Loading...
Res No 133-11-13447RESOLUTION NO. 13 3 -1 1 -1 3447 A Resolution authorizing the City Manager to execute a construction contract with H & R Paving, Inc in the amount of $42,823.59 for Citywide Road Resurfacing Project to be charged to the Local Option Gas Tax Fund Account Number 112 - 1730 - 541 -6210. WHEREAS, the Mayor and City Commission wishes to provide road resurfacing to city streets. WHEREAS, the City has published an RFP # SM- 2011 -07 -PW and bids were received from JVA Engineering Contractor, Inc. in the amount of $66,311.30 and Rock Power Paving Inc. in the amount of $73,072.13. WHEREAS, H &R Paving, Inc. submitted a bid of $42,823.59, which is the lowest, responsive and responsible bidder for the Citywide Road Resurfacing Project WHEREAS, the total construction cost is $42,823.59, funded by the Local Option Gas Tax Fund from Account Number 112 - 1730 - 541 -6210. WHEREAS, the Mayor and City Commission desires to authorize the City Manager to execute a construction contract with H &R Paving, Inc. for the Citywide Road Resurfacing Project for the amount of $42,823.59. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The City Manager is hereby authorized to execute the construction contract that was attached to RFP # SM- 2011 -07 -PW and issue a Purchase Order to H &R Paving Inc. for the Citywide Road Resurfacing Project in the amount not to exceed $42,823.59. Section 2: The expenditure shall be charged to the Local Option Gas Tax Fund Account Number 112 - 1730 - 541 -6210, before this resolution is adopted. Section 3. This resolution shall take effect immediately upon adoption. Passed and adopted this 16 day of August2011, Attest: Clerk Read and a ved as to form Ian gality and1ex9e0 n Approved: Mayor Commission Vote: 5 -0 Mayor Stoddard: Yea Vice Mayor Newman: Yea Commissioner Palmer: Yea Commissioner Beasley: Yea Commissioner Harris: Yea our, South Miami VF Ag-kaft " - CITY OF SOUTH MIAMI 1 OFFICE OF THE CITY MANAGER INTER- OFFICE MEMORANDUM 4Q01 To: The Honorable Mayor and Members of the City, ommission Via: Hector Mirabile, Ph.D., City Manager From: Keith Ng, CFM, Operations Manager of ineering and ' nstructio Date: Subject: August 5, 2011 Agenda Item No.: Construction contract with H &R Paving Inc. for Citywide Road Resurfacing Project, Resolution: A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the City Manager to execute construction contract with H & R Paving, Inc in the amount of $42,823.59 for Citywide Road Resurfacing Project to be charged to the Local Option Gas Tax Fund Account Number 112- 1730 -541- 6210. Background: On August 3, 2011, the City of South Miami received three (3) bids in response to the solicitation. Bids were received from JVA Engineering, Rock Power and H & R Paving at $66,311.30, $73,072.13 and $42,823.59 respectively. The bids were reviewed and it was determined that H &R Paving is the lowest, responsive and responsible bidder for the Citywide Road Resurfacing project. Expense: $42,823.59 Account: The expenditure to be charged to the Local Option Gas Tax Fund Account Number 112 -1730- 541 -6210 with an account balance of $75,000.00 before this request Attachments: Proposed Resolution Tabulated Bids Bid Proposals — Schedule of Values m .o a D1 C E w m 0 y� 7 II 0 L) in v °o nU °o °o �� °o d OI , j 0 O o° CU a Ot 4 O m x . -d 9Orn 4 can O cci r .c .: n �. v cr! 7 " N ad 0 LO 47 � i (g co r cm of to N ai P') z M p 6t 69 6� ua 69 69' 69 C%S y 4 bO tO 64 65- 64 M> tR da eR 64 605, z .� q C? 0 0 0 °o, 4�' ® n o cv of Lo v cli o° q 0 0) CV co N (O CO i qC� r C IX1 r M a� fA 6e.[69[ &a. 64 64 64 691 69 #ic :r Li C 0 U tl�7 D d p -j 11 5 1 � 1 .4 1 -U3 1 LL °n °o °o �� °o N , j 0 O Q O O O O O _. N m 4 00.9 N O co r M �. q tl " Lo O 0 LO 47 � i (g co r cm of to N ai P') z M w ` y w bO tO 64 65- 64 M> tR da eR 64 605, z (Y °o, 0 0 °o °o, o° o udi, o° o° o° CV co N (O CO qC� r C IX1 r M V1 64 69 69 69 69 #ic Li C 0 U tl�7 D d p -j 11 5 1 � 1 .4 1 -U3 1 LL °n °o °o �� °o z j a°' C! v° �Vo _. N m CO Lo co FO V4 LO � i o N e P') ` y 69 fA f/3 64 69 69 64 L4 6g 605, (Y °o, 0 0 ° Co udi, c°q N co � #ic iA 69 fPr 69 wi t!3 69 64 -'i, Li C 0 U tl�7 D d p -j 11 5 1 � 1 .4 1 -U3 1 LL M� � � cn � co � r•. � oa C V m Q o� �� v c t j N co GL 16 Q -- _. N 0 FO M� � � cn � co � r•. � oa C V m Q BID OPENING REPORT Bids were opened on: Wednesday, August 3, 2011 after: 10:00am For: RFP NO. SM- 200 =07 -PW - CITYWIDE ROAD RESURFACING PROJECT COMPANIES THAT SUBMITTED PROPOSALS: THE ABOVE BEDS HAVE NOT BEEN CHECKED. THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk's Sign: _— Witness: Witness: 0 " K_ P4/V,_ I tice, -Z I Below is a revised Schedule of Values for the project that must be used when submitting the bid: C4 of South Miaimi Citywide Road Resurfacing Project Schedule of Values Updated 7%2212011 Item Description Unit Unit state Qty. I Mobilization L5 1 2 Clearing and Grubbing LS _ I 3 - Maintenance of Traffic - - LS 1 �� �f — 1 4 _ Milling up to 1.00" depth e)dsting SY ¢—� u 4,764 - asphalt 5 Installation of 1.00" thick superpave TON /���� 250 hot asphaltic concrete 6 Traffic b" Stripe Solid Yellow LF ef r 340 7 Traffic 24" Stripe Solid White (Stop lad Bar) LF #1 -- 29 8 Retroreflecdve Pavement Markers 64 I� 5 9 Performance 4 Payment Bond (5% of LS 10 Continyency(10 %ofStrbtotan LS TOT, Price lY p �r Z ¢ �o - I L e t r Below is a revised Schedule of Values for the project that must be used when submitting the bid: City of South Miaimi Citywide Road Resurfacing Project Schedule of Values Updated 7/22/2011 f t 1C I f. i Description Unit Unit Rate Qty. Price 72' Mobilization LS �Q$0. 00 1 (j Clearing and Grubbing LS 13, $ 00 • b0 f 3 00 4 0 3 Maintenance of Traffic LS X1.90. 00 1 490-00., 4 Milling up to 1.00" depth existing SY 2.75 4.764 /!�} f . 00 as halt 5 installation of 1.00" thick superpave TON hot asphaltic concrete b Traffic b" Stripe Solid Yellow LF S.-30 340 7 Traffic 24" Stripe Solid White (Stop LF 4 G2 29 ✓(33 gar) 8 Retroreflective Pavement Markers' 15A Z. ft S SUBTOTAL. Q, 9 Performance & Payment Bond (S% of LS 3 77. 0 S � Subtotal] 10 Cohtingency(I0%of`Subtotaq LS ,3 • l�+d. - - TOTAL t7 3, 072, f t 1C I f. i a ejo, 9-A-11 Below is a revised Schedule of Values for the project that must be used when submitting the bid: city 0f,5outh Mlairm Citywide Road Resurfacing Project Schedule of Values updat?A%, W Item Description Unit -Unit Rate Qty. Price I Mobilization LS 4 0, b 1 0. 2 Clearing and Grubbing L$ . 4 1. 000- I j I 3 Maintenance of Traffic LS 4,7-1,7,50-��- I -z 25C). 4 Milling up to I.00" depth existing SY 4,764 atphait $ q.-5 2t Installation of 1.00' thick superpave 5 h6tasphoJdc concrete TON 14+ a 250 (0, DI20 6 Traffic 6"Stripe Solid Yellow LF 340 7 Traffic 24" Stripe Solid White (Stop LF 29 Bar) 1m 04- 8 Retrorefiective Pavement Markers EA 5 Q. SUOT O L j fp� -2, 9 Performance & Payment Bond (5% of LS subtaw) 4 '2, &96 I contingency [10% Of Subtowl) LS +&,L,. TOTAL CONTRACT Citywide Road Resurfacing Project THIS CONTRACT was made and entered into on this day ofpi6'�12 , 2011. by and between . k,k R "P*VI ^1G► , f C , hereafter referred to as "Contractor", and the City of South Miami, hereafter referred to as "Owner". WITNESETH: That, the Contractor, for the consideration hereinafter fully set out hereby agrees with the Owner as follows: I. The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus, and transportation necessary to perform all of the work shown on the Drawings. 2. Drawings described In the Project Manual tided Citywide Road Resurfacing Project: the Contractor shall furnish all the materials, and perform all of the Work as provided for in the Bid Documentis and Construction Documents, drawings, plans, specifications and documents and shall do everything required by this Contract and the other Contract Documents; i K G4►Aihq 3. The Contractor shall commence the Work to be performed under this Contract on a date to be specified in a written order of the Owner and shall complete all Work hereunder within the length of time stipulated In the Bid. 4. The Owner hereby agrees to pay to the Contractor for the faithful performance of this Contract, subjecf to additions and deductions as provided In the Bid Form, in lawful money of the United States, the amount of- lin II rr } 5 9 rh/G 'F�.t O tj G G!`�('e �t I U tG �y 1 Written Dollar Arnount Dollars ($ *:2, � 3 . _ j, Lump Sum. 5. The Owner shall make monthly partial payments to the Contractor on the basis of a duly certified and approved estimate of Work performed during each calendar month by the Contractor, less the retainage provided In the General Conditions, which Is to be withheld by the Owner until completion and acceptance of the complete project In accordance with this Contrac�„`and until such Work has been accepted by the Owner. 0MJ;"i � �nerc Fwd,tip 1vud- 6. Upon submission by the Contractor of evidence satisfactory to the 0 er that all payrolls, materials bills, and other costs Incurred by the Contractor In connection with the construction of the Work have been paid In full, final payment on account of this Contract shall be made within sbcty (60) days after the completion by the Contractor of all Work covered by this Contract and the acceptance of such Work by the Owner, 7. In the event that the Contractor shall fail to complete the Work within the time limit stipulated on the pfd Form in #S, or the extended time limit agreed upon, as more particularly set forth In the Contract Documents, liquidated damages shall be paid at the rate of $566 per day, ,plus any monies paid by the City to the Consultant for additional engineering and Inspection services associated with such delay, 8. It Is further mutually agreed between the parties hereto that If, at any time after the execution of this Contract and the Surety Bond hereto attached for Its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory, or If, for arry reason such bond ceases to be adequate to cover the performance of the Work, the Contractor shall, at Its expense within five (5) days after the receipt of notice from the Owner so to do, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. In such event; no further payment to the Contractor shall be deemed to be due under this Contract until such new or additional security for the faithful performance of the Work is furnished in manner and form satisfactory to the Owner. 9. No additional Work or extras shall be done unless the same is duly authorized by appropriate action by the Party of the Owner. IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day and date first above written, in five (5) counterparts, each of which shall, without proof or accquntirVor the other counterpart be deemed an original Contract. WITNESSES: CONTRACTOR. Signature: Name: Title: ►fl�� AUTHENTICATION: Signature: Maria Menendez City Clerk I OWNER: CITY OF SOUTH MIAMI Signature ector Mirabi e, Ph.D City Manager