Loading...
HomeMy Public PortalAbout21-9891 Agreement with H&R Paving for New Sidewalks in Town Center areaSponsored by: City Manager RESOLUTION NO. 21-9891 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK THE MIAMI DADE COUNTY CONTRACT WITH H&R PAVING, INC. FOR QUALIFIED PROFESSIONAL SERVICES FOR THE INSTALLATION OF A NEW SIDEWALK IN THE TOWN CENTER AREA, IN THE CITY OF OPA-LOCKA, IN AN AMOUNT NOT TO EXCEED TWO HUNDRED FIFTY-SEVEN THOUSAND, TWO HUNDRED, NINE DOLLARS ($257,209); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") initiated the Sidewalk Installation Project ("Project") to install new sidewalks in all areas within the City lacking sidewalks. Staff divided the Project into phases based on priority needs to spread out the fiscal impact over time; and WHEREAS, on July 22, 2020, the City Commission adopted Resolution 20-9782 to piggyback a Miami -Dade County contract with H&R Paving, Inc. ("Contractor") for Roadway Resurfacing and Sidewalk Installation, which allowed the City to enter into an agreement with the Contractor to complete Sidewalk Installation, Phase I, for Three Hundred Thirty -Eight Thousand, One Hundred Thirty -Nine Dollars, and Seventy -Five Cents ($338,139.75); and WHEREAS, Phase I is almost complete, and city staff has developed a scope of services for Phase II. The Contractor has been requested to submit a proposal for the new scope of Phase II, which was subsequently received for Two Hundred Fifty -Seven Thousand, Two Hundred, Nine Dollars ($257,209). The proposal, attached hereto as Exhibit "A", to address 1.3 miles more of new sidewalk. The City estimates that the City will require approximately 70 miles of sidewalks, with an estimated 51 miles currently installed; and WHEREAS, the City Manager recommends continuing this project while the Contractor is already working in the City and finalizing Phase I to prevent delays from transitioning from one phase to the next. This project will enhance the City's image as well as address safety issues; and Resolution No. 21-9891 WHEREAS, Miami -Dade County previously awarded a contract to H&R Paving Inc. for roadway resurfacing services and sidewalk installation (attached as Exhibit "B"), pursuant to its Request for Price Quotations (RPQ) No. 20200203, for a one and a half year period commencing January 4, 2021 through June 28, 2022; and WHEREAS, this current proposed project with Contractor, attached hereto as Exhibit "A", will allow for the installation 1.3 miles of new sidewalk within the City, as provided therein; and WHEREAS, pursuant to Section 2-318(3) of the City's Purchasing Code (as approved by Ordinance 2020-07) the City may purchase and acquire under contracts with the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and programs and when the City Manager has determined that the prices of the original contract are competitive and reasonable; 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 and enter into an agreement, attached hereto for Exhibit "C", for the installation of 1.3 miles of new sidewalk within the City, in an amount not to exceed Two Hundred Fifty -Seven Thousand, Two Hundred, Nine Dollars ($257,209). 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. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka, Florida hereby authorizes the City Manager to piggyback on the Miami -Dade County contract with H&R Paving Inc. for qualified professional services for the installation of 1.3 miles of new, within the City of Opa-Locka, and enter into an Agreement with same (attached hereto as Exhibit "C", in an amount not to exceed Two Hundred Fifty -Seven Thousand, Two Hundred, Nine Dollars ($257,209). 