Loading...
HomeMy Public PortalAbout20-9759 Piggback the MDC Contract with H & R Paving Inc for Milling and ResurfacingSponsored by: City Manager RESOLUTION NO. 20-9759 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK THE MIAMI-DADE COUNTY FLORIDA CONTRACT WITH H&R PAVING, INC. FOR QUALIFIED PROFESSIONAL SERVICES IN ORDER TO CONTINUE A MILLING AND RESURFACING PROJECT WITHIN THE CITY OF OPA-LOCKA, IN AN AMOUNT NOT TO EXCEED ONE MILLION ONE HUNDRED EIGHTY TWO THOUSAND FOUR HUNDRED SIXTY TWO DOLLARS ($1,182,462.00) AND IN A FORM ACCEPTABLE TO THE CITY ATTORNEY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-locka ("City") desires to provide smooth pavement surfaces to enhance driving comfort and safety within the City of Opa-Locka, FL; and WHEREAS, Miami -Dade County previously awarded a contract to H&R Paving Inc. for roadway resurfacing services (attached as exhibit "A"), pursuant to its Request for Price Quotations (RPQ) No. 20190121, for a two-year period commencing August 7, 2019 through February 9, 2021; and WHEREAS, the City desires to piggyback the Miami -Dade County contract with H&R Paving, Inc. for Qualified Professional Services in order to continue the milling and resurfacing project within the City and for an amount not to exceed One Million One Hundred Eighty Two Thousand Four Hundred Sixty Two Dollars ($1,182,462.00); and WHEREAS, the milling and resurfacing project to be piggybacked will provide milling and resurfacing of 13 lane miles (lane = 12 foot width) of various roadways and intersections within the City, as well adjusting certain manholes to grade; and WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback the Miami -Dade County contract with H&R Paving Inc., in order to benefit from already negotiated rates for the provision of milling and resurfacing of various roadways and intersection as well as the adjusting of certain manholes to grade. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Resolution No. 20-9759 Section 2. AUTHORIZATION The City Commission of the City of Opa-locka, Florida hereby authorizes the City Manager to piggyback the Miami -Dade County contract with H&R Paving Inc., attached hereto as Exhibit "A", for the provision of milling and resurfacing services within the City and for an amount not to exceed One Million One Hundred Eighty Two Thousand Four Hundred Sixty Two Dollars ($1,182,462.00), and in a contract form acceptable to the City Attorney. SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect immediately upon adoption by the City Commission of the City of Opa-locka. PASSED and ADOPTED this 27th day of May, 2020. ATTEST: OAJ\ a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFI 'ENCY: B dette Norris- eeks, P.A. City Attorney Matthew A. Pigatt, Mayor 2 Resolution No. 20-9759 Moved by: COMMISSIONER KELLEY Seconded by: VICE MAYOR DAVIS VOTE: 5-0 Commissioner Bass YES Commissioner Burke YES Commissioner Kelley YES Vice -Mayor Davis YES Mayor Pigatt YES 3 City of Opa-Locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: 41 .6 ► • ' City Manager: John E. Pate CM Signature: �w ,riris� Z. OPr‘ Commission Meeting Date: 05/27/2020 Item Type: (EnterX in box) Resolution 0 nance Other X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading: (Enter X in box) 1# Reading tad Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Account# : 47-541340 & 44-541800 (Enter Fund & Dept) Ex: Peoples Transportation & Safe Neighborhood Advertising Requirement: (Enter X in box) _ Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: • Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X • • • IN Sponsor Name City Manager Department: City Manager Short Title: Milling & Resurfacing Project FY 2020. Staff Summary: This request is to piggyback an existing County contract, for qualified professional services to continue with Milling and Resurfacing Project within the City. The plan is to finalize Phase II & III, and start with Phase IV. Project will make pavement surface smooth and will enhance driving comfort and safety. Financial Impact This project will result in milling and resurfacing of 13 lane -miles (lane = 12 foot width). The total project will be $1,182,462. Budget Amendment # 2 is on the agenda for this meeting and includes a proposed amendment to increase Account 47-541340 — Other Contractual Services (below) by $537,140, including $199,000 for this project from People's Transportation Plan Working Capital Reserves. Since these additional funds won't be available to be spent until adoption on second reading in June, approval is requested at this time for $983,462. In conjunction with the final adoption of Budget Amendment # 2 in June, at that time staff will request approval of the remaining $199,000. The project will have just begun at that time and approval of the remaining amount at that time will not impede project progress. Account Description Available Project Remaining Balance 47-541340 Other Contractual Services 901,000 901,000 — 44-541800 Resurfacing Improvements 287,834 82,462 205,372 Total 983,462 Proposed Action: Staff recommends approval of this item. Attachment: 1. Agenda 2. Proposals and Maps for Milling & Resurfacing Phase and Striping for Phase IV, Intersection Streets, Adjusting Manholes & Valves to Grade, Intersection repair @ NW 150 & 22nd Court. 