Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25696
AGREEMENT INFORMATION AGREEMENT NUMBER 25696 NAME/TYPE OF AGREEMENT DAVID MANCINI & SONS, INC. DESCRIPTION AMENDMENT NO. 2 TO CONSTRUCTION SERVICES CONTRACT/GOLDEN PINES ROADWAY & DRAINAGE IMPROVEMENTS - D4/FILE ID: 14905/R-23-0486/MATTER ID: 25-829 EFFECTIVE DATE July 31, 2025 ATTESTED BY TODD B. HANNON ATTESTED DATE 7/31/2025 DATE RECEIVED FROM ISSUING DEPT. 7/31/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Max Sagesse EXT. 1913 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: David Mancini & Sons, Inc. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 13,664,998.55 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ■ ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 2 to BidSafe/RFQ No. 21-22-005 NO NO PURPOSE OF ITEM (BRIEF SUMMARY): Section 2, BidSafe/Request for Quotation General Terms and Conditions, Subsection 2, Contract Term; Not to Exceed Cost, is being amended to increase the capacity of the contract by $149,654.31 to address the costs associated with the additional scope items to the contract. COMMISSION APPROVAL DATE: 10/26/2023 FILE ID: 14905 ENACTMENT Na: R-23-0486 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION DIRECTOR/CHIEF PROCUREMENT OFFICER Fernando Ponassi Reviewed/OK to proceed. RISK MANAGEMENT Date PLEASE PRINT AND SIGN June 4, 2025 June 4, 2025 I Annie Perez, CPPO 12:46:43 EDT SIGNATURE: David Ruiz 12:49:43 EDT SIGNATURE: CDocuSigned by: —Af-ridtZe. (au, 89540EB73CAC468_. DocuSigned by: BUDGET OFFICE Funding is available in project B50414 and B50421 for this change order LEM 6/12/25 /s/TMF 25-829 CITY ATTORNEY Matter ID No. 25-829 June 16, 2025 July 18, 2025 IMirU: r2YsU EDT SIGNATKKUREWW: :16y on III SIGNATURE: ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER July 21, 2025 I L _r4": 52:4�' IEDTPA SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA SIGNATURE: Friato4tJ5 77ZQSf.FZ1 S714P7 rDocuSigned by: ---/-'94--------- 5F6E831796C5495... DocuSigned by: 88776E9FE88248B... DocuSigned by: tArti sp111.14 C9D2602B97E54D4... N/A ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE July 22, 2025 Asael Marrero 1 09:42:20 EDT SIGNATURE: DEPUTY CITY MANAGER July 22, 2025 Illat4b p br Williams SIGNATURE: CITY MANAGER July 30, 2025 Arthur Noriega V 17:29:28 EDT SIGNATURE: CITY CLERK July 31, 2025 ITIN V S1 EDT SIGNATURE: DocuSigned by: COF4AD9AB03B45A... I rllDocuSigned by: C0te4444-I 84B700975DEA41 B... ,—DocuSigned by: Na441.4 Ca4-I 84B700975DEA41 B... DocuSigned by: E46D7560DCF1459 PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24326 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA AMENDMENT OVERVIEW TITLE: BidSafe/Request for Quotation ("RFQ") No. 21-22-005, Golden Pines Roadway and Drainage Improvements — D4, David Mancini & Sons, Inc. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer - Authority level of $ ❑ City Manager - Authority level of $ 500,000.00 ❑x City Commission - RESOLUTION No. R-23-0486 2. PROCUREMENT METHOD: ❑ RFP/Q ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK ❑ PROFESSIONAL SERVICES UNDER $25,000 o OTHER (Please explain): BidSafe/Request for Quotation 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. Amendment No. 2 to increase the capacity. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? R-23-0486 5. WHAT IS THE SCOPE OF SERVICES? The Work consists of, but is not limited to, the street reconstruction, milling and resurfacing, drainage installation, water main and water services installation, and replacement of curbs, driveways, Americans with Disabilities Act ("ADA") compliant ramps, pavement marking and signage. Utility Work will be funded by a Joint Project Agreement ("JPA") with Miami -Dade County Water and Sewer Department ("WASD"). Funding for Utility Work will be released after satisfactory inspection by WASD. The full Scope of Work is detailed in the construction drawings. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Department of Resilience and Public Works 7. IS THE AWARDEE THE INCUMBENT? Yes, David Mancini & Sons, Inc. is the current firm providing the service. 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA 9. WHEN DOES THE CURRENT CONTRACT/AMENDMENT EXPIRE? Twenty -Nine (29) calendar days from the issuance of the Notice to Proceed. 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $13,515,344.24 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Lowest Responsive and Responsible Bidder Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA CITY OF MIAMI DEPARTMENT OF RESILIENCE AND PUBLIC WORKS AMENDMENT NO. 2 TO GOLDEN PINES ROADWAY AND DRAINAGE IMPROVEMENTS — D4 CONSTRUCTION SERVICES CONTRACT WITH DAVID MANCINI & SONS, INC. This Amendment No. 2 to the aforementioned Construction Services Contract ("Contract") between the City of Miami, a municipal corporation of the State of Florida ("City"), and David Mancini & Sons, Inc. ("Contractor"), a Florida Corporation, for the provision of construction services ("Services") is entered into this 31st day of July , 2025. RECITALS WHEREAS, pursuant to the City's Procurement Code Section 18-87 and BidSafe/Request for Quotation ("RFQ") No. 21-22-005, the City Manager executed a Contract with the Contractor for an amount not -to -exceed $8,049,891.10; and WHEREAS, the City Manager executed Amendment No. 1 with the Contractor for an amount not -to -exceed $13,515,344.24; and WHEREAS, the current Compensation Limit is insufficient to cover the additional scope of work for 40-B50414 Change Order #2 and 40-B50421 Change Order #3; and WHEREAS, these change orders involve planting additional trees and modifying driveway approaches to create swale areas, as requested by residents; and WHEREAS, it is in the best interest of the City to increase the capacity of the Contract for the additional construction improvements; and WHEREAS, this Amendment No. 2 to the Contract increases the current compensation by an amount of One Hundred Forty -Nine Thousand Six Hundred Fifty -Four Dollars and Thirty - One Cents ($149,654.31), from Thirteen Million Five Hundred Fifteen Thousand Three Hundred Forty -Four Dollars and Twenty -Four Cents ($13,515,344.24) to Thirteen Million Six Hundred Sixty -Four Thousand Nine Hundred Ninety -Eight Dollars and Fifty -Five Cents ($13,664,998.55); and WHEREAS, the City Commission has adopted Resolution No. 23-0486, which authorized the City Manager to execute any amendments to the Contract. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Contract as follows: Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Amendment No. 2 to the Construction Services Agreement with David Mancini & Sons, Inc. for Golden Pines Roadway and Drainage Improvements SECTION 2 — BIDSAFE/REQUEST FOR QUOTATION GENERAL TERMS AND CONDITIONS 2. Contract Term; Not to Exceed Cost The Agreement shall commence upon issuance of the Notice of Proceed ("NTP"), which shall be issued subsequent to the execution of the Agreement by the City. The Agreement shall terminate upon notice by the City that the Agreement has been closed out after final completion or otherwise terminated by the City pursuant to the terms and conditions herein set forth. The total bid amount shall be the Not to Exceed (NTE) of the Project, which means the maximum cost of the Work including labor, materials, equipment, supplies, overhead expenses, and profit. For the purposes of this Agreement, said NTE is Thirteen Million Six Hundred Sixty -Four Thousand Nine Hundred Ninety -Eight Dollars and Fifty -Five Cents ($13,664,998.55). The City will not be liable for payment of any amount in excess of the NTE unless, the City Commission has approved a Project contingency or has approved a prior amendment to the Contract, setting forth an additional amount due to Owner requested changes or its equivalent. If the term Guaranteed Maximum Price ("GMP") is used in this Agreement, it shall have the same definition as GMC, defined above. SECTION 3 — BIDSAFE/REQUEST FOR QUOTATION/SUPPLEMENTAL TERMS AND CONDITIONS 1.01 Term of Additional Services The Contractor shall have a total of Twenty -Nine (29) calendar days to achieve final completion of the project from the date of the Notice to Proceed ("NTP"). The Project Schedule estimates an NTP date of June 16, 2025, which has a completion date of July 14, 2025. 20. Counterparts, Electronic Signatures This Amendment may be executed in counterparts, each of which shall be an original as against either party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Amendment shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Amendment (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Amendment upon request. ALL OTHER TERMS AND CONDITIONS OF THE CONTRACT ARE IN OPERATIVE FORCE AND EFFECT AND REMAIN UNCHANGED. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Amendment No. 2 to the Construction Services Agreement with David Mancini & Sons, Inc. for Golden Pines Roadway and Drainage Improvements IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: r E46D7560DCF1459... oaa ti. Hannon, city uie APPROVED AS TO INSU REQUIREMENTS: David Mancini & Sons, Inc., a Florida P •fit C• •oration Signature !� 11-0164 viGE ell o Print Name, Title of Authorized Officer, or Manager (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida c —DocuSigned by: Nea441.4 Cotelo oo4-W iti..ss.4 84B700975DEA41 B... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: DocuSigned by: DocuSigned by: Fr'a& Gomc,A) L at,orriy. 4 (llysalA. 111 27395C6318214E7... 88776E9FE88248B... David Ruiz, Interim Director veorge K. vvysong, m, City Attorney Risk Management Department Ds 25-829 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Amendment No. 2 to the Construction Services Agreement with David Mancini & Sons, Inc. for Golden Pines Roadway and Drainage Improvements CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of ITV' VO MOW gQ '& (L61 dM,ta corporation organized and existing under the laws of the State of 71--U i i % ; , held on the Z °day of � __ U/psi' , 20221a resolution was duly passed and adopted authorizing (Name) 1 0 -A-2. inn as (Title) E P u of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 4YL7 L. 20 Secr Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the ®day of , 20_, a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. 20 IN WITNESS WHEREOF, 1 have hereunto set my hand this _ day of Partner: Print: Names and addresses of partners: Name Street Address City State Zip Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA to nie or who has produced did not) tak SIGNATURF�j ,.T RY PUBLIC STATE OF T IOY� I jt4s ehm,L 2 WbctJ�( PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Amendment No. 2 to the Construction Services Agreement with David Mancini & Sons, Inc. for Golden Pines Roadway and Drainage Improvements CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 Signed: Print: STATE OF +4011d.0%. COUNTY OF NOTARIZATION SS: ohcci The foregoing instrument was acknowledged before me this C day of , 202f, by ablg, em, who is known as identification and who (did / LEYDIS COLOMINA POWER MY COMMISSION # NH 502789 EXPIRES: July 10, 2028 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA GENERAL PURPOSE RIDER To be attached to and form part of Bond Number 107669448 effective August 3, 2022 issued by the Travelers Casualty and Surety Company of America in the amount of $8,049,891.10 on behalf of David Mancini & Sons, Inc as Principal and in favor of City of Miami, Florida as Oblige. Now, Therefore, it is agreed that: The Bond Amount has Increased to: $13,664,998.55 From $ 13, 515,344.24 It is further understood and agreed that all other terms and conditions of this bond shall remain unchanged. This rider is to be effective the 9r'' day of April , 2025 Signed, sealed and dated this 9'h day of April 2025 David M. (Principal) By: Inc Travelers Casualty and Surety Company of America (Surety) By: E _ ; Courtney Saunders. Attorney -in -Fact Form F5340 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA TRAVELERS.' Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and the Companies do hereby make, constitute and appoint Courtney Saunders of COCONUT CREEK , Florida , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 16th day of February, 2024, State of Connecticut By: City of Hartford ss. 14.4d Bryce Grissom, Senior Vice President On this the 16th day of February, 2024, before me personally appeared Bryce Grissom, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, 1 hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers; President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 9th m day of April SEAL t 1‘..o 2025 . Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1 800-421-3880. Please refer to the above -named Attorney(s)•in-Fact and the details of the bond to which this Power of Attorney is attached. Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Sagesse, Max From: Gomez Jr., Francisco (Frank) Sent: Wednesday, April 9, 2025 4:33 PM To: Sagesse, Max Cc: Quevedo, Terry Subject: RE: Bond rider Hello Max, The bond rider is fine. Thanks, Frank Gomez, PIAM, CPII Property & Casualty Manager City of Miami Risk Management 14 N.E. 1st Avenue 2nd Floor Miami, Florida 33132 (305) 416-1740 Office (305) 416-1760 Fax fgomez@a miamigov.com "Serving, Enhancing, and Transforming our Community" From: Sagesse, Max <msagesse@miamigov.com> Sent: Wednesday, April 9, 2025 4:22 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Cc: Quevedo, Terry <TQuevedo@miamigov.com> Subject: RE: Bond rider 1 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Citp of i' iami Contract Change Order Project Name: Golden Pines Roadway and Drainage Improvements Project No.: 40-B50414 Contractor: David Mancini & Sons, Inc. 2601 Wiles Road Pompano Beach, FL 33073 Change Order No.: 2 Contract Award Date: 11/14/2022 Completion Date: 02/01/2024 Revised Completion Date (prior to this change): Extension(s) of Time Previously Approved: days Revised Completion Date (including this change): The Contractor and the City hereby agree to modify the Contract as follows: (Attach additional pages as necessary) Item No. Description of Change Contract Price Contract Time Increase Decrease Increase Decrease 1 Additional work requested by the City of Miami $ 46,033.91 0 (additional landscape and modification of driveway approaches) Original Contingency = $279,523.91 CPR - amount approved = $325,557.82 Change Order Amount = $46,033.91 Difference (Net) SUMMARY OF CONTRACT AMOUNT Reason for Change: Regulatory Change • Original Contract Amount $ 8,049,891.10 City Requested ✓ Cost of Construction Changes Previously Ordered $ o.00 Design Error ❑ Adjusted Contract Amount Prior to this Change Order $ 8,049,891.10 Unforeseen/Unforeseeable • Cost of Construction Changes in this Change Order $ 46,033.91 Adjusted Contract Amount Including this Change $ 8,095,925.01 Percentage Increase this Change Order 0.6 % Total Percent Increase to Date 0.6 Contingency Funds Used Yes Contingency Contingency Balance Extension of Time Allowed by this Change - days This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor: Accepted By RPW Director: Date: 1/13/2025 Date: 01/15/2025 Distribution: Contractor ❑ EOR/CEI ❑ Finance 0 Project File ❑ RPW Form CO Department of Resilience and Public Works 444 SW 2nd Ave, 8th Floor Miami, Florida 33130 Revised 10/10/24 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA City of Miami Department of Resilience and Public Works Change Proposal Request Part A Page 1 of 2 CONTRACTOR: David Mancini and Sons, Inc. ADDRESS: 2601 Wiles Rd Pompano Beach, FL 33073 Project Manager: Evelio Gibert Fax No: CPR NUMBER.: 30 PROJECT NO.: B-50414 PROJECT TITLE: Golden Pines Roadway and Drainage Improvements Segments 3 Phone: 786-693-3445 E-mail: egilbert@dmsi.co This Change Proposal Request (CPR) is submitted requesting a Change Order to the Contract to increase/decrease the time for performance or the value of the Contract. DETAILED BASIS/SCOPE FOR CPR Please add a detailed description of proposed changes, including background, justification and exact location of installation. Failure to submit sufficient detail may result in the rejection of or delay in review of the CPR. AS REQUESTED BY THE CITY OF MIAMI PLEASE SEE ATTACHED PROPOSAL TO PLANT ADDITIONAL TREES AND PALMS AS WELL AS MODIFY THE PROPOSED DRIVEWAYS FINANCIAL DATA Original Contract Value: $8,049,891.10 CPR Value: $64,410.58 Value of Previous Change Orders N/A Proposed Revised Contract Value: $8,049,891.10 Increase/Decrease in time for Completion: 21 (calendar days) Current Completion Date: 01/22/2024 Proposed Completion Date: 01/22/2024 By signing and submitting this CPR the Contractor certifies that the supporting cost data is accurate and, in the opinion of the undersigned, the stated prices and/or time request are both fair and reasonable. The signatory cer 4iet they are authored by the Contractor to execute this CPR. Name: EVELIO GIBERT Signature: Title: PROJECT MANAGER RPW Form CPR -A Date of Submittal: Revised 01/03/24 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Change Proposal Request Part A Page 2 of 2 CONTRACTOR: David Mancini and Sons, Inc. CPR NUMBER.: 30 PROJECT NO.: B-50414 PROJECT TITLE: Golden Pines Roadway and Drainage Improvements Segments 3 CPR VALUE: $64,410.58 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City 7 E/O ❑ Unforeseen ❑ By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: Name of Firm: Consor Engineers William Perez V Concur ❑ Rejected Name CITY OF MIAMI Project Manager: Pedro J. Alvarado, E.I.,CFM Name Construction Manager: Carlos Tijerino, ENV SP Name Team Leader: Giraldo "Gerry" Marquez, P.E. Name Assistant Director: Humberto Gomez, P.E.CPM Name Director: Juvenal Santana, P.E., CFM Name Qiu Signature fl Concur n Rejected Digitally signed by Alvarado, Alvarado, Pedro Pedro Date'. 2024.06.26 11'.35'.43-04'00' Signature Concur n Rejected Tijerino Carlos Digitally signed by Tijerino,Carlos Date: 2024.06.1713:54:04-04'00' Signature rti Concur ❑ Rejected Digitally signed by Marquez, Marquez, Giraldo Giraldo Date: 2024.07.09 13:16:25-04'00' Signature Concur ❑ Rejected Gomez, Humberto Signature 06/13/2024 Date 06-26-2024 Date 06-17-2024 Date 07-09-24 Date Digitally signed by Gomez, Humberto Date: 2024.07.09 13:31:14 -04'00' Date �( Concur ❑ Rejected Santana Juvenal Digitally signed by Santana, Juvenal i Date: 2024.07.19 14:44:56-04'00' Signature Date RPW Form CPR -A Revised 01/03/24 Docusign Envelope ID: 12204DE3-C8A2-4917-81 D1-776883F6FEAA CONTRACTOR: DAVID MANCINI AND SONS, INC. City of Miami Department of Resilience and Public Works CONTRACTOR CHANGE PROPOSAL REQUEST Part B Sheet 2 of 2 A ITEM NO.* B. ITEM DESCRIPTION C. QTY D. UNIT E. LABOR F. MATERIAL (Including Equipment) G UNIT PRICE # (E 1 + F 1) TOTAL LINE ITEM PRICE (E2 (E.2 + F.2) 1. 2. Total Unit Cost (El X C) 1. 