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 2 Resolution No. 21-9891 corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 28th day of July, 2021. Matthew A. Pigatt, Mayor ATTEST: APPROVED AS TO FORM AND LEGAL SUS CIENCY: a Flores, City Clerk Burette Norris- ' eeks, P.A. City Attorney Moved by: Commissioner Davis Seconded by: Commissioner Taylor VOTE: 3-0 Commissioner Taylor YES Commissioner Burke ABSENT Commissioner Davis YES Vice -Mayor Williams ABSENT Mayor Pigatt YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: 4.. // - City Manager: John E. Pate CM Signature: Commission Meeting Date: 07/28/2021 Item Type: (EnterXin box) Resolution 1 d' Other X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading: (EnterXin box) 1n, Reading 2nd Reading X Public Hearing: (EnterXin box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (EnterXin 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 Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X • • Image i• MI Sponsor Name City Manager Department: City Manager Short Title: Sidewalk Installation - Phase 11 Staff Summary: The City initiated the Sidewalk Installation Project to install new sidewalks in all areas lacking sidewalks. Staff has divided the project into phases based on priority needs to spread out the fiscal impact over time. On July 22, 2020, the City Commission adopted Resolution 20-9782 to piggyback a Miami -Dade County contract with H&R Paving, Inc for Roadway Resurfacing and Sidewalk Installation, which allowed the City to enter into an agreement with the vendor to complete Sidewalk Installation, Phase I, for $338,139.75. Phase I is almost complete, and Staff has developed a scope for Phase II. Staff requested the vendor submit a proposal for the new scope, which was subsequently received for $257,209. This proposal will address 1.3 miles more of new sidewalk. It is believed that the City requires approximately 70 miles of sidewalks, with an estimated 51 miles currently installed. The proposed FY 22 budget will recommend a higher amount next year to increase the rate of sidewalk installation. Staff recommends continuing this project while the vendor is already working in the City, finalizing Phase I, to prevent delays from transitioning from one phase to the next. This project will enhance the City's image as well as address safety issues. Therefore, Staff is requesting approval from the City Commission to authorize the City Manager to piggyback Miami Dade -County RFQ# 20200203 for Roadway Resurfacing and Sidewalk Installation and to accept the proposal from H&R Paving, Inc for completion of Phase II. Financial Impact The FY 21 budget allocated $260,000 for Phase I1. Funding is as indicated below. Account Description Available Project Remaining Balance 47-541340 Other Contracted Services $373,166 $257,209 $115,957 Staff recommends approval of this item to avoid delays and to address safety issues. Attachment: 1. Agenda 2. Proposal provided by H&R Paving, Inc 3. Street Map 4. MDC NTP Letter and BID form Package in response to the RFQ No. 20200203 5. 0pa-locka Piggyback Contract. 1955 N.W. 