Loading...
HomeMy Public PortalAbout20-9735 NW 141 Street RepairsSponsored by: City Manager RESOLUTION NO. 20-9735 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA—LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK PROFESSIONAL SERVICES AGREEMENT (ITB 2016-04) FROM THE CITY OF NORTH MIAMI BEACH WITH ARROW ASPHALT & ENGINEERING, INC. FOR STREET REPAIRS RELATED TO NW 141st STREET, IN AN AMOUNT NOT TO EXCEED $93,680.00 AND 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 141st Street to include necessary lime rock base work, grading compacting and asphalt pavement; and WHEREAS, the City of North Miami Beach previously 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 Arrow 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 benefit from already negotiated rates and piggyback on the City of North Miami Beach contract with Arrow Asphalt and Engineering, Inc., for temporary roadway restoration work related to NW 141st Street. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA—LOCKA, FLORIDA: Resolution No. 20-9735 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 the Professional Services Agreement (ITB 2016-04) from the City of North Miami Beach with Arrow Asphalt & Engineering, Inc. for street repairs related to NW 141st Street, in an amount not to exceed $93,680.00 and in a form approved by 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 26th day of February, 2020. Matthew A. Pigatt, Mayor ATTEST: a Flores, City Clerk APPROVED AS TO FORM AND LEGAL - I : ICIENCY: Bu nadette Norris- ' eeks, P.A. Ci attorney Resolution No. 20-9735 Moved by: COMMISSIONER BASS 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 Department Director: Airia Austin Department Director Signature: I Finance Director: FD Signature: Department ,+! , �� CityManager: g John E. Pate CM Signature: , �/.1I;S Commission Meeting Date: 02/26/2020 Item Type: (EnterX in box) Resolution I , i 1 ance Other X Fiscal Impact: (Enter X in box) $93,680.00 Yes No Ordinance Reading: (Enter X in box) 1st Reading 2n 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 Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: mi I —I Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X • Image T J • Sponsor Name City Manager Department: City Manager 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 141st Street. 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 141st Street. The estimated cost to perform this job will be $93,680.00. The timeframe to complete this project is expected to be two months. The temporary repair will enhance driving comfort, and safety. Staff recommends approval to piggyback existing contract with the City of North Miami Beach. Attachment: 1. Agenda c)1 � -f-1Z, 2. Arrow Asphalt & Engineering, Inc Proposal (CTL# 5968) �J ��% 3. Existing contract with City of North Miami Beach--r'y..�(, I3 0 X. 0C�- %'7 PROPOSAL CTL# 5968 Arrow Asphalt & Engineering, Inc. 3050 N.W. 129th Street, Opa Locka, FL 33054 (305) 688-8686 Voice (305) 688-8484 Fax PROPOSAL SUBMITTED TO: Client Information King Leonard City of Opa Locka 12950 Lejuene Road Opa Locka, FL 33054 (305) 953-2828 Email: kleonard@opalockafl.gov 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. 1,200 SY @ $12.00 $14,400.00 C-5) Type S-3 Asphaltic pavement (I" thick) machine layed. 4,955SY @ $8.00. ... $39,640.00 C-5) Type S-3 Asphaltic pavement (1" thick) machine layed. Additional I" Thick. 4,955 SY @ $8.00 $39,640.00 Pricing base on: Contract ITB 2D16-14 Civil Work North Miami Beach Total: $ 93,680.00 [Add cost of permit to total if required, any additional work will be an extra] Date: Friday, May 24, 2019 Job Site Information City Streets NW 141st Street Between 22nd Ave & 19th Ave Opa Locka, FL We hereby propose to furnish labor and materials -- complete in accordance with the above specifications, for the sum of: Ninety Three Thousand Six I kindred Eighty Dollars and 00/100 ($93,680.00) with 50% deposit. and remaining balance payment due upon completion of job. 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 141st between 22nd Ave & 19th Ave. Opa Locka 05-24-19 AM CTL5968 it' \urti> \ I 1 Procurement Management Division September 6, 2019 Mr. Shawn O'Toole, President Arrow Asphalt & Engineering, Inc, 3051 NW 129 ST Opa Locks, FL 33054. arrowasph©aol.com Re: ITB #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 vendorCDcitvnmb.corn. 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. Bennett 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. No We are unable to extend the contract. «�1 Title - I ? / 9 Name Signature Esmond K. Scott, City M Judeen Johnson, Public Works Director Donna Rockfeld, Chief Procurement Officer Date a))(Signature a d D to 17011 N.E. 19" Ave., Suite 315 • North Miami Beach, Florida 33162-3100 • (305) 948-2946 • www.citynmb.com The City of North MI . Beach i Now MoreBeau ! 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 129a' Street Opa Locks, FL 33054 (hereinafter referred to as the "Contractor"), and the City of North Miami Beach, a political subdivision of the State of Florida, having its principal office at 17011 NE 19"' 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 for 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 SL 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. By: 5 7 (Signature) (Print) Attest: Corporate Seal/Notary Public Corporate Seal/Notary Seal CITY OF NORTH MIAMI BEACH By: Ana M. Garcia, City Manager Date: Attest: Pamela L. Latimore, City Clerk Appro • to for e Smite ttorney Page 2 of 2 s ft lei ney: p m CAO VENDOR r - c1 1 i 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: e r1 YAWIN EY RESOLUTION R2016- 68 IG EXHIBIT "A" 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. 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 fa "V.' , 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's Street Opa Locka, FL 33054 (hereinafter referred to as the "Contractor"), and the City of North Miami Beach, a political subdivision of the State of Florida, having its principal office at 17011 NE 19'h Avenue, North Miami Beach, Florida 33 162 (hereinafter referred to as the "City"), WITNESSETH: 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: f . 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 arc incorporated herein by reibrence 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 for 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 5c S. This Agreement and attachments hereto constitute theentire 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 oIC nd expire a•IS00iqunicss 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. IItWITNESS WHEREOF, the parties hereto have made and executed this Agreement on this) day of pi-CrYt , 2016. ARROW ASPHALT & ENGINEERING, INC. By: (Signature) (Print) .. thee: Attest: Corporate Seal/Notary Public Corporate Seal/Nota.ry Seal CITY OF NORTH MIAMI BEACH Ana M. Garcia, City Manager Date: Pamela L. Latimore, tty erk Page 2 of 2 CAO_____ VENDOR •• Procurement Management Division Friday, September 16, 2016 SENT VIA EMAIL 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 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, Maggoic, 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. ST: IV. "API MELA L. LATIM IRE CITY CLERK (CITY SEAL) Sponsored by: Mayor and Council APPROVED AS pP ..., /4.Ato" 41- ski.,64014" bs . ,/ YA I :11 EY FORM: RESOLUTION R2016- 68 k PI IG Exhibit "A" City of North Miami Beach, FL ITB No. 2016-04 ITB NO: 2016-04 Company Submitting Bid INVITATION TO BID TITLE: CIVIL WORKS (ROADWAY & DRAINAGE PROJECTS & REPAIRS) ADVERTISEMENT: July 6, 2016 NON -MANDATORY PRE -BID July 20, 2016 TIME: 2:00 PM CONFERENCE: NORTH MIAMI BEACH CITY HALL COUNCIL CHAMBERS 17011 NORTH EAST 19th AVENUE, 2ND FLOOR NORTH MIAMI BEACH, FLORIDA 33162 DUE DATE: August 4, 2016 TIME: 2:00 PM SUBMIT TO: CITY OF NORTH MIAMI BEACH PROCUREMENT MANAGEMENT DIVISION Attn: JOEL WASSERMAN, CPPO 17011 NORTH EAST 19th AVENUE, ROOM 315 NORTH MIAMI BEACH, FLORIDA 33162 REVIEW MEETING: August 9, 2016 TIME: 2:00 PM COUNCIL APPROVAL: August 16, 2016 BONDS: 5% BID BOND 100% PERFORMANCE AND PAYMENT BOND (Per Work Order)