2. Total Unit Cost (F.1 X C) 1 2" x 4" Wood Pullin 648 LF $ 1.30 $ 841.56 $ 841.56 2 Shredded Hardwood Mulch 20 CY $ 85.37 $ 1,707.50 $ 1,707.50 3 20 Gallon Thrinax radiata - Florida Thatch Pa 11 EA $ 246.85 $ 2,715.31 $ 2,715.31 4 45 Gallon Thrinax radiata - Florida Thatch Po 11 EA $ 1,151.94 $ 12,671.29 $ 12,671.29 5 5' x 4-1/2' Deep Tree Pit 11 EA $ 1,005.40 $ 11,059.45 $ 11,059.45 6 Tree Guying 6" To 8" Caliper, 6" Anchors 11 EA $ 142.88 $ 1,571.68 $ 1,571.68 7 Placement And Removal Of Up To 250 Barri( 150 EA $ 6.49 $ 974.03 $ 974.03 8 4-1/2 CY, 215 HP, Heavy Duty Construction 1 WK $ 6,294.53 $ 6,294.53 $ 6,294.53 9 Hauling On Paved Roads, First 15 Miles 305 CYM $ 0.98 $ 299.75 $ 299.75 10 3,500 LB Mini -Excavator With Full -Time Ope 1 WK $ 3,357.55 $ 3,357.55 $ 3,357.55 11 4-1/2 CY, 215 HP, Heavy Duty Construction 1 WK $ 6,294.53 $ 6,294.53 $ 6,294.53 12 Hauling On Paved Roads, First 15 Miles 600 CYM $ 0.98 $ 589.68 $ 589.68 13 6" Thick FDOT Limerock 78 SY $ 53.04 $ 4,136.82 $ 4,136.82 14 Friction Course With Rubber, FC-6, 9.5 20 TON $ 298.05 $ 5,960.92 $ 5,960.92 15 Senior Surveyor (Party Chief) 50 HR $ 48.61 $ 2,430.68 $ 2,430.68 16 Surveyor (Instrument person) 50 HR $ 40.91 $ 2,045.75 $ 2,045.75 17 Surveyor (Rod Person) 50 HR $ 29.19 $ 1,459.58 $ 1,459.58 Overhead NOTES: Overhead 1.* Identify all items to be subcontracted with an * Profit 2. # Designate all unit prices that are listed in contract Profit % (self perform) perform) perform) % (subcontract % (self -perform) % (subcontract 3. Detailed back-up documentation may be requested to support stated costs Prepared By: EVELIO GIBERT Title: PROJECT MANAGER RPW Form CPR-B Signature TOTAL (This Sheet) GRAND TOTAL (Last Sheet) Date: 64, 410.58 4/11/2024 Revised 01/18/2024 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Contractor Price Proposal Summaries - Category Date: 4/10/2024 Work Order #: B-50414/B-50421.34 Title: Roadway, Drainage, and water 24TH TERR ADDITIONAL PALMS & DRIVEWAYS Contractor: ezIQC - David Mancini & Sons, Inc Contractor Number: FL-R10-GC04-111821- DMS Job Order Value: $64,410.58 Proposal Name: Roadway, Drainage, and water 24TH TERR ADDITIONAL PALMS & DRIVEWAYS Proposal Value: $64,410.58 To: Project Manager From: Contractor Project Manager Category LineTotal 1-INSTALLATION $30,566.79 2.MOT $974.03 3. HAULING $6,594.28 4. DRIVEWAYS REMOVAL $10,241.76 4.1 DW INSTALL $10,097.73 5. AS- BUILT $5,936.00 Grand Total: $64,410.58 This work order proposal total represents the correct total for the proposal. Any discrepancy between line totals, sub -totals and the proposal total is due to rounding of the line totals and sub -totals. The Percent of NPP on this Proposal: 0.00 Contractor Price Proposal Summaries - Category 1 of 1 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Contractor Price Proposal Details - Category Date: 4/10/2024 Work Order #: B-50414/B-50421.34 Title: Roadway, Drainage, and water 24TH TERR ADDITIONAL PALMS & DRIVEWAYS Contractor: ezIQC - David Mancini & Sons, Inc Contractor Number: FL-R10-GC04-111821- DMS Job Order Value: $64,410.58 Proposal Name: Roadway, Drainage, and water 24TH TERR ADDITIONAL PALMS & DRIVEWAYS Proposal Value: $64,410.58 CSI Number Mod UOM Description LineTotal 1-INSTALLATION 1 06 11 16 00-0023 LF 2" x 4" Wood Purlin $841.56 Qty Unit Price Factor Installation 648 X $1.11 X 1.17 Contractor Notes: 2X4 BRACES Total $841.56 2 32 91 13 16-0006 CY Shredded Hardwood Mulch $1,707.50 Qty Unit Price Factor Total Installation 20 X $72.97 X 1.17 $1,707.50 Contractor Notes: 2"MULCH 3 32 93 43 00-1212 EA 20 Gallon Thrinax radiata - Florida Thatch Palm $2,715.31 Qty Unit Price Factor Total Installation 11 X $210.98 X 1.17 $2,715.31 Contractor Notes: 11 PALMS 65 GALLONS 20 GALLONS PLUS 45 GALLONS 4 32 93 43 00-1214 EA 45 Gallon Thrinax radiata - Florida Thatch Palm $12,671.29 Qty Unit Price Factor Total Installation 11 X $984.56 X 1.17 $12,671.29 Contractor Notes: 11 PALMS 65 GALLONS 20 GALLONS PLUS 45 GALLONS 5 32 93 83 00-0088 EA 5' x 4-1/2' Deep Tree Pit $11,059.45 Qty Unit Price Factor Total Installation 11 X $859.32 X 1.17 $11,059.45 Contractor Notes: TREE/PALM PIT 6 32 94 49 00-0009 EA Tree Guying 6" To 8" Caliper, 6" Anchors And Polypropylene Flat $1,571.68 Rope Qty Unit Price Factor Total Installation 11 X $122.12 X 1.17 $1,571.68 Subtotal for 1-INSTALLATION: $30,566.79 2.MOT 7 01 55 26 00-0108 EA Placement And Removal Of Up To 250 Barricades Using Truck $974.03 Qty Unit Price Factor Total Installation 150 X $5.55 X 1.17 $974.03 Contractor Notes: MULTIPLE SETUPS Subtotal for 2.MOT: $974.03 Contractor Price Proprosal Details - Category 1 of 3 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA CSI Number Mod UOM Description LineTotal 3. HAULING 8 01 22 23 00-0447 WK 4-1/2 CY, 215 HP, Heavy Duty Construction Loader With Full -Time $6,294.53 Operator Qty Unit Price Factor Total Installation 1 X $5,379.94 X 1.17 $6,294.53 Contractor Notes: EXCAVATED MATERIAL TO STAGING AREA 9 01 74 19 00-0037 CYM Hauling On Paved Roads, First 15 Miles $299.75 Qty Unit Price Factor Total Installation 305 X $0.84 X 1.17 $299.75 Contractor Notes: 50 CYX 15 MILES Subtotal for 3. HAULING: $6,594.28 4. DRIVEWAYS REMOVAL 10 01 22 23 00-0409 WK 3,500 LB Mini -Excavator With Full -Time Operator $3,357.55 Qty Unit Price Factor Total Installation 1 X $2,869.70 X 1.17 $3,357.55 Contractor Notes: EXCAVATE MATERIAL 11 01 22 23 00-0447 WK 4-1/2 CY, 215 HP, Heavy Duty Construction Loader With Full -Time $6,294.53 Operator Qty Unit Price Factor Total Installation 1 X $5,379.94 X 1.17 $6,294.53 12 01 74 19 00-0037 CYM Hauling On Paved Roads, First 15 Miles $589.68 Qty Unit Price Factor Total Installation 600 X $0.84 X 1.17 $589.68 Contractor Notes: EXCAVATED SOIL Subtotal for 4. DRIVEWAYS REMOVAL: $10,241.76 4.1 DW INSTALL 13 32 11 29 13-0002 SY 6" Thick FDOT Limerock $4,136.82 Qty Unit Price Factor Total Installation 78 X $45.33 X 1.17 $4,136.82 14 32 12 16 13-0066 TON Friction Course With Rubber, FC-6, 9.5 $5,960.92 Qty Unit Price Factor Total Installation 20 X $254.74 X 1.17 $5,960.92 Subtotal for 4.1 DW INSTALL: $10,097.73 5. AS- BUILT 15 01 22 20 00-0047 HR Senior Surveyor (Party Chief) Qty Unit Price Factor Total Installation 50 X $41.55 X 1.17 $2,430.68 Contractor Notes: TREE PLANTING AS-BUILTS $2,430.68 16 01 22 20 00-0048 HR Surveyor (Instrument person) Qty Unit Price Factor Total Installation 50 X $34.97 X 1.17 $2,045.75 Contractor Notes: TREE PLANTING AS-BUILTS $2,045.75 Contractor Price Proprosal Details - Category 2 of 3 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA CSI Number Mod UOM Description LineTotal 5. AS- BUILT 17 01 22 20 00-0049 HR Surveyor (Rod Person) $1,459.58 Qty Unit Price Factor Total Installation 50 X $24.95 X 1.17 $1,459.58 Contractor Notes: TREE PLANTING AS-BUILTS Subtotal for 5. AS- BUILT: $5,936.00 Grand Total: $64,410.58 This work order proposal total represents the correct total for the proposal. Any discrepancy between line totals, sub -totals and the proposal total is due to rounding of the line totals and sub -totals. The Percent of NPP on this Proposal: 0.00 Contractor Price Proprosal Details - Category 