Loading...
HomeMy Public PortalAbout21-9902 Piggyback the MDC Contract with H&R PavingSponsored by: City Manager RESOLUTION NO. 21-9902 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 ROADWAY MILLING & RESURFACING; AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT TO PROVIDE MILLING AND RESURFACING SERVICES WITHIN THE CITY, IN AN AMOUNT NOT TO EXCEED TWO HUNDRED NINETY TWO THOUSAND, TWO HUNDRED NINETY DOLLARS AND NINETY-FOUR CENTS ($292,290.94); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") initiated the Milling & Resurfacing Project ("Project") to restore streets within the City that were in need of restoration. The Project was divided into phases based on prioritized needs to spread out the fiscal impact over time is anticipated to enhance the City's image as well as improving driving conditions; and WHEREAS, Staff has developed a Scope of Services for Phase V of the Project and has received a proposal, attached hereto as Exhibit "A", for this scope for Two Hundred Ninety -Two Thousand, Two Hundred Ninety Dollars and Ninety -Four Cents ($292,290.94); and WHEREAS, the City Manager recommends continuing this project while the vendor is already working in the City, finalizing Phase IV of the Project, to prevent delays from transitioning from one phase to the next; and WHEREAS, the City has 96 lane -miles of roadways for which it is responsible. Through Phase IV, 23 lane -miles have been resurfaced. Phase V will add another 4 lane - mile of resurfaced roadways; and 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 Resolution No. 21-9902 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 milling and resurfacing of roadways within the City, pursuant to the proposal attached hereto as Exhibit "A", in an amount not to exceed Two Hundred Ninety -Two Thousand, Two Hundred Ninety Dollars and Ninety -Four Cents ($292,290.94). 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 the Miami -Dade County contract with H&R Paving Inc. and enter into an agreement, attached hereto for Exhibit "C", for the milling and resurfacing of roadways within the City, pursuant to the proposal attached hereto as Exhibit "A", in an amount not to exceed Two Hundred Ninety -Two Thousand, Two Hundred Ninety Dollars and Ninety -Four Cents ($292,290.94). 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. 2 Resolution No. 21-9902 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 8th day of September, 2021. Matthew A t Pigatt, Mayor ATTEST: a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: (14T/e/te( Burnadette Norris - City Attorney elks, P.A. Moved by: Commissioner Bass 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 ®Iva-llocka Agenda Cover Memo Department Director: City Manager: Commission Meeting Date: Fiscal Impact: (EnterX in bov) Funding Source: Account# : Airia Austin John E. Pate 09/08/2021 Yes X No item Type: (EnterX :r• box, Department Director Signature: CM Signature: Resolution X Ordinance Reading: (Enter X in box) Public Hearing: (Enter X in box) (Enter Fund & Dept.) ' Advertising Requirement: Ex: (EnterX in box) See Financial Impact Section 1st Reading Other 2°d Reading Yes Yes X Yes No X Contract/P.O. Required: (EnterX in box) Strategic Plan Related (EnterX in box) Sponsor Name Yes X Yes No RFP/RFQ; Bid#: No X City Manager Strategic Plan Priority Area: Enhance Organizational I. Bus. & Economic Dev Public Safety Quality of Education QuaL of Life & City Image • Communication Cl Strategic Plan Obj./Strategy: (list the specific obiective/strutegt this item will address) Department: City Manager Short Title: Milling & Resurfacing Phase V Staff Summary: The City initiated the Milling & Resurfacing Project to restore streets in the City t in need of restoration. Staff has divided the project into phases based on prioritized needs to spread out the fiscal impact over time. Staff has developed a scope for Phase V and received a proposal for this scope for $292,290.94. Staff recommends continuing this project while the vendor is already working in the City, finalizing Phase IV, to prevent delays from transitioning from one phase to the next. This project will enhance the City's image as well as improving driving conditions. 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 accept the proposal from H&R Paving, Inc. for completion of Phase V. The City has 96 lane -miles of roadways for which it is responsible. Through Phase IV, 23 lane -miles have been resurfaced. Phase V will add another 4 lane -mile of resurfaced roadways. Financial Impact Account Description Available Project Remaining Balance 47-541340 Other Contracted Services $373,166 $113,166 $260,000 44-541800 Resurfacing Improvements $186.834 $179,125 $7,709 Total $292,291 Proposed Action: 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. Opa-Iocka Piggyback Contract. 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 PROPOSAL QUOTE NO. AR071824 DATE: 07/08/21 TO PHASE 5 MILLING AND RESURFACING CONTACT 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: Item # Description 2 Maintenance of Traffic 34 Adjust Manhole Unit Qty Unit Price Contract Amount LS 19,561.94 1.00 19,561.94 EA 15 $350.00 5,250.00 35 Adjust Valve Boxes EA 15 8280.00 4,200.00 38 1" Pavement Milling SY 26158 82.00 52,316.00 41 Superpave Asph Conc, T -C, SP -9.5 TN 1767 $100.00 176,700.00 42 Retrofleotive Pavement Markers (Yellow) EA 600 $3.45 2,070.00 45 Painted Solid Traffic Stripe Sld (6") White LF 5000 $0.23 1,150.00 48 Painted Solid Traffic Stripe (18") White LF 800 $1.15 920.00 49 Painted Solid Traffic Stripe Sld (24") White LF 320 $1.15 368.00 51 Painted Std White Dotted/Guideline 6-10 GAP, Ext 6" LF 450 $0.23 103.50 52 Painted STD White Message EA 10 $34.50 345.00 54 Painted Std white Arrow EA 50 $17.25 862.50 55 Painted Pavement Marking Yellow Sld 6" LF 4950 $0.23 1,138.50 56 Painted Pavement Marking Yellow Skl 18" LF 200 $0.69 138.00 59 Thermo STD White Solid (6") LF 5000 $0.80 4,000.00 61 Thermo STD While Solid (12") LF 1000 $2.30 2,300.00 62 Thermo STD White Solid (18") LF 400 $3.60 1,440.00 63 Thermo STD White Solid (24") LF 500 $3.60 1,800.00 66 Thermo Preformed White Message EA 10 $345.00 3,450.00 67 Thwemo Sharrow and Bicycle Pavement Marking EA 15 $345.00 5,175.00 68 Thermo STD White Arrow EA 30 $51.75 1,552.50 69 Thermo STD Yellow Solid (6") LF 5000 $0.80 4,000.00 70 Thermo STD Yellow Solid (18") LF 1000 $3.45 3,450.00 $ 292,290.94 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. T