Loading...
HomeMy Public PortalAbout18-9464 H&R Paving for City-Wide Pavement Milling and Resurfacing Sponsored by: City Manager RESOLUTION NO. 18-9464 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK ON THE MIAMI-DADE COUNTY AGREEMENT WITH H&R PAVING, INC AND ENTER INTO AN AGREEMENT FOR CITY-WIDE PAVEMENT MILLING AND RESURFACING IN AN AMOUNT NOT TO EXCEED $308,080.00, IN A FORM THAT IS ACCEPTABLE TO THE CITY ATTORNEY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, pursuant to Request for Price Quotation (RPQ) No. 20160218, Miami- Dade entered into an Agreement with H&R Paving, Inc. for the term of June 26, 2017 to December 18, 2018; and WHEREAS, the Miami-Dade entered into an agreement with H&R Paving, Inc. for Street Rehabilitation attached hereto as Exhibit "A"; and WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback on Miami-Dade's agreement with H&R Paving, Inc. so it can benefit from already negotiated rates and enter into an agreement for a city-wide pavement milling and resurfacing. 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 hereby authorizes the City Manager to piggyback on the Miami-Dade County Agreement with H&R Paving, Inc. and enter into an agreement for city-wide pavement milling and resurfacing in an amount not to exceed $308,080.00, in a form that is acceptable to the City Attorney. SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re-lettered and corrections of Resolution No. 18-9464 typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED AND ADOPTED this 15th day of February, 2018. / if 'ra L. Taylor Mayor Attest to: Approved as to form and legal sufficiency: Joanna Flores : : / 1.1 AW GROUP, LLC City'Clerk City Attorney Moved by: COMMISSIONER RILEY Seconded by: COMMISSIONER HOLMES Commissioner Vote: 4-0 Commissioner Holmes: YES Commissioner Riley: YES Commissioner Pigatt: YES Vice Mayor Kelley: YES Mayor Taylor: NOT PRESENT City of Opa-Locka Agenda Cover Memo Department Airia Austin Department Director: Director Signature: - Budget Ernesto Reyes Budget Administrator: Administrator/ACM Signature: Finance Bryan Hamilton FD Signature: Director: Department lAwk 7 Asst City William Green ACM Signature: Manager: City Manager: Ed Brown CM Signature: ed Commission 02/14/2018 Item Type: . ,ava v-mr Meeting Date: ittts#e" CY" 7'4o.* 0161104,„ X (EnterXin box) Fiscal Impact: Ordinance Reading: 14. (EnterXin box) i4t.v$4::: (Enter X in box) 5 1,01 x 1°9 a Public Hearing: t A.*: 49Alt—r (EnterXin box) (Enter Fund&Dept) Advertising Requirement: 1 . Funding Ex: (EnterXin box) Source: Account#: 44-541800 contract/p.p. RFp/RFQ/Bid#: Required: (EnterXin box) Strategic Plan Strategic Plan Priority Area Strategic Plan Obj./Strategy: Related x Enhance Organizational D (list the specific objective/strategy this item (EnterXin box) Bus.&Economic Dev will address) Public Safety Quality of Education Qual.of Life&City Image 0 Communication Sponsor Name City Manager Department: City Manager , Citywide Streets Milling,Resurfacing Phase I The purpose of this request is to piggyback an existing county contracts,for qualified professional services to achieve the citywide Milling, Resurfacing Project in the City of Opa-locka.The project will be completed over several years in multiple phases. The milling and resurfacing will make pavement surface smooth, and will enhance driving comfort,and safety. This project is being done as part of the safe neighborhood capital improvement projects. Staff recommends piggybacking the Miami-Dade County Contract with H&R Paving to provide citywide pavement milling and resurfacing services. s 1. Agenda 2. Milling and Resurfacing Project Map 3. Miami Dade County Recommendation for Award Letter .