3 of 3 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Citp of i' iami Contract Change Order Project Name: Golden Pines Roadway and Drainage Improvements Project No.: 40-B50421 Contractor: David Mancini & Sons, Inc. 2601 Wiles Road Pompano Beach, FL 33073 Change Order No.: 3 Contract Award Date: 11/14/2022 Completion Date: 02/01/2024 Revised Completion Date (prior to this change): Extension(s) of Time Previously Approved: days Revised Completion Date (including this change): The Contractor and the City hereby agree to modify the Contract as follows: (Attach additional pages as necessary) Item No. Description of Change Contract Price Contract Time Increase Decrease Increase Decrease 1 Additional work requested by the City of Miami $ 103,620.40 0 (additional landscape and modification of driveway approaches) Original Contingency = $298,168.70 CPR - amount approved = $401,789.10 Change Order Amount = $103,620.40 Difference (Net) SUMMARY OF CONTRACT AMOUNT Reason for Change: Regulatory Change • Original Contract Amount $ 8,049,891.10 City Requested ✓ Cost of Construction Changes Previously Ordered(C0#2 B50414) $ 46,033.91 Design Error ❑ Adjusted Contract Amount Prior to this Change Order $ 8,095,925.01 Unforeseen/Unforeseeable • Cost of Construction Changes in this Change Order $ 103,620.40 Adjusted Contract Amount Including this Change $ 8,199,545.41 Percentage Increase this Change Order 1.3 % Total Percent Increase to Date 1.9 % Contingency Funds Used Yes Contingency Contingency Balance Extension of Time Allowed by this Change - days This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor: Accepted By RPW Director: 1/13/2025 Date: Date: 01/15/2025 Distribution: Contractor ❑ EOR/CEI ❑ Finance 0 Project File ❑ RPW Form CO Department of Resilience and Public Works 444 SW 2nd Ave, 8th Floor Miami, Florida 33130 Revised 10/10/24 Docusign Envelope ID: 12204DE3-C8A2-4917-81 D1-776883F6FEAA City of Miami Department of Resilience and Public Works Change Proposal Request Part A Page 1 of 2 CONTRACTOR: David Mancini and Sons, Inc. ADDRESS: 2601 Wiles Rd Pompano Beach, FL 33073 Project Manager: Evelio Gibert Fax No: CPR NUMBER.: 31 PROJECT NO.: B-50421 PROJECT TITLE: Golden Pines Roadway and Drainage Improvements Segments 4 Phone: 786-693-3445 E-mail: egilbert@dmsi.co This Change Proposal Request (CPR) is submitted requesting a Change Order to the Contract to increase/decrease the time for performance or the value of the Contract. DETAILED BASIS/SCOPE FOR CPR Please add a detailed description of proposed changes, including background, justification and exact location of installation. Failure to submit sufficient detail may result in the rejection of or delay in review of the CPR. AS REQUESTED BY THE CITY OF MIAMI PLEASE SEE ATTACHED PROPOSAL TO PLANT ADDITIONAL TREES AND PALMS AS WELL AS MODIFY THE PROPOSED DRIVEWAYS FINANCIAL DATA Original Contract Value: $8,049,891.10 CPR Value: $105,072.31 Value of Previous Change Orders N/A Proposed Revised Contract Value: $8,049,891.10 Increase/Decrease in time for Completion: 21 (calendar days) Current Completion Date: 01/22/2024 Proposed Completion Date: 01/22/2024 By signing and submitting this CPR the Contractor certifies that the supporting cost data is accurate and, in the opinion of the undersigned, the stated prices and/or time request are both fair and reasonable. The certifies that they are authored by the Contractor to execute this CPR. Name: EVELIO GIBERT Signature: Title: PROJECT MANAGER RPW Form CPR -A Date of Submittal: 4/11/2024 Revised 01/03/24 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Change Proposal Request Part A Page 2 of 2 CONTRACTOR: David Mancini and Sons, Inc. CPR NUMBER.: 31 PROJECT NO.: B-50421 PROJECT TITLE: Golden Pines Roadway and Drainage Improvements Segments 4 CPR VALUE: $105,072.31 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City JI E/O ❑ Unforeseen ❑ By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: Name of Firm: Consor Engineers William Perez V Concur ❑ Rejected Name CITY OF MIAMI Project Manager: Pedro J. Alvarado, E.I., CFM Name Construction Manager: Carlos Tijerino, ENV SP Name Team Leader: Giraldo "Gerry" Marquez, P.E. Name Assistant Director: Humberto Gomez, P.E.CPM Name Director: Juvenal Santana, P.E., CFM Name G44c Signature ❑X Concur ❑ Rejected Alvarado, Pedro Digitally signed by Alvarado, Pedro Date 20240626113609-04'00' Signature 17 Concur n Rejected Digitally signed by Tijerino, Tijerino, Carlos Carlos Date: 2024.06.17 1359:17-04'00' Signature TI Concur n Rejected Digitally signed by Marquez, Marquez, Giraldo Giraldo Date. 7024 07 09 13.17.27 -04'00' Signature Concur ❑ Rejected Gomez, Humberto Signature Concur ❑ Rejected Santana, Juvenal Signature 06/13/2024 Date 06-26-2024 Date 06-17-2024 Date 07-09-24 Date Digitally signed by Gomez, Humberto Date: 2024.07.09 13:29:36 -04'00' Date Digitally signed by Santana, Juvenal Date: 2024.07.19 14:40:41 -04'00' Date RPW Form CPR -A Revised 01/03/24 Docusign Envelope ID: 12204DE3-C8A2-4917-81 D1-776883F6FEAA CONTRACTOR: DAVID MANCINI AND SONS, INC. City of Miami Department of Resilience and Public Works CONTRACTOR CHANGE PROPOSAL REQUEST Part B Sheet 2 of 2 A ITEM NO. * B. ITEM DESCRIPTION C. QTY D. UNIT E. LABOR F. MATERIAL (Including Equipment) G UNIT PRICE # (E 1 + F 1) TOTAL LINE ITEM PRICE (E2 (E.2 + F.2) 1. 2. Total Unit Cost (E.1 X C) 1. 2. Total Unit Cost (F.1 X C) 1 2" x 4" Wood Pullin 648 LF $ 1.30 $ 841.56 $ 841.56 2 Shredded Hardwood Mulch 20 CY $ 85.37 $ 1,707.50 $ 1,707.50 3 1' To 12' Coccoloda diversifolia - Pigeon Plun 1 EA $ 933.80 $ 933.80 $ 933.80 4 20 Gallon Thrinax radiata - Florida Thatch Po 26 EA $ 246.85 $ 6,418.01 $ 6,418.01 5 45 Gallon Thrinax radiata - Florida Thatch Po 26 EA $ 1,151.94 $ 29,950.32 $ 29,950.32 6 5' x 4-1/2' Deep Tree Pit 27 EA $ 1,005.40 $ 27,145.92 $ 27,145.92 7 Tree Guying 6" To 8" Caliper, 6" Anchors 27 EA $ 142.88 $ 3,857.77 $ 3,857.77 8 Placement And Removal Of Up To 250 Barri( 150 EA $ 6.49 $ 974.03 $ 974.03 9 4-1/2 CY, 215 HP, Heavy Duty Construction 1 WK $ 6,294.53 $ 6,294.53 $ 6,294.53 10 Hauling On Paved Roads, First 15 Miles 750 CYM $ 0.98 $ 737.10 $ 737.10 11 3,500 LB Mini -Excavator With Full -Time Ope 1 WK $ 3,357.55 $ 3,357.55 $ 3,357.55 12 4-1/2 CY, 215 HP, Heavy Duty Construction 1 WK $ 6,294.53 $ 6,294.53 $ 6,294.53 13 Hauling On Paved Roads, First 15 Miles 600 CYM $ 0.98 $ 589.68 $ 589.68 14 Hauling On Paved Roads, First 15 Miles 300 CYM $ 0.98 $ 294.84 $ 294.84 15 6" Thick FDOT Limerock 60 SY $ 53.04 $ 3,182.17 $ 3,182.17 16 Friction Course With Rubber, FC-6, 9.5 22 TON $ 298.05 $ 6,557.01 $ 6,557.01 17 Senior Surveyor (Party Chief) 50 HR $ 48.61 $ 2,430.68 $ 2,430.68 18 Surveyor (Instrument person) 50 HR $ 40.91 $ 2,045.75 $ 2,045.75 19 Surveyor (Rod Person) 50 HR $ 29.19 $ 1,459.58 $ 1,459.58 Overhead NOTES: Overhead 1.