3. Pay Application # 1 for Phase II & Phase III for remaining scope 4. Piggyback contract with Miami Dade County 1955 NW 110 Ave., Miami, FL 33172 Telephone: (305) 261-3005 Fax: (305) 592-6079 LICENSED AND INSURED TO CONTACT CITY OF OPA LOCKA 780 Fisherman St OPA-LOCKA, FL 33054 Carlos Gonzalez PROPOSAL QUOTE NO. AR431 DATE.: Apr 27, 2020 TO MILLING AND RESURFACING PHASE 4 VARIOUS STREETS CONTACT 305 953-2868 x1215 FAX: We hereby propose to furnish at labor, material, equipment and insurance, SUBJECT TO ALL TERMS AND CONDITIONS AS SET FORTH ON BOTH SIDES OF THIS PROPOSAL, AS FOLLOWS: 1- Milling approx. 92,277 SY SY X $2,10 = $193,781.70 2- Asphalt SP 9.5: 7,689 tons X $102.00 = $784,278.00 3- M.O.T. x 2% = $19,561.94 TOTAL: 997,621.64 We hereby propose to furnish labor and materials - complete in accordance with the above specifications, for the sum shown above, with payment to be made as follows: NOTE: Cost of permits to be billed additionally. Subgrade preparation if required under equipment rental basis.This proposal subject to acceptance within 30 days and is void thereafter at the option of H & R PAVING, Inc. (READ RESERVE SIDE) Authorized Signature: ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above.1/3 upon acceptance, when rock base is in place, balance upon completion. INTEREST will be charged on all delinquent accounts at the highest legal rate of interest allowable under the laws of the state of Florida. ACCEPTED: Signature: Date: Signature: 1955 NW 110 Ave., Miami, FL 33172 Telephone: (305) 261-3005 Fax: (305) 592-6079 LICENSED AND INSURED CITY OF OPA LOCRA 780 Fisherman St OPA-LOCKA, FL 33054 TO CONTACT Carlos Gonzalez PROPOSAL QUOTE NO. AR431 DATE: Apr 27, 2020 TO MILLING AND RESURFACING PRASE 4 VARIOUS STREETS CONTACT 305 953-2868 x1215 1-AX: We hereby propose to furnish all labor, material, equipment and insurance, SUBJECT TO ALL TERMS AND CONDITIONS AS SET FORTH ON BOTH SIDES OF THIS PROPOSAL, AS FOLLOWS: 1- RPM's 596 ea X $3.60 2- 6" Painted White Strike 5,100 LF X $0.21 3- 6" Painted Yellow Stripe 5,100 LF X $0.21 4- 18" Painted White/Yellow 1,150 LF X $1.20 5- 24" Painted White Stripe 320 LF X $1.20 6- Painted Message 5 ea X $36.00 7- Painted Arrows 30 ea X $18.00 8- 6" Thermo White Stripe 5,100 LF X $0.84 9- 6" Thermo Yellow Stripe 5,100 LF X $0.84 10- 18" Thermo White/Yellow Stripe 1,150 LF X $3.00 11- 24" thermo White Stripe 320 LF X $3.60 12- Thermo Message 5 ea X $96.00 13- Thermo Arrow 30 ea X $48.00 14- Preferred Bike Showars 15 ea X $336.00 TOTAL: 26, 901. 60 !isle hereby propose to furnish labor and materials - complete in accordance with the above specifications, for the sum shown above, with payment to be mode as follows: NOTE: Cost of permits to be billed additionally. Subgrade preparation if required under equipment rental basis. This proposal subject to acceptance within 30 days and is void thereafter at the option of H & R PAVING, Inc. (READ RESERVE SIDE) Authorized Signature: ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above.1/3 upon acceptance, when rock base is in place balance upon completion. INTEREST will be charged on all delinquent accounts at the highest legal rate of interest allowable under the laws of the state of Florida. ACCEPTED: Signature: Date: Signature: PAVING INC. MNPORT NW 128 Si MILLING & RESURFACING PHASE 4 2020 1owrsrrsT aB.a-ar uerr'. /i-.1-- ` tlIeNt STREET 1. NW 128th St. 2. NW 132nd St. 3. NW 38th Ave. 4. Golf Course Blvd. OPA LOCKA BLVD ari ��stnsr ort FROM -TO From: To: From: To: From: To: NW 145th Ave. NW 42"d Ave. NW 38th Ct. Douglas Rd. NW 38th Ave. End of Street From: NW 37th Ave. To: Jann Ave. 5. Bahman Ave. From: Sharazad Blvd. To: Ali Baba Ave. STREET 6. Fish FROM - TO erman St. From: Douglas Rd. To: Sharazad Blvd. 7. Ali Baba Ave. From: Douglas Rd. To: Aladdin St. 8. Burlington St. From: Superior St. To: Opa-Locka Blvd. 9. Superior St. 10. Port Said Rd. 11. NW 31st Ave. 12. NW 30th Ave. 13. NW 25th Ave. 14. NW 24th Ave. 15. Ali Baba Ave. 16. NW 143rd St. 17. Burlington St. From: To: From: To: From: To: From: To: From: To: From: To: Burlington St. Opa-Locka Blvd. Port Said Rd. NW 127th St. NW 132"d Ter. NW 129th St. NW 135th St. NW 127th St. NW 147th St. Ali Baba Ave. NW 147th St. Ali Baba Ave. From: NW 27th Ave. To: NW 22"d Ave. From: Service Rd. To: NW 22"d Ave. From: SR 9 To: NW 21sL Ct. 18. NW 215t Ct. From: Burlington St. To: End of Street 19. NW 136th St. From: NW 27th Ave. To: NW 24th Ave. 1955 NW 110 Ave., Miami, FL 33172 Telephone: (305) 261-3005 Fax: (305) 592-6079 LICENSED AND INSURED TO CITY OF OPA LOCKA 760 Fisherman St OPA-LOCKA, FL 33054 CONTACT Carlos Gonzalez PROPOSAL QUOTE NO. AR430 DATE: Apr 27, 2020 TO INTERSECTING STREETS CONTACT 305 953-2868 x1215 FAX We hereby propose to furnish all labor, material, equipment and insurance, SUBJECT TO ALL TERMS AND CONDITIONS AS SET FORTH ON BOTH SIDES OF THIS PROPOSAL, AS FOLLOWS: 1- Milling approx. 8,070 SY X $2.10 = $16,947.00 2- Asphalt SP9.5: 672 tons X $102.00 = $68 3- 6" Yellow Paint Stripe 2,700 LF X $0.21 4- 24" White Paint Stripe 324 LF X $1.20 = 5- 6" Yellow Thermoplastic Stripe 2,700 LF 6- 24" White Thermoplastic Stripe 324 LF X 7- R.P.M. 162 ea X $3.60 = $583.60 8- M.O.T. X 2% = $9,046.48 TOTAL: ,544.00 = $567.00 $388.80 X $0.84 = 2,268.00 $3.60 = 1,166.40 99,510.88 We hereby propose to furnish labor and materials - complete in accordance with the above specifications, for the sum shown above, with payment to be made as follows: NOTE: Cost of permits to be billed additionally. Subgrade preparation if required under equipment rental basis. This proposal subject to acceptance within 30 days and is void thereafter at the option of H & R PAVING, Inc. (READ RESERVE SIDE) Authorized Signature: ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above.1/3 upon acceptance, when rock base is in place, balance upon completion. INTEREST will be charged on all delinquent accounts at the highest legal rate of interest allowable under the laws of the state of Florida. ACCEPTED: Signature: Date: Signature: MILLING AND RESURFACING PAVEMENT AT INTERSECTING STREETS - 2020 AIRPORT cC(S RO GV NW 135th ST -aarrsrgt S1 Milled Street \ Intersecting Street 1. JANN AVE. Bagdad Ave. Banu St. Codadad St. 2. BAHMAN AVE. Sultan Ave. 3. AHMAD ST. Kasim St. OPA LOCKA BLVD -. YIN Milts? Sharar Ave. Milling And Resurfacing Detail Sesame St. Perviz Ave. Sinbad Ave. Ahmad St. Sharar Ave. Fisherman St. 4. KALANDAR ST. Kasim St. Jann Ave. Dunad Ave. 5. ALADDIN ST. West Dr. 6. SINBAD AVE. Superior St. 7. NW 26th Ave. NW 141" St. Wilmington St. Peri St. Dunad Ave. Salih St. Peri St. Sharar Ave. Sesame St. Superior St. - NW 140th St. York St. 1955 NW 110 Ave., Miami, FL 33172 Telephone: (305) 261-3005 Fax: (305) 592-6079 LICENSED AND INSURED TO CITY OF OPA LOCKA 780 Fisherman St OPA-LOCKA, FL 33054 CONTACT Carlos Gonzalez PROPOSAL QUOTE NO. AR429 DATE: Apr 27 , 2020 TO ADJUSTING MANHOLE AND VALVES TO GRADE CONTACT 305 953-2868 x1215 FAX We hereby propose to furnish all labor, material, equipment and insurance, SUBJECT TO ALL TERMS AND CONDITIONS AS SET FORTH ON BOTH SIDES OF THIS PROPOSAL, AS FOLLOWS: 1- Manhole Adjustments $340.00 ea 2- Valve adjust $280.00 ea TOTAL: 620.00 We hereby propose to furnish labor and materials - complete in accordance with the above specifications, for the sum shown above, with payment to be made as follows: NOTE: Cost of permits to be billed additionally. Subgrade preparation if required under equipment rental basis. This proposal subject to acceptance within 30 days and is void thereafter at the option of H & ,R PAVING, Inc. (READ RESERVE SIDE) Authorized Signature: ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above.1/3 upon acceptance, when rock base is in place, balance upon completion. INTEREST will be charged on all delinquent accounts at tthe highest legal rate of interest allowable under the laws of the state of Florida ACCEPTED: Signature; Date: Signature: PAVING INC. ADJUSTING MANHOLE AND VALVE BOX TO GRADE NW 149th St. and NW 24th Ct., Opa-Locka 2019 Manhole Cover Adjustment • /Y.\ PiiiimminiummunimmitoF INF *" CUT,-.; R A-sTr, NW 37th AVE ; ND W 135B,BI -NW tITIt'S'T OPA LOCKA BLVD NW 135111 ST • Valve Box Adjustment 0111.1.11.111111111111111111111.11111.11.11.11.1.1.111.1111.11.1111111111111P 0 Work Location 1955 NW 110 Ave., Miami, FL 33172 Telephone: (305) 261-3005 Fax: (305) 592-6079 LICENSED AND INSURED TO CITY OF OPA LOCKA 780 Fisherman St OPA—LOCKA, FL 33054 CONTACT Carlos Gonzalez PROPOSAL QUOTE NO. AR433 DATE: May 6, 2020 0 INTERSECTION Nrr7 150 ST & 22 CT CONTACT 305 953-2868 x1215 FAX We hereby propose to furnish all labor, material, equipment and insurance, SUBJECT TO ALL TERMS AND CONDITIONS AS SET FORTH ON BOTH SIDES OF THIS PROPOSAL, AS FOLLOWS: 1- Milling existing Intersection 835 SY X $2.10/SY = $1,753.50 2- Install Asphalt Type SP9.5 69 tons X $102.00 = $7,038.00 3- R.P.M. 6 ea X $3.60 = $21.60 4- 24" White Stripe Paint 15 LF X $1.20 = $18.00 5- 6" Yellow Stripe Paint 200 LF X$0.21 = $42.00 6- 24" White Thermo 15 LF X $3.60 = $54.00 7- 6" Yellow Stripe 200 LF X $0.84 = $168.00 8- M.O.T. 2% = $181.00 TOTAL: 9,277.00 We hereby propose to furnish labor and materials - complete in accordance with the above specifications, for the sum shown above, with payment to be made as follows: NOTE: Cost of permits to be billed additionally. Subgrade preparation if required under equipment rental basis. This proposal subject to acceptance within 30 days and is void thereafter at the option of 11 & R PAVING, Inc. (READ RESERVE SIDE) Authorized Signature: ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted.You are authorized to do the work as specified. Payment will be made as outlined above. I/3 upon acceptance, when rock base is in place, balance upon completion. INTEREST will be charged on all delinquent accounts at the highest legal rate of interest allowable under the laws of the state of Florida. ACCEPTED: Signature: Date: Signature: ,4l a NW2149th.ST City of Opa-Locka Temporary Street Repairs Completed In 2019 Proposed APPLICATION AND CERTIFICATE FOR PAYMENT TO (OWNER): PROJECT: CITY OF OPA-LOCKA PHASE II FROM (CONTRACTOR): VIA (ARCHITECT): H & R PAVING CONTRACT FOR: Application Da 3/13/2019 CONTRACTOR'S APPLICATION FOR PAYMENT CHANGE ORDER SUMMARY Change Orders approved in previous months by Owner TOTAL Approved this