Loading...
HomeMy Public PortalAbout22-9946 - H & R Paving Resurface Ingram ParkSponsored by: City Manager RESOLUTION NO. 22-9946 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 RESURFACING, PURSUANT TO REQUEST PRICE QUOTATION (RPQ) # 20200203, TO WIDEN AND RESURFACE INGRAM PARK TRAILS; AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT TO PROVIDE MILLING AND RESURFACING SERVICES WITHIN THE CITY, IN AN AMOUNT NOT TO EXCEED NINETY NINE THOUSAND, FOUR HUNDRED SEVENTY-SEVEN DOLLARS ($99,477.00), IN ADDITION TO A CONTINGENCY BUDGET OF NINE THOUSAND, NINE HUNDRED FORTY-EIGHT DOLLARS ($9,948.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") has received a grant of up to One Hundred Fifty Thousand Dollars ($150,000.00) from the State of Florida ("State") through the State Recreational Trail Program to improve the trails within Ingram Park. This program requires a Twenty percent (20%) match from the City; and WHEREAS, the proposed project will remove and dispose of the existing asphalt path of approximately 1,395' x 4', and the existing concrete path of approximately 2,140' x 4' and to replace it with approximately 3,535' x 8' of new asphalt over a 4" limestone base. There will be five exercise stations which will cost approximately Five Thousand Dollars ($5,000), that will be a part of this project which are not included in this request, but will also be funded through this grant and associated City match; and WHEREAS, this project shall be completed within three years of the award of the grant; and WHEREAS, Miami -Dade County previously awarded a contract to H&R Paving Inc. for roadway resurfacing services and sidewalk installation (attached as Exhibit "A"), 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. 22-9946 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 Manager recommends acceptance of the fee proposal provided by H&R Paving, Inc. for milling and resurfacing services to improve these trails for Ninety -Nine Thousand, Four Hundred Seventy -Seven Dollars ($99,477.00), attached hereto as Exhibit "B". The City further recommends that an expenditure of Nine Thousand, Nine Hundred Forty -Eight Dollars ($9,948.00) be approved to allow for additional minor services which may arise; 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 to widen and resurface Ingram Park trails, pursuant to the proposal attached hereto as Exhibit "B", in an amount not to exceed Ninety -Nine Thousand, Four Hundred Seventy -Seven Dollars ($99,477.00), in addition to a contingency budget of Nine Thousand, Nine Hundred Forty -Eight Dollars ($9,948.00) to allow for additional minor services which may arise. 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 to widen and resurface Ingram Park trails, pursuant to the proposal attached hereto as Exhibit "B", in an amount not to exceed Ninety -Nine Thousand, Four Hundred Seventy -Seven Dollars ($99,477.00) ), in addition to a contingency budget of Nine Thousand, Nine Hundred Forty -Eight Dollars ($9,948.00) to allow for additional minor services which may arise. 2 Resolution No. 22-9946 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 upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED AND ADOPTED this 12th day of January, 2022. eronica J. Willi , ayor ATTEST: a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, P.A. City Attorney Moved by: Commissioner Davis Seconded by: Vice Mayor Taylor VOTE: 5-0 Commissioner Bass YES Commissioner Davis YES Commissioner Dominguez YES Vice Mayor Taylor YES Mayor Williams YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: �•� ( ' City Manager: John E. Pate CM Signature: r Commission Meeting Date: 01/12/2022 Item Type: (EnterX in box) Resolution Ord' `ance Other R Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No }{ X Funding Source: Account# : (Enter Fund & Dept.) Ex: 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 D Bus. & Economic Dev D Public Safety D Quality of Education D Qual. of Life & City Image Communication D Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X Sponsor Name City Manager Department: City Manager Short Title: Ingram Park Trails Improvement Project No. 2022-04-001 Staff Summary: A resolution from the City Commission of the City of Opa-locka, Florida, authorizing the City Manager to piggyback the Request Price Quotation (RPQ) No. 20200203 of Miami -Dade County for Roadway Resurfacing to be used to widen and resurface the Ingram Park trails. The City has received a grant of up to $150,000 from the State through the State Recreational Trail Program to improve the trails within Ingram Park. This program requires a 20% match from the City. This request is to authorize the City Manager to accept the fee proposal provided by H&R Paving, Inc. for milling and resurfacing services to improve these trails for $99,477.00. The proposed work is to remove and dispose of the existing asphalt path of approximately 1,395' x 4', and the existing concrete path of approximately 2,140' x 4' and to replace it with approximately 3,535' x 8' of new asphalt over a 4" limestone base. There will be five exercise stations which will cost approximately $5,000 that will be part of this project which aren't include in this request, but which will also be funded through this grant and associated City match. This project must be completed within three years of the award of the grant. Financial Impact Account Description Available Project Remaining Balance 44-541837 Ingram Park Trails $187,500 $109,425 $78,075 The proposal is for $99,477.00 plus possible variable minor additional expense. It is recommended an expenditure of $9,948.00 be approved to allow for additional minor services which may arise. Proposed Action: Staff recommends the City Commission authorize the City Manager to sign a contract with H&R Paving, Inc. for $99,477 to upgrade the Ingram Park trails and further authorize the establishment of a contingency of $9,948 to be available for use for minor requirements which might arise. I Attachment: 1. Agenda 2. Proposal provided by H&R Paving Inc dated December 8, 2021 3. Sketch Map 4. MDC - RPQ No. 20200203 5. Contract Agreement between H&R Paving, Inc and the City of 0pa-locka 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 CPA- LOCKA, FLORIDA 33054 CONTACT CARLOS PROPOSAL QUOTE NO. AR1833 DATE: 12/08/21 JOB INGRAM PARK IMPROVEMENTS 2100 BURLINTON STREET 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. REMOVE AND HAUL OUT EXISTING ASPHALT PATH APPROX 1395' X 4' 2. INSTALL NEW ASPHALT PATH APPROX 1395' X 4' CONSISTING OF A 4" LIMEROCK BASE, INSTALL NEW ASPHALT TO 1395' X 8' @ 1.5 " OF SP 9.5 3. INSTALL NEW 4" LIMEROCK BASE APPROX 2140 X 8', REMOVE AND HAUL AWAY EXISTING CONCRETE 4. INSTALL NEW ASPHALT 2140 X 8' @ 1.5" OF SP 9.5 TOTAL $ 99,477.00 NOTE: NO SOD INCLUDED, NO STRIPING INCLUDED 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. 9 ACCEPTED: Airia Austin PW / CIP Director Signature: — Date: 12-17-21 Signature: Existing Co ncrete Path (To Be REMOVED) \ City of Opa-locka Ingram Park Impr ovements SHARED ..'5 ^ 'H 4 widening Remov e Existing Co ncrete Install 4" Aggregate Base INGRAM PARK 2100 Burlington St. 1 % " Asphalt Surface 4" Aggregate Base N 8 ft. —I" Concrete Section A -A AOp A TE% Existing Path Length (ft.) Width (ft .) 1111 Concrete 2,140 4 Asphalt 1,395 4 ca �D Existing Path Dimensions v Existing Asphalt Path (To Be Rem oved) (typ .) 11/2" Asphalt Surface .;n° 1 •'t[ °n.Q4" Aggregate Base 8 ft . Asphalt Section B -B 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 MIAMI•DADE rfrrin Department of Transportation and Public Works Capital Improvements Division 111 NW 1a Street, 14th 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: abe@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 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. Jo assa, P.E. Construction Manager 3 To Be Completed_By The Contracting RPM I understand and accept the terms and conditions for the RP # 20200203 referenced above. Accepted b : Company Name: /44-0,e �,'� P Y P Y ��� }' • Authorized Representative Name: /' Authorized Representative i n re: Dated: i 20�l 4 s_ sworn and subscribed before me this ' day of The/going �.✓ Z= , who Is personally known to me or who produced as identification who being-dhy sworn, deposes and says that Me above is true to the best of his knowledge, Information and belief. 0 .My Commission expires: TARPUBUC 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 Guyamler, P.E., DTPW Alfredo Munoz, P.E, DTPW Roxana Bayarre, P.E. DTPW Manuel Garcia, DTPW Alvaro Castro, DTPW 12131/20 Frank Mendoza, DTPW Project No.: 20200203 PCMT2000415 Bassam Moubayed, DTPW Marcia Marlin, ISO Carlos Palma, DTPW by �(ktini n # 69203023 Expires'. Apt 17, Asron Notary 22 dtfie Florida Division of Rene Mange ,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 COMPLEIt 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'. .: lfem No :' : :; Quantify F .. Unit ,, Description _ _. Written unitAmount ; � - '•Pr7ce 1 WSR 360.0 S.F. Saw cut and remove an average of two (2) inches of temporary cold asphalt patch on trench in order to expose and evaluate the condition of the base. 11 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 ] iy�/ f J _ 1, .971 f+ /{ ( -r j! �j 7 IIWNN��_� i d (1 5......-0.° f G )0° 1base I 2WSR 480.0 S.F. surrounding surface. 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 re lace with a minimum J lU(�/' of eight (8) inches of compacted Gmerock or six (6) of hot S asphaltic concrete. In either case, f' �/replace the cold patch removed with hot type SV asphaltic concrete up to the level of the surrounding 1 �' r/ /1_ f h/ Vu� n i n 1 Q1J (10r1/114 3,�� /�t/}remove iIinches - - - surface. - . - 5WS1-A 8.0 P.N. Night Differential for Milling ©/j jIpv I' °`� 00 g' 6WS1-A 8.0 P.N. Night Differential for Resurfacing P� a 4v vdI 6 1. J g. 101-1-B 15.0 W.O. Mobilization 102-74-2 4,550.0 EA/DAY BARRICADES ( Temporary, Type ill, 6') �Pt)I el) Olijil fr ..' Q 102-76 170.0 EA/DAY FLASHING ARROW BOARD (Temporary, ) �y t/f � I /�V{ 6.,'"Multimode 102-8A 35.0 S.Y. RE -GRADE EXISTING SWALE (Without sod) (When required by the Engineer.) C. © �l v II a' b✓ 3., 102-99 430.0 EA/DAY VARIABLE MESSAGE SIGN (Temporary) / • s er 1 1r r(k) / 11 3.. .61--' aiC ' tr 102-60A 1,300.0 EA/DAY WORK ZONE SIGNS ilti iii 01 e j (ie rse / 110-4 115.0 S.Y. REMOVAL OF EXISTING PAVEMENT 0 V � VI) � pry r I 6•� 6 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 Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 IF THIS ROPOSAL IS(540) CALENDAR DAYSA ACCEPTED, THE UNDERSIGNED AGREES TO COMPLETE ALL WORK UNDER THIS CONTRACT FTERTHE EFFECTIVE DATE ESTABLISHED IN T IN FIVE HUNDRED FORTY HE *NOTICE TO PROCEED WITH CONTRACT WORK*. Item. No Quart 110-4-1-1 110-4-2A 120-2-3 120-2-4 160-4 S.Y. 3,415.0 2,600. 25. it L.F. S.Y. C.Y. 25.0 200-2 180. C.Y. C.Y. Descrf tIon REMOVAL AND DISPOSAL OF EXISTING CURB AND GUTTER REMOVAL OF EXISTING CONCRETE SIDEWALK ( up to B" thick, including base preparation) REGULAR EXCAVATION 210-1-2 327-70 S.Y. 35.11 202,000.0 EMBANKMENT FOR ROAD BUILD-UP (Borrow material from Contractor's own source) EMBANKMENT MATERIAL FOR SHOULDER - Borrow material, from contractor's own source, see Special Provisions for description of material. Written -Unit Amount-. x-; Unit: -Pr4ce.'