Loading...
HomeMy Public PortalAbout18-9510 Retroactively Authorizing an Emergency Procurement, Hiring of Diamanti Construction Sponsored by: City Manager RESOLUTION NO. 18-9510 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, RETROACTIVELY AUTHORIZING AN EMERGENCY PROCUREMENT, APPROVING THE HIRING OF DIAMANTI CONSTRUCTION AND DEVELOPMENT, INC, AND AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR BAHMAN AVENUE SANITARY SEWER CONTRUCTION IN AN AMOUNT NOT TO EXCEED THREE HUNDRED AND FORTY- NINE THOUSAND DOLLARS ($349,000.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-locka ("City") requires sanitary sewer construction on Bahman Avenue between Manhole 11A-51 at Dunad Avenue and Manhole 111A-72 at Pump Station 11A; and WHEREAS, Diamanti Construction and Development, Inc desires to provide the services outlined in their Scope of Work attached hereto as Exhibit A, at a cost not to exceed $349,000.00; and WHEREAS, Chapter 2, Article VI, Section 2-320 (i) of the City of Opa-locka Code of Ordinances states that if the City Manager determines in writing that a 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; and WHEREAS, the City Commission finds that it is in the best interest of the City to authorize an Emergency Procurement and approve the hiring of Diamanti Construction and Development, Inc to provide Bahman Avenue Sanitary Sewer Construction. 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 hereby retroactively authorizes an Emergency Procurement, approves the hiring of Diamanti Construction and Development, Inc and authorizes the City Manager to enter into an agreement, in a form acceptable Resolution No. 18-9510 to the City Attorney, for Bahman Avenue Sanitary Sewer Construction, in an amount not to exceed$349,000.00 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 or re-codified 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 11`h day of Jul , 2018. 1 ( ,L yra L. Taylor Mayor Attest to: Approved as to form and legal sufficiency: (\ '') ., Joann Flores The Brown Law Group, LLC City Clerk City Attorney Moved by: COMMISSIONER RILEY Seconded by: COMMISSIONER PIGATT Commissioner Vote: 5-0 Commissioner Holmes: YES Commissioner Riley: YES Commissioner Pigatt: YES Vice Mayor Kelley: YES Mayor Taylor: YES fV�ML City of Opa-Locka Agenda Cover Memo Department Department Director: Director Signature: Budget Ernesto Reyes Budget Administrator: Administrator Signature: (),:jA Finance Bryan Hamilton FD Signature: Director: Department . ''T ri '. Acting City Newall J.Daughtrey ACM Signature: t Manager: � ■ s ; fbaft Commission 07.11.18 Item Type: Meeting Date: g (EnterXin box) Fiscal Impact: Ordinance Reading: (EnterXin box) (EnterXin box) x Public Hearing: (EnterX in box) x Funding (Enter Fund& Advertising Requirement: Source: Dept) (EnterXin box) x Account#: Ex: $349,000.00 19-519992 Contract/P.O. RFP/RFQ/Bid#: Required: x (EnterXin box) Strategic Plan Strategic Plan Priority Area: Strategic Plan Obj./Strategy: Related Enhance Organizational J (list the specific objective/strategy this (EnterXin box) X Bus.&Economic Dev J item will address) Public Safety NB Quality of Education N: Qual.of Life&City Image I Communication J Sponsor Name City Manager Department: City Manager Retroactively authorizing an emergency procurement, approving the hiring of Diamanti Construction and Development, Inc.and authorizing the City Manager to enter into an agreement. , r. ,g,° > 7 .u. z. L try,=; Due to the immediate danger to the public health, safety, and welfare of our residents it is in the best interest of the City to retroactivitely approve the agreement. g i $M .�.... .. � S .,3s. ae{.`a^.':.,...�'v.:..«...,.✓... .,., .+-s,..Y.".c'' .'k, 's+r ,.... ,!u'. pPP_�ock4 iti G. e Isf Newall J.Daughtrey ? N Telephone:(305)953-2821 Acting City Manager Email: ndaughtrey @opalockafl.gov To: Honorable Mayor/City Commission From: Newall J.Daughtrey,Acting City Manager t ---10 Date: June 22,2018 Re: Award of an emergency contract to Diamanti Construction & Development to repair the sewer problem at Bahman Avenue(Pump Station 11-A) Please be advised that staff have reached out to several companies to receive quotes from businesses who can repair the manhole on Bahman Avenue expeditiously. Below I am providing you with the quotes received from each company: • METRO EXPRESS, INC. $614,700.00 • C&I CONSTRUCTION AND DESIGN, INC. $497,795.00 • HERNANDEZ UNDERGROUND $369,000.00 • DIAMANTI CONSTRUCTION&DEVELOPMENT, INC. $349,000.00 Due to the immediate danger