Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-029Temp. Reso. # 10894 February 22, 2006 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006-- ;2 q A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE UTILIZATION OF THE CITY OF NORTH MIAMI BEACH BID NUMBER 2001- 10 FOR THE REPAIR AND MAINTENANCE OF SIDEWALKS IN PUBLIC RIGHTS -OF -WAY, IN ACCORDANCE WITH THE FY 2006 CITY CAPITAL IMPROVEMENT SIDEWALK REPLACEMENT PROGRAM AND CITY ORDINANCES; AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH ARROW ASPHALT AND ENGINEERING, INC. FOR SAID WORK IN AN AMOUNT NOT TO EXCEED $55,000; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The Mayor and the City Commission approved the FY 2006 Capital Improvement Program identifying and prioritizing sidewalks in public rights -of -way; WHEREAS, The City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to maintain sidewalks in public rights -of -way; WHEREAS, City Ordinances Chapter 20, Article III, Sections 20-81 through Section 20-90 provides for the City to maintain and repair sidewalks in public rights -of -way; WHEREAS, City of Tamarac Code §6-155 allows the Purchasing/Contracts Manager the authority to waive purchasing procedures to procure supplies, materials, equipment, and services which are subject to contracts with other governmental agencies when the best interest of the City would be served; and WHEREAS, North Miami Beach Bid No. 2001-10, hereto attached as Exhibit 1, was found to be an advantageous route to pursue in this case; and Temp. Reso. # 10894 February 22, 2006 Page 2 WHEREAS, the vendor which received the bid award for all of the specific services the City wishes to procure under through utilizing North Miami Beach Bid No. 2001-10 is Arrow Asphalt and Engineering, Inc.; and WHEREAS, Arrow Asphalt and Engineering, Inc. has agreed to honor the prices, terms and conditions of North Miami Beach Bid No. 2001-10, as evidenced in Exhibit 2; and WHEREAS, the City of North Miami Beach has given permission for the City of Tamarac to utilize North Miami Beach Bid No. 2001-10, as evidenced in Exhibit 3; and WHEREAS, funding in the amount of $50,000.00, is available within the Sidewalk Repair and Maintenance project fund for said purpose in the Fiscal Year 2006 budget, in addition $5,000 is available for emergency sidewalk repair reimbursable by FEMA; and WHEREAS, the City Commission amended the FY 2006 Public Works Grants Fund to cover unanticipated costs as a direct result of Hurricane Wilma; and WHEREAS, the Director of Public Works and Purchasing and Contracts Manager have determined that it is in the City's economic interests to secure sidewalk repair and maintenance services from Arrow Asphalt and Engineering, Inc. by utilizing the prices, terms and conditions of North Miami Beach Bid No. 2001-10; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award a contract to Arrow Asphalt and Engineering, Inc., based on North Miami Beach Bid No. 2001-10 in an amount not to exceed $55,000.00. Temp. Reso. # 10894 February 22, 2006 Page 3 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The use of the North Miami Beach Bid No. 2001-10 for the repair and maintenance of sidewalks in public rights -of -way by ArroW Asphalt and f Engineering, Inc. is. hereby authorized. SECTION 3: The appropriate City officials are hereby authorized to execute an agreement, hereto attached as Exhibit 1, with Arrow Asphalt and Engineering, Inc. in an amount not to exceed $55,000.00. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. Temp. Reso. # 10894 February 22, 2006 Page 4 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 09 day of 2006. ATTEST: MARION SWERS N, CMC CITY`CLtRK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. Ymllr Ak 12-Z&'>6 SAM L SAOMN CITY ATTOR Y / JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: V/M TALABISCO DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS ... .4d F� L 1 City of North Miami Bea�h;splori8Ja Exhibit 1 h PURCHASING DIVISION m' . �h�RG ►poaLR °�� � February 28, 2005 Mr. Michael Mantell Arrow Asphalt & Engineering, Inc. 14799 N.W. 117 h Avenue Hialeah, FL 33018 Re: Bid #2001-10, Asphalt and Concrete Patching and Restoration Dear Mr. Mantell: C) r� = c) -, C".)n T This will confirm agreement to extend through May 21, 2006 our contract for Asphalt and Concrete Patching and Restoration. All prices, terms, and conditions of the original agreement dated May 21, 2001 shall remain in full force and effect. Please sign this letter below and return with original signature for official documentation, acknowledging agreement to this extension, and return it for our City Manager's signature. A copy of the signed letter shall be sent to you for your records. Also, please submit your company's current insurance certificates for General Liability, Workers' Compensation, Professional, and Automobile Liability. The City of North Miami Beach must be named as additional insured for the General Liability coverage. ARY B rRESiD NT (SIGNATURE) CITY AGER ARROW ASPHALT & ENGINEERING, INC. A © 7-o r9 !e PRESIDENT (PRINTED NAME) ARROW ASPHALT & ENGINEERING, INC. DATE ? w % — n-5— 17011 N.E. 19 Avenue, North Miami Nach, Florida 33162-3100 . 305.948-2976 a 305-948-2985 • FAX 305-957-3522 citynmb.com RESTORATION BID PROPOSAL RESTORATION PER MIAMI DADE COUNTY PUBLIC WORKS RESTORATION UNIT PRICES )FLORIDA, D.O.T. STANDARDS Xtem No. Description Unit Unit Price PATCHES (Saw Cut, Removal & Compaction) 8 Install 3" asphalt in 1 V/2" layers Sq. i . - 601 9 18" crushed rock in 6" layers CONCRETE RESTORATION 10 4" concrete sidewalk or driveway S q. ft. 33 7 S V 11 6" concrete sidewalk or driveway Sq. ft, i I S 0 01 1.2 24" curb & gutter (Monolithic Pour) Lin. Ft. CL V 10 13 30'° curb &gutter (Maraalithie Pour Lin. Ft. �� s �° 14-1 Concrete curbing only (6" x 12" D curb) Lin. Ft. „ � . C;r ,w Item No. Description Unit Unit Price MISCELLANEOUS 15 Minimum charges on all asphalt patches Ea. C?C) - 16 M.!nimunn charges on all concrete work Ea- Cry ul 1� POTHOLES 17 Potholes 2 sq. ft. & under Ea. c V - « 18 Potholes over 2 sq. ft. I Ea. y Do . r` � M NAME OF COMPANY: l Z" I l 0 ��t,' /-4 f /������ C Name of Bidder Signature of Bidder PAGE 15 OF 24 3/29/2001 BID #2001-10 RESTORATION BID PROPOSAL Continued f Item No. 19 20 21 22 23 24 25 26 27 28 29 30 3] 33 34 35 36 37 38 39 40 41 42 43 45 46 47 48 50 51 L Description SEALCO.A,TING Minimum Job up to 3,125 sq. ft. sq, ft. 3,126 sq. f . to 10,000 sq. ft, Sq. ft. 10,001 sq. ft. to 20,006 sq. it. Sq. h. 20,001 sq. ft. to 50,00.0 sq. f. Sq. i=t, 50,000 sq. ft. or more Sq. ft. LATEX STRIPING Baby Carriage -- Sign & Post (Asphalt) Ea. Baby Carriage — Sign & Post (Concrete) Ea.. Carstops Remove Ea. Curbing Painting Ea Handicap —Blue Square (4' x 4') Handicap -� Sign &.Post (tlsplzalt) Handicap -- Signs & Post (Concrete) Handicap -- Symbol Job Minimum 4" Line (yellow, white, green or blue) 6" Line'(ycllow, white, green or blue) 8" Line (yellow, white, green'or blue) 12" Line (yellow, white, green or blue) 18" Line (yellow, white, green or blue) 24" Line (yellow, white, green, or blue) Arrows (yellow, white, green or blue) Lettering (per Letter) Reflectors THERMOPLASTIC STRIPING 4" Line (Yellow or w)ute) 6" Line (Yellow or white) 8" Line (Yellow or white) 12" Line (Yellow or white) 1.8" Line (Yellow or white) 24" Line (Yellow or white) Arrows (Yellow or white) Lettering (per letter) Reflectors Job Minimum NAME OF COMPANY: Name of'Bidder Ea. Ea. Ea. Ea. Ea. Lin. Ft. Lin. Ft. Lin. Ft. Litz. Ft. Lin. Ft. Ea. Ea. Lin. Ft. Lin. Ft. Lin. Ft. Lin. Ft. Lin. Ft: Lin. Ft. Lin. Ft. Ea, Ea. Ea. Unit Price '08 n A r. re .A iM 2 S' W ". zzf, d� V"A M y� N Lae 0*n k 4 GA M or Signature of Bidder PAGE 16 OF 24 3/29/200 ), RJD #2001-10 BID PROPOSAL (Continued) By signing and submitting this bid proposal, we acknowledge having read and agreeing to all terms and conditions of these specifications, including, but not limited to, agreeing to indemnify and }cold the City harmless ffxom any and all claims, suits, actions, damages, causes of action, or 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 services supplied, or negligence of contractor/ supplier, his employees, agents or assigns. By signing and submitting this bid proposal, we certify that this company has current insurance coverage specified herein. The insurance policy number(s) and expiration date(s) are provided . below, or a copy of the insurance ceztificate(s) are enclosed. If awarded the bid, we will provide the City with proof of the required insurance and narne the City as additional insured on our general liability coverage. INSURANCE POLICE' NO(S ): 2- f ` Z Z %(p :' 6 4 Z- z- `i O 101, EXPIRATION DATE(S): } >. Z- INSURANCE CERTIFICATE(S) ENCLOSED: ; General Liability Automobile Liability j _ [ -L- a Workers'Compe sa ion [z .0 NAME OF BIDDER: SIGNATURE: (SIGN IN INK) (PRINT NAME) TITLE: 1-' ir\ C-s I j) e 1cl��r r .�. �.._ ADDRESS: IL! � _ _- , 11V. CITY: _ , .- r�-,- 4 14 STATE: r-" L. ZIP: �1 3 0 1 �, JJ TELEPHONE NO.: -Z? c r `.�� ,� . _ �, G, =. FAX NO.: SOLE PROPRIETORSHIP: , PARTNERSHIP: CORI]ORATION: ICJ ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: (IF �APPLICABLE) 1 ADDENDUM # l SIGNATURE TITLE EXCEPTIONS TO SPECIFICATIONS: PAGE 17 OF ZA 3/29/2001 BID 92001-.10 ct PROMPT PAYMENT TERMS: REMARKS: NAME OF COMPANY: CONTACT PERSON: ADDRESS: !. P � 6, BID PROPOSAL Continued REFERENCES: PHONE NO.: 1* NAME OF COMPANY: t) vLA. Y� s A Lo 0 i'A, �, I CONTACT PERSON: L7 t /V, I (-, — PHONE NO.: 77 1, ADDRESS: 5 0 rt. i, `, — (V IA-- Va NAME OF COMPANY:_ CONTACT PERSON: PHONE NO. ADDRESS: NAME OF COMPANY: CONTACT PERSON: ADDRESS: 7 ' c f:t,-r 1�- je7l PHