Loading...
HomeMy Public PortalAbout20-9724 Street Repairs on 139th StreetSponsored by: City Manager RESOLUTION NO.20-9724 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK THE CITY OF NORTH MIAMI BEACH PROFESSIONAL SERVICES AGREEMENT (ITB 2016-04) WITH ASPHALT & ENGINEERING, INC. FOR STREET REPAIRS ON NW 139TH STREET, IN AN AMOUNT NOT TO EXCEED $85,264.00 IN A CONTRACT FORM TO BE APPROVED BY THE CITY ATTORNEY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-locka ("City") is in need of temporary roadway restoration of NW 139th Street to include limerock base work, grading compacting and asphalt pavement; and WHEREAS, the City of North Miami Beach procured the services of Arrow Asphalt and Engineering, Inc., to provide roadway, asphalt restoration and engineering services pursuant to Invitation to Bid (ITD) No. 2016-04 on September 6, 2016; and WHEREAS, the City Manager has verified that there is an existing valid contract between the City of North Miami Beach and Asphalt & Engineering, Inc.; and WHEREAS, the temporary repair will enhance driving comfort and safety within the City; and WHEREAS, the City Commission finds that it is the best interest of the City to piggyback on the City of North Miami Beach so it can benefit from already negotiated rates and enter into an agreement with Arrow Asphalt and Engineering, Inc., for temporary roadway restoration of NW 139th Street. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Resolution No. 20-9724 Section 1. Adoption of Representations. The above recitals are true and correct and are incorporated into this Resolution by reference. Section 2. Authorization. The City Commission hereby authorizes the City Manager to piggyback on the City of North Miami Beach for the temporary roadway restoration of NW 139th Street, in an amount not to exceed $85,264.00 and in a form acceptable to the City Attorney. 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 5. 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 8th day of January, 2020. Matthew A. igatt, Mayor ATTEST: nna Flores, City Clerk APPROVE LEGAL TO FORM AND Burn. d: e Norris -Weeks, P. City Attorney Resolution No. 20-9724 Moved by: Commissioner Burke Seconded by: Vice Mayor Davis VOTE: 5-0 Commissioner Bass YES Commissioner Burke YES Commissioner Kelley YES Vice -Mayor Davis YES Mayor Pigatt YES City of Opa-Locka Agenda Cover Memo RE.CEIVED CITY OF OPA-LOCKA OFFICE T THE rr( CLERK 2019 DEC 23 PH 3: 32 Department Director: Airia Austin Department Director Signature: . Finance Director: FD Signature: Department City Manager: John E. Pate CM Signature: Commission Meeting Date: 01/08/2020 Item Type: (EnterX in box) Resolution r inance Other X Fiscal Impact: (EnterX in box) $85,264.00 Yes No Ordinance Reading: (EnterX in box) 1st Reading 2nd Reading X Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Account# : 41-541340 (Enter Fund & Dept) Ex: Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: RFP # Piggyback Contract X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: m k n Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X M Image mi MI Sponsor Name City Manager Department: City Manager Short Tie: A Resolution of the City Commission of the City of Opa-Locka, Florida, authorizing the City Manager to piggyback existing contracts for Civil works to perform temporary Street repairs on NW 139th Street. Staff Summary The purpose of this request is to piggyback existing municipal contract with the City of North Miami Beach, for qualified professional services to achieve the Temporary Roadway Restoration of the NW 139th Street. The estimated cost to perform this job will be $85,264.00. The timeframe to complete this project is expected to be two months. The temporary repair will enhance driving comfort, and safety. Proposed Action: Staff recommends approval to piggyback existing contract with the City of North Miami Beach. Attachment: 1. Agenda 2. Arrow Asphalt & Engineering, Inc Proposal (CTL# 5967) 3. Existing contract with City of North Miami Beach Client Information King Leonard City of Opa Locka 12950 Lejuene Road Opa Locka, FL 33054 (305) 953-2828 Email: kleonard@opalockafl.gov PROPOSAL CTL# 5967 Arrow Asphalt & Engineering, Inc. 3050 N.W. 129th Street, Opa Locka, FL 33054 (305) 688-8686 Voice (305) 688-8484 Fax PROPOSAL SUBMITTED TO: Date: Friday, May 24, 2019 Job Site Information City Street NW 139th Street Between 22nd Ave & 19th Ave Opa Locka, FL We hereby submit specifications and estimates to perform work at the above job site: C-21 Limerock base, group 4 (6" thick), including grading and compaction. 