Month Number Date Approved ADDITIONS 0.00 DEDUCTIONS 0.00 TOTALS Net change by Change Orders The undersigned Contractor certifies that to the best of the Contractor's knowledge. information and belief the Work covered by this Application for Payment has been completed in accordance with the Contract Decurnents, that all amounts have been paid bb .Hie gntractor for work which previous Certificates for Payment were issued and paymyrtts7wed from the Owner, and that current payment shc.vu here }a•fiow due. CONTRACTOR: By: Date: 3/ 14/2019 ARCHITECT'S CERTIFICATE FOR PAYMENT In accordance with the Contract :Documents, based on on -site observations and the data comprising the above application, the Architect certifies to the Owner that to the best of the Architect's knowledge, information a. 1 belief the Work has progressed as indicated, the quality of the Work is in accordance with the Contract Documents, and the Contractor is entitled to payment of the AMOUNT CERTIFIED. AIA DOCUMENT G702 APPLICATION NO: PERIOD TO: PROJECT NO: CONTRACT DATE: 3/13/2019 PAGE ONE OF FOUR PAGES 1 Distribution to: ARCHITECT CONTRACTOR 4/20/2018 Application is made for Payment, as shown below, in connection with the Contract, ALP. Document G703, is attached. 1. •YRUGINAL CONTRACT SUM 2. Net change by Change Orders 3. CONTRACT SUM TO DATE 4. TOTAL COMPLETED & STORED TO DATE (Column G on G703) 5. a'ETAINAG 0_% of Completed Work (Column D + E on G703) b. % of Stored Material (Column F on G703) Total Retainage (Line 5A + 5b or Total in Column I of G703) 6. TOTAL EARNED LESS RETAINAGI (Line 4 less Line 5 Total) 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT (Line 6 from prior Certificates) 8. CURRENT PAYMENT DUE 9. 3ALANCE TO FINISH, PLUS RETAINAGE (Line 3 less Line 6) $ Continuation Sheet, $ S227,625.00 S $ 227,625.00 S 217,051.01 21,705.10 $ $� 0.00 195,345.91 32,279.09 Stat4 of: Florida Sui ..cribed and ,swadT to Natrry Public: M , commission expires: AM AUNT CERTIFIED County of: before me thi 14 TH t - t / 7 tt` Miami -Dade t t PR Daisy Calvlitsion 203021 Exlire3: ppi•1117,,2Q22„ c ` rlttfltiuldi` r ce."ed, found to be satitfac.ory Inese go (Arach explanation if amount certified differs From ate amott�t nn f� oval for ARCHITECT: and this IfV'.j 1S By: payment. Date: This Certificate is not negotiable. The AMOUNT o e ontractor named herein. Issuance, payment and acceptance of payment are without rejudi to o any rights of the —thaw —or F 1Z- bail Ccnt•actor under this Contract. ay $ Sign?c1 C PC APPLICATION AN;D CERTIFICATE FOR PAYMENT TO (OWNER): PROJECT: CITY OF OPA-LOCKA FROM (CONTRACTOR): H & R PAVING CONTRACT FOR: PHASE III VIA (ARCHITECT): Application Da 3/14/2019 AIA DOCUMENT G702 APPLICATION NO: PERIOD TO: PROJECT NO: CONTRACT DATE: 3/13/2019 4/20/2018 PAGE ONE OF FOUR PAGES 1 Distribution to: gARCHITECT El CONTRACTOR CONTRACTOR'S APPLICATION FOR PAYMENT CHANGE ORDER SUMMARY Change Orders approved in previous months by Owner TOTAL ADDITIONS 0.00 DEDUCTIONS 0.00 Approved this Month - - Number Date Approved TOTALS - - Net change by Change Orders 1 - - The undersigned Contractor certifit s that to the best of the Contractor's knowledge information and belief the Work covered by this Application for Payment has been completed in accordance with the Contract Documents, that all amounts have been paid Contractor for work which previous Certificates for Payment were issued and pa ts rece' ed from the Owner, and that current payment shdu%n hcrci now due. CONTRACTOR: By: Date: 3/14/2019 ARCHITECT'S CERTIFICATE FOR PAYMENT In accordance with the Contract Documents, based on on -site observations and the data comprising the above application, the Architect certifies to the Owner that to the best of the Architect's knowledge, information and belief the Work has progressed as indicated, the quality of the Work is in accordance with the Contract Documents, and the Contractor is entitled to payment of the AMOUNT CERTIFIER A,,plication is made for Payment, as shown below, in connection with the Contract, Continuation Sheet, AlR. Document G703, is attached 1. ORIGINAL CONTRACT SUM 2. Net change by Change Orders 3. CONTRACT SUM TO DATE 4. TOTAL COMPLETED & STORED TO DATE (Column G on G703) 5. RETAINAG a. _1Q_% of Completed Work (Column D + E on G703) b. % of Stored Material (Column F on G703) Total Retainage (Line 5A + 5b or Total in Column 1 of G703) 6. TOTAL EARNED LESS RETAINAGI (Line 4 less Line 5 Total) 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT (Line 6 from prior Certificates) 8. CURRENT PAYMENT DUE 9. BALANCE TO FINISH, PLUS RETAINAGE (Line 3 less Line 61 State of: Florida Subscribed and to before m Notary Public: My Commission expires: £e/Z AMOUNT CERTIFIED (Attach explanation if amount certified ARCHITECT: By: 14TH differs $ $ S223,359.00 $ $ 223,359.00 $ 219,811.70 21,981.17 oa. o[fIE '7ZL r9 $ 0.00 197,830.53 25,528.47 County of: Iv Miami�a �,. ��P�jpmtnl$Siong03023 1§ Expires: 119ri117, 2tY 2 These gooas or ser..' from thltea.tnount.!gpprlied iar40 bE is invoice Is a Y' 'Ha This Certificate is not negotiable. The AMOUNT CERTIFIED is pale on to the herein. Issuance, payment and acceptance of payment are wiiiiiiiii3ieftkicrib any rights of the Owner or Contractor under this Contract. signe Closed PO 1 11 ft'4.440.1G, Miami -Dade County Department of Transportation and Public Works SET # OF SETS Roadway Resurfacing Miami -Dade County Various Locations Countywide Supplemental Solicitation and Contract Documents Small Business Enterprise -Construction Program (SBE-Construction): CSBE Trade Set Aside Community Workforce Program: 10°A) Goal DTPW Capital Improvements Engineer: Alicia Arce RPQ Advertisement Date: 5/23/2019 Miscellaneous Construction Contract (MCC) Program: MCC 7360 Plan-CICC 7360-0/08 RPQ No. 20190121 August 7,2019 Raul Gonzalez H & R Paving, Inc, 1955 NW 110 Avenue Miami, Florida 33172 MtAMI DADS _ Department of Transportation and Public Works Capital Improvements Division 1 I I NW Ig Street, le Floor Miami, FL 33125 T 305-375-1918 F 305-375-5909 Re: Notice of Proceed for MCC 7360 Plan • CICC 7360- 0108 CERTIFIED MAIL No: 7014 1200 0000 2272 6756 RPQ No: 20190121, Roadway Resurfacing FACSIMILE: 305- 261• 3005 Contract. TELEPHONE 305.592.6079 Dear Mr. Gonzalez: This letter will serve es your notification that you are to proceed with the work described in RPQ# 20190121 starting Monday, August 19th , 2019 and that all work must be completed on schedule in accordance with the contract documents. The time allotted for the contract is 540 consecutive calendar days which results in a scheduled completion date of Tuesday, February 0P, 2021. in the event the project is not compteted by the scheduled completion date and a time extension has not been granted, your firm shaft be subject to ary liquidated and or stipulated damages as defined in the contract documents tor this project. Roadway Resurfacing Contract. Various Locations Countywide The complete execution of this notice to proceed shall constitute a contract for the work described in the RPQ under the Request for Price Quotation (RPQ) under the MCC 7360 Plan. Failure to properly execute and return this document within sever, (7) calendar days of the date of this letter may result in the County rescinding the award to your firm and awarding the subject project to the next lowest responsive and responsible bidder, The tears and conditions applicable to this contract are in the 7360 Contract dated 611/2003 and the totality of the contract documents (including but not limited to the RPQrnctuding any special provisions contained therein, drawings and specifcations, addenda. and any contract rncdi@cations or change order, etc). This letter will also serve as a reminder that all work must be performed in accordance with the Contract Documents and in accordance with ail applicable Federal, State and Iocai laws, codes and regulations. In accordance the Contract procedure, the Mfami•Dade County Purchase Order Number is PCMT1900367, Should you have any re! stion regarding this notification, please contact Joaquin Rabassa at 305-375-4338. uin Raijaasa; P.E. n Coordinator To Be Completed By The Contracting Firm I understand and accept the terms and conditions for the RPQ cal 20190121 referenced above, Accepted by: Company Name: /7-7/0"/C ,9 ✓/J_ NG Authorized Representative Name: Authorized Representative S' not re: Dated: g' f The foregoing was swum and subscribed before me this day of , ZCUi i/ 1 cc e_ Z— who is pPrsonaffy known to_me or who produced identification who being duly sworn, deposes and says that the above is true to the best of his knowledge, information and belief. My Commission expires: NOT PUBLIC -; STATE OF FLORIDA Note: Whoever is signing above is authorized to bind the corporation and must be an officer of the corporation as verified through Ste Florida Division of Corporations. ,tr;117,1022 9orded y PJ ;iron Nit by as Cc: Frank Guyarnier, P,E., DTPW Joaquin Rabassa, P.E., DTPW Frank Mendoza, DTPW Manuel Garcia, DTPW Alvaro Castro, DTPW Alicia Arm, DTPW Project No.: 20190121 PCMT1900367 Bassam Moubayed. DTPW! Mama Martin. iSO Ricardo Arenoba DTPW Rene darraga ,P,E., DTPW Afhedo Munoz. P.E., DTPW MIAMI-DADE COUNTY PURCHASE ORDER PAGE: 1 DATE: 07/26/2019 PO NUMBER: PCMT1900367 ** ORIGINAL ** I. VENDOR: H & R PAVING INC 1955 NW 110 AVENUE MIAMI, FL 33172 REQUESTING DEPARTMENT OR AGENCY: MIAMI DADE TRANSIT CONSTRUCTIO 701 NW 1ST COURT 15TH FLOOR MIAMI, FL 33136 VENDOR ID: 591690152 01 'VENDOR TEL: (305)261-3005 PLEASE REFER ALL QUESTIONS CONCERNING THIS ORDER TO: LETICIA SMITH 1TEL: (786)469-5231 CASH DISCOUNT: 'FREIGHT CARRIER: NET 1 FOB: DEST-P FOB DESTINATION, FREIGHT PREPAID. THE SELLER PAYS AND BEARS THE FREIGHT CHARGES. AGENT CONTACT: CACERES, LAURA 'DELIVERY REQUIREDIDEPT. NO. IREQ NO. (305)375-5080 108/17/2019 1MTCC 1PCMT1900367 ISSUED UNDER CONTRACT NO: MCC-PROGRAM-7360 BPO ID : ABCW1300150 SHIP TO: MIAMI-DADE TRANSIT/ACCTS' PAYABLE P.O. BOX 010791 MIAMI, FL 331010791 BILL TO: MIAMI-DADE TRANSIT/ACCTS' PAYABLE P.O. BOX 010791 MIAMI, FL 331010791 ITEM COMMODITY ID QUANTITY COMMODITY NAME/SPECIFICATIONS U/M UNIT PRICE TOTAL PRICE 001 907-99 1.00 MISCELLANEOUS CONSTRUCTION, FEDERAL LO 2,331,672.5900 2,331,672.59 (CONTINUED ON NEXT PAGE) MIAMI-DADE COUNTY PURCHASE ORDER PAGE: 2 DATE: 07/26/2019 PO NUMBER: PCMT1900367 ** ORIGINAL ** 111 ITEM COMMODITY ID QUANTITY U/M UNIT PRICE TOTAL PRICE I COMMODITY NAME/SPECIFICATIONS WORK INCLUDES BUT IS NOT LIMITED TO THE FOLLOWING: MILLING AND RESURFACING, WIDENING AND RESURFACING OF INTERSECTING STREETS, RESURFACING OF ASPHALTIC PATHWAYS (PEDESTRIAN, BICYCLE, ETC.) ADJACENT OR NOT TO THE EDGE OF PAVEMENT AS NECESSARY, TEMPORARY UTILITY REPAIRS(COLD PATCHES) CLEARING AND EXCAVATING OF SHOULDER AREAS OR BUILD-UP, AS DIRECTED BY THE ENGINEER;GRADING AND CLEAN-UP OF ADJACENT SHOULDERS AND REMOVAL OF ROOTS,AS REQUIRED, PAVEMENT MARKINGS INCLUDING THE INSTALLATION OF REFLECTIVE PAVEMENT MARKERS (BLUE/BLUE) AT FIRE HYDRANT LOCATIONS, SIDEWALK, SIDEWALK CURBS AND GUTTERS AND CONNECTORS, PEDESTRIAN RAMPS. 