roposal subjec to acceptance within 30 days and is void thereafter at the option of H & R PAVING, Inc. gAD RESERV IDE) 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: Burlington St `-' y141 St OPA LOCKA BLVD Milling and Resurfacing Phase 5 (2 miles) P City Limits Milling & Resurfacing Phase 5 Street Aladdin St From Sharazad Blvd To Dunad Ave Burlington St SR 9 NW 22 Ave Burlington St NW 22 Ave Park Entrance Codadad St Fisherman St Ali Baba Ave Dunad Ave Fisherman St Aladdin St Fisherman St Bahman Ave Codadad St NW 132 St NW 30 Ave NW 27 Ave NW 141 St NW 26 Ave NW 23 Ave NW 143 St Service Rd NW 22 Ave Sinbad Ave Ali Baba Blvd Sharazad Blvd December 31, 2020 Raul Gonzalez H & R Paving, Inc. 1955 N.W/.110 Avenue Miami. Florida 33172. Re: Notice of Proceed for MCC 7360 Plan - CICC 7360- 0/08 RPQ No: 20200203 — Roadway Resurfacing Multiple Sites 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 firm shall 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 firm 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;:ely,. Jo ?%' n Rgassa, P.E. Construction Manager 3 To Be Compieted_By The Contracting Firm I understand and accept the terms and conditions for the RPQ # 20200203 referenced above. Accepted by: Company Name: /1 'Fie Department of Transportation and Public Works Capital Improvements Division 111 NW 1°C Street, 141 Floor Miami, FL 33128 T 305-375-1918 F 305-375-5909 CERTIFIED MAIL No: 7013 3020 0001 9453 3672 TELEPHONE: (305)-261-3005 EMAIL: abealrpavinz.com /i1." a1 The for going s sworn and subscribed before me this yday of , , �l by %� ��✓i 04 zi who Is personally known to me or who produced as swlmri, deposes and says Marine above is true tothebest of his knowledge, Information and belief. - -- Authorized Representative Name:. Authorized Representative, 19n Dated: / c�G/ identification who being My Commission expires: o TAR .PUBUJC STATE OF FLORIDA Note: Whoever is signing above is authorized to bind the corporation and must be an officer of the corpora'' Corporations. Cc: Frank Guyamier, P.E., DTPW Alfredo Munoz, P.E, DTPW Roxana Bayou, P.E DTPW Manuel Garcia, DTPW Alvaro Castro, DTPW 12!3112° Frank Mendoza, DTPW Project No.: 20200203 PCMT2000415 Bassani Moubayed, DTPW Marcia Marin,ISD Carlos Palma, DTPW palsy Commission X3023 April 17, 2022 Won Notary e Florida Division of Rene Idarraga ,P.E., DTPW Alicia Arm, DTPW 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 El-i-kCTIVE DATE ESTABLISHED 1N THE `NOTICE TO PROCEED WITH CONTRACT WORK". • Q Quanti Unit :: -Description _ _ •Vilritten UnitA. mount Unit _ ;Price _ Total 1WSR 360.0 S.F. Saw cut and remove an average of two (2) inches of temporary cold asphalt patch an trench in order to expose and evaluate the condition of the base. 11 base is found suitable, clean loose material and replace the amount of cold patch removed with hot type S asphaltic concrete up to the level of the ] kil ) ph (coil, 4 1/�" 1 �j I�N� ,i "Ix) C) (1 j� [� I D 1)00 I surrounding surface. 2WSR 480.0 S.F. Saw cut and remove an average of two (2) inches of existing temporary cold asphalt patch on trench tae the the of the order to i exposef and evunsuitable ff base is found unsuitable by the Engineer, /remove base material and re lace with a minimum of eight (8) inches pof compacted Gmerock 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 Niel) i!L f N V 1 1 i rlf14 Qo 111 ,` f Ot� OG n �O ./ or ��base. ' `7 surface. 