* Identify all items to be subcontracted with an * Profit 2. # Designate all unit prices that are listed in contract Profit % (self perform) perform) perform) % (subcontract % (self -perform) % (subcontract 3. Detailed back-up documentation may be requested to support stated costs Prepared By: EVELIO GIBERT Title: PROJECT MANAGER RPW Form CPR-B Signature TOTAL (This Sheet) GRAND TOTAL (Last Sheet) Date: 4/11/2024 105, 072.31 Revised 01/18/2024 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Contractor Price Proposal Summaries - Category Date: 4/10/2024 Work Order #: B-50414/B-50421.33 Title: Roadway, Drainage, and water 25TH ST ADDITIONAL PALMS & DRIVEWAYS Contractor: ezIQC - David Mancini & Sons, Inc Contractor Number: FL-R10-GC04-111821- DMS Job Order Value: $105,072.31 Proposal Name: Roadway, Drainage, and water 25TH ST ADDITIONAL PALMS & DRIVEWAYS Proposal Value: $105,072.31 To: Project Manager From: Contractor Project Manager Category LineTotaj 1-INSTALLATION $70,854.87 2.MOT $974.03 3. HAULING $7,031.63 4. DRIVEWAYS REMOVAL $10,536.60 4.1 DW INSTALL $9,739.18 5. AS- BUILT $5,936.01 Grand Total: $105,072.31 This work order proposal total represents the correct total for the proposal. Any discrepancy between line totals, sub -totals and the proposal total is due to rounding of the line totals and sub -totals. The Percent of NPP on this Proposal: 0.00 Contractor Price Proposal Summaries - Category 1 of 1 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Contractor Price Proposal Details - Category Date: 4/10/2024 Work Order #: B-50414/B-50421.33 Title: Roadway, Drainage, and water 25TH ST ADDITIONAL PALMS & DRIVEWAYS Contractor: ezIQC - David Mancini & Sons, Inc Contractor Number: FL-R10-GC04-111821- DMS Job Order Value: $105,072.31 Proposal Name: Roadway, Drainage, and water 25TH ST ADDITIONAL PALMS & DRIVEWAYS Proposal Value: $105,072.31 CSI Number Mod UOM Description LineTotal 1-INSTALLATION 1 06 11 16 00-0023 LF 2" x 4" Wood Purlin $841.56 Qty Unit Price Factor Installation 648 X $1.11 X 1.17 Contractor Notes: 2X4 BRACES Total $841.56 2 32 91 13 16-0006 CY Shredded Hardwood Mulch $1,707.50 Qty Unit Price Factor Total Installation 20 X $72.97 X 1.17 $1,707.50 Contractor Notes: 2"MULCH 3 32 93 43 00-0151 EA 11' To 12' Coccoloda diversifolia - Pigeon Plum $933.80 Qty Unit Price Factor Total Installation 1 X $798.12 X 1.17 $933.80 4 32 93 43 00-1212 EA 20 Gallon Thrinax radiata - Florida Thatch Palm $6,418.01 Qty Unit Price Factor Total Installation 26 X $210.98 X 1.17 $6,418.01 Contractor Notes: 26 PALMS 65 GALLONS 20 GALLONS PLUS 45 GALLONS 5 32 93 43 00-1214 EA 45 Gallon Thrinax radiata - Florida Thatch Palm $29,950.32 Qty Unit Price Factor Total Installation 26 X $984.56 X 1.17 $29,950.32 Contractor Notes: 26 PALMS 65 GALLONS 20 GALLONS PLUS 45 GALLONS 6 32 93 83 00-0088 EA 5' x 4-1/2' Deep Tree Pit $27,145.92 Qty Unit Price Factor Total Installation 27 X $859.32 X 1.17 $27,145.92 Contractor Notes: TREE/PALM PIT 7 32 94 49 00-0009 EA Tree Guying 6" To 8" Caliper, 6" Anchors And Polypropylene Flat $3,857.77 Rope Qty Unit Price Factor Total Installation 27 X $122.12 X 1.17 $3,857.77 Subtotal for 1-INSTALLATION: $70,854.87 Contractor Price Proprosal Details - Category 1 of 3 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA CSI Number Mod UOM Description LineTotal 2.MOT 8 01 55 26 00-0108 EA Placement And Removal Of Up To 250 Barricades Using Truck $974.03 Qty Unit Price Factor Total Installation 150 X $5.55 X 1.17 $974.03 Contractor Notes: MULTIPLE SETUPS Subtotal for 2.MOT: $974.03 3. HAULING 9 01 22 23 00-0447 WK 4-1/2 CY, 215 HP, Heavy Duty Construction Loader With Full -Time $6,294.53 Operator Qty Unit Price Factor Total Installation 1 X $5,379.94 X 1.17 $6,294.53 Contractor Notes: EXCAVATED MATERIAL TO STAGING AREA 10 01 74 19 00-0037 CYM Hauling On Paved Roads, First 15 Miles $737.10 Qty Unit Price Factor Total Installation 750 X $0.84 X 1.17 $737.10 Contractor Notes: 50 CYX 15 MILES Subtotal for 3. HAULING: $7,031.63 4. DRIVEWAYS REMOVAL 11 01 22 23 00-0409 WK 3,500 LB Mini -Excavator With Full -Time Operator $3,357.55 Qty Unit Price Factor Total Installation 1 X $2,869.70 X 1.17 $3,357.55 Contractor Notes: EXCAVATE MATERIAL 12 01 22 23 00-0447 WK 4-1/2 CY, 215 HP, Heavy Duty Construction Loader With Full -Time $6,294.53 Operator Qty Unit Price Factor Total Installation 1 X $5,379.94 X 1.17 $6,294.53 13 01 74 19 00-0037 CYM Hauling On Paved Roads, First 15 Miles $589.68 Qty Unit Price Factor Total Installation 600 X $0.84 X 1.17 $589.68 Contractor Notes: EXCAVATED SOIL 14 01 74 19 00-0037 CYM Hauling On Paved Roads, First 15 Miles $294.84 Qty Unit Price Factor Total Installation 300 X $0.84 X 1.17 $294.84 Contractor Notes: MINIMUN ASPHALT HAULING Subtotal for 4. DRIVEWAYS REMOVAL: $10,536.60 4.1 DW INSTALL 15 32 11 29 13-0002 SY 6" Thick FDOT Limerock $3,182.17 Qty Unit Price Factor Total Installation 60 X $45.33 X 1.17 $3,182.17 16 32 12 16 13-0066 TON Friction Course With Rubber, FC-6, 9.5 $6,557.01 Qty Unit Price Factor Total Installation 22 X $254.74 X 1.17 $6,557.01 Subtotal for 4.1 DW INSTALL: $9,739.18 Contractor Price Proprosal Details - Category 2 of 3 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA CSI Number Mod UOM Description LineTotal 5. AS- BUILT 17 01 22 20 00-0047 HR Senior Surveyor (Party Chief) Qty Unit Price Factor Total Installation 50 X $41.55 X 1.17 $2,430.68 Contractor Notes: TREE PLANTING AS-BUILTS $2,430.68 18 01 22 20 00-0048 HR Surveyor (Instrument person) Qty Unit Price Factor Total Installation 50 X $34.97 X 1.17 $2,045.75 Contractor Notes: TREE PLANTING AS-BUILTS $2,045.75 19 01 22 20 00-0049 HR Surveyor (Rod Person) $1,459.58 Qty Unit Price Factor Total Installation 50 X $24.95 X 1.17 $1,459.58 Contractor Notes: TREE PLANTING AS-BUILTS Subtotal for 5. AS- BUILT: $5,936.01 Grand Total: $105,072.31 This work order proposal total represents the correct total for the proposal. Any discrepancy between line totals, sub -totals and the proposal total is due to rounding of the line totals and sub -totals. The Percent of NPP on this Proposal: 0.00 Contractor Price Proprosal Details - Category 3 of 3 