to the public health, safety, and welfare of our residents I am moving forward with awarding an emergency contract to Diamanti Construction & Development, Inc. to provide the necessary repairs to the manhole located at Bahman Avenue. Should you have any questions,please feel free to contact me. ***END*** „orrr • MEMORANDUM To: Newall Daughtrey Acting City Manager From: Bryan Hamilton Finance Director Date: June 22, 2018 Re: Bahman Avenue Upgrades Due to the urgency of the repairs of the sewer main on Bahman Ave in Opa-locka the Public Works department is committed to utilizing the services of Diamanti Construction & Development as a contractor.The public safety emergency at Bahman Ave have created urgency with respect to these repairs. The total repair costs are projected to be$349,000 and have to be paid from the resources of Water and Sewer Fund(440). This proposed expenditure amount must be expensed in the Water and Sewer Capital Projects and is budgeted in the pending 2018 budget amendment in the amount of$300,000. The remaining $49,000 of expenditures will be offset against the Water and Sewer capital reserve, which is budgeted at$300,000 for fiscal year 2018,with no expenses to date.This allocation of the Capital Reserve will have to be approved by the State Oversight Board. These expenditures will be paid from the existing cash reserves of the Water and Sewer Fund, which are considered sufficient to fund this expenditure in full. Thank you. "THE GREAT CITY" • ®PA-6®C IRA MEMORANDUM TO: Newall J. Daughtrey, City Manager FROM: Airia Austin,Public Works Director DATE: June 22, 2017 RE: Resident Concerns Pump Station 11-A Pump Station 11-A was rehabilitated in the latter part of 2011,the life expectance of a pump station is 15 to 20 years. During the rehabilitation process a depression formed near manhole 11-A-72,at the time fix was to add dirt to the area to bring it back up to grade, since it was not in the budget to do further exploration. Years passed with no external signs of problems however in 2015, sand was being observed in the wet well of the pump station. Over a period of time,the ingestion of sand destroyed the submersible pumps; and at that time the station operation was switched to the diesel built-in standby pump. In May of a CCTV inspection of the gravity main, it was determined that a section of the line had collapsed and there was a leak at Manhole 11-A-72. This was the cause of the media loss. An emergency work request was requested to resolve the problem; it was determined that a 10' section o" 18" pipe would be replaced. Due to the odd sized pipe it took approximately four weeks for it to be manufactured. On August 4,2017, construction started and was completed August 30, 2017. Approximately one month later stress cracks were observed at the edge of pavement. Again a CCTV inspection of the gravity main was conducted, it was determined that the clay line had collapsed 10' feet beyond the repaired section. A determination was made that no additional repairs would be attempted because of the fragile state of the original clay pipe that was installed in 1926. Instead the entire pipe line between Manhole 51 located at Dunad Avenue and Bahman Avenue and Manhole 11-A-72 located in front of Pump Station 11-A. Two bypass pumps were deployed, one to bypass the heavy flows through the gravity main, and the other to bypass the pump station. Several costly solutions were reviewed including one that called for the relocation of the gravity main under the southbound lane of Bahman Avenue,the cost of this solution is $614,700.00. We settled on a pipe bursting method of repair,this provides for minimal environmental impacts and reconstruction of drainage and brick paver systems; in addition to being the most expedient. We are therefore requesting a waiver of bid,to have Diamanti Construction&Development,Inc.to perform this service at a cost of$349,000.00. This is necessary since the spread of the sinkhole have become more aggressive. 780 FISHERMAN STREET,OPA-LOCKA,FLORIDA 33054(305)953-3058 AN EQUAL OPPORTUNITY EMPLOYER AND DOES NOT DISCRIMINATE ON THE BASIS OF HANDICAP DIAMANTI CONSTRUCTION & DEVELOPMENT, INC STATE LICENSE#CSC 1524241 Dated:June 20, 2018 SANITARY SEWER CONSTRUCTION COST ESTIMATE(BAHMAN AVENUE) Item Quantity Unit Unit Price Total Cost MOBILIZATION 1 LS $ 10,000.00 $ 10,000.00 EXISTING 18"CLAY PIPE BURSTING AND REPLACE WITH HDPE PIPE 1 LS $ 250,000.00 $ 250,000.00 6" SERVICE LATERAL 4 EA $ 4,000.00_$ 16,000.00 PAVEMENT RESTORATION 1 LS $ 9,000.00 $ 9,000.00 MOT 1 LS $ 5,000.00 $ 5,000.00 UTILITY SCREENING 1 LS $ 9,000.00_$ 9,000.00 TEMPORARY SEWER MAINTENANCE FOR LATERAL SEWER 1 LS $ 44,000.00 $ 44,000.00 TOTAL CONSTRUCTION COST $ 343,000.00 BOND 1 LS $ 6,000.00 $ 6,000.00 TOTAL SUBTOTAL $ 349,000.00 EMAIL: DIA.MANTICONSTIWCTIONFL® IL.COM;CELL:561-301-7191 - ---r- ) dlri :a= ...:w — U N D E R G It 0 ii N D 1520 SW 119th Terrace Davie,FL 33325 Phone 786-514-1107 Fax 954-885-5554 Hernandezunderground @comcast.net PROPOSAL Date:March 24,2018 Submitted to: City of OPA LOCKA Florida 33054 Job Location: Bahman Ave.Almost corner of Dunad Avenue Front of Lift station 11-C at Sherbondy Park We hereby submit Estimates and Specifications to repair broken sewer line Maintenance of traffic Provide Crane and hammer to Install Sheet piling Expose existing 18" broken sewer clay pipe to be replace with 18"SDR 25 C-900 sewer pipe Provide 2 Hydraulic silence pumps to keep sewer system thru by pass Install well point system and sediment box to facilitate dewatering process Also,include all equipment and material to complete the work in professional manner Including: Place of lime rock compact subbase and base Density test Restore Sidewalk Restore paver with drainage system Asphalt restoration Thermoplastic SOD Remove and dispose excess of fill WE HEREBY PROPOSE to furnish labor complete in accordance with the above specifications,for the sum of$369,000.00 Acceptance of Proposal The above price,specifications,and conditions are satisfactory and are hereby accepted.You have given your authorization to do the work as specified. Signature Date Print Name General Contractor AD 14031 SW 143rd Court Unit#6 AND DESIGN INC. Miami,Florida 33186 CONSTRUCTION Phone:(305)255-6067 Fax.:(786)430-1747 Email:info@cicdinc.com PROPOSAL/CONTRACT Web:cicdinc.com Proposal Submitted to: Airia Austin Fax Public Works Director Phone No: 305 321 2595 City Opalocka Florida Cell No: Job Name: Date: 11/02/2017 Upgrade 18" Gravity Sewer Line @ at pump Station 11A Scone of Work: We propose hereby to furnish, material, tools, labor and equipment in order to Updated the 18" Gravity Sewer Pipe at the Pump Station 11A,and included the followings. GENERAL REQUIREMENTS Mobilization/Demobilization Final cleaning M.O.T Well Point System Vacuum Truck Cleaning Pump Station TV Camera By Pass System Open Top Weird Tank Demolition Remove Asphalt and Grass Remove Paver and Concrete Curb Expose 18" Gravity Clay pipe& Removed Remove Gravity lateral Sewer Pipe Remove Drainage Pipe Remove Catch Basin and Drainage manhole 18" PVC Sewer-C-900 Pipe Furnish and Place Bedding Material Furnish & Install 18" PVC C-900 Gravity Sewer Pipe Furnish and Install Lateral sewer Pipes and Fittings Backfill Excavation Material General Contractor ��' CONSTRUCTION 14031 SW 143rd Court Unit#6 AND DESIGN INC. Miami,Florida 33186 eta Phone:(305)255-6067 Fax.:(786)430-1747 Email:info@cicdinc.com PROPOSAL/CONTRACT Web:cicdinc.com Drainage System Excavation for Future Drainage system Loading m Hauling and disposal Excavation Material Furnish and Install New 18" Perforated PVC pipe Furnish and Place Ballast rock Set Existing Catch Basing and Drainage Manhole& Pipes Connect existing Drainage Structure to New Drainage Asphalt Pavement Furnish and Place 8" Lime rock a Future Asphalt Area Place 2"Asphalt Pavement S-III Concrete Pavers Place Sand material under Paver Area Install Concrete paver area Pour Concrete Curb Pour Concrete Sidewalk Tools Equipment Labor EXCLUSIONS: Permits Holding Pole(FPL&Comcast) Pump Station Maintenance By Pass System at Pump Station No 11A Security Police Duty Services PAYMENT TERMS: Based upon Applications for Payment,submitted to the Owner/Agent by the Contractor,the Owner/Agent shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in this Proposal. Therefore,the Owner/Agent shall make payments to the Contractor as follows: Final retentions of the balance owed are not allowed.Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the following rate:any balance past thirty(30)days will be subject to 1-2%per month(18%per annual)finance charge with the Owner/Agent paying for all attorneys'fees should collection be necessary. This proposal may be withdrawn by C&I Construction and Design Inc.if not accepted within 30 eta rs We propose hereby to furnish material and labor complete in accordance with above specifications,for the sum of $497,795.00 Authorized Signature: Four Hundred Ninety Seven Thousand ado Maldonado Seven Hundred Ninety Five and 00/100 Dollars Note:This proposal may be withdrawn by us if not accepted within 30 days. All material is guaranteed to be as specified. M work to be completed in a Acceptance of Proposal workmanlike manner according to standard practices. Any alteration or deviation from above specification involving extra costs will be executed The above pries,specifications and conditions are satisfactory and are hereby accepted. only upon written orders,and will become an extra charge over and above You are authorized to do the work as specified.Payment will be made as outlined above. the estimate. All agreements contingent upon strikes,accidents or delays beyond our control. Owner to carry fire, tomado and other necessary Signature insurance. Our workers are fully covered by Workmen's Compensation Date of acceptance Insurance. a6 ME O� I PROPOSAL No. CO001...18 l M.,s+rEiM,.Y 9442 NW 109 Street,Medley,FL 33178 Phone:(305)885-1330 Fax:(305)885-1327 Project No: Project: Replacement of 18"Sanitary Sewer Pipe Location: Bahman Avenue From Dunad Avenue to Pump Station 11A County: Miami Dade Customer City of Opa Locka Attention Airia Austin Contract Item Description Units/ I Hrs Qty Unit Price Extension 1 Mobilization/Demobilization LS 1 $14,500.00 $14,500.00 2 Selling&Delivering 18"C-900 PVC LS 1 $235,000.00 $235,000.00 3 Sheeting LS 1 $295,000.00 $295,000.00 4 Well Point System LS 1 $15,000.00 $15,000.00 5 Repair Existing Storm Sewer Pipe LS 1 , $4,500.00 $4,500.00 6 Type 1 Trench Restoration LS 1 $30,000.00 $30,000.00 7 Milling and Paving_ LS 1 $17,500.00 $17,500.00 8 Maintenance of Traffic LS 1 , $3,200.00 $3,200.00 Total ;614,700.00 *ABOVE QUOTE AS PER PLANS AND SPECIFICATIONS. Exclusions: 1 Cost assoicated to Water Used During Construction 2 Handling of Contaminated Material 3 Permits(To be Reimbursed for Cost of Permit) 4 Bond(If Bond Is Required a 1.75%Fee Will be Added to Total Amount) 5 Off Duty Police 6 Lamping(Unable Due To 45 Degree Bends Being Installed) Page 1 of 1 or CONTRACT AGREEMENT BETWEEN CITY OF(WA-LOCKA AND Diamanti Construction & Development, Inc. FOR Bate Avenue Sanitary Sewer Construction erect One-loc .2018 Page 1 of 15 AGREEMENT THIS IS AN AGREEMENT,dated the 25th day of June,2018,between: CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY," and Diamanti Construction &Development, Inc. A licensed Company, authorized to do business in the State of Florida, hereinafter"CONTRACTOR". WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 On June 25 2018 the CITY awarded the CONTRACT and authorized the proper CITY officials to enter into an agreement with CONTRACTOR to render the services more particularly described herein below. Page 2 of 15 ARTICLE 2 SCOPE OF WORK 2.1 The CONTRACTOR shall furnish all of the materials, tools, supplies, and labor necessary to perform all of the work described in Exhibit A for the Sanitary Sewer construction on Bahman Avenue between Manhole 11A-51 at Dunad Ave. and Manhole 11A-72 at Pump Station 11A. A copy of the construction cost estimate is attached hereto and specifically made a part of this Agreement as Composite Exhibit "A". 2.2 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR pursuant to the terms of this Agreement. 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with recognized professional standards for specified services. If within One (1) year following completion of its services, such services fail to meet the aforesaid standards, and the CITY promptly advises CONTRACTOR, CONTRACTOR agrees to re-perform such deficient services without charge to the CITY. ARTICLE 3 TIME FOR COMPLETION AND LIQUIDATED DAMAGES 3.1 The CONTRACTOR shall commence work to be performed under this Agreement beginning June 27,2018. CONTRACTOR shall complete all work in a timely manner substantially by September 3,2018. Should there be any delay in issuance of permit by the jurisdictional authorities completion time will be adjusted accordingly. 3.2 Anything to the contrary notwithstanding,minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CONTRACTOR. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONTRACTOR shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONTRACTOR for which liquidated damages are due. 3.3 Contractor's failure to perform the work specified in Exhibit"A" shall result in Contractor being required to pay liquidated damages in the Amount$1000 per day for each unexcused day after the completion date set forth in Section 3.1 above. Page 3 of 1S ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONTRACTOR for the faithful performance of this Agreement, $349,000.00 for work to be completed in accordance with the "Proposal" submitted by CONTRACTOR. Prices for work completed by the CONTRACTOR shall be as reflected in the proposal submitted, a copy of which is attached hereto and made a part hereof as Exhibit "A",with no change in the price shown. A total contact price hereto is referred to as Contract Sum and shall be Three Hundred Forty Nine Thousand Dollars and Zero Cents. 4.2 Notwithstanding any other provision of this contract, the CONTRACTOR shall guarantee all portions of the Project against poor workmanship and faulty materials for a period of one (1) years after final payment and shall immediately correct any defects which may appear during this period upon notification by CITY. This provision shall in no way affect the manufacturing warranty for repair or replacement. 4.3 The making and acceptance of the final payment shall constitute a waiver of all claims by CONTRACTOR except those previously made and still unsettled. ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted by the Contractor to the Owner, and upon Project Applications and Certificates for Payment issued by the Owner, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for payment shall be one calendar month ending on the last day of the month, or as follows: 5.2.1. Owner shall pay pursuant to the Florida Local Government Prompt Payment Act Chapter 218 Florida Statutes. 5.2.2. Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. This schedule, unless objected to by the Owner, shall be used as a basis for reviewing the Contractor's Applications for Payment. 5.2.3. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.2.4. Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: Page 4 of 15 5.2.4.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of Ten percent (10%). Pending fmal determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in applications for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Construction Manager. When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.2.4.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction(or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of ten percent(10%): 5.2.4.3 Subtract the aggregate of previous payments made by the Owner; and subtract amounts, if any, for which the Construction Manager has withheld or nullified a Certificate for Payment. 5.3 The progress payment amount determined in accordance with the above shall be further modified under the following circumstances: 5.3.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety percent (90%) of the Contract Sum, less such amounts as the Construction Manager recommends and the Owner determines for incomplete Work and unsettled claims;and 5.3.2 Reduction or limitation of retainage, if any, shall be as follows: NONE ARTICLE 6 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive fmal payment: and (2) a fmal Project Certificate for Payment has been issued by the Owner and 3) the contractor has met all provisions of the reporting requirements of grants if the project is funded by grant money; such final payment shall be made by the Owner not more than 20 days after the issuance of the final Project Certificate for Payment. Page 5 of 15 ARTICLE 7 CONTRACTOR'S LIABILITY INSURANCE 7.1 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this Article and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor, if applicable,to commence work on a sub- contract until all similar such insurance required of the subcontractor has been obtained and approved. 7.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 7.3 Financial Ratings must be no less than "A" in the latest edition of"Bests Key Rating Guide", published by A.M.Best Guide. 7.4 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY.In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONTRACTOR shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension there under is in effect. The CONTRACTOR shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 7.5 Comprehensive General Liability insurance to cover liability bodily injury and property damage. Exposures to be covered are: premises, operations, products/completed operations, and certain contracts. Coverage must be written on an occurrence basis, with the following limits of liability: (a) Workers' Compensation Insurance—as required by law; (b) Employer's Liability Insurance-$1,000,000 per occurrence; (c) Automobile Liability Insurance- $2,000,000 per occurrence, $1,000,000 per accident; (d) Accident for bodily injury$300,000 and$1,000,000 per accident for property damage. 