5WS1-A 8.0 P.N. Night Differential for Milling ©"' D IIpV r. °.1;/••- 00 g- 6WS1-A 8.0 P.N. Night Differential for Resurfacing C4311 I' 6I`• CY g 101-1-B 15.0 W.O. Mobilization I 0 )9j1I4 1 • / 102-74-2 4,550.0 EA/DAY BARRICADES ( Temporary, Type Ill, 6') 0 1 f y 6� 102-76 170.0 EA/DAY FLASHING ARROW BOARD (Temporary, Multimode) h j D I i lip (fJ f f� 0.. 102-8A 35.0 S.Y. RE GRADE EXISTING SWALE (Without sod) (When required by the Engineer.) - ©� 1 S. d✓ 102-99 430.0 EA/DAY VARIABLE MESSAGE SIGN (Temporary) j/ V.)t id 4 titri' 06 t eV) itr 3 4 r� cu ' I °I 7 102-60A 1,300.d EA/DAY WORK ZONE SIGNS goy. ff 13p`� (ie r— ,o 110-4 115.0 S.Y. REMOVAL OF EXISTING PAVEMENT pn � pry 1 at.......). 1 1 ‘ o-,.. i CSCCRP_PROJECT BID _ITEMS 06/24/2020 12:02 PM Bidder must fill-in completely the next page for the bid to be valid. Page 1 of 8 110-4-2A 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. m. No-_ Quailti nit 3,415.0 L.F. 2,600. S.Y. ` esctlptiori • Writterillnit Am -:'- ount-= REMOVAL AND DISPOSAL OF EXISTING CURB /�a 1) dI ) AND GUTTER 1 ,f1,00( j/ ( up to 8" thick, Including base preparation) et,,f/ REMOVAL OF EXISTING CONCRETE SIDEWALK ' li)Vd J A✓ r�4 120-1 16.0' C.Y. REGULAR EXCAVATION 120-2-3 25.0 C.Y. EMBANKMENT FOR ROAD BUILD-UP (Borrow material from Contractors own source) 120-2-4 160-4 25.0 C.Y. 25.01 S.Y. 180.0 EMBANKMENT MATERIAL FOR SHOULDER - Borrow material, from contractor's own source, see Special Provisions for description of material. TYPE "B" STABILIZATION (12" Thick) (Min. C.B.R. 30) 200-2 210-1-2 327-70 35.0 202,000.0 S.Y. BASE PREPARATION FOR NEW SIDEWALK CONSTRUCTION (Where needed at the discretion of the Engineer) S.Y. LIMEROCK BASE (8" double course) (Primed) S.Y. MILLING EXISTING PAVEMENT [(1"XPayment for greater cuts will be paid proportionally)] 334-2-13-1 9,720.0 TON Hot Mix Asphalt, Traffic C, SP -9.5 337-8-42 4,165.0' TON Hot Mix Asphalt Friction Course, Traffic C, FC-9.5, PG 76-22 425-4(2) 16.0 EA, CSCCRP_PROJECT BID_1TEMS 06/24/2020 12:02 PM ADJUSTING INLETS i",171/0 7 to t,,,ot/A45 (v)t(„r3 ( 1111 ((itiC 91 I #1),k vdq /41/5 0 #./A ve Vd(C,7gd c11;17,j-cij }1. . 44' If MO/ 1)•) 4401L1V)d I D41111 11. )66 Unit.,. r--_ Price. D l' "" gr Total:. 1)6' 2/7/01 41/4 3?oor Bidder must fill-in completely the next page for the bid to be valid. Page 2 of 8 Qy Bid Form PROJECT NO: 20200203 PROJECT TITLE: Roadway Resurfacing - Multiple Sites CONTRACT IF THIS PRPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPLETE ALL WORK UNDER THIS (540) CALEN AR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE *NOME O PROCEED WITH CONTRACT WORK*. FIVE HUNDRED FORTY 110.0 EA. 425-6 425-721E EA. 15.0 EA 425-721F 26. 