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