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, FLORIDA 33054 CONTACT PROPOSAL QUOTE NO. AR467 DATE: May 21, 2021 JOB SIDEWALKS AT TOWN CENTER PHASE 2 SUBPHASES 1-4 PHONE 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: 1.00 MOBILIZATION 800.00 BARRICADES 100.00 WORK ZONE SIGNS 3,888.00 BASE PREP. FOR NEW SIDEWALK 3,888.00 INSTALL NEW 4" SIDEWALK 500.00 INSTALL NEW 6" SIDEWALK 500.00 DETECTABLE WARRING 10.00 ADJUST MANHOLE 10.00 ADJUST VALVE 500.00 CURB AND GUTTER 1.00 0.25 0.50 15.00 38.50 38.50 25.00 340.00 280.00 22.00 1.00 200.00 50.00 58,320.00 149, 688.00 19,250.00 12,500.00 3,400.00 2,800.00 11,000.00 $ 257,209.00 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 REVERSE 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,1/3 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: Airia Austin, PW\CIP Director Signature: Date: 5-21-21 Signature: ---x w Is. sr ___ so LOCATION MAP ai 1 ds ALADD IN ST law JANN AVE SHARAR AVE n '-SHARAZAD BLVD IKASIM ST. PERI ST sr Sh arar Ave DUNAD AVE 2 Sharazad Blvd r SES AME ST .0 NW 147th ST Opa-lock a Police Sl al IU 11 09th NW 14 New Sidewalk Construction Phase 2 (2021) Existing Sidewalk No Sidewalk Phase 2 (2021) Street From To Length (ft.) Ahmad St Ahmad St Dunad Ave Dunad Ave Sharar Ave 1,588 Sesame St Dunad Ave 1,607 Kalandar St NW 27th Ave 1,406 Dunad Ave Ahmad St Kalandar St 1,588 Dunad Ave Kalandar St NW 27th Ave 1,389 Dunad Ave Ahmad St Kalandar St 1,607 Kalandar St Dunad Ave Sharar Ave 1,588 Kalandar St Dunad Ave Sharar Ave 1,406 Kalandar St Sesame St Dunad Ave 1,389 Kalandar St Sesame St Dunad Ave 1,607 Sesame St Existing Sidewalk Kalandar St 746 Sesame St Kalandar St NW 27th Ave 774 Sesame St Kalandar St NW 27th Ave 1,389 Sesame St Ahmad St Kalandar St 1,607 Sharar Ave Ahmad St Kalandar St 1,588 Sharar Ave Kalandar St NW 27th Ave 1,406 22,687ft. 1.3 mi. 1955 N.W. 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, FLORIDA 33054 CONTACT PROPOSAL QUOTE NO. AR467 DATE: May 21, 2021 JOB SIDEWALKS AT TOWN CENTER PHASE 2 SUBPHASES 1-4 PHONE 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: 1.00 MOBILIZATION 800.00 BARRICADES 100.00 WORK ZONE SIGNS 3,888.00 BASE PREP. FOR NEW SIDEWALK 3,888.00 INSTALL NEW 4" SIDEWALK 500.00 INSTALL NEW 6" SIDEWALK 500.00 DETECTABLE WARRING 10.00 ADJUST MANHOLE 10.00 ADJUST VALVE 500.00 CURB AND GUTTER 1.00 0.25 0.50 15.00 38.50 38.50 25.00 340.00 280.00 22.00 1.00 200.00 50.00 58,320.00 149, 688.00 19, 250.00 12, 500.00 3,400.00 2,800.00 11,000.00 $ 257,209.00 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 REVERSE 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,1/3 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 stale of Florida. ACCEPTED: Airia Austin, PW\CIP Director Signature: 5-21-21 Signature: Date: December 31, 2020 Raul Gonzalez H & R Paving, Inc. 1955 N.Wl.110 Avenue .Miatn.i. Florida 33172. Re: Notice of Proceed for MCC 7360 Plan - CICC 7360- 0/08 RPQ No: 20200203 — Roadway Resurfacing Multiple Sites 17 MIAMt•WDE Falia Department of Transportation and Public Works Capital Improvements Division 111 NW la Street, l4tFloor Miami, FL 33128 T 305-375-1918 F 305-375-5909 CERTIFIED MAIL No: 7013 3020 0001 9453 3672 TELEPHONE: (305)-261-3005 EMAIL: abena,hrpaving.com Dear Mr. Raul Gonzalez: This letter will serve as your notification that you are to proceed with the work described in RPQ# 20200203 starting Monday, January 4th, 2021 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, June 28th, 2022. In the event the project is not completed by the scheduled completion date and a time extension has not been granted, your inn shalt be subject to any liquidated and or stipulated damages as defined in the contract documents for this project. Roadway Resurfacing — Multiple Sites 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 seven (7) calendar days of the date of this letter may result in the County rescinding the award to your tirm and awarding the subject project to the next lowest responsive and responsible bidder. The terms and conditions applicable to this contract are In the 7360 Contract dated 6/1/2003 and the totality of the contract documents (including but not limited to the RPQ including any special provisions contained therein, drawings and specifications, addenda, and any contract modifications 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 all applicable Federal, State and local laws, codes and regulations. In accordance the Contract procedure, the Miami -Dade County Purchase Order Number is PCMT2000415..