- •,,- co c, C) c., 04 .0 ••-■ CO LC) •cl" N N s- N 6 o 6 6 6 6 X C = . W E C4 ...I .•-•• D o o o o o o c cit.A. 01 -ci r-- ul co Co co -4- v ‘-. T.---) .11 CO CO M I,- M _ U 1.. ‘...- 00- , 4 o - CO .7 V, c4 M s- 0 5 2 IR -I 11 rl a II, .... / 0 ,0 cx v '0 3 ''') C T., N 0 c ,■ cn,,,.... .1 C = .‘■ ..— to to to if) ea co ci) (;15,4 eij C7)' m • in c M < E tii E 3 i Ala 2 z2 z ..-,S 2 k . 42 -CI .2(-no 2 oi II. u2 0 (130 CD A t t 0 - . 0 - 6 N■S .5. p< p << 2, < .Z c 42 -, 4 02 m2 i0 ,--9,5) 0 . ,,, . ,,,, „, 4_, ... ,.. ,, ,,, ,-.. < . tii .„J. 016: ow,. tdo 4w, _,.... i-7 16 8 --,, ,f) ..g(t) ..:_,t. .. .sz- E .= EE E E E E r 1°- '2, ,-4 - ',E z., E CD 2 fx22 12 ,7, g,p_ 62 2 42 = U N= U go th 0 411 AC N . IC WO -'4 Z i Ntt 2 441 Aye ..E. , diVi 2491-■Ave A - = m z k a ■ -.• '6 W 2,1111 CI 10) • ,:. 4, WA z 4 _ 4_ . ”,..L.N gig al' winiti.c= $0 riimi 1-, = a `S. 4, 4 MP CI = AS Ci A . 4 1.=.11.1.1.11..............; 1= ma. — C64 NEM 000. c„624 MM. t, t Ava ME A I P ' 0,4ndad%1 ‘, fi. 4. N It• $ Ce 6"' a 7.• g MOO .4g MM t dim 1 EE CC r 1111101111k t3 0 s OA 0 , te -0 to a.... _c 0 3 3.1 et r -e P Di.IMi Avo %., "'is Tri P pr..,tz Ave 4). 1 v ui a Iv 4Neq, 47, 21 = e 047, 4•4 I III Department of Transportation and Public Works (DTPW) 111 NW First Street,Suite 1410 IP ,4' -0111'''',5;' ,\; Miami, Florida 33128-1970 M rAM!•�DE ' ''i-=: "t r,F+ THE O U��h,ri T 305-375-2930; F 306-375-2931 ' awl ':-4' miamidade.gov . . Pty I: 48 _ I September 29, 2016 ' '_l;li. t;i<�;Ctl lT(x LCliP-dT'Y G'' III Mr. Raul Gonzalez #1 H & R Paving, Inc. 1955 NW 110 Avenue - Miami, Florida 33172 . .. . abe(aupaving.com Re: Recommendation for Award Request for Price Quotation (RPQ) No. 20160218 (MCC 7360 Plan) WASD Street Rehabilitation Contract 1111 Dear Mr. Gonzalez: This letter will serve as your notification that you have been recommended for award for the above referenced RPQ based on your Price Quotation submitted on Wednesday, August 31, 2016. The total RPQ amount is for $1,475,419.59. This includes abase contract amount of $1,292,188.90, a contingency amount of $129,218.89, and dedicated allowances totaling is $54,011.80. The contract duration .i' established as 540-calendar days. However, tile . III recommendation of award is contingentupon the submission of the required items listed below: 1. Performance and Payment Bond as required in Contract No. MCC 7360 Plan, Section ii 2.0 Special Conditions, Page 16, Article 2.11, PERFORMANCE AND PAYMENT BOND; (The original attached documents must be used and three (3) sets must be I provided). :.. 2. Letter from Bonding Agent granting Miami-Dade County authorization to date the Performance Bond. 3. Copies of current insurance certificates. 4. Copies of required-ticense(s). 5. In accordance with Miami-Dade County Code §2-1701 as amended by County Ordinance No. 13- 66, Contractor must submit a Workforce Plan to the Miami-Dade 01 County Internal Services Department, Small Business Development Division through the Department within 15 days of notification-of award of the Contract. The County will not enter into the contract until it receives the contractor's Workforce Plan and deems the 0 Plan acceptable. • The preceding documents are required as outlined within the.Contract MCC 7360 Plan and to 0 be submitted within 10 business days:_Failure to submit the document(s) within the specified. time, or any extension granted,will result in