7.6 The CONTRACTOR shall hold Miami-Dade County and the CITY, its agents, and employees,harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY and Miami- Dade County as additional insured under their policy. 7.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. Page 6 of 15 ARTICLE 8 PROTECTION OF PROPERTY 8.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever. ARTICLE 9 CONTRACTOR'S INDEMNIFICATION 9.1 The CONTRACTOR agrees to release the CITY from and against any and all liability and responsibility in connection with the above mentioned matters and with the work being performed by Contractor. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters. 9.2 The CONTRACTOR agrees to indemnify and hold harmless the CITY, its trustees,elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONTRACTOR's negligent acts, errors,or omissions. 9.3 If a court of competent jurisdiction holds the City liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 10 INDEPENDENT CONTRACTOR 10.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums. Page 7 of 15 ARTICLE 11 CONTRACT BOND 11.1 The CONTRACTOR is required to furnish a Performance Bond and Payment Bond, each, in the amount of 100%of the total Bid Price, including Alternates if any, with the City of Opa- Locka as the obligee, as security for the faithful performance of the Contract and for the payment of all persons performing labor or furnishing materials in connection herewith. The bonds shall be with a surety company authorized to do business in the State of Florida. ARTICLE 12 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 12.1 CITY or CONTRACTOR may request changes that would increase decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreement as described in Article 2 of this Agreement. Such climes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 12.2 In no event will the CONTRACTOR be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. Page 8 of 15 ARTICLE 13 TERM AND TERMINATION 13.1 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon written notice by the CITY to CONTRACTOR in which event the CONTRACTOR shall be paid its compensation for services performed to termination date. In the event that the CONTRACTOR abandons this Agreement or causes it to be terminated, he shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONTRACTOR shall become the property of CITY and shall be delivered by CONTRACTOR to CITY. 13.2 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement. ARTICLE 14 CONTRACT DOCUMENTS 14.1 CONTRACTOR and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: This Agreement; CONTRACTOR's proposal as set forth in Exhibit"A";and any other exhibits thereto,or to this Agreement.. ARTICLE 15 MISCELLANEOUS 15.1 Legal Representation: It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 15.2 Assignments: This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered,under any circumstances,by CONTRACTOR without the prior written consent of Page 9 of 15 CITY. For purposes of this Agreement, any change of ownership of CONTRACTOR shall constitute an assignment which requires CITY approval. However,this Agreement shall run to the CITY and its successors and assigns. 15.3 Records: CONTRACTOR shall keep books and records and require any and all subcontractors to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three(3) years after the completion of all work to be performed pursuant to this Agreement, or for such longer period as is required by law. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. 15.4 Ownership of Documents: Reports, surveys,plans, studies and other data provided in connection with this Agreement are and shall remain the property of City. 15.5 No Contingent Fees: CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion,to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 15.6 Notice: Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: Page 10 of 15 CITY: Newall Daughtrey,Acting City Manager 780 Fisherman Street,4th Floor Opa-locka,Florida 33054 COPY TO: Vincent Brown, City Attorney 780 Fisherman Street,4th Floor Opa-locka, Florida 33054 COPY TO: Airia Austin, CIP\Public Works Director 780 Fisherman Street,4th Floor Opa-locka,Florida 33054 CONTRACTOR: Mohammed S Islam, President Diamanti Construction&Development,Inc. 3832 Parkside Circle Palm Springs,FL 33461 561.301.7191 Email: diamanticonstructionfl @gmail.com 15.7 Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 15.8 Exhibits: Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 15.9 Headings: Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 15.10 Severability: If any provision of this Agreement or application thereof to any person or situation shall,to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held Page 11 of 15 invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect,and be enforced to the fullest extent permitted by law. 15.11 Governing Law: This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami-Dade County,Florida. 