- Should you have any question regarding this notification, please contact Frank Mendoza at 305-375-2111. Sin Y:elyr Jo* ''n RaG"assa, P.E. Construction Manager 3 Accepted by. Company Name: Authorized Representative Name: To Be Completed_By The Contracting Firm I understand and accept the terms and conditions for the RP # 20200203 referenced above. ,#✓ /4741. Authorized Representative 1 n re: Dated: / Y' ?1 My Commission expires: v legZ TAR' PUBUC. STATE OF FLORIDA 4 The/4zegoing sf sworn and subscribed before me this day of diVi t) -4e. , who Is personally known to me or who produced as identification who being sworn, deposes and says thartne above Ls true to the best of his knowledge, Information and belief. Note: Whoever is signing above is authorized to bind the corporation and must be an officer o1 the corpora'" Corporations. Cc: Frank Guyamter, P.E., DTPW Alfredo Munoz, P.E., DTPW Roxana Bayatre, P.E. DTPW Manuel Garcia, DTPW Alvaro Castro, DTPW 12/31120 Frank Mendoza, DTPW Proj ect No.: 20200203 PCMT2000415 Bassam Moubayed, DTPW Marcia Martin, tSD Carlos Palma, DTPW by Daisy Quilt0f0 p3tiL3 ��><7 t t7 2f122 �Ap t �,BroR Notary led i e Florida Division of Rene Idarraga ,P.E., DTPW Alicia Arce, DTPW Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites - PROJECT NO: 20200203 IF THIS PROPOSAL. IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPL(It ALL WORK UNDER THIS CONTRACT WITHIN FIVE HUNDRED FORTY (540) CALENDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE `NOTICE TO PROCEED WITH CONTRACT WORK*. ,,.Item No .. geantity :._: Unit Des n = -t- .a . _ tripGo _- `average VYritters Unit -Amount .. Unit _ _ 1 WSR 360.0 S.F. Saw cut and remove an of two (2) Inches of temporary cold asphalt patch on trench in otter to expose and evaluate the condition of the base. 11 base is found suitable, clean loose material and fff replace the amount of cold patch removed with hot type S asphaltic concrete up to the level of the surrounding g oe, I A,! f 921 t'+ � 4 �/ i/�' �/ d 1,1r J�� c 0 0 d 1 1)00 2WSR 480.0 S.F. 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, base material and relace with a minimum 7 'of eight (8) inches Pcompacted Gmerock or sic (6) inches of hot S as haltic concrete. In either case, r, D replace the cold patch removed with hot type S asphaltic concrete up to the level of the surrounding surface. - • jj,'jI( 1 li a (Irli,i4 Qtj OL Q 3' ` r 6" /remove 5WS1-A 8.0 P.N. Night Differential for Milling 05 6WS1-A 8.0 P.N. Night Differential for Resurfacing - 0N'1 - D1114 t/ 1. eiL g� 101-1-B 15. W.O. Mobilization 102-74-2 4,550........-- BARRICADES (Temporary, Typ [ll, 6') �i � J� �102-76 170. EA/DAY FLASHING ARROW BOARD , IMuitimode) �` (tJ102-8A 35. S.Y. RE -GRADE EXISTING SWALE (Without sod (When required by the Engineer.) - © 121) 1 b✓ 3 , 102-99 430. EA/DAY VARIABLE MESSAGE SIGN (Temporary) � ��f/4 ttiri' rtUr'S 1 ,c0 ' I I 102-60A 1,300. EA/DAY WORK ZONE SIGNS ,-� o 1 Rh 13 , (ie , 110-4 115.0 S.Y. REMOVAL OF EXISTING PAVEMENT 1")n VD 1 1 ACV 05?