Loading...
HomeMy Public PortalAbout19-9667 H & R Paving Inc/Temporary Street Repair not exceed $30,816.97 Sponsored by: Newall Daughtrey, City Manager RESOLUTION NO. 19-9667 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO UTILIZE H&R PAVING, INC. TO PERFORM TEMPORARY STREET REPAIRS IN AN AMOUNT NOT TO EXCEED THIRTY THOUSAND EIGHT HUNDRED SIXTEEN DOLLARS AND NINETY-SEVEN CENTS ($30,816.97), IN RELIANCE UPON MIAMI-DADE COUNTY'S WASD STREET REHABILITATION CONTRACT; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-locka is in need of temporary street repairs in the industrial area; and WHEREAS, the project will be conducted on Northwest 25th Court at Northwest 150th Street, Northwest 150th Street at Northwest 24th court, Northwest 149th Street at Northwest 24th Court , at 2305 Northwest 149th Street, and 2275 Northwest 150 Street to enhance driving comfort and safety; and WHEREAS, the repairs will be completed by H&R Paving, Inc., at a cost to the City of Thirty Thousand Eight Hundred Sixteen Dollars and Ninety-Seven Cents ($30,816.97), in reliance upon Miami-Dade County's WASD Street Rehabilitation Contract; and WHEREAS, Staff recommends the City Commission authorize the City Manager to utilize H&R Paving, Inc. to perform temporary street repairs in an amount not to exceed Thirty Thousand Eight Hundred Sixteen Dollars and Ninety-Seven Cents ($30,816.97). Resolution No. 19-9667 NOW THEREFORE, BE IT RESOLVED THAT 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 authorizes the City Manager to utilize H&R Paving, Inc. to perform temporary street repairs in an amount not to exceed Thirty Thousand Eight Hundred Sixteen Dollars and Ninety-Seven Cents ($30,816.97), in reliance upon Miami-Dade County's WASD Street Rehabilitation Contract. 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 immediately upon adoption, and is subject to the approval of the Governor of the State of Florida or his designee. PASSED AND ADOPTED on this 12th day of Tune, 2019. MATTHEW A.PIGATT MAYOR Resolution No. 19-9667 Attest to: Approved as to form and legal sufficiency: joa : Flores THE BROWN LAW GROUP, LLC City Clerk City Attorney Moved By: VICE MAYOR DAVIS Seconded by: COMMISSIONER BURKE Commission Vote: 4-0 Commissioner Kelley: NOT PRESENT Commissioner Bass: YES Commissioner Burke: YES Vice Mayor Davis: YES Mayor Pigatt: YES �trh •. dl4iI4�:a City of Opa-Locka Agenda Cover Memo Department Airia Austin Department Director: Director Signature: , Finance Designee: Newall J. Daughtrey FD Signature: _ Department Acting City Newall J. Daughtrey CM Signature: Manager: Commission 06/12/2019 Item Type: Resolution Ordinance Other Meeting Date: X (EnterX in box) Fiscal Impact: Ordinance Reading: 1g Reading 2nd Reading (EnterXin box) Yes No (EnterXin box) $30,816.97 X Public Hearing: Yes No Yes No (EnterXin box) X X Funding Source: (Enter Fund Advertising Requirement: Yes No Account#: &Dept) (EnterXin box) X Ex: Roads 41-541340 &Streets Division Contract/P.O. Yes No RFP/RFQ/Bid#: Required: X RFP# (EnterXin box) Strategic Plan Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: Related X Enhance Organizational - (list the specific objective/strategy this (EnterXin box) Bus.&Economic Dev n item will address) Public Safety Quality of Education 0 Qual.of Life&City Image ml Communication 0 _ Sponsor Name City Manager Department: City Manager Short Title: Industrial Area Temporary Street Repairs. Staff Summary: The purpose of this request is to piggyback Miami Dade Contract utilizing H& R Paving, Inc, to perform temporary Street repairs in Opa-locka industrial area. The Project will be conducted on NW 25 CT @ NW 150 Street, NW 150 Street @ NW 24th Court, NW 149th Street @ NW 24th Court, at 2305 NW 149th Street and 2275 NW 150 Street for the total cost of$30,816.97.The temporary repair will enhance driving comfort,and safety. Proposed Action: Staff recommends to piggyback the Miami Dade Contract with H & R Paving to perform this job. Attachment: 1. Agenda 2. Email proposal from H & R Paving Inc 3. Street Maps 4. Miami Dade County Recommendation for Award Letter Carlos Gonzalez From: Abe Rodriguez <abe @hrpaving.com> Sent: Thursday, May 30, 2019 1:47 PM To: Carlos Gonzalez Cc: Yesly Guillen Subject: NEW SITES This is an EXTERNAL email. Exercise caution. DO NOT open attachments or click links from unknown senders or unexpected emails. If if this is a suspicious message please contact itsupportgopalockafl.gov 1. NW 25 CT @ NW 150 ST $5,047.74 INCLUDING ASPHALT, MILLING AND STRIPING. 2. NW 150 ST @ NW 24 CT $2,946.75 INCLUDING ASPHALT, MILLING AND STRIPING. 3. NW 149 ST @ NW 24 CT $9,449.98 INCLUDING ASPHALT, MILLING KEY JOINTS AND STRIPING. 4. 2305 NW 149 ST $7,747.50 INCLUDING ASPHALT, MILLING. 5. 2275 NW 150 ST $5,625.00 INCLUDING ASPHALT, MILLING KEY JOINTS. TOTAL$30,816.97 Abe Rodriguez abe@hrpaving.com d PAVING INC. 1955 N.W.110 Avenue Miami,A 33172 1 - w V CTS } , tn $f1 s }sue Z ?° �' 44 { Vii . '"" n � , r a� NW 22nd AVE 0 as C cp c r` k l3 puZZ MN X66' „ C 2 fra '` = _ ",may-,. 4-t .. c� �w��, '� .--- \4J� �`ga „1�•° ` 0 '„, W22ndPL ,�_ ,,.r f„,, u` • "* - d tea. s , s ;g s A S , mz'-”,-- a .y 4 x hs a(IA t la " 4,, t" .0,^°` a . ...`",,,roff"., - L t k_ -...\,,,,,,, a tt { • Fs '� � �';, h. fi f —�,e: '9F� '�_ te *"a"..A'�A g5•: -« -msµ l%F" . pry x , 8Y i * ,.. ` " {r;�„'o-�tea?`^. j { ; _ $ S #� t, 4n.nog 'n ,« - Sv k £t._� � 1. �� « y w t a : ,r0,,,..,,,frgor7rFINH.,-",, ,,, „, , , _ .,,,,,,,..it 4 4,vel NW 25th CT.t, . a try # + -« L . ILA.4 ,„,, . 1 ,,,, __ '. , „ , - .. < ili Department of Transportation and Public Works (DTPW) 111 NW First Street,Suite 1410 Miami, Florida 33128-1970 110 '� rII,1 -�I- r,\ r'F TV- - �! �,�,i? T 305-375-2930; F 305-375-2931 MIAMf•LaADE • co— __ 2016 5tlp'2. 9 P miamidade.gov {:CIRCUIT& C Y 1 cilAtil-OADECOUNT FLA7 II September 29; 2016 Mr. Raul Gonzalez H&R Paving, Inc. 1955 NW 110 Avenue Miami, Florida 33172 . • -- - abe@hrpaiiing.com Re: Recommendation for Award is Request for Price Quotation (RPQ) No.20160218 (MCC 7360 Plan) WASD Street Rehabilitation Contract 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 ii $54,011.80. The contract duration.�s established as 540-calendar days. However, ttie . recommendation of award is contingentupon the submission of the required items listed below: IA IIN 1. Performance and Payment Bond as required in Contract No. MCC 7360 Plan, Section 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 all provided). 2. Letter from Bonding &gent granting Miami-Dade County authorization to date the Performance Bond. 3. Copies of current insurance certificates. IN 4. Copies of required-4icense(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 ii 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 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. . ' t Page 2 Recommendation for Award RPQ No.20160218 No award of this contract shall be effective and thereby give rise to a contractual relations'I 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 • ou have any questions, please contact me at(305)375-2930. Si =te , lit At lir- dr. Martinez-Esteve, RA, LEED AP M a:= •TPW Capital Improvements AM:lc c: Manuel 0.Garcia, DTPW • Bassam Moubayed, DTPW Rene [damage, P.E., DTPW Joaquin Rabassa, P.E., DTPW - Alfredo MuFiaz, P.E., DTPW Alicia Arae, DTPW Alvaro Castro, DTPW Marcia Martin, ISD