425-944B 520-2A T FA 3,450.CI 2,600.0 522-1(1) 522-2 • h 527-2 11 575-1-1 180. escript 0 ADJUST MANHOLE (This Item is contingent upon field conditions and may be Increased, decreased or eliminated by the Engineer) L.F. 1,420.E S.Y. bitten -Unit Amoun a0LiLG i DADE COUNTY ONLY) (This Item Is ADJUST EXISTING VALVE BOXES (MIAMI-� / 4 �'a,e uPnn field =lams and rnaY be Increased' 1 lk) 4f AP 14, 9 M' 1)J'Yl'/I)4'11 oP Q rY'�J�� � 41)11-11 4 t1A4 „1115, ,;;Dditl.,0fi'jo ✓j ,' fromi(Ab' A" 6,j /1 1.19Y Jtfrx/ 1or6 REMOVAL AND DISPOSAL of existing damaged frames and pick up new frames at Miami -Dade Water and Sewer, including adjustment and installation of Manholes. S.Y. 330.0 REMOVAL AND DISPOSAL of existing damaged frames and pick up new frames at Mlamt-Dade Water and Sewer, including adjustment and Installation of Water Valves. RECONSTRUCT MANHOLE CONCRE i t CURB AND/OR GUTTER (Any type, Including base preparation) S.F. 635-1-11 r,1 S.Y. - 48.d AS. 700-40-01 35.0 CONCRETE SIDEWALK [4" THICK, 3,000 P.S.I, CONCRETE AT 28 DAYS (Includes the cost of pedestrian ramps and sidewalk curbs) AS. CONCRETE SIDEWALK (6" Thick, 3000 P.S.I. concrete at 28 days) (including pedestrian ramps and sidewalk curbs) DETECTABLE WARNING ON WALKING SURFACE SODDING (Pensacola Bahia or match existing) (includes watering) PULL BOX, Mt t ER TYPE (Polymer) i)711-i 14 ROADSIDE SIGNS {(SINGLE POST ) (LESS w , f ��,♦ / 6. Thl; F� 0� THAN 12 S.F.)} O Ab/C' 67Q,• l/t r _ Unit — Price 3f° (P6' 7,0, ,yb 3 )2/ 9 WV, C Total_ 0• 34 r;C 36' I.. itOcot d I CSCCRP_PROJECT_BID_ITEMS 06/24/2020 12:02 PM Bidder must fill -In completely the next page for the bid to be valid. Page 3 of 8 Bid Form PROJECT NO: 20200203 PROJECT TITLE: Roadway Resurfacing — Multiple Sites ( n) PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPLETE ALL WORK UNDER THIS CONTRACT IN FIVE HUNDRED FORTY IF THIS FNDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE NOTICE TO PROCEED WITH CONTRACT WORK*. 700-46-22 705-71-361 706-1-12 710-11-121 710-11-122 710-11-123 710-11-124 710-11-125 710-11-141 710-11-160 710-11-170 710-11-221 28 5,740. ni EA. 76,630.0) L.F. 830.4 L.F. 11,660. L.F. 27,800.' ' pescrlption 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,WH1TE,SOLID, 8" PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID, 12" L.F. PAINTED PAVEMENT MARKINGS (Standard, White, solid, 18") Pittsn„•Unit Amount 60-91ei,\ 17u0$41A/k bor §41.R jays L.F. PAINTED PAVEMENT MARKINGS (Standard, White, solid, 24") LF. PAINTED PAVEMENT MARKINGS (Standard) (White) (Skip) (6") 33,250.' L.F. CSCCRP_PROJECT_BID_ITEMS 0612412020 12:02 PM Bidder must fill-in completely the next page for the bid to be valid. (eci. )10. .a3 Total 19.47. ‘' Page4of8 0 Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 IF THIS PROPOSAL 1S ACCEPTED, THE UNDERSIGNED AGREES TO COMPLETE ALL WORK UNDER THIS CONTRACT WITHIN FIVE HUNDRED FORTY (540) CALENDAR GAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE "NOTICE TO PROCEED WITH CONTRACT WORK". Item No Quantity": Unit - p Descri tion : Written Unit Amount' • U nit ee o 710-11-224 2,760.0 L.F. PAINTED , PAVEMENT MARKINGS,STANDARD,YELLOW,SOLID, 18" .. ' fr f ` 7 /- it) GrNks I •' bq 1� I NI° Lf{ . 710-11-241 48,200.0 L.F. PAINTED PAVEMENT MARKINGS (Standard) (Yellow) (Skip) (6") / `���1 � VI ' 3 g II, bg . 