� 1 oI' o -k -e° ot(A/, TYPE "B" STABILIZATION (12" Thick) (Min. C.B.R ]] 30) BASE PREPARATION FOR NEW SIDEWALK CONS i RUCTION (Where needed at the discretion of the Engineer) Or 2(0/7/0. 7-10� J 20. S.Y. 334-2-13-1 9,720.0 S.Y. TON LIMEROCK BASE (8" double course) (Primed) MILLING EXISTING PAVEMENT [(1"XPayrnent for greater cuts will be paid proportionally)] 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 �r 4A81) f) Vd(lr -<dddW/AV5 Ai Ceti S, 000 ,4 ci✓e d -pdniu° lii;hu 041 el a 1)6' Oa 1001 20‘ z/oz. Q.y q7q7 425-4(2) 16.0 EA, CSCCRP PRO.iECT_BID_ITEMS 06/24/2020 12:02 PM ADJUSTING INLETS 3a°° r Bidder must fill-in completely the next page for the bid to be valid. Page 2 of 8 Bid Form PROJECT TITLE: Roadway Resurfacing — Multiple Sites PROJECT NO: 20200203 IF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED ALL WORK UNDER THIS CONTRACT WITHI (540) CALENDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED TO IN THE OTICE TO PROCEED WITH CONTRACT WORK`!N FIVE HUNDRED FORTY =- ` Item. No ' :: iauantFty' Cliff 425-5 65.0 425-6 15. • EA. upon ADJUST MANHOLE (This Item Is contingent - Written Unit Amount=.:1. 425-721E EA. EA. field conditions and may be Increased, decreased `z or eliminated by the Engineer) !ll►►► / �i e ADJUST EXISTING VALVE BOXES (MIAMI , J „1 DADE COUNTY ONLY) (This item is contingent / A li4,- I, rj upon field conditions and may be increased, f t / /UT( decreased or eliminated by the Engineer) n ` (J 7� .i f f ,.r f4A4 � /v. t�G 11)J° j'&4 I , .0, 0ljars ,arc }'I 0:0)11 0 425-721F 26.0 EA. 10.0 EA. 3,450.0 2,600.0 11 L.F. S.Y. S.Y. :`Price ' c0 • 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 damaged frames and pick up new frames at Miami -Dade Water and Sewer, including adjustment and installation of Water Valves. RECONSTRUCT MANHOLE CONCRETE CURB AND/OR GUTTER (Any type, Including base preparation) och g°° CONCRETE SIDEWALK [4" THICK, 3,000 P.S.I, CONCRETE AT 28 DAYS (Includes the cost of pedestrian ramps and sidewalk curbs) 522-2 jo 180.0 CONCRk I E SIDEWALK (6" Thick, 3000 P.S.I. concrete at 28 days) (including pedestrian ramps and sidewalk curbs) Total- 9 O.' 61 ,36" c 527-2 (1 ^ 1,420.0 S.F. DETECTABLE WARNING ON WALKING /1 1/ >r Y / 171111Pri , 'Ilr 02 34V°1 575r1-1 330.0 S.Y. SODDING (Pensacola Bahia or match existing) (includes watering) rtt)—) /'1 op I iil /3 Of Qv / 6�0 In 1, I ,635-1-11 - 48. AS. PULL BOX, METER TYPE (Polymer) /�f�� J Ai �� f 1 y J „ v. 3�• l V� / 4 r .. 6e - 700-40-01 35. AS. ROADSIDE SIGNS {(SINGLE POST ) (LESS THAN 12 S.F. TL{I / , i 4sj f ciiQ (� ,.c.,4 0 Id/ ic„. 61 07. 7 i •I'l ...) r 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 IF THIS PROPOSAL IS ACCEP I EU, THE UNDERSIGNED AGREES TO COMPLLI t ALL WORK UNDER THIS CONTRACT WITHIN FIVE HUNDRED FORTY (540) CAL FNDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE "NOTICE TO PROCEED WITH CONTRACT WORK*. Item No 700-46-22 705-71-361 706-1-12 710-11-121 710-11-122 Quanti. 710-11-123 710-11-124 710-11-125 710-11-141 28.0 35. 5,740. •=-Uni EA. 76,630.1 830.d 11,660. L.F. 710-11-160 710-11-170 400. ascription. _ `, RESET EXISTING POST AND SIGN L.F. L.F. 36" TUBULAR DELINEATOR REFLECTIVE PAVEMENT MARKERS (class B, mono or bi-directional, all colors) L.F. 6,505.. L.F. 27,800. L.F. 35. 210. PAINTED PAVEMENT MARKINGS (Standard, White, solid, 6") PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID, 8" PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID, 12" EA. PAINTED PAVEMENT MARKINGS (Standard, White, sond, 18") PAINTED PAVEMENT MARKINGS (Standard, White, solid, 24") PAINTED PAVEMENT (White) (Skip) (6") Written Unit Amount _ riPt*"'4,) /9„1(Alyilrkt Pr §r4" 4 MARKINGS (Standard) PAINTED PAVEMENT (Standardx White)(Message) PAINTED PAVEMENT MARKING (Standard) (White) (Arrows) 710-11-221 33,250.' L.F. PAINTED PAVEMENT MARKINGS (Standard, Yellow, solid, 6") (i02 (A I ai4i7i1e6etk 0J -1'S 51/14 rice We ' . Total 3 011A1044)4W '0/111 - MARKINGS 400 0. f (vild ?Pr l-teeil15 I Go- \x" )3 23 "" 17 o7 1,0117 CSCCRP_PROJECT_BID_fTEMS 06/24/2020 12:02 PM Bidder must fell -in completely the next page for the bid to be valid. 