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V City Manager FROM: Juvenal Santana, Jr., P.E., C.F.M. Director Department of Resilience and Public Works DATE: March 14, 2025 FILE: SUBJECT: Request to Amend Golden Pines Roadway and Drainage Improvements Contract REFERENCES: BidSafe/Request for Quotation ("RFQ") No. 21-22-005 ENCLOSURES: 40-B50414 Change Order #2 and 40-B50421 Change Order #3 By this memorandum, RPW is requesting to amend the Golden Pines Roadway and Drainage Improvements ("Contract") authorized pursuant to BidSafe/RFQ No. 21-22-005 to increase the contract capacity. It is necessary to increase the capacity of the contract by One Hundred Forty -Nine Thousand Six Hundred Fifty -Four Dollars and Thirty -One Cents (149,654.31) to cover the additional scope of work for 40-B50414 Change Order #2 and 40- B50421 Change Order #3. These change orders involve planting additional trees and modifying driveway approaches to create swale areas, as requested by residents after the fact. Please indicate your decision below. Approved / DocuSigned by: arguAr NOV'ltd. March 25, 2025 I 17:20:02 EDT Disapproved: l 850CF6C372DD42A... Arthur Noriega V Date City Manager C: Asael Marrero, RA, RID, AIA, ICC, Assistant City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Patricia Arias, Assistant City Attorney, Office of the City Attorney Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement Humberto Gomez, P.E., C.P.M., Assistant Director, Department of Resilience and Public Works Giraldo "Gerry" Marquez, P.E., Chief Project Manager, Department of Resilience and Public Works Fabiola Dubuisson, Senior Project Manager, Department of Resilience and Public Works Pedro J. Alvarado, E.I., C.G.C., C.F.M., Project Manager, Department of Resilience and Public Works Docusign Envelope ID: 12204DE3-C8A2-4917-81 D1-776883F6FEAA City of Miami Legislation Resolution Enactment Number: R-23-0486 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 14905 Final Action Date:10/26/2023 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING AMENDMENT NO. 1 TO THE CONSTRUCTION SERVICES AGREEMENT ("AGREEMENT") WITH DAVID MANCINI & SONS, INC., A FLORIDA PROFIT CORPORATION ("DMSI"), FOR ADDITIONAL WORK CONCERNING GOLDEN PINES ROADWAY AND DRAINAGE IMPROVEMENTS, SOLICITED UNDER BIDSAFE REQUEST FOR QUOTATION ("RFQ") NO. 21-22-005, INCREASING THE EXISTING CAPACITY BY FIVE MILLION FOUR HUNDRED SIXTY FIVE THOUSAND FOUR HUNDRED FIFTY THREE DOLLARS AND FOURTEEN CENTS ($5,465,453.14), THEREBY INCREASING THE TOTAL COMPENSATION LIMIT FROM EIGHT MILLION FORTY NINE THOUSAND EIGHT HUNDRED NINETY ONE DOLLARS AND TEN CENTS ($8,049,891.10) TO THIRTEEN MILLION FIVE HUNDRED FIFTEEN THOUSAND THREE HUNDRED FORTY FOUR DOLLARS AND TWENTY FOUR CENTS ($13,515,344.24); ALLOCATING FUNDS FROM THE APPROPRIATE SOURCE OF FUNDING, SUBJECT TO BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE AGREEMENT WITH DMSI, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSES; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY'S PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. "INCOMPLETE (ITEM WAS ADOPTED WITH MODIFICATIONS). PENDING FINAL APPROVAL AS TO FORM AND CORRECTNESS BY CITY ATTORNEY." WHEREAS, pursuant to Section 18-85 of the Code of the City of Miami, Florida, as amended ("City Code"), and BidSafe Request for Qualifications ("RFQ") No. 21-22-005, the City Manager executed an Agreement with David Mancini & Sons, Inc., a Florida profit corporation ("DMSI"), for the provision of Golden Pines Roadway and Drainage Improvements for Eight Million Forty Nine Thousand Eight Hundred Ninety One Dollars and Ten Cents ($8,049,891.10); and WHEREAS, the aforementioned solicitation was advertised concurrently with RFQ No. 21-22-004 to include Segment 1 (S.W. 23' Terrace from S.W. 27t" Avenue to S.W. 32' Avenue) and Segment 2 (S.W. 24th Street from S.W. 27t" Avenue to S.W. 32' Avenue); and Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA WHEREAS, the sole bid received for RFQ No. 21-22-004 was considerably higher than the available budget at the time and, therefore, not considered for award of an agreement for Segments 1 and 2; and WHEREAS, the work awarded under RFQ No. 21-22-005 for Segments 3 and 4 is near completion, prompting the need to proceed with the construction of improvements in Segment 2 without further delay; and WHEREAS, it is in the best interest of the City to retain the services of DMSI for the construction of improvements in Segment 2, once Segments 3 and 4 are completed; and WHEREAS, considering the additional referenced work, the current compensation limit is insufficient to address the costs associated with the construction of improvements in Segment 2; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to accommodate said costs to complete Segment 2; and WHEREAS, the proposed Amendment No. 1 to the Agreement with DMSI increases the existing capacity by Five Million Four Hundred Sixty Five Thousand Four Hundred Fifty Three Dollars and Fourteen Cents ($5,465,453.14), thereby increasing the existing total compensation limit of the Agreement from Eight Million Forty Nine Thousand Eight Hundred Ninety One Dollars and Ten Cents ($8,049,891.10) to Thirteen Million Five Hundred Fifteen Thousand Three Hundred Forty Four Dollars and Twenty Four Cents ($13,515,344.24); NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble of this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. Amendment No. 1 to the Agreement with DMSI for additional work concerning Golden Pines Roadway and Drainage Improvements, solicited under RFQ No. 21- 22-005, increasing the existing capacity by Five Million Four Hundred Sixty Five Thousand Four Hundred Fifty Three Dollars and Fourteen Cents ($5,465,453.14), thereby increasing the total compensation limit from Eight Million Forty Nine Thousand Eight Hundred Ninety One Dollars and Ten Cents ($8,049,891.10) to Thirteen Million Five Hundred Fifteen Thousand Three Hundred Forty Four Dollars and Twenty Four Cents ($13,515,344.24), is hereby authorized.' Section 3. Funding shall be allocated from the appropriate source of funding, subject to budgetary approval at the time of need. Section 4. The City Manager is authorized' to execute Amendment No. 1 to the Agreement with DMSI, in a form acceptable to the City Attorney, for said purposes. Section 5. The City Manager is further authorized' to negotiate and execute any and all other documents, including amendments, renewals, and extensions, subject to all allocations, appropriations, prior budgetary approvals, compliance with all applicable provisions of the City Code, including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in forms acceptable to the City ' The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to, those prescribed by applicable City Charter and City Code provisions. Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA A`ORE, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) E(MM!D 25 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS 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 Assured Partners 39 N. Duke Street Lancaster PA 17602 CONTACT Adam Shelton PHONE FAX (A/C No Ext): 502-708-3103 (A/C, No): E-MAIL ADDRESS: Iadam.shelton@assuredpartners.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Arch Insurance Company 11150 INSURED DAVIMAN-01 David Mancini & Sons Inc. 2601 Wiles Road Pompano Beach FL 33073 INSURERB: XL Specialty Insurance Company 37885 INSURER C: Indemnity National Insurance Company 18468 INSURERD: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:385847157 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 LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/Y /DDYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y ZAGLB1043700 �� �� 4/1/2025 w O /V- �° -4k 0 5 •/`'�`� EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 2,000,000 GEN'LAGGREGATELIMITAPPLIESPER: P POLICY OTHER: X jE X LOC GENERAL AGGREGATE $4,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ A AUTOMOBILE X LIABILITYY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY _/� �C) Y f ZACAT93 3� !!!!ll������w VS) A • ` (VJ 2 ®\rb O� J 4/1/2025 7/1/2025 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE XS0001895 25 4/1/2025 7/1/2026 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 DED RETENTION $ $ A WORKERSCOMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N /A Y ZAWCI1046800 4/1/2025 7/1/2025 X PER 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 B Equipment Floater UM00155954MA25A 4/1/2025 4/1/2026 Ded: $5,000 525,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Miami is included as additional Insured for on -going and completed operations on a primary & non-contributory basis with respect to General Liability and Auto Liability as required by written contract. Umbrella follows form and is excess over liability policies contained herein. Waiver of Subrogation applies with respect to Workers Compensation. City of Miami is named as Loss Payee with respects to equipment floater. 30 day notice of cancellation is included except for 10 days for non-payment of premium. Professional Liability Retroactive Date: April 1, 2020 CERTIFICATE HOLDER CANCELLATION City of Miami Project 40 B193622 Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami FL 33130 I 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 G-. ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA From: Gomez Jr., Francisco (Frank) To: Caseres. Luis; Quevedo, Terry; Aviles, Yesenia Subject: RE: COI -David Mancini & sons Exp 04/01/2025 Date: Monday, March 31, 2025 12:33:18 PM Attachments: image003.pnq image005.pnq Hello Luis, The COI is adequate. Thanks, w Frank Gomez, PIAM, CPI I Spe Property & Casualty Manager �� City of Miami � r),(° Risk Management �‘ no �4 N.E. lst Avenue 2nd Floor na► 2�` �j Miami, Florida 33132 ONv 2`J (305) 416-174o Offi '9 OJ (305) 416-1760 Fa�� fgomez@miamigov.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Monday, March 31, 2025 12:32 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA DIVISION OF CORPORATIONS Di vEiJoi ; of ,1.Org � � r -r� r r �r� r rr �a (J i �. R �D,�Ar '+r ur! D%flriul ::at' of Florida within? Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation DAVID MANCINI & SONS, INC. Filing Information Document Number P10000086044 FEI/EIN Number 27-3716806 Date Filed 10/20/2010 Effective Date 10/20/2010 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 03/23/2015 Event Effective Date NONE Principal Address 2601 Wiles Road Pompano Beach, FL 33073 Changed: 02/03/2020 Mailing Address 2601 WILES ROAD POMPANO BEACH, FL 33073 Changed: 05/15/2017 gistered Agent Name & Address MANCINI, DAVIDA 2601 WILES ROAD POMPANO BEACH, FL 33073 Address Changed: 05/15/2017 Officer/Director Detail Name & Address Title P MANCINI, DAVID 1875 N HIBISCUS DRIVE Miami, FL 33181 Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA Title SECR MANCINI , DAVID A, Jr. 1875 N. HIBISCUS DRIVE MIAMI, FL 33181 Title EXECUTIVE VICE PRESIDENT Mancini, David A, Jr. 1875 N HIBISCUS DRIVE Miami, FL 33181 Title EXECUTIVE VICE PRESIDENT MANCINI, RICHARD 2601 WILES ROAD POMPANO BEACH, FL 33073 Title Vice -President Angarita, Fabio 2601 Wiles Road Pompano Beach, FL 33073 Annual Reports Report Year Filed Date 2023 03/01/2023 2024 03/19/2024 2025 02/07/2025 Document Images 02/07/2025 --ANNUAL REPORT 03/19/2024 --ANNUAL REPORT 03/01/2023 --ANNUAL REPORT 02/22/2022 --AMENDED ANNUAL REPORT 02/01/2022 --ANNUAL REPORT 01/29/2021 --ANNUAL REPORT 02/03/2020 --ANNUAL REPORT 01/24/2019 --ANNUAL REPORT 01/16/2018 --ANNUAL REPORT 05/15/2017 -- Reg. Agege nt Chan 02/02/2017 --ANNUAL REPORT 01/26/2016 --ANNUAL REPORT 10/15/2015 --AMENDED ANNUAL REPORT 03/23/2015 -- Amendment 01/13/2015 --ANNUAL REPORT 09/30/2014 --AMENDED ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Docusign Envelope ID: 12204DE3-C8A2-4917-81D1-776883F6FEAA 01/17/2014 --ANNUAL REPORT 03/13/2013 --ANNUAL REPORT 02/24/2012 --ANNUAL REPORT 02/22/2011 --ANNUAL REPORT 10/20/2010 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Thursday, July 31, 2025 10:51 AM Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; McGinnis, Lai -Wan; Suarez, Jimmy; Gomez, Humberto; Marquez, Giraldo; Dubuisson, Fabiola; Gonzalez, Jose; Santana Jr., Juvenal Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Reinike-Heinemann, Evelyn; Roberts, Frankeetha; Ewan, Nicole; McKinnon, Charles; Cabrera, Maria Document Distribution - Amendment_No_2_RFQ_21-22-005_Golden_Pines_Roadway- Executed 07-31-2025 Amendment_No_2_RFQ_21-22-005_Golden_Pines_Roadway- Executed 07-31-2025.pdf Good morning All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Rei n i ke/Fran keetha You may now close this Matter ID 25-829 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: First Party: Second Party: Program/Purpose: Effective Date: Best regards, Amendment No. 2 City of Miami David Mancini & Sons, Inc. Golden Pines Roadway and Drainage Improvements 07/31/2025 i LuA.- Cc e re k Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2