710-26-41A 6,060.0 L.F. SOLID TRAFFIC STRIPE, PAINT - (4" white, or yellow) D 1 Gr 0 (� a i �o 711-2 48.0 LF. SKIP TRAFFIC STRIPE (6' STRIPE, 10' SPACE) (WHITE THERMOPLASTIC) (6" WIDE) I4 1 / N ollj � e 2.3 O t 711-5 146.0 L.F. GUIDELINES [(6" DOTTED) (2-4' White) (Thermoplastic)] t j �G la,/� N �6 !! Pub ri i4,?iii,f ' J 14 Gv lu/J, J/ 711-11-121 66,480.0 L.F. THERMOPLASTIC (White) (Solid) (6") - — --... -- -- /,J - I 0, 18i 1_ _. i GPI' ' 711-11-122 748.0 L.F. THERMOPLASTIC (White) (Solid) (8") 6/JR. VPIA✓ po..) ,-G O3 V 0, /( / 711-11-123 11,690.0 L.F. THERMOPLASTIC (White) (Solid) (12") ',./)() 0115 711-11-124 930.0 L.F. THERMOPLASTIC (White) (Solid) (18") /A-6 { �� 3�J oe �. 33147. 711-11-125 5,160.0 L.F. THERMOPLASTIC (White) (Solid) (24") J .%? /f ,XV�� G//."�-fs lid �� 3 . 1 /- 1 i, I (p ' 07/ 711-11-141 14,245.0 LF. THERMOPLASTIC (White) (Skip) (6") ./,/4j co 1 3?°. 711-11-160 35.0 EA. THERMOPLASTIC (White) (Message) A° Oiliid ori-P- IP _Id ��d ph vii 1E 0.... I�v�' <. CSCCRP_PROJ ECT_BID_1TEMS 06/24/2020 12:02 PM 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 Uniti° Descnpfion W nit Amount Written U i .. nil �' 711-11-170 180.E EA THERMOPLASTIC (White) (Arrows) yq �:. I'f 1 /r (� ��f s �1• �j3J Oki 711-11-221 46,840.0 L.F. THERMOPLASTIC (Yellow) (Solid) (6') Y 10.Alif,"1 ,..7 711-11-224 1,220.0 L.F. THERMOPLASTIC (Yellow) (Solid) (18") 1, �_ ,]1 . t/5 "r if p -u 2i P.7,;it 60/411 .1 4 9 • O 711-11-241 3,870.0 L.F. THERMOPLASTIC (Yellow) (Skip) (6") / 4.14 of S cfO 40 3o7"' 711-14-160 65.0 EA. Thermoplastic, Preformed, White, Message 4 (Je jav°J `1`14d- to,,,H rt").11/ <7 pl(0 .31"\ . 2 711-2A 35.0 L.F. SKIP TRAFFIC STRIPE, THERMOPLASTIC (4" WHITE/YELLOW, 6'-10' SKIP) _._.- ---/ 4°— of _Z 711-33-34 500.0 LF. SKIP TRAFFIC STRIPE- [(4" White/Yellow) (10' Stripe, 30' Sidp)(Thermoplastic, lead free)] ,j ) D / 60 711-35-41 4,244. L.F. SOLID TRAFFIC STRIPE -[(4" WH1TE)(fhermoptastic)] DP Ni t -P O 1 bid . 711-36-41 100.d LF. SOLID TRAFFIC STRIPE [(4"Yellow) (rHERMOPLAST1C) (Lead-free)] � G , 01 f 1 6 I ✓ 711-72 240.0 S.F. REMOVAL OF EXISTING PAVEMENT MARKINGS (Thermoplastic & Paint) !f C / ® Y - eAi, y `' ray r E6 CRP_PROJECT BID_ITEMS '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 (540) CAI FNDAR fAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE *NOTICE TO PROCEED WITH CONTRACT WORK'. 6%3 5-0 6; The bidder understands and agrees that the above total is inclusive of ail work necessary to complete the job as described in the I; 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. Total: Tax identification Number. D.C. Certificate of competency No: Bidder's Name: Bidder's telephone Number. Bidder's address: itiorGe A4,i) 19S"SJ N 33/7,? ":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 B CITY OF OPA-LOCKA AGREEMENT FOR MILLING AND RESURFACING 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 milling & resurfacing services to the City (Milling & Resurfacing — Phase V) (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 milling and resurfacing 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. Scope 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: John E. Pate, City Manager City of Opa-Locka 780 Fisherman Street Opa-Locka, Florida, Florida 33054 Copy lo: Burnadette Norris -Weeks, Esq. City Attorney Burnadette Norris -Weeks, P.A. 401 NW 7t' 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: I -18A Paving, Inc. By: Witness: PRINT NAME Date: TITLE Date: E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date;