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