1. SW 67 AVE FROM W FLAGLER ST TO SW 40 ST 2. SW 168 ST FROM US-1 TO OLD CuaLER RD 3. FRANJO RD OLD CUTLER RD TO US-1 4. SW 72 ST FROM SW 127 AVE TO SW 137 AVE 5. SW 117 AVE FROM SW 72 ST TO 88 ST PROJECT NUMBER:20190121 PROJECT NAME: ROADWAY RESURFACING PROJECT MANAGER: JOAQUIN RABASSA BEGINS:8/17/2019 ENDS:3/02/2021 MISCELLANEOUS CONSTRUCTION CONTRACT PROGRAM MCC7360 PLAN-CICC7360-0/08 DURATION: 540 - CALENDAR DAYS 002 907-99 1.00 LO 1,036,713.0600 1,036,713.06 MISCELLANEOUS CONSTRUCTION, FEDERAL CONTINUATION OF BASE AMOUNT 003 907-99 1.00 LO 336,838.5700 336,838.57 MISCELLANEOUS CONSTRUCTION, FEDERAL THIS ITEM REFLECTS THE CONTINGENCY ALLOWANCE AS REQUIRED DURING THE COURSE OF THIS PROJECT. THE UTILIZATION OF THE ALLOWANCE CAN NOT EXCEED $336,838.57 WITHOUT THE PRIOR FORMAL APPROVAL THROUGH A CHANGE ORDER. MISCELLANEOUS CONSTRUCTION CONTRACTS - 7360. 004 907-99 1.00 LO 228,367.7100 228,367.71 (CONTINUED ON NEXT PAGE) 1 .r MIAMI-DADE COUNTY PURCHASE ORDER PAGE: 3 DATE: 07/26/2019 PO NUMBER: PCMT1900367 ** ORIGINAL ** ITEM COMMODITY ID QUANTITY U/M UNIT PRICE TOTAL PRICE COMMODITY NAME/SPECIFICATIONS MISCELLANEOUS CONSTRUCTION, FEDERAL THIS ITEM REFLECTS ALL DEDICATED ALLOWANCE AS REQUIRED DURING THE COURSE OF THIS PROJECT. THE UTILIZATION OF THESE ALLOWANCES CAN NOT EXCEED $228,367.71 WITHOUT A PRIOR FORMAL APPROVAL THROUGH A CHANGE ORDER. THE DEDICATED ALLOWANCE ARE DISTRIBUTE AS FOLLOWS: BITUMINOUS $65,000.00 OFF -DUTY OFFICER $90,000.00 MAINTENANCE OF TRAFFIC $67,367.71 PERMITS $ 6,000.00 TOTAL $228,367.71 COMMODITY LINE TOTAL 3,933,591.93 GRAND TOTAL 3,933,591.93 COSTS OF MANDATORY RANDOM AUDIT BY THE INSPECTOR GENERAL ARE INCORPORATED INTO THIS CONTRACT AS 1/4 OF 1% OF THE CONTRACT PRICE. ADDITIONAL REQUIREMENTS AND TERMS: THIS CONTRACT IS SUBJECT TO A USER ACCESS FEE UNDER THE COUNTY USER ACCESS PROGRAM (UAP) IN THE AMOUNT OF TWO PERCENT (2%). THE VENDOR PROVIDING GOODS AND SERVICES UNDER THIS CONTRACT SHALL INVOICE THE CONTRACT PRICE AND SHALL ACCEPT AS PAYMENT THEREOF THE CONTRACT PRICE LESS THE 2% UAP AS FULL AND COMPLETE PAYMENT FOR THE GOODS AND/OR SERVICES SPECIFIED ON THE INVOICE. THE COUNTY SHALL RETAIN THE 2% UAP FOR USE BY THE COUNTY TO HELP DEFRAY THE COST OF THE PROCUREMENT PROGRAM. VENDOR PARTICIPATION IN THIS INVOICE REDUCTION PORTION OF THE UAP IS MANDATORY. ACCOUNTING INFORMATION: SFX INDEX SUBOBJ USERCODE PROJCT PRJDTL GRANT GRNTDTL AMOUNT / % 01 CPEMTO5C 99110 BCCO5C RESURF 2,331,672.59 02 CPEMT03C 99110 BCCO3C RESURF 1,601,919.34 (CONTINUED ON NEXT PAGE) MIAMI-DADE COUNTY PURCHASE ORDER DATE: 07/26/2019 ** ORIGINAL ** PAGE: 4 PO NUMBER: PCMT1900367 AUTHORIZED SIGNATURE: DATE: t - END OF DOCUMENT --- 1 MIAMI-DADE July 12, 2019 E-Mail: abe@hrpaving.com I1.iU.12 Pe 45 ti FACSIMILE; TELEPHONE No. (305) 885-1327; (305) 885-1330 Mr. Raul Gonzalez H & R Paving, Inc. 1955 NW 110th Avenue Miami, FL 33172 Department of Transportation and Public Works 111 NW First Street, Suite 1410 Miami, Florida 33128-1970 T 305-375-2930; F 305-375-2931 Re: Recommendation for Award Request for Price Quotation (RPQ) No. 20190121 (MCC 7360 Plan) Roadway Resurfacing Dear Mr. Gonzalez: miamidade.gov This letter will serve as your notification that you have been recommended for award for the above referenced RPQ based on your Price Quotation submitted on Monday, June 24, 2019. The total RPQ amount is for $3,933,591.93. This includes a base contract amount of $3,368,385.65 a contingency amount of $336,838.57 and dedicated allowances totaling $228,367.71. The contract duration is established as 540-calendar days. However, the recommendation of award is contingent upon the submission of the required items listed below: 1. Performance and Payment Bond as required under Article PERFORMANCE BONDS of the Supplementary Instructions to (3) original sets of the attached document. 2. Letter from Bonding Agent granting Miami -Dade County au Performance Bond. 3. Copies of current insurance certificates. 4. Copies of required license(s). 5. In accordance with Miami -Dade County Code §2-1701 as amended by County Ordinance No. 13-66, Contractor must submit a Workforce Plan to the Miami -Dade County Internal Services Department, Small Business Development Division through the Department within 15 days of notification of award of the Contract. The County will not enter into the contract until it receives the contractor's Workforce Plan and deems the Plan acceptable. 6. Clearinghouse for posting Notice of Job Opportunities as required in Article 1.08 of the Supplementary Conditions. 