Loading...
HomeMy Public PortalAbout21-9904 Secure H&R Paving fo Temporary Roadway RepairSponsored by: City Manager RESOLUTION NO. 21-9904 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, RATIFYING THE CITY MANAGER'S EMERGENCY DECISION TO SECURE H&R PAVING, INC. FOR TEMPORARY ROADWAY RESURFACING REPAIRS ON CAIRO LANE WITHIN THE CITY; AUTHORIZING ROADWAY REPAIRS, IN AN AMOUNT OF TWO HUNDRED FORTY EIGHT THOUSAND, FIVE HUNDRED DOLLARS ($248,500); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Cairo Lane, located in the southwest section of the City of Opa- locka ("City"), runs north and south. It is limited to the north by NW 135th Street and by the NW 127th Street Canal on the south. A portion of the street was a part of a 50 - acre lake fill known as Milton's Dump, which was in operation from 1966 to 1981. This lake fill causes soil instability, which when added to the lack of drainage systems and the frequency of heavy traffic, deteriorates street conditions, causing safety issues for the adjacent business owners and other users of the roadway; and WHEREAS, to remedy the emergency safety issue and make the street suitable for travel, the City Manager secured H&R Paving, Inc., by accepting Contractor's proposal to repair the roadway for Two Hundred Forty -Eight Thousand, Five Hundred Dollars ($248,500.00), attached hereto as Exhibit "A", to provide a temporary repair until the major Roadway and Drainage Improvement Project for Cairo Lane can be completed; and WHEREAS, due diligence efforts were made to secure the services for a reasonable amount and the City Manager considered that Miami -Dade County previously awarded a contract to H&R Paving Inc. for roadway resurfacing services and sidewalk installation in January of this year; and WHEREAS, the City Manager recommends that the City Commission ratifies the execution of a contract for Two Hundred Forty -Eight Thousand, Five Hundred Dollars ($248,500.00) with H&R Paving, Inc. for emergency services WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to ratify the City Manger's decision to secure emergency resurfacing repair work from H&R Paving, Inc. at the rates set forth herein as Exhibit "B". Resolution No. 21-9904 NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. ADOPTION OF REPRESENTATIONS: The foregoing whereas paragraphs are hereby ratified and confirmed as being true, and the same are hereby made a specific part of this Resolution. Section 2. RATIFICATION OF CITY MANAGER EMERGENCY PROPOSAL ACCEPTANCE: The City Commission of the City of Opa-Locka, Florida hereby ratifies the City Manger's emergency acceptance of a proposal from H&R Paving, Inc. for the provision of temporary road repair on Cairo Lane in an amount of Two Hundred Forty Eight Thousand, Five Hundred Dollars ($248,500.00) at the rates set forth in Exhibit "B". Section 3. 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. This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED AND ADOPTED this 8th day of September, 2021. Matthew A. F Batt, Mayor ATTEST: Joa a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICINCY: Burnadette Norris City Attorney 2 Resolution No. 21-9904 Moved by: Vice Mayor Williams Seconded by: Commissioner Davis VOTE: 5-0 Commissioner Taylor YES Commissioner Bass YES Commissioner Davis YES Vice -Mayor Williams YES Mayor Pigatt YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: IPther City Manager: John E. Pate CM Signature: Commission Meeting Date: 09/08/2021 Item Type: (EnterX in box) Resolution X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: dccount# : (Enter Fund & Dept.) Ex: See Financial Impact Section 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 (EnterX in box) Yes No Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev El Public Safety ■ Quality of Education El Qual. of Life & City Image • Communication Ili Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X Sponsor Name City Manager Department: City Manager Short Title: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA TO RATIFY THE EMERGENCY ROADWAY REPAIR ON CAIRO LANE Staff Summary: Cairo Lane, located in the southwest section of the City of Opa-Iocka, runs north and south. It is limited to the north by NW 135th Street and by the NW 127th Street Canal on the south. A portion of the street was part of a 50 -acre lake fill known as Milton's Dump, in operation from 1966 to 1981. This lake fill causes soil instability, which when added to the lack of drainage systems and the frequency of heavy traffic, deteriorates street conditions, causing safety issues for the adjacent business owners and other users of the road. To remedy the emergency safety issue and make the street transitable, the City Manager secured H&R Paving, Inc, by accepting Contractor's proposal to repair the roadway for $248,500.00 and provide an interim repair until the major Roadway and Drainage Improvement Project for Cairo Lane can be completed. Financial Impact Account Description Available Project Remaining Balance 44-541820 Cairo Lane * S248,500 NA * This account is currently unfunded, Forthcoming Budget Amendment #4 will add $248,500 for this project to be funded by a transfer of this amount from General Fund Contingency, which currently has a balance of $1,038,654. Proposed Action: Staff recommends the City Commission to ratify the emergency acceptance of proposal from H&R Paving, Inc. for the interim paving of Cairo Lane to mitigate safety issues on this roadway. Attachment: 1. Agenda 2. Proposal provided by H&R Paving, Inc 3. Pictures of Cairo Lane 4. Emergency Declaration Memo for Cairo Lane 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, FL. 33054 CONTACT CARLOS PROPOSAL QUOTE NO. AR071823 DATE: 07/08/21 JOB CAIRO LANE 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. INSTALL APPROX 4 " OF NEW LINE -ROCK TO AREA APPROX 2500' X 24' INCLUDING SPREADING AND COMPACTING . 2. INSTALL 2" OF ASPHALT SP 12.5 IN (1) LIFT 3. MILL AREA APPROX 100' X 24 ' 4. M.O.T AS NEEDED 5. ASPHALT WORK TO BE DONE AT NIGHT. $ 248,500.00 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. Signature: Date: Signature: e c,„4 A., a George E. Ellis Assistant City Manager To: Mayor Matthew A. Pigatt Vice Mayor Veronica Williams Commissioner Sherelean Bass Commissioner Chris Davis Commissioner John Taylor, Jr. Telephone: (305) 953-2868 Ext.I205 Email: gellis@opalockafl.gov From: George E. Ellis, Assistant City Manager Date: August 31, 2021 Re: Emergency Declaration in compliance with Section 2-320 (i) The Cairo Lane roadway is in a severely deteriorated state. Any impactful rain events will render this roadway impassible. Until the permanent concrete roadway can be installed, a limerock base will be laid and compacted; two inches of asphalt will then be installed to protect this surface from washout. Beyond its temporary use this asphalt surface will serve in whole or part as additional stabilization for the final concrete roadway. I have declared an emergency to enable the most expeditious, effective and lawful response allowable in accordance with the relevant selections of the City's Code. I hereby certify that the information provided above is true and correct to the best of my knowledge. Enclosures Geor Airia Austin, Public Works Director ssistant City Manager Notary Public — State of Flo Notary Public — State of Florida .4t Notary Public State o1 Florida `f; Shamecca L Johnson My Commission GG 182250 Expires 02!04,2022 Notary Public State of Florida Shamecca L Johnson My Commission GG 182250 Expires 0210412022 Opa-locka, FL Code of Ordinances Page 1 of 4 Sec. 2-320. - Procurement of contractual services. (a) For the purposes of this section, the term "city contractual service term contract" means a term contract whereby a responsive bidder or offeror agrees to furnish a contractual service during a prescribed period of time or by a specific date. The specified period of time or date completes such contract. This section is intended to establish procedures for direct negotiations and contracting for those municipal services outlined pursuant to Chapter 180, Florida State Statutes. (b) Unless otherwise authorized by law, all contracts for contractual services shall be awarded by competitive sealed bidding. An invitation to bid shall be issued which shall include a detailed description of the services sought, the date for submittal of bids, and all contractual terms and conditions applicable to the procurement of contractual services, including the criteria which shall include, but need not be limited to, price, to be used in determining acceptability of the bid. If the agency contemplates renewal of the contract, it shall be so stated in the invitation to bid. The bid shall include the price for each year for which the contract may be renewed. Evaluation of bids shall include consideration of the total cost for each year as quoted by the bidder. No criteria may be used in determining acceptability of the bid that was not set forth in the invitation to bid. The contract shall be awarded with reasonable promptness by written notice to the qualified and responsive bidder who submits the lowest and best bid. This bid must be determined in writing to meet the requirements and criteria set forth in the invitation to bid. (c) When an agency determines in writing that the use of competitive sealed bidding is not practicable, contractual services shall be procured by competitive sealed proposals. A request for proposals which includes a statement of the services sought and all contractual terms and conditions applicable to the procurement of contractual services, including the criteria, which shall include, but need not be limited to, price, to be used in determining acceptability of the proposal shall be issued. If the agency contemplates renewal of the contract, it shall be so stated in the request for proposals. The proposals shall include the price for each year for which the contract may be renewed. Evaluation of proposals shall include consideration of the total cost for each year as quoted by the proposer. To assure full understanding of, and responsiveness to the solicitation requirements, discussions may be conducted with qualified offerors. The offerors shall be accorded fair and equal treatment prior to the submittal date specified in the request for proposals with respect to any opportunity for discussion about: blank 9/1/2021 Opa-locka, FL Code of Ordinances Page 2 of 4 and revision of proposals. The award shall be made to the responsible offeror whose