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