-• I 6� CSCCRP_PROJECT BID_ITEMS 06/24/2020 12:02 PM Bidder must filhin completely the next page for the bid to be valid. Page 1 of 8 Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 IF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPLETE AU.. WORK UNDER THIS CONTRACT WITHIN FIVE HUNDRED FORTY (540) CALENDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE *NOTICE TO PROCEED WITH CONTRACT WORK`. m.No=• 110-4-2A Quantity:': 3,415.0 f. L.F. WritterfUnit Amourrt'�: REMOVAL AND DISPOSAL OF EXISTING CURB / dlv, AND GUTTER / 1 120-1 120-2-3 2,600. S.Y. 16. C.Y. 25. C.Y. 1 25.0 REMOVAL OF EXISTING CONCRETE SIDEWALK 1:;) 4'1 1�A✓ ( up to 8" thick, Including base preparation) J -0) r1 i AMe Ge�. REGULAR EXCAVATION EMBANKMENT FOR ROAD BUILD-UP (Borrow material from Contractor's own source) 120-2-4 C.Y. EMBANKMENT MATERIAL FOR SHOULDER - Borrow material, from contractor's own source, see Special Provisions for description of material. 160-4 25. S.Y. TYPE "B" STABILIZATION (12" Thick) (Min. C.B.R. 30) 200-2 210-1-2 327-70 334-2-13.1 180.1 S.Y. 35.0 202,000.0 9,720. S.Y. BASE PREPARATION FOR NEW SIDEWALK CONSTRUCTION (Where needed at the discretion of the Engineer) LIMEROCK BASE (8" double course) (Primed) S.Y. MILLING EXISTING PAVEMENT [(1"XPayment for greater cuts will be paid proportionally)) TON Hot Mix Asphalt, Traffic C, SP -9.5 337-8-42 425-4(2) 4,165.0 16.0 TON EA, CSCCRP_PROJECT BID_ITEMS 06/24/2020 12:02 PM Hot Mix Asphalt Friction Course, Traffic C, FC-9.5, PG 76-22 ADJUSTING INLETS 'fr,tt-e° io(A/5 .p�Glir✓5 'ad 0,, )2_ #frir Pf c'Pi ' -/f0i5411 -pd(f7Alu frid C)147 i"Lo 4( " 12410 16 • 9, 6.9 1°01 w 1. q7,7i' 3 Bidder must fill-in completely the next page for the bid to be valid. Page 2 of 8 Bid Form PROJECT NO: 20200203 PROJECT TITLE: Roadway Resurfacing — Multiple Sites CONTRACTWORK UNDER THIS IF THIS PROPOSAL IS (540) CALENDAR DAYS AFTEACCEPTED, HE EFFECTIVE DATE UNDERSIGNED AGREES SHED IN COMPLETE ALL TO PROCEED WITH CONTRACT WORK*. FIVE HUNDRED FORTY item No. 425-5 425-6 425-721E 425-721 F 425-944B 520-2A 522-2 • ,h 527-2 575-1-1 635-1-11 ituan 65.0 EA ADJUST MANHOLE (This item Is contingent upon field conditions and may be Increased, decreased or eliminated by the Engineer) 110. EA. ADJUST EXISTING VALVE BOXES (MIAMI- DADE COUNTY ONLY) (This item is contingent upon field conditions and may be Increased, decreased or eliminated by the Engineer) 15.0 26.0 10.0 3,450.0 EA EA. L.F. REMOVAL AND DISPOSAL of existing damaged frames and pick up new frames at Miami -Dade Water and Sewer, including adjustment and installation of Manholes. REMOVAL AND DISPOSAL of existing darriaged frames and pick up new frames at Miaml-Dade Water and Sewer, including adjustment and installation of Water Valves. RECONSTRUCT MANHOLE v 2,600.0 i1 180.0 1,420.Cd 330.0 • 48.0 S.Y. S.Y. S.F. S.Y. AS. CONCRETE CURB AND/OR GUTTER (Any type, Including base preparation) CONCRETE SIDEWALK [4" THICK, 3,000 P.S.I. CONCRETE AT 28 DAYS (includes the cost of pedestrian ramps and sidewalk curbs) CONCRETE SIDEWALK (6" Thick, 3000 P.S.I. concrete at 28 days) (including pedestrian ramps and sidewalk curbs) DETECTABLE WARNING ON WALKING SURFACE iittenrUnit Amount ,. Po° /,�c Zl -- 6134 010,13ir ;(1)(iodh r. 1`P Aj SODDING (Pensacola Bahia or match existing) (includes watering) PULL BOX, Mt i tR TYPE (Polymer) :_ Unit ;rice ' (2K 1 36t 700-40-01 1 35.0 AS. CSCCRP_PROJECT_B1D_ITEMS 06)24/2020 12:02 PM ROADSIDE SIGNS {(SINGLE POST ) (LESS THAN 12 S.F.)} ��y Abic.' Bidder must fill-in completely the next page for the bid to be valid. ?? )" 3a'» Total -•_; 0/W ‘' 3g� a0 q/7g, &n./.