15.12 Disputes: Any claim,objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami-Dade County. 15.13 Attorney's Fees: To the extent authorized by law,in the event that either party brings suit for enforcement of this Agreement,the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 15.14 Extent of Agreement: This Agreement,together with all contract documents,and all exhibits hereto or to the contract documents, represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 15.15 Waiver: Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right there in contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. 15.16 Equal Opportunity Employment: CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated, during employment, without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. Page 12 of 15 ARTICLE 16 NOTICE TO PROCEED The CONTRACTOR shall commence work within five(5)working days from the date of the Notice to Proceed(NTP),or the issuance of permit by jurisdictional authorities, whichever comes later.No work shall begin without NTP.Residents must be given at least 48 hours notice to commence construction at the site. Page 13 of 15 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST: y..__ E BY: (40 — / 77'I J• ..1 : Flores,CMC Newal Daugh' -y Ci Clerk Acting City Manager APPROVED AS TO FORM: The Brown Law Group,LLC,City Attorney Diainanti Construction&Development,Inc. "- ES: „„, (Name&Signature) Authorized Representative (Name&Signature) ATTEST: (Name&Signature) Page 14 of 15 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST: BY: Joanna Flores,CMC Newall J.Daughtrey City Clerk Acting City Manager APPROVED AS TO FORM: Vincent Bro'. ,City Attorney Von • Mohammed S Islam Diamanti Construction&Development,Inc. WITNESSES: `, - , c3 TH(A *Km'J (Name&Signature) Authorized Representative (Name&Signature) ATTEST: • bil) C vDHI SV K SIR°i n My Comiron GG 38434 • //1/� ExpirM 101192Q20 I�✓ `r�r :� Gib v\ (Name&Signature) �t Page 14 of 15 Exhibit "A" RECEIVED PROPOSAL Diamanti Construction & Development, Inc. DIAMANTI CONSTRUCTION & DEVELOPMENT,INC STATE LICENSE*CGC 1 524241 Dated:June 20, 2018 SANITARY SEWER CONSTRUCTION COST ESTIMATE(BAHMAN AVENUE) .,... `a.. ... . >. 5 .z=: .,.z �v 6 F CO s ^� A,.4 't.a i,14'_ g° MOBILIZATION 1 LS $ 10,000.00 $ 10,000.00 EXISTING 18"CLAY PIPE BURSTING AND REPLACE WITH HDPE PIPE 1 LS $ 250,000.00 $ 250,000.00 6" SERVICE LATERAL 4 EA $ 4,000.00 $ 16,000.00 PAVEMENT RESTORATION 1 LS $ 9,000.00 $ 9,000.00 MOT 1 IS $ 5,000.00 $ 5,000.00 UTILITY SCREENING 1 IS $ 9,000.00 $ 9,000.00 TEMPORARY SEWER MAINTENANCE FOR LATERAL SEWER 1 LS $ 44,000.00 $ 44,000.00 TOTAL CONSTRUCTION COST $ 343,000.00 BOND 1 IS $ 6,000.00 $ 6,000.00 TOTAL SUBTOTAL $ 349,000.00 EMAIL:DIAMANTICONSTRUCTIONFL @GMAIL.COM;CELL:561-301-7191 Page 15 of 15 O�n-LOCM� ).y � O `0 l)t/(//(4// U Newall J. Daughtrey Phone: (305)953-2821 Acting City Manager Fax : (305)953-2870 June 25,2018 Mohammed S Islam Diamanti Construction&Development,Inc. 3832 Parkside Circle Palm Springs,FL 33461 Cell: (561)301-7191 diamanticonstructionfl@gmail.com RE:Notice to Proceed(NTP)for Sanitary Sewer Pipe Installation Dear Mr. Islam: This letter shall serve as a"Notice to Proceed"from the City of Opa-I.oc ka to your firm to begin the Sanitary Sewer Pipe Installation in Bahman Avenue in accordance with the agreement effective from June 25,2018. For any additional questions or comments, please contact Airia Austin,CIP\Publac Works Director at (305)953-2868,extension 1214 or aaustin opalockafl.gov. Sincerely, Newall J.Daughtrey Acting City Manager cc: Airia Austin,CIP\Public Works Director Carlos Gonzalez,CIP Project Manager Ycsly Quillen,CIP Coordinator CITY HALL •780 FithermanSrREEr,OPA-LOCKA, FLORIDA 33054 •(305)953-2868 AN EQUAL OPPORTUNITY EMPLOYER AND DOES NOT DISCRIMINATE ON THE BASIS OF AGE,SEX,RACE,RELIGION, COLOR,NATIONAL 0 RGIN,DISABLITY,MARTIAL STATUS,VETERAN STATUS OR HANDICAP