800 SY @ $12.00 . $9,600.00 C-5) Type S-3 Asphaltic pavement (I" thick) machine layed. 4,729 SY @ $8.00. $37,832.00 C-5) Type S-3 Asphaltic pavement (1" thick) machine layed. Additional 1" Thick. 3,901 SY a, $8.00 $37,832.00 Pricing base on: Contract ITB 2D 16-14 Civil Work North Miami Beach Total: $85,264.00 [Add cost of permit to total if required, any additional work will be an extra] We hereby propose to furnish labor and materials -- complete in accordance with the above specifications, for the sum of: Eighty Five Thousand Two Hundred Sixty Four Dollars and 00/100 ($85,264.00) with 50% deposit, and remaining balance payment due upon completion ofjob. ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. We have reviewed the important Disclosures and have provided any special billing instructions on the reverse side. You are authorized to do the work as specified. Payment will be made as outlined above. ACCEPTED: Signature: Date: AUTHORIZED SIGNATURE: Arrow Asphalt & Engineering, Inc City of Opa Locka, City Street NW 139th between 22nd Ave & 19th Ave. Opa Locka 05-24-19 AM C11.5967 IMPORTANT DISCLOSURES AND DESIGNATION OF SPECIAL BILLING INSTRUCTIONS Disclosures: I.) Bid does not include fees for permits, bonds, engineering stakes layouts, as -builds or densities. A fee of $500.00 will be added if Arrow Asphalt & Engineering Inc. is to apply and be responsible for procurement of permit. No import or export, excess fill or deterious materials included unless noted (cap -rock, muck, grass, trees, ect.) Not responsible for errors and/ or omissions by engineer or surveyor. BID PRICE VALID FOR THIRTY (30) DAYS. 2.) A 50% deposit is required upon signed contract to schedule work proposed, balance will be due upon job completion. DEPOSIT IS NON -RE FUNDABLE 3.) All material guaranteed to be specified, and the above work to be preformed in accordance with the drawings and specifications submitted for above work and completed in a substantial workmanlike manner. 4.) We guarantee our work not to flake, crack or unravel for a period of one year. We are not responsible for the wearing off of the material from the top of the asphalt aggregate due to traffic wear. 5.) Any alteration or deviation from the above specifications involving extra costs will be executed only upon written change order, and will become and extra charge over and above the contract. Bid is based on todays market price for materials. Any increase in material price at start of job will be extra cost. All agreements contingent upon strikes, accidents or delays beyond our control. 6.) Prices given without plans and specs are subject to price change when plans are available. Final payment will be based on actual quantities installed which will be verified by field measurements. 7.) Arrow Asphalt and Engineering is not responsible for delays created by other trades, material suppliers, labor strikes or acts of God. 8.) Arrow Asphalt and Engineering is not responsible for damage to underground sprinklers or utilities, sod , landscaping, dust removal, painting or stucco, during the normal course of construction. 9.) Claims for property damage must be made in writing 24 hours after the completion of the work. Job related complaints must be made within 48 hours of completion. 10.) Tree hedges and grass to be trimmed prior to the commencement of work. 1 l.) Seal Coating and striping to be completed in one mobilization. Additional mobilizations are additional costs to the contract. Additional mobilizations are $900.00 per mobilization. 12.) Arrow Asphalt and Engineering is not responsible for the following but not limited to the tracking of the sealer on pavers, driveways, sidewalks or any other areas besides roadway. Sealed areas will be blocked off until dry. • 13.) A 1.5% finance charge per month shall be added to any invoice 30 days past due. 14.) This proposal is based on work being completed during the hours of 8am- 5pm, Monday - Friday excluding Holidays and Weekends. No warranties are honored unless payment is made in full. Arrow Asphalt & Engineering will provide a one (1) year warranty on material and workmanship. Normal wear and tear is not covered under this wan-anty. Paving Commercial/ Owner Responsibility & Conditions 1.) Barricaded Parking Lot: It is vital that all vehicles are removed ftom our area of work no later than 7:15am unless otherwise agreed. As you can imagine, our project costs are based on the property having all cars, people and objects off the area of work. Tow Trucks need to be arranged 5 days prior to the start of any work and be on call to remove cars from the scheduled work area. If any cars are left in the area of work, we cannot be held responsible for any damage to the vehicles. There will be additional costs if we are unable to access the work area billed at a minimum of$2,500.00 Initial City of Opa Locka. City Street NW 139th between 22nd Ave & 19th Ave, Opa Locka 05-24-19 AM CTL5967 2.) Site service: The management company / property owner is responsible to notify all landscapers and garbage companies to not show up in the area of work the day we are performing work. In the event of reschedule due to unforseen conditions, you are required to let all service providers know about the change. 3.) Rain: If it is raining the day of scheduled service, assume we will not be coming and we will contact you to reschedule as soon as possible. if it rains after our installation, please contact our representative. We monitor the weather closely and can generally predict this very well. In the event that an unexpected storm happens, we will touch up any areas any areas where sealer has not bonded. 4.) Sprinklers: Should be off24 hours prior and 48 hours after service. Avoid lawn cutting during this same period of time. The surface must be dry for our arrival. Areas where the newly sealed pavement is wet may wear prematurely. 5.) Drainage: Arrow Asphalt and Engineering cannot guarantee 100% drainage in areas where the design grade is less than 1 % fall. 6.) Asphalt Over -Runs: Will be billed to owner at $125.00 per ton. Pricing does not include asphalt leveling unless stated otherwise in the original scope of work. Owners agrees to leveling at S185.00 per ton. 7.) Reflective Cracking: Arrow Asphalt and Engineering will not accept responsibility for reflective cracking of new asphalt overlay due to the cracked conditions of the existing asphalt pavement. 8.) Driving on surface: Once you start driving on paved/ sealed surface, avoid turning your wheels unless your car is moving. We understand this may be difficult to do, but understand that when wheels are turned on freshly paved/ sealed asphalt surface, scuffing and turn marks will be evident, no worries in time they will blend with surrounding surface. Other Terms and Conditions: 1.) 90% of contract amount and change orders must be paid prior to completing punch list items and/ or any changes for additional work required by cities or municipalities. 2.) Towing fees, if necessary, billed as actual. Any vehicles left in the construction area at the commencement of the work will be relocated on site and billed to the Owner/Authorized Agent 3.) Change orders, additions or extras requested by Owner, Contractor or Municipality will be invoiced as an addition to the contact and shall not delay payment of the original contract sum. All Change Orders must be approved and signed by management/ Board President/ Building Owner (whichever applies.) 4.) Arrow Asphalt and Engineering will not be responsible for paint adhesion to car stops that have not been pressure cleaned. 5.) Cannot guarantee sealcoat longevity where there is standing water. Cracks in pavement will still be noticeable after sealcoating. Tire turning marks will be visible at first but will disappear over time. 8.) Additional mobilization to be billed at $900.00 each fbr sealcoating. This charge may be billed due to, but not limited to: site unavailability for commencement of work due to vehicles encroaching on the work area, change of schedule by Other/ Authorized Agent without prior consent of contractor or repairs to work caused by tresspassing. 9.) Additional mobilizations to be billed at $2,300.00 each for Concrete Services. This charge may be billed due to, but not limited to site unavailability for commencement of work due to vehicles encroaching on the work area, change of schedule by Owner/ Authorized agent without prior consent of contractor or repairs to work caused by tresspassing. 10.) Additional mobilizaions to be billed at $1,500.00 for paving. This charge may be billed due to, but not limited to: site unavailability for commencement of the work to due to vehicles encroaching on the work area, change of schedule by Owner/ Authorized agent without prior consent of contractor or repairs to work caused by tresspassing. Arrow Asphalt and Engineering will provide a schedule to be approved by Owner prior to any additional mobilizations. Initial__ City of Opa Locka. City Street NW 139th between 22nd Ave & 19th Ave. Opa Locka 05-24-19 Ali CTL5967 l 1.) Arrow Asphalt and Engineering cannot guarantee 100% drainage in areas where the design grade is less thEtn 1% fall. Special Billing Instructions: Please fill out the information below: Specify Billing Information: Company Name: Contact Person: Address: Phone Number: Purchase Order: Provide email for eBilling: Please mote any particular forms, documents, and/or procedures required prior to release of payment: Initial City of Opa Locke, City Street NW 139th between 22nd Ave R 19th Ave, Op Locka 05-24-19 AM C 115967 Procurement Management Division September 6, 2019 Mr. Shawn O'Toole, President Arrow Asphalt & Engineering, Inc, 3051 NW 129 ST Opa Locka, FL 33054 arrowasph©aol.com Re: lTB #2016-04 Civil Works (Roadway, Drainage Projects and Repairs) Dear Mr. O'Toole: Contract ITB #2016-04 Civil Works (Roadway, Drainage Projects and Repairs) is due to expire on September 19, 2019. The purpose of this letter is to determine your willingness to extend the current contract, under the same terms and conditions of ITB #2016-04, to ensure continuous services for the City of North Miami Beach. If agreed upon, the contract shall commence on September 20, 2019 and shall continue on a month to month basis for up to a one -hundred and eighty (180) days or until a new contract is in place, whichever comes first. In addition, our records show that the insurance information for the above named contract needs to be updated. Please email a copy of your latest insurance certificate to vendorecitvnmb.com. Please sign the space afforded at the bottom of the page indicating your willingness to extend the Contract #2016- 04. Your signature below will serve as an acknowledgement of accepting this offer to extend the contract. Sincerely, Meghan C. Benneft Purchasing Supervisor Check one: Cc: Yes We will extend the current contract under the Terms and Conditions of Contract #2016-04 on a month to month basis for up to one -hundred and eighty (180) days. We are unable to extend the contract. Name Title Signature Esmond K. Scott, City M Judeen Johnson, Public Works Director Donna Rockfeld, Chief Procurement Officer Date (-71(-c-s: r• �1 t (Signature a d D !`e} 17011 N.E.19th Ave., Suite 315 • North Ram' Beach, Florida 33162-3100 • (305) 948-2946 • www,cit nmb.com The City of North Miami Beach Now MOreBeautiful! Procurement Management Division Friday, September 16, 2016 SENT VIA E-MAIL Mr. Shawn O'Toole, President Arrow Asphalt & Engineering, Inc. 3051 NW 129 St Opa Locka, FL 33054 arrowasph@aol.com Re: ITB 2016.04 CIVIL WORKS (ROADWAY, DRAINAGE PROJECTS AND REPAIRS) Dear Mr. O'Toole: This is to advise you that the City Council of North Miami Beach Florida, meeting in session on Tuesday, September 6, 2016, authorized the execution of an agreement between the City and your firm as the secondary vendor for the subject project via Resolution R2016-68. This award was in accordance with the Invitation to Bid, General and Special Conditions, Technical Specifications and Plans, Addenda, attached Agreement and your bid. Kindly execute the attached agreement, initialing the bottom of each page, and email to Meghan Bennett in the Procurement Division within five business days. Once the fully executed agreement is returned to you, your firm will be required to submit all bonds applicable to this contract in accordance with Section 2.6 of the Bid document to the Procurement Division within ten (10) days). If you have any questions, please feel free to contact me at (305) 948-2946. We look forward to doing business with your company. Sincerely, Meghan Cianelli Bennett, MBA Purchasing Supervisor City of North Miami Beach 17011 N.E. 19th Avenue • North Miami Beach, Florida 33162-3100 • (305) 948-2946 • FAX (305) 957-3522 www.citynmb.com AGREEMENT No. 2016.04 BETWEEN THE CITY OF NORTH MIAMI BEACH AND ARROW ASPHALT & ENGINEERING, INC. THIS AGREEMENT is made and entered into as of this day of , 2016 by and between Arrow Asphalt & Engineering, Inc. a corporation organized and existing under the laws of the State of Florida, having its principal office at 3051 NW 129'h Street Opa Locka, FL 33054 (hereinafter referred to as the "Contractor"), and the City ofNorth Miami Beach, a political subdivision of the State of Florida, having its principal office at 17011 NE 19'h Avenue, North Miami Beach, Florida 33162 (hereinafter referred to as the "City"), W ITNESSETH: WHEREAS, the Contractor has offered to provide the materials and/or services and to be bound by the Plans and the terms and conditions of the Invitation to Bid (ITB) No. 2016-04, which includes the General Terms and Conditions of Invitations for Bids, Specifications, Bid Forms, and associated addenda attached hereto and incorporated herein as Exhibit "A", and the terms of Contractor's Proposal attached hereto and incorporated herein as Exhibit "B"; and WHEREAS, the Contractor has submitted a written proposal dated August 4, 2016, hereinafter referred to as the "Contractor's Proposal", the terms of which are incorporated herein by reference as if fully set forth herein; and WHEREAS, the City desires to procure from the Contractor such services for the City, in accordance with the terms and conditions of this Agreement. NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the parties hereto agree as follows: 1. The Contractor agrees to provide the materials and/or services pursuant to and to be bound by the Plans and the terms and conditions of the Invitation to Bid, which includes General Terms and Conditions of Invitations for Bids, Specifications, Bid Forms, and associated addenda and the terms of which are incorporated herein by reference as if fully set forth herein and attached hereto as Exhibit "A", and the Contractor's Proposal attached hereto and incorporated herein as Exhibit "B". 2. The CITY agrees to abide by and to be bound by the terms of the Invitation to Bid, which includes General Terms and Conditions of Invitations tier Bids, Specifications, Bid Forms, and associated addenda attached hereto and incorporated herein as Exhibit "A", and by the terms of Contractor's Proposal attached hereto and incorporated herein as Exhibit "B". 3. Contractor shall deliver materials and/or provide services in accordance with the terms of the Invitation to Bid, Bid Forms and addenda attached hereto and incorporated herein as Exhibit "A" and with the terms of Contractor's Proposal attached hereto and incorporated herein as Exhibit "B". 4. The City agrees to make payment in accordance with the terms of the Invitation to Bid, Bid Forms and addenda attached hereto and incorporated herein as Exhibit "A" and with the terms of Contractor's Proposal attached hereto and incorporated herein as Exhibit "B". Page 1 of 2 CAO VENDOR SG L , i. 5. This Agreement and attachments hereto constitute the entire agreement between the parties hereto, and its provisions shall not be amended, except in writing, after formal approval by both parties. 6. This Agreement will commence on and expire on unless Contractor is otherwise notified by the City. Any extension to this Agreement shall he in writing. The City Manager is authorized to extend or terminate this Agreement on behalf of the City. 7. In addition to any other contractual indemnification provisions in Exhibit A or Exhibit B in favor of the City, Contractor hereby agrees to indemnify and hold the City harmless from any and all claims, suits, actions, damages, causes of action, and attorney's fees, arising from any personal injury, loss of life, or damage to person or property sustained by reason of or as a result of the products or materials used or supplied in the performance of this Agreement. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on this day of , 2016. ARROW ASPHALT & ENGINEERING, INC. e_5 By: �Itme: x; r;;6:=7; (( 7--- / 6 (Signature) (Print) Attest: Corporate Seal/Notary Public Corporate Seai/Notary Seal CITY OF NORTH MIAMI BEACH By: Ana M. Garda, City Manager Date: Attest: Pamela L. Latimore, City Cleric r� Appro •(Da to for ' e Smit Page 2 of 2 ttorney 4 p lY CAO VENDOR S - cam, - RESOLUTION NO. R2016-68 A RESOLUTION OF THE MAYOR AND CITY COUNCIL OF THE CITY OF NORTH MIAMI BEACH, FLORIDA, AUTHORIZING THE CITY MANAGER TO AWARD INVITATION TO BID 2016-04, CIVIL WORKS, ROADWAY, DRAINAGE PROJECTS, REPAIRS, TO MAGGOLC, INC., FOR GROUP A THROUGH H AND ARROW ASPHALT & ENGINEERING, INC., AS SECONDARY VENDOR FOR GROUP A THROUGH H, AS THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDERS, AND TO EXECUTE AN AGREEMENT IN THE NOT TO EXCEED AMOUNT OF $1,995,850.00, FOR CIVIL WORKS, ROADWAY, DRAINAGE PROJECTS, AND REPAIR SERVICES. WHEREAS, the City of North Miami Beach ("City") issued Invitation to Bid (ITB) No, 2016-04 to establish a contract with a qualified and experienced licensed contractors to furnish all labor, equipment, and materials for construction, maintenance and restoration services on an as needed basis for the public right of way, water and sewer infrastructure and appurtenances under a unit price agreement; and WHEREAS, the agreement will be a three year unit price agreement, with two additional one year renewal periods, that will use various expenditure accounts across Public Services; and WHEREAS, bid notices were electronically mailed to approximately 1,200 potential and registered vendors, advertised in the Miami Daily Business Review, posted on DemandStar by Onvia, the City's website, and in the lobby of City Hall; and WHEREAS, the City received three (3) responsive submittals to the Invitation to Bid by the published deadline at 2:00 PM, August 4, 2016, Bidders Total Proposed Cost Maggolc, Inc. $1,995,850.00 Arrow Asphalt & Engineering, Inc. $2,032,798.50 Metro Express, Inc. $2,615,095.00 ; and WHEREAS, after review and evaluation by the Public Works Department and Procurement Management Division of all the bids submitted, Maggolc, Inc., and Arrow Asphalt & Engineering, Inc., were determined to be the lowest over all responsive responsible bidders; and RESOLUTION R2016- 68 WHEREAS, after conducting her due diligence, the City Manager concurs with the Department of Public Works and Procurement Management Division's recommendations; and WHEREAS, the City Council of North Miami Beach desires to award ITB No. 2016-04 and authorizes the City Manager to execute an Agreement (Exhibit "A") between the City of North Miami Beach and Maggolc, Inc., and Arrow Asphalt & Engineering, Inc., for ITB No. 2016-04 for civil works, roadway, drainage projects, and repair services. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of North Miami Beach, Florida. Section 1. The foregoing recitals are true and correct. Section 2. The Mayor and Council of the City of North Miami Beach hereby award ITB No. 2016-04 to Maggolc, Inc. for group A through H and Arrow Asphalt & Engineering, Inc., as secondary vendor for group A through H, in the not to exceed amount of $1,995,850.00. Section 3. The Mayor and Council of the City of North Miami Beach, Florida, hereby authorize and direct the City Manager to execute the Agreement, in a form acceptable to the City Attorney, between the City and Maggolc, Inc., and Arrow Asphalt & Engineering, Inc., in substantially the attached form (Exhibit "A"). APPROVED AND ADOPTED by the City of North Miami Beach City Council at the regular meeting assembled this 6th day of September, 2016. CITY CLERK (CITY. SEAL) Sponsored by: Mayor and Council APPROVED AS FORM: o.+low/ ....,.....,,,,,,,74 i�QS : /e Y A Vo riN EY RESOLUTION R2016- 68 a EXHIBIT HAD AND EXHIBIT "B" DUE TO THE LARGE SIZE OF THIS ITEM THE FULL TEXT OF THE ITB NO. 2016-04 AND THE CONTRACTORS RESPONSE CAN BE FOUND: • ON THE CITY'S WEBSITE WWW.CITYNMB.COM; AND • ON FILE WITH THE CITY CLERK.