°5 Page 3 of 8 Bid Form PROJECT NO: 20200203 PROJECT TITLE: Roadway Resurfacing—Multlple Sites IF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPLETE ALL WORK UNDER THIS CONTRACT WITHIN FIVE HUNDRED FORTY (w) CAI FNDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE `NOTICE TO PROCEED WITH CONTRACT WORK'. Written.Unit Amount em No.: 700-46-22 705-71-361 706-1-12 710-11-121 710-11-122 710-11-123 28.0 35. 5,740.0 76,630.0 830.0 n E EA. L.F. L.F. 11,660.0 L.F. RESET EXISTING POST AND SIGN 36" TUBULAR DELINEATOR REFLECTIVE PAVEMENT MARKERS (class B, mono or bi-directional, all colors) PAINTED PAVEMENT MARKINGS (Standard, White, solid, 6") PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID, 8" PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID, 12" 710-11-124 710-11-125 710-11-141 710-11-160 710-11-170 400.0 6,505.0 27,800.0 35. 210. L.F. L.F. LF. PAINTED PAVEMENT MARKINGS (Standard, White, solid, 18") Pi te4ILA prk6 Pr §°6° - "(°‘ OP V" PAINTED PAVEMENT MARKINGS (Standard, White, solid, 24") PAINTED PAVEMENT MARKINGS (Standard) (White) (Skip) (8") PAINTED PAVEMENT (Standard)(White)(Message) PAINTED PAVEMENT MARKING (White) (Arrows) MARKINGS (Standard) 00tefAill ©,pt Any ApJ Otr,A) -(1111 440414 r,),tfik f„, .0,1( irp ,/ :, U.n1L.:. .lie Total o,'.� Q i ' " .23 710-11-221 33,250.04 L.F. CSCCRP PROJECT_BID_ITEMS 06/24/2020 12:02 PM PAINTED PAVEMENT MARKINGS (Standard, Yellow, solid, 6") Bidder must fill-in completely the next page for the bld to be valid. . 23 , )3 )0. co 174J00411.1° "' (P3gy, Page 4 of 8 Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 IF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPLETE ALL WORK UNDER THIS CONTRACT WITHIN FIVE HUNDRED FORTY (5401 CALENDAR [}AYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE *NOTICE TO PROCEED WITH CONTRACT WORK`. Itein No; 1. uanti ',aria 710-11-224 2,760.0 L.F. Description PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,SOUD, 18" 710-11-241 48,200.0 L.F. PAINTED PAVEMENT MARKINGS (Standard) (Yellow) (Skip) (6") 710-26-41A 711-2 6,060.0 L.F. SOLID TRAFFIC STRIPE, PAINT - (4" white, or yellow) fitters Unit Amount 0411);0) 64)1 E City mtw : 73 48.0 LF. SKIP TRAFFIC STRIPE (6' STRIPE, 10' SPACE) (WHITE THERMOPLASTIC) (6" WIDE) 711-5 146.0 L.F. GUIDELINES [(6" DOTTED) (2'-4' White) (Thermoplastic)] 711-11-121 711-11-122 711-11-123 711-11-124 711-11-125 711-11-141 66,480,0 LF. 748.0 11,690.0 930.0 5,160.0 L.F. L.F. L.F. LF. THERMOPLASTIC (White) (Solid) (6") THERMOPLASTIC (White) (Solid) (8") THERMOPLASTIC (White) (Solid) (12") THERMOPLASTIC (White) (Solid) (18") THERMOPLASTIC (White) (Solid) (24") 14,245.0 LF. THERMOPLASTIC (White) (Skip) (6") , 23 �O GHQ 9dbli wee pa Pt 50 �vs 4A�;�VI Ie Gep15 (frti3 f r co6 PAT o3 3. 3 oi of' o,6 ,V 370 . 711-11-160 35.0 EA. CSCCRP_PROJECT_BID_ITEMS 06/24/2020 12:02 PM THERMOPLASTIC (White) (Message) yoo voip d (dVievi- E,V7C Bidder must fill-in completely the next page for the bid to be valid. Page 5 of 8 Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 IF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPLETE ALL WORK UNDER THIS CONTRACT WITHIN FIVE HUNDRED FORTY (540) CALENDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE *NOTICE TO PROCEED WITH CONTRACT WORK*. item No;; • Quantity:: �Jnit: 711-11-170 711-11-221 180.0 46,840.0 711-11-224 711-11-241 1,220.d 3,870.0 711-14-160 711-2A EA L.F. L.F. L.F. 65.1 EA. 35.0 L.F. ":Descnpfion. THERMOPLASTIC (White) (Arrows) :• --W itten''Uriit A npunt THERMOPLASTIC (Yellow) (Solid) (6") THERMOPLASTIC (Yellow) (Solid) (18") THERMOPLASTIC (Yellow) (Skip) (6") (Of 6‘ji:) .P)Itif vr , 444 Unit Price 61. Thermoplastic, Preformed, White, Message PI' HI() iru2i (rate SKIP TRAFFIC STRIPE, THERMOPLASTIC (4" WHITE/YELLOW, 6'-10' SKIP) '°;*j G‘tit,011P1(A4 .9f° 04' -01 0' '3076' 711-33-34 711-35-41 i 500.1 LF. 4,244. L.F. SKIP TRAFFIC STRIPE- [(4" White/Yellow) (10' Stripe, 30' Sklp)(Thermoplastic, lead free)] SOLID TRAFFIC STRIPE -[(4" W HITE)(Themioplastic)] 01)G;iii, o& iol �6v qf 711-36-41 100.0 I —F. SOLID TRAFFIC STRIPE [(4"Yellow) (THERMOPLASTIC) (Lead-free)] 711-72 240.0 S.F. REMOVAL OF EXISTING PAVEMENT MARKINGS (Thermoplastic & Paint) GIP 0 1 1. 