the award being rescinded. Subsequent to the review and approval of the aforementioned documents, you are required to obtain the required permits in the time stipulated in the RPQ. Upon obtaining the permit(s), a copy(s) must be submitted to the Project Manager prior to commencement of work. No work is to be performed without a permit unless the Project Manager issues a written directive to proceed without permit(s). Additionally, please be advised that your firm must have the resources to ensure work proceeds without delay once the 'Notice to Proceed" is issued. Lack of equipment, personnel or additional contracts with similar completion schedules, will not be reason for delay. 1 Page 2 Recommendation for Award RPQ No, 20160218 No award of this contract shall be effective and thereby give rise to a contractual relationsh4 with the County unless and until a purchase order for this RPQ has been approved and issue., and a Notice to Proceed has been executed. She, l.• ;,ou have any questions, please contact me at(305) 375-2930. Sine= eii , 41 A-ndr• Martinez-Esteve, RA, LEED AP Ma a:= •TPW Capital Improvements AM:lc c: • Manuel 0. Garcia, DTPW Bassam Moubayed, DTPW Rene idarraga, P.E., DTPW Joaquin Rabassa, P.E., DTPW Alfredo Munoz, P.E., DTPW Alicia Arae, DTPW ` Alvaro Castro, DTPW . _ Marcia Martin, ISD Laurie Johnson, ISD Alice Hidalgo-Gato, ISD Catherine Forte, ISD Belki.s Zarate, ISD Clerk of the Board - Project File . 1 . • i IIMiami-Dade County Department of Transportation and Public Works Contract Prices IIProject Title:WASD Street Rehabilitation Contract No: 20160218 Contractor:Fl&R PAVING INC. Bid Date: 09/07/2016 ] Estimated Estimated Item Number Description Unit ' Quantify Unit Price Total 1WS1A-1 ASPHALT SURFACE PAVEMENT REPAIR-Saw cut,and remove asphalt from marked S.F. 240,000.0 $3.4d $816,000.00 Iii area and trench,(up to 3"average)to expose existing base. If suitable,re-compact base and replace asphalt with type "S" asphalt up-to 3" and to the level of the surrounding ki surface, Includes temporary striping as needed. 1WSB 2WS1 Additional Asphalt Pavement Repair S.F. 1,000.0 $1.00 $1,000.00 ASPHALT BASE-Construct 6"Asphaltic concrete base on 3"layers. Contingent-item at TON 40.0 $0.01 $0.40 discretion of engineer if existing base is not suitable. • i 3WS1A Limerock Base Reconstruction/Repair S.F. 150.0 $0.01 $1.50 7WS-1 Night Differential P.N. 30.0 $0.01 $0.30 102-74-1 BARRICADES(TEMPORARY-TYPE I,II,VP&DRUM). EA/DAY 2,000.0 $0.10 $200.00 102-91-1A PAVEMENT MARKING TEMPORARY(Solid)(Any width)(Yellow or White)(Paint) L.F. 3,600.0 $1.80 $6,480.00 . 102-60A WORK ZONE SIGNS EA/DAY 600.0 $0.01 $6.00 102-76A ' ADVANCE WARNING ARROW PANEL EA/DAY 150.0 $10.00 $1,500.00 121-70-1A FLOWABLE FILL- This item may be used at the discretion of the engineer, In lieu of C.Y. 20.0 $0.01 $0.20 _granular fill material,or in cases where a fast setting fill is a must. 327-70 MILLING EXISTING PAVEMENT[(1")(Payment for greater cuts will be paid proportionally)] S.Y. 50,000.0 $2.00. $100,000.00 334-2-13-1 Hot Mix Asphalt,Traffic C,SP-9.5 TON 2,510.0 $100.00 $251,000.00 337-8-42 Hot Mix Asphalt Friction Course,Traffic C,FC-9.5,PG 76-22 TON 799.0 $100.00 $79,900.00 339-1 - MISCELLANEOUS ASPHALT PAVEMENT TON 50.0 $0.01 $0.50 425-5-1 ADJUST MANHOLE(Utilities)(Miami-Dade Water&Sewer Only) EA. 24.0 $25000 $6,000.00 425 6 ADJUST EXISTING VALVE BOXES (MIAMI-DADE COUNTY ONLY) (This item is EA. 50.0 $200.00 $10,000.00 contingent upon field conditions and may be increased, decreased or eliminated by the Engineer) 700-20-11 SINGLE POST SIGN(Furnish&install)(Less than 12) AS. 8.0 $240.00 $1,920.00 706-1-12 REFLECTIVE PAVEMENT MARKERS (class B,mono or bi-directional,all colors) EA. 200.0 $4.80 $960.00., 711-11-124 THERMOPLASTIC(White)(Solid)(18") L.F. 40.q $6.00 $240.00 -.. 