1.10, PAYMENT AND Bidders. Provide three thorization to date the The preceding documents are required as outlined within the Contract MCC 7360 Plan and to be submitted within 10 business days. Failure to submit the document(s) within the specified time, or any extension granted, will result in the award being rescinded. Page 2 Recommendation for Award RPQ No. 20190121 Subsequent to the review and approval of the aforementioned documents, you are required t obtain the required permits in the time stipulated in the RPQ. Upon obtaining the permit(s), copy(s) must be submitted to the Project Manager prior to commencement of work. No work to be performed without a permit unless the Project Manager issues a written directive to proce without permit(s). The scope of work must be performed in accordance with the terms and conditions, all permi and inspections and in accordance with all applicable Federal, State and local laws, codes an regulations. Additionally, please be advised that your firm must have the resources to ensure work procee• without delay once the "Notice to Proceed" is issued. Lack of equipment, personnel or addition contracts with similar completion schedules, will not be reason for delay. No award of this contract shall be effective and thereby give rise to a contractual relationship wi the County unless and until a purchase order for this RPQ has been approved and issued, and Notice to Proceed has been executed. Should you have any questions, please contact me at (305) 375-2930. Sincerely, Alfredo E. Munoz P.E. Chief, Capital Improvements Division Department of Transportation and Public Works AA: as c: Manuel 0. Garcia, DTPW Bassam Moubayed, DTPW Rene Idarraga, P.E., DTPW Joaquin Rabassa, P.E., DTPW Alicia Arce, DTPW Alex Barrios, DTPW Daniel Viaud, DTPW Alvaro Castro, DTPW Marcia Martin, ISD Laurie Johnson, 1SD Alice Hidaigo-Gato, ISD Catherine Forte, ISD Meisel Vera, ISD Clerk of the Board Project File fvllarrll-Llc1Cf LuuJILy uup-tr 1.111111 UI I fdri pur 1.11.lU11 r-uu1+t; vvurrr� i711-1-B Mobilization Contract Prices Project Title: Roadway Resurfacing Contractor:H & R PAVING INC_ Project No: 20190121 Bid Date: 06/21/2019 Om Number JSR Description Saw cut and remove ar average of two (2) inches of temporary cold asphalt patch on trench in order to expose and evaluate the condition of the base. If base is found suitable, Clean loose material and replace the amount of cold patch removed with hot type S asphattic concrete up to the level of the surrounding surface. /SR Saw cut and remove an average of two (2) inches of existing temporary cold asphalt patch on trench in order to expose and evaluate the condition of the base. If base is found unsuitable by the Engineer, remove base material and replace with a minimum of eight (8) inches of compacted limerock or six (6) inches of hot S asphaltic concrete. In either case, replace the cold patch removed with hot type S asphaltic concrete up to the level of the • surrounding surface. 5WS 1 -A Night Differential for Milling Unit Estimated Quantity S.F. Unit Price Estimated Total 416.0 $3.00 $1,248.00 S.F. 554.0 $3.50 $1,939,00 9.0 $1.00 $9,00 • 1S1-A ' Night Differential for Resurfacing P.N. • 9.0 $1,00 $9.00 W.O. 18.0 $1.00 $18.00 2-74-2 BARRICADES I { TemporaryrY T Ype III, 6') EA/DAY 5,174.0 $0.25 $1,293.50 _2-76 ; FLASHING ARROW BOARD (Temporary, Multimode) ENDAY . 203.0 $10.00 $2,030.00 1n2-8A RE -GRADE EXISTING SWALE (Without sod) (When required by the Engineer.) S.Y. 37.0 $0.01 $0.37 �2-99 VARIABLE MESSAGE SIGN {Temporary' - i EA/DAY 499.0 $2200 $10,978.00 102-60A WORK ZONE SIGNS • EA/DAY : 1,478.0 $0.50 $739.00 -0-4 , REMOVAL OF EXISTING PAVEMENT S.Y. 129.0 $1.00 $129.00 110-4-1-1 REMOVAL AND DISPOSAL OF EXISTING CURB AND GUI I tR LF. 3,881.0 $2.50 $9,702.50 0-4-2A • REMOVAL OF EXISTING CONCRt i E SIDEWALK ( up to 8" thick, including base S.Y.preparation) 2 957.0 $11.00 $32,527.00 170-1 : REGULAR EXCAVATION P.N. C.Y. 18.0 $1.00 Si8.00 0-2-3 EMBANKMENT FOR ROAD BUILD-UP (Borrow material from Contractor's own source ) C.Y. 28.0 $5.00 $140.00 -zi_-2-4 • EMBANKMENT MATERIAL FOR SHOULDER - Borrow material, from contractor's own : C.Y. 28.0 $5.00 $140.00 source, see Special Provisions for description of material. i arl 4 : TYPE "B" STABILIZATION (12" Thick) (Min. C.B.R. 30) 1 S.Y. 2e.0 $1 o.o+a $280.00 1 2 BASE PREPARATION FOR NEW SIDEWALK CONSTRUCTION (Where needed at the S.Y. 203.0 $15.00 $3,045.00 discretion of the Engineer) ?10-1-2 LIMEROCK BASE (8" double course) (Primed) S.Y. 37.0 $18.00 $656.06 '-70 MILLING EXISTING PAVEMENT [(1"XPayment for greater cuts will be paid proportionaiiy)j S.Y. 272,811.0 $2.10 $572,903.10 134-2-13-1 Hot Mix Asphalt, Traffic C, SP-9.5 '-8-42 Hot Mix Asphalt Friction Course, Traffic C, FC-9,5, PG 76-22 TON ' 11271.0 $115.00 $1,296,165.00 25 4(2) ADJUSTING INLETS EA. 18.0 $250.00 $4,500.00 i 5 ' ADJUST MANHOLE (This item is contingent upon field conditions and maybe increased, decreased or eliminated by the Engineer) EA. 74.0 $340.00 $25,160.00 . -6 ' ADJUST EXISTING VALVE BOXES (MIAMI-DADE COUNTY ONLY) (This item is EA. 129.0 $280.00 $36,120.00 contingent upon field conditions and may be increased, decreased or eliminated by the ` Engineer) I 721E i REMOVAL AND DISPOSAL of existing damaged frames and pick up new frames at' EA, 15.0 $340.00 $5,100.00 Miami -Dade Water and Sewer, Including adjustment and installation of Manholes. 