6" J CRP_P RO J E CT_B I D_ITEM S '2020 12:02 PM Bidder must fill-in completely the next page for the bid to be valid. Page 6 of 8 Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 IF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPLETE ALL WORK UNDER THIS CONTRACT WITHIN FIVE HUNDRED FORTY �. (54n) cAI FNDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE *NOTICE TO PROCEED WITH CONTRACT WORK*. Total: �O c ° d y'3 • .� The bidder understands and agrees that the above total is inclusive of all work necessary to complete the job as described in the plans and specifications. Quantities are established and are included only for the purpose of facilitating the uniform comparison of bids submitted. The County shall not be held responsible if the quantities are not accurate and all computations for compensation shall be based upon the actual work performed, whether greater or less than estimated quantities. Tax Identification Number. D.C. Certificate of competency No: Bidder's Name: /70. �� 'uC. Bidder's telephone Number. ads .6'/ 'J -- Bidder's address: /7S'S--- / /t# ^CRP_PROJECT BID_ITEMS '2020 12:02 PM Bidder must fill -In completely the next page for the bid to be valid. Page 7 of 8 CITY OF OPA-LOCKA AGREEMENT FOR SIDEWALK INSTALLATION SERVICES (Roadway Resurfacing Piggyback Competitive Award) This Agreement is made this day of , 2021, between the City of Opa-Locka, a municipal corporation organized and existing under the laws of the State of Florida and whose address is 780 Fisherman Street, Opa-Locka, Florida 33054 (the "City"), and H&R Paving, Inc. whose address is 1955 N.W. 110 Avenue, Miami, FL 33172(the "Contractor"). WITNESSETH WHEREAS, the Contractor desires to enter into this Agreement ("Agreement") with City to provide sidewalk installation services to the City at Town Center Area and Nile Garden within the City (Sidewalk Installation — Phase II) (the "Project"); and WHEREAS, the parties desire to incorporate the terms and conditions of the solicitation and contractual arrangement between Miami -Dade County (Department of Transportation and Public Works) and the Contractor, as set forth in the Miami -Dade County Request For Price Quotations No. 20200203 ("the RPQ"); and WHEREAS, the City Code provides authority for the City to select and contract through the use of the competitive bid process of another government entity as an exception to the otherwise required formal bidding process. NOW THEREFORE, in consideration of the mutual covenants set forth in this Agreement, the receipt and sufficiency of which is acknowledged, the parties agree as follows: Section 1. Term. The term of this Agreement commences upon fully execution of this agreement and continues through June 28, 2022, unless terminated earlier by its terms. The City shall have the option to renew for two (2) additional one-year terms. 