! 9 Adjust Manhole EA - - - $ - #DIV/0! 10 Concrete Sidewalk 4" SY _ _ - - $ _ #DIV JO! 11 R.P.M. EA _ - - - - $ - #DW/0! 12 'Thermo_ White Solid 24" LN - - - - - $ - #DIV/01 13 Thermo. Yellow Solid. 6" LN - - _ - - $ - #DW/0! 14 Thermo. White 12" LN - _ - - $ - #DW/01 15 New Curb and Gutter LF - y' - - $ - #DW/0! 16 Adjust Existing C/B EA - - - $ - #DIV/01 17 Excavation SY - - - - $ - #DW/01 18 Limerock. LF - 19 Concrete sidewalk 6" SY - - - - $ #DWJO! 20 Brick Pavers - - $ - #DW/o! 21 Bollards EA - - - - $ - #DIV/0! 22 Surveyor HR - - - - - $#DW/0! 23 Saw cut Patchwork SY - - - _ $ - 24 Arrowboard EA - - - - $ - 25 Temp. Messages EA - - - - $ - 26 Temp Arrows EA - - - - $ - 27 Temp: Striping LF - - N - - $ - 28 Thermo. Skip striping LP - - - - $ - 29 Thermo. Arrows EA - - - - $ - 30 TOP SOIL 70/30 CY - - ,gyp - - $ - 31 Type B Stabiii7ation SY - - - - $ - 32 Detectable Warning on Walking Surface SF - - - - $ - 17,745.00 0.00 - - 0 .r c'7 310 a fk b e as t Q b^Ytltj l llaiitrey.l•tl,sf�Zt,1aL _. .. 51.::I Project �CW Streets Milling & Resurf Award [Transit Half -Cent Surtax Budget Version I Status IBaselined A w_ ard_ Top Task Task Resource Group Resource Budgetary Control Level Funds Award I Start Date End Date Budget Actuals Encumbrances Available r li-Sit lal eaftt=SL{'rAbsolutei01-SEP-2012 30-SEP-2020 269,953.00 0.00 0.00 r ,269,953.00 - - -_- 1 I r r 1 Result r Pierre, Louise From: Sent: To:, Cc: Subject: Smith, Yvette Tuesday, July 19, 2016 3:25 PM Santana Jr„ Juvenal; Pierre, Louise Diaz, Hermes; Beylin, Genady; Badia, Hector; Hernandez -Torres, Luis; McGinnis, Lai -Wan RE: Requisitions Juvenal, the task owner has been changed as you requested. In the future when CIP passes along projects to PW please let me know so that the taskowner can be changed accordingly. TRACS may need to be updated to reflect the PM as PW on both projects B-50516 and B-73102A. From: Santana Jr., Juvenal Sent: Tuesday, July 19, 2016 1:48 PM To: Pierre, Louise <LPierre@miamigov.com>; Smith, Yvette <YSmith@miamigov.com> Cc: Diaz, Hermes <hdiaz@miamigov.com>;. Beylin, Genady <GBeyl.in@miamigov.com>;. Badia, Hector ehbadia@miamigov.com>; Hernandez -Torres, Luis <lhernandez-torres@miamigov.com> Subject: RE: Requisitions Yvette: Good afternoon. Will you kindly reassign the task owner for the funding identified below from CIP to PW? Thanks. Juvenal Santana, PE, CFM Deputy Director Public Works Department Miami Riverside Center 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 305.416.1218 jsantana@miamigov.com wuvw.miamigov.com/publicworks Tell us how we are doing. CLICK HERE to complete the Public Works Customer Satisfaction Survey. From: Pierre,. Louise Sent: Friday, July 15, 2016 12:57 PM To: Smith, Yvette Cc:. Santana Jr., Juvenal; Diaz,. Hermes; Beylin, Genady Subject: Requisitions Dear Yvette., Good afternoon, I attempted to process a requisition for Public Works with the following PTAEOs but to no avail: P 40-B50516. P = 40-B73102A P = 40-B73102A 1 T=02 A=1297 E = Construction 0 = 401000 Amount $169,889.00 T=02 A = 1297 E = Construction 0 = 401000 Amount $33,296.30 T= 02 A = Lane Closure E = Construction 0= 401000 Amount $17,745.00 Please view attached message from Oracle and please advise. I know you are in Budget and not CIP. If you would like for us to contact CIP, 1 would certainly do so in order not to bombard you with multiple questions related to CIP projects. Thank you kindly in advancer L uL e Z. i/ierre Senior Accountant City of Miami Public Works Department Tel. (305).416-1229 2 Oracle iProcurement: Checkout Page 1 of 1 iProcurement in Navigator rShop II Requisitions IIReceiving i Requisition information IZ Favorites Shopping Cart Home Logout Preferences Help Approvals Review And Submit Error 1. Row 1 Charge Account - Account generation failed. Contact Purchasing Administrator if necessary. 2. Row 2 Charge Account - Account generation failed. Contact Purchasing Administrator if necessary. 3. Row 3 Charge Account - Account generation failed. Contact Purchasing Administrator If necessary. 4. Row 3 Charge Account - Charge account is invalid. (Program error: An error has occurred while looking up a flexfield segment combination. Please inform your support representative that: The FND_FLEX_SERVER validation function has encountered a null or negative combination ID () while trying to look up the segment values for this combination. This may indicate an invalid entry in the unique ID column of the combinations table.). 5. Row 1 Charge Account - Charge account is invalid. (Program error: An error has occurred while looking up a flexfield segment combination. Please inform your support representative that: The FND_FLEX SERVER validation function has encountered a null or negative combination ID () while trying to look up the segment values for this combination. This may indicate an invalid entry in the unique ID column of the combinations table.). 6. Row 2 Charge Account - Charge account is invalid, (Program error: An error has occurred while looking up a flexfield segment combination, Please inform your support representative that: The FND_FLEX_SERVER validation function has encountered a null or negative combination ID () while trying to look up the segment values for this combination. This may indicate an invalid entry in the unique ID column of the combinations table.). Requisition information: Edit Lines * Indicates required field Delivery Billing Accounts Attachments Select Lines: Update Copy Delete) Check Funds Next 1 Select All I Select None Select Line Description Charge Account GL Date 1 For project entitled "Citywide Pavement Resurfacing Enter Charge Account 15-Jul-2016 Contract', Project no. M-0098 in accordance with Resolution no. R-13-0467. 1. Sidewalk and Swale improvements near 411 NW 59 Ct (B-50516). ❑ 2 2. Street improvement at SW 18 St West of SW 17th Enter Charge Account;]15-Jul-2016 ❑ 3 3. Pavement restoration at NW 13 Ave and NW 20 St. Enter Charge Account 15-Jul-2016 `w'TIP Click on a Split icon to allocate costs to multiple accounts. Split 6-1 r Check Funds j Next Shop Requisitions Receiving Shopping Cart Home Logout Preferences Help Privacy Statement copyright (c) 2006, Oracle. AN rights reserved, http://inaap 1.riverside.crngov.net: 8003/OA HTML/OA.j sp?page=/oracle/appslies/por/req/... 7/ 15/2016