Laurie Johnson, ISO Alice Hidalgo-Gato, ISD Catherine Forte, LSD Belkis Zarate, ISD Clerk of the Board Project File • • • • • II Miami-Dade County Department of Transportation and Public Works Contract Prices IIProject Title:WASD Street Rehabilitation Contract No: 20160218 Contractor:H&R PAVING INC. Bid Date: 09/07/2016 Estimated Estimated Item Number Description Unit Quantity Unit Price Total • 1WS1A-1 ASPHALT SURFACE PAVEMENT REPAIR-Saw cut,and remove asphalt from marked S.F. 240,000.0 $3.4C $818,000.00 area and trench,{up to 3"average)to expose existing base. Ef suitable,re compact base and replace asphalt with type asphalt up to 3" and to the level of the surrounding surface. Includes temporary striping as needed. 1 WSB Additional Asphalt Pavement Repair S.F. 1,000.0 $1.00 $1,000.00 2WS1 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. _ 3WS1A Limerock Base Reconstruction/Repair S.F. 150.d $0.01 $1.50 7WS-1 Night Differential P.N. 30.0 $0.01 $0.30 102-74-1 BARRICADES(TEMPORARY-TYPE I,11,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.Or $0,01 $6.00 - 102-76A ADVANCE WARNING ARROW PANEL EA/DAY 150.d $10.00 $1,500100 121-70-1A FLOWABLE FILL-This Item may be used at the discretion of the engineer, in lieu of C.Y. 20.d $0.01 $0.20 granular fill material,or in cases where a fast setting fill is a must. 327-70 MILUNG 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 $251,000.001 337-8-42 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. L 24.0 $250,00 $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 $240.001 $1,920.00 706-1-12 REFLECTIVE PAVEMENT MARKERS (class B,mono or bl-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(Whte)(Message) • EA. 8.0 $120.00 $960.00 ' 711-11-170 THERMOPLASTIC(White)(Arrows) EA 8.d $120.00 $960.00 711-11-224 THERMOPLASTIC(Yellow)(Solid)(18") L.F. 30.d $6.00 $180.00 711-33-34 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 LF. 10,000.0 $1.20 $12,000.00 proportionally) ALLOWANCE ACCOUNTS (used as approved by the engineer pursuant to the requirements of the Contract Documents) . 999 CONTINGENCY FUND(10%OF SUBTOTAL AMOUNT) L.S. 1.0 $129,218.89` $129,218.88 ' 101-1 MOBILIZATION W.O. 60.0 $600.00 $36,000.00 ' 102-10A 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 - �. I CSCCRP_PROJECT_1TEM PRICES I 09/2912016 08:51 AM Page 1 of 1 MIAMI COUNTY June 22,2017 Department of Transportation and Public Works Raul Gonzalez Capital Improvements Division H&R Paving,Inc. 111 NW 1"Street, 14th Floor g Miami,Fl, 33128 1955 NW 110 AVE T 305-375-1918 F 305-375-5909 MIAMI,FL 33172 Re: Notice of Proceed for MCC 7380 Plan—RPQ No:20180218 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.oovnintemaiserwceshniscalineous-construction-contracts.asa#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, J uin balsa,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: lit "PAVt • Authorized Representative Name: ( E 12.14u E. Authorized Representative Signature: Dated: 412 1It 7 The foregoing was sworn and subscribed before me this 21„''day of 3u146 , 2ot7 by Peter t2.D1tt4Vt 1_ ,who is personally known to me or who produced R3`2 000 0.11104 as identification who being duly sworn, -• and says that the above is true to the best of his knowledge,information and belief. / Rafael A.Satan My Commission expires: / • • Commission/66114180 4//04 OTARY PUBLI _t x Expires June 14,2021 STATE OF FLORIDA � Boned tilru 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 Goyim*,P.E.,DTPW Manuel,Garda.DTPW �, Bassam Moubayed,CFM,DTPW Rene Manilla.P.E., DTPW Alejandro Mardnez-Esteve,DTPW Alvaro Castro,DTPW '3' Freddy Valero,DTPW Marcia Martin,ISD Alfredo Munoz,DTPW Project#20160218 PCMT 1700088