711-11-125 THERMOPLASTIC(White)(Solid)(24") L,F. 400.0 $6.00 $2,400.00 711-11-160 THERMOPLASTIC(White)(Message) EA. 8.0 $120.00 $960.00 711-11-170 THERMOPLASTIC(White)(Arrows) EA 8.0 $120.00 $960.00 711-11-224 THERMOPLASTIC(Yellow)(Solid)(18") L.F. 30.0 $6.00 $180.00 1 711-33-34 J SKIP TRAFFIC STRIPE-[(4"White/Yellow)(10'Stripe,30'Skip)(Thermoplastic,lead free)] L.F. 400.0 $1.20 $480.00 . 711-35-99 SOLID TRAFFIC STRIPE YELLOW OR WHITE 4", (6", 8"OR 12", will be paid L.F. 10,000.0 $1.20 $12,000.00 ALLOWANCE ACCOUNTS (used as approved by the engineer pursuant to the requirements of the Contract Documents) 1 999 CONTINGENCY FUND(10%OF SUBTOTAL AMOUNT) L.S. 1.C-1 $129,218.89 $129,218.89 101-1 MOBILIZATION W.O. 60.d $600.00 $36,000.00 102-14A OFF-DUTY LAW ENFORCEMENT OFFICER L.S. 1.0 $15,000.00 $15,000.00 990 ALLOWANCE-PERMITS L.S. 1.0 $3,011.80 $3,011.80 CSCCRP_PROJECT_ITEM PRICES I09/29/2016 08:51 AM Page 1 of 1 • MIAMI tDADE June 22,2017 COUNTY Department of Transportation and Public Works Raul Gonzalez Capital Improvements Division H&R Paving,Inc. 111 NW I Street, 14th Floor 1955 NW 110 AVE Miami,FL 33128 T 305-375-1918 F 305-375-5909 MIAMI,FL 33172 Re: Notice of Proceed for MCC 7360 Plan—RPQ No:20160218 CERTIFIED MAIL No: 7013 3020 0001 9452 6261 WASD Street Rehabilitation Contract FACSIMILE: 305-592-6079 TELEPHONE: 305-261-3005 Dear Raul Gonzalez: This letter will serve as your notification that you are to proceed with the work described in RPQ#20160218 starting Monday, June 26th, 2017 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,December 18th,2018. WASD Street Rehabilitation Contract 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. The terms and conditions applicable to this contract are in the 7360 Contract dated 6/1/2003 which can be found on www.miamidade.gov/iinternalservices/miscallneous-construction-contracts.asp#1, 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 orders 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 PCMT1700088. Should you have any question regarding this notification,please contact Joaquin Rabassa at 305-375-4338. Sincerely, ,✓ Je(quin abassa,P.E. / Construction Coordinator To Be Completed By The Contracting Firm I understand and accept the terms and conditions for the RPQ#20160218 referenced above. Accepted by: Company Name: 14-4 JL' 1)AVt C Authorized Representative Name: 12440 Authorized Representative Signature: L-- Dated: 4(2 1117 The foregoing was sworn and subscribed before me this 21 i'"day of =NS , 2o1 7 by E t2OD12.1421Ve2. ,who is personally known to me or who produced R3.1.—0O0 4 •3140 as identification who being duly sworn,dep. • and says that the above is true to the best of his knowledge,information and belief. Rafael A.Solorzano My Commission expires: 'a _ ., z Commission I GG114780 OTARY PUBLI " �� �y Caf s• ��� • r Expires:June 14,2021 STATE OF FLORIDA'%,,�t N,,.S Bonded thru Aaron Notary Note: Whoever is signing above is authorized to bind the corporation and must be an officer of the corporation as verified through the Florida Division of Corporations. Cc: Frank Guyamier,P.E.,DTPW Manuel,Garcia,DTPW t, Bassam Moubayed,CFM,DTPW Rene Idarraga,P.E., DTPW Alejandro Martinez-Esteve,DTPW Alvaro Castro,DTPW '' Freddy Valero,DTPW Marcia Martin,ISD Alfredo Muhoz,DTPW Project#20160218 PCMT 1700088