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 (540) CALENDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE *NOTICE TO PROCEED WITH CONTRACT WORK*. Item {So Quantity : ',Unit Description 5 Written URIC Amotinf` - Unit =. Price . 'Total . 710-11-224 2,760.0. L.F. PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,SOLID, 18" •� U� 7//44 /Ns Gr ' l_9 U1 / 1Qd Lis 4 710-11-241 48,200,0 L.F. PAINTED PAVEMENT MARKINGS (Standard) (Yellow) (Skip) (6„) / L I, I 5' �u V/ 3 IIIbg i 710-26-41A 6,060.0 L.F. SOLID TRAFFIC STRIPE, PAINT - (4" white, or yellow) O (� Q s 711-2 48.0 LF. SKIP TRAFFIC STRIPE (6' STRIPE, 10' SPACE) (WHITE THERMOPLASTIC) (6" WIDE) “ e'- Je 14'i le G 2� O I t I 711-5 146.{ L.F. GUIDELINES [(6" DOTTED) (2-4' White) (Thermoplastic)] r �,t�,�,/ /� Pt VG " { ✓ IL r1(G`�i^ 1. 1 �1 . i CA,', 711-11-121 66,480,0 LF. THERMOPLASTIC (White) (Solid) (6") 'I ,J 6 1 4' G P�' 711-11-122 748.0 L.F. THERMOPLASTIC (White) (Solid) (8") pUr1 �h r w4) If. 03 qq 711-11-123 11,690.0 L.F. THERMOPLASTIC (White) (Sold) (12") /1‘,110�, tfPIS ,:ii/1 ;4•Lk 'rili'r0A14/ 1 _ ;P I). g// / 711-11-124 930. L.F. THERMOPLASTIC (White) (Solid) (18") `� .V% I s/6 eA 3. 33 1,19, 711-11-125 5,160.0 LF. THERMOPLASTIC (White) (Solid) (24") / J , /2/�� / _ . 62° 41 /- 711-11-141 14,245.0 L.F. THERMOPLASTIC (White) (Skip) (6") /,/hl'' c° ti 37° 711-11-160 35.0 EA THERMOPLASTIC (White) (Message) 0�� Gild ,Ap? 6Y'5 lI cp / I(02 CSCCRP_PROJECT_BID_I TEMS 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 `. : . . Unik- Description - 11Uritten Unit Amount �� unrt Price,. 711-11-170 180.0 EA THERMOPLASTIC (White) (Arrows) Of61)".)% .'`'d (1 Pj .p41lAb/7r4i lie / � J t Oa/711-11-221 46,840.0 L.F. THERMOPLASTIC (Yellow) (Solid) (6") . I Oil,� o 1,i 4..", 11 711-11-224 1,220.0 L.F. THERMOPLASTIC (Yellow) (Solid) (18") ,,,(+le �_,t_ iv /y-�) � (6,-Ivill,4 t/5 GPN� }? q201. 711-11-241 3,870.0 L.F. THERMOPLASTIC (Yellow) (Skip) (6") / 44 e� s �o d* ' in 7 711-14-160 65.0 EA Thermoplastic, Preformed, White, Message r Jt lAv�}Y�� 1 1 o, l'4 I k5 Gc . L ;� gay 711-2A 35.0 L.F. SKIP TRAFFIC STRIPE, THERMOPLASTIC (4" WHITE/YELLOW, 6'-10' SKIP) nkA ' �S V / O1 J 711-33-34 500.0 LF. SKIP TRAFFIC STRIPE- [(4" White/Yellow) (10' Stripe, 30' Skip)(Thermoplastic, lead free)] , f in GU / 711-35-41 4,244.0 L.F. SOLID TRAFFIC STRIPE -[(4" WHl fE)(Thermoplastic)] OP Ll eit I O 1 I f, , id -- 711-36-41 100.d LF. SOLID TRAFFIC STRIPE [(4"Yellow} (THERMOPLASTIC) (Lead-free)] 6G-(�� ,o1 1, ✓ 6� 711-72 240.0 S.F. REMOVAL OF EXISTING PAVEMENT MARKINGS (Thermoplastic & Paint) n v d6,LL62 C�11/j7. , 1 1 ;'CRP_PROJ ECT_B ID_[TEMS 2020 12:02 PM Bidder must fill-in completely the next page for the bid to be valid. Page 6 of 8 Sid 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 (5411) CAI FNDAR PAYS AFTER THE EFFECTIVE DATE ESTABLISHED IN THE *NOTICE TO PROCEED WITH CONTRACT WORK*. 761 Total: l 1 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 estimatedCJ quantities. Tax Identification Number 7/4/tid/1`�� D.C. Certificate of competency No: , kV. Bidder's Name: /`7 f / /1/4;e1 ---7.2/C 2-' Bidder's telephone Number ads - Bidder's address: /9S'Sf N) //2,1' /1474"1.:4 J 3.3/-70 ':CRP_PROJECT_B ID_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 INGRAM PARK TRAIL IMPROVEMENT PROJECT No. 2022-04-001 (Piggyback of Miami Dade County RPQ No. 20200203 with H&R Paving Inc) This Agreement is made this day of , 2022, 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 NW 110 Avenue. Miami, Florida 33172 (the "Contractor"). WITNESSETH WHEREAS, the City of Opa-Locka ("City") seeks to improve the trails of Ingram Park; and WHEREAS, the Contractor desires to enter into this Agreement with the City to provide Milling & Resurfacing Services; and WHEREAS, Miami Dade County has considered a bid submitted by H&R Paving, Inc ("Contractor") in response to its Request Price Quotation #20200203; and WHEREAS, Miami Dade County has entered into a Contract with the Contractor for Roadway Resurfacing (Contract and Renewals attached hereto as Composite Exhibit "A"); and WHEREAS, the contract was negotiated for 540 consecutive Calendar Days, which started on January 4, 2021, and will expire on June 28th, 2022; and WHEREAS, the Contractor agrees to provide Milling & Resurfacing Services to improve the trail of Ingram Park in Opa-Locka in an amount not to exceed Ninety Nine Thousand Four Hundred Seventy Seven Dollars and 00/100($99,477.00); and WHEREAS, the parties desire to incorporate the terms and conditions of the solicitation and contractual arrangement between Miami Dade County RPQ No20200203 for the provision of Milling & Resurfacing Services; 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 28th 2022. Section 2. Contract Terms. The Contractor agrees to provide the City with Milling & Resurfacing in accordance with the City's requirements as set forth herein and the Standard Contract between Miami Dade County and Contractor executed by the parties on January 4th, 2021; 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 Contractor Agreement and the Contractor's accepted proposal. Section 3. Scone 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 for Milling & Resurfacing services provided for Ingram Park Trail Improvements. 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, the City Manager shall be the City Representative. 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 Miami Dade County with regard to any and all provisions of Miami Dade County Agreement applicable hereto, the RPQ/RFP, 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 appropriate evidence 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 71' Avenue Fort Lauderdale, Florida 33311 For Contractor: Raul Gonzalez, as President H&R Paving, Inc 19955 NW 110 Avenue Miami, FL 33172 Section 6. 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. Section 7. E -Verify. In accordance with Florida Statutes §448.095, the Contractor prior to commencement of services or payment by the City, will provide to the City proof of participation/enrollment in the E -Verify system of the Department of Homeland Security. Evidence of participation/enrollment will be a printout of the Company's "Company Profile" page from the E -verify system. Failure to be continually enrolled and participating in the E -Verify program will be a breach of contract which will be grounds for immediate termination of the contract by the City. The Contractor will not hire any employee who has not been vetted through E -Verify. The Contractor may not subcontract any work for the City to any subcontractor that has not provided an affidavit stating that the subcontractor does not employ, contract with or subcontract with an unauthorized alien. 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: ATTACHMENT -A Bid submitted by H&R Paving, Inc in response to Miami Dade County Request Price Quotation No. 20200203 for Roadway Resurfacing. ATTACHMENT -B H& R Paving Proposal dated December 8, 2021, for the Ingram Park Trail Improvement for Ninety -Nine Thousand Four Hundred Seventy -Seven Dollars and 00/100 ($99,477.00).