proposal is determined in writing to be the most advantageous to the city, taking into consideration the price and the other criteria set forth in the request for proposals. The contract file shall contain the basis on which the award was made. (d) When the price of contractual services is less than three thousand five hundred dollars ($3,500.00), an agency shall not be required to use the competitive procedures set forth in subsections (b) and (c). However, the agency shall not divide the procurement of contractual services so as to avoid the requirements of subsections (b) and (c). (e) A contract for contractual services may be awarded without competition if it is determined in writing that such services are available from only one (1) source; however, if such contract is for an amount greater than five thousand dollars ($5,000.00), the agency shall secure prior approval from the city commission. (f) A contract for contractual services may be awarded without competition if county, state or federal law prescribes with whom the agency must contract or if the rate of payment is established during the appropriations process. (g) If only one (1) response to an invitation to bid or request for proposals is received, the agency may proceed with the procurement of the contractual services pursuant to subsection (e). (h) If no response to an invitation to bid or request for proposals is received, the agency may proceed with the procurement of contractual services pursuant to subsection (e). (1) if the city manager determines in writing that an immediate danger to the public health, safety, welfare, or other substantial loss to the city, requires emergency action, the agency may proceed with the procurement of the contractual services necessitated by the immediate danger without competition. However, such emergency procurements shall be made with such competition as is practicable under the circumstances. The agency shall furnish copies of the written determination, certified under oath, and any other documents relating to the emergency action to the city commission. (j) Extension of a contract for contractual services shall be in writing for a period not to exceed six (6) months and shall be subject to the same terms and conditions set forth in the initial contract. The extension may, however, provide for an increase in the total dollar amount of the contract based on the method and rate established in the initial about: blank 9/1/2021 Opa-locka, FL Code of Ordinances Page 3 of 4 contract. There shall be only one (1) extension of a contract unless the failure to meet the criteria set forth in the contract for completion of the contract is due to events beyond the contractor's control. (k) Renewal of a contract for contractual services shall be in writing and shall be subject to the same terms and conditions set forth in the initial contract. The cost of any contemplated renewals shall be included in the invitation to bid or request for proposals. Renewals are to be done on a yearly basis, and contracts shall not be renewed for more than two (2) years unless competitively procured. Renewals shall be contingent upon satisfactory performance evaluations by the city manager. (I) For each contractual services contract, the agency shall designate an employee to function as contract manager who shall be responsible for enforcing performance of the contract terms and conditions, serve as a liaison with the contractor, and shall approve all invoices prior to payment. (m) Each agency shall designate one (1) employee who, in addition to his existing duties, shall serve as a contract administrator responsible for maintaining a contract file and financial information on all contractual services contracts and who shall serve as a liaison with the contract managers and the city commissioners. (n) A selection team of at least three (3) employees who have experience and knowledge in the program areas and service requirements for which contractual services are sought shall be appointed by the city manager to aid in the selection of contractors for contracts of more than seventy-five thousand dollars ($75,000.00). (o) No person who receives a contract which has not been procured pursuant to subsection (b) or subsection (c) to perform a feasibility study of the potential implementation of a subsequent contract, participating in the drafting of an invitation for bids or request for proposals, or developing a program for future implementation, shall be eligible to contract with the agency for any other contracts dealing with that specific subject matter; nor shall any firm in which such person has any interest be eligible to receive such contract. (p) Each agency shall establish a review and approval process for all contractual services contracts costing more than five thousand dollars ($5,000.00) which shall include, but not be limited to, program, financial, and legal review and approval. Such reviews and approvals shall be obtained before the contract is executed. (q) Nothing in this section shall affect the validity or effect of any contract in existence on the date of passing of this ordinance. about:blank 9/1/2021 Opa-locka, FL Code of Ordinances Page 4 of 4 (Ord. No. 90-7, §§ 1, 2, 7-25-90) about:blank 9/1/2021