1 25-721F ' REMOVAL AND DISPOSAL of existing damaged frames and pick up new frames at EA. 31.0 Miami -Dade Water and Sewer, including adiustment and installation of Water Valves. i $280,00 $8,680.00 4B • RECONSTRUCT MANHOLE i 15.0 $340.00 $5,100,00 TON • 7,485.3 $102.00 $763,470.00 =u-2A 1 CONCRETE CURB AND/OR GUTTER (An y y type, Including base preparation} 1 L.F. 1(1) I CONCRt I E SIDEWALK [4" THICK, 3,000 P.S.I. CONCRE I t AT 28 DAYS (Includes the S.Y. cost of pedestrian ramps and sidewalk curbs) 2 I CONCRt I t SIDEWALK (6" Thick, 3000 P.S.I. concrete at 28 days) (including pedestrian ; S.Y. ramps and sidewalk curbs) 3,918.0 $22.00 586,196,00 i 2,957.01 203.0 $38.50. $113,844.50 $38.50 $7,815.50 i! I• • CRP PPc r'-r i -ceA MC,,,.' IYIrditII-UctUt: tP0ullly LJ p lItiliUrIL 01 t iari'(Jorlallurt a11U rupriil: vvurr,s Project Title_ Roadway Resurfacing Contractor H & R PAVING INC. Item Number 527-2 Contract Prices Description DETECTABLE WARNING ON WALKING SURFACE 575-1-1 SODDING (Pensacola Bahia or match existing) (includes watering) Unit S,F. S.Y. Project No: 20190121 Bid Date: D6/21/2019 Estimated Quantity 1,608.0 370.0: Unit Price Estimate Total $25.00 $40,20 $10.00 $3.7 635-1-11 PULL BOX, METER TYPE (Polymer) AS. I D, 55.0 $280.00! $15,40C $6,660.04 3372 SS 1,776.00 3i 700-40-01 ROADSIDE SIGNS ((SINGLE POST ) (LESS THAN 12 S.F.)) AS. 37.0 $180.00 700-46-22 RESET EXISTING POST AND SIGN EA 705-71-361 , 36" TUBULAR DELINEATOR EA. 706-1-12 REFLECTIVE PAVEMENT MARKERS (class 8, mono or bi-directional, all colors) EA. 710-11-121 - : PAINTED PAVEMENT MARKINGS (Standard, White, solid, 6") 710-11-122 PAINTED PAVEMENT MARKINGS,STANDARD,WHITE.SOUD, 8" LF. 710-11-123 ' PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOUD, 12" 31.0 $12.00 37.0 $48.00, I 6,523.0 LF. 87,078.0 $3.60; $23,4$2 942.0 LF. 13,250.0- 50.21 $18,286.387 $024: 5226 710-11-124 PAINTED PAVEMENT MARKINGS (Standard, White. sow, 18") 710-11-125 PAINTED PAVEMENT MARKINGS (Standard, White, soad, 24") LF. 4620 $0.48 $6,36C i1 $120 $554 '4i1; L.F. 7,392.0; $1.20 $8,87C 710-11-141 ' PAINTED PAVEMENT MARKINGS (Standard) (White) (Skip) (6") 710-11-160 . PAINTED PAVEMENT MARKINGS (StandardXWhtte)(Message) 710-11-170 . PAINTED PAVEMENT MARKING (Standard) (White) (Arrows) 710-11-221 ' PAINTED PAVEMENT MARKINGS (Standard, Yellow, solid, 6") 710-11-224 ' PAINTED PAVEMENT MARKiNGS,STANDARD,YELLOW,SOUD, 18" 710-11-241 PAINTED PAVEMENT MARKINGS (Standard) (Yellow) (Skip) (6") 710-26-41A . SOIJD TRAFFIC STRIPE, PAINT - (4" white, or yellow) L.F. 31,601.0 $021 $6,636.21 EA. 37.0 $36.00 $1,332 EA L.F. 240.0 $18.00, $4,320.0 1 54,775.p 1021 $11,502 L.F. 37,792.0 $0.01, $377.92 L.F. LF. 3,1420 • 6,893,D $024, $754 711-2 • SKIP TRAFFIC STRIPE (6' STRIPE, 10' SPACE) (WHITE THERMOPLASTIC) (6' WIDE) L.F. 711-5 GUIDELINES [(6" DOTTED) (2'-4' White) (Thermoplastic)] 711-11-121 ; THERMOPLASTIC (White) (Solid) (6") L F. 55.0 $0.12 $827 11 $0.18 $9"1 166.0 L.F. I 75,546.0 $024 $39 $63,458.64 $1.08 $918 711-11-122 THERMOPLASTIC (White) (Solid) (8") LF. 850.0 50.84 711-11-123 . THERMOPLASTIC (White) (Solid) (12") L.F. 13,287.0 S4.80 $23,916 711-11-124 THERMOPLASTIC (White) (Solid) (18") LF. 711-11-125 THERMOPLASTIC (White) (Solid) (24') LF. 711-11-141 THERMOPLASTIC (White) (Skip) (6") 711-11-160 THERMOPLASTIC (White) (Message) LF. 1,053.0 $3.00 $3,159 5,858.0 $3.60 $21,088. 16,188.0 50.84. $13,597. EA 711-11-170 THERMOPLASTIC (White) (Arrows) 711-11-221 ' THERMOPLASTIC (Yellow) (Solid) (6") EA 37.0 $96.00 $3,552 203.0 $48.00 $9,744 711-11-224 ' THERMOPLASTIC (Yellow) (Solid) (18") LF. LF. 64,588.0 1,386.0 $0.84 $54,253. $3.00! $4,158.091 711-11-241 : THERMOPLASTIC (Yellow) (Skip) (6") 711-14-160 : Thermoplastic, Preformed, White, Message L.F. 4,398.0 EA. : 74.0 $0.84 S3,694- $336.00 $24,64 711-2A SKIP TRAFFIC STRIPE, THERMOPLASTIC (4" WHITE/YELLOW, 6'-10' SKIP) LF. 37.0! 711-33-34 SKiP TRAFFIC STRIPE- [(4" White/Yellow) (10' Stripe, 30Skip)(Thermopiastic, lead free)): LF. 573.0 $0.01. $0.01i $0. $5.741 :SCCRP_PROJECT 1TEM_PRICES IY11d11l1-UcIUe L.Uurlty trep'tirlriltrrll UI I fill 'spur iiituClrt cirlu rui.iiiL: vvorMS Contract Prices Project Title:Roadway Resurfacing Contractor:H & R PAVING INC. Project No: 20190121 Bid Date: 06/21/2019 • Estimated Estimated m Number Description Unit Quantity Unit Price Total 1-35-41 SOLID TRAFFIC STRIPE -[(4" WHITE)(Thermoplastic)] L.F. 4,823.D $0.06 $289.38 711-36-41 SOLID TRAFFIC STRIPE ((4"Yellow) (THERMOPLASTIC) (Lead-free)] L.F. $0.01 1-72 REMOVAL OF EXISTING PAVEMENT MARKINGS (Thermoplastic & Paint) S.F. 277.D $0.11 $30.47 ALLOWANCE ACCOUNTS (used as approved by the engineer pursuant to the requirements of the Contract Documents) i3 CONTINGENCY FUND (10% OF SUBTOTAL AMOUNT) L.S. 1.0 $336,838.57. $336,838.57 2-10A OFF -DUTY LAW ENFORCEMENT OFFICER L.S. 1.a $90,000.00 $90,000.00' 22-1P MAINTENANCE OF TRAFFIC (including traffic cones, temporary signs, flag men. etc.) ' L.S. . 1.0 $67,367.71 $67,367,71 I D-1-999 BITUMINOUS MATERIAL ADJUSTMENT 990 ALLOWANCE -PERMITS • ' L.S. 1.0 $65,000.00 $65,000.00 LS. 1.0 $6,000.00 $6,000.00 Orel MYR :;mot CRP_PROJECT ITEM_PRICES