1 Section 2. Contract Terms. The Contractor agrees to provide the City with sidewalk installation services in accordance with the City's requirements as set forth herein and the Standard Contract between Miami -Dade County (Department of Transportation and Public Works) and the Contractor dated on or about January 4, 2021 (the "Miami -Dade County Agreement"), attached hereto and incorporated herein as Exhibit "A". The exhibits are incorporated into this Agreement for all purposes, and are collectively referred to as the "Contract Documents", and represent the entire agreement between the parties. In the event of conflict between or among the Contract Documents, the order of priority shall be: this Agreement, the Miami -Dade County Agreement and the Contractor's accepted proposal. Section 3. Scooe of Work The following provisions are included: A City shall pay Contractor no more than the unit prices set forth in the Contract Documents and in accordance with the provisions of the Contract Documents. If the City requires services not covered by unit prices already made a part of the Contract Documents, the Contractor shall submit a detailed written proposal to the authorized City representative before providing any such services. For these purposes, Airia Austin, as PW & CIP Director, shall be the City Representative and may be reached at (305)953- 2868 Ext. 1450. B. If permits are required, Contractor shall submit complete and accurate permit applications to all applicable permitting agencies within ten work days of receiving from the City all documents necessary to file such permit applications. The City shall pay all permit and related fees directly to the permitting agencies, including any permit fees charged by the City. C. The City of Opa-Locka shall be substituted for the County of Miami -Dade with regard to any and all provisions of the Miami -Dade County Agreement, the RPQ, and the Contractor's bid, including by example and not limitation, with regard to bond requirements, insurance, indemnification, licensing, termination, default and ownership of documents. All recitals, representations, and warranties of Contractor made in those documents are restated as if set forth fully herein,made for the benefit of the City, and incorporated herein. D. Contractor shall not commence work on the Project unless and until the requirements for insurance have been fully met by Contractor and appropriateevidence thereof, in the City's sole discretion, has been provided to and approved by the City. Section 4. Assignment. Neither party may assign its rights or obligations under this Agreement without the consent of the other. Section 5. Notice. Notice hereunder shall be provided in writing by certified mail, return receipt requested, or customarily used overnight transmission with proof of delivery, to the following parties, with mandatory copies, as provided below: For City: Copy lo: John E. Pate, City Manager City of Opa-Locka 780 Fisherman Street Opa-Locka, Florida, Florida 33054 Burnadette Norris -Weeks, Esq. City Attorney Burnadette Norris -Weeks, P.A. 401 NW 7th Avenue Fort Lauderdale, Florida 33311 For Contractor: Raul Gonzalez 1955 N. W. 110AVE Miami, FL 33172 Section 5. Severability. This Agreement sets forth the entire agreement between Contractor and City with respect to the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings and agreements, written or oral, between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this Agreement upon the terms and conditions above stated on the day and year first above written. CITY: City of Opa-Locka Date: By: John E. Pate, City Manager APPROVED AS TO FORM AND LEGAL SUFFICIENCYFOR THE USE OF AND RELIANCE BY THE CITY OF OPA-LOCKA ONLY: By: City Attorney Burnadette Norris -Weeks, P.A. By: Joanna Flores, City Clerk CONTRACTOR: H&R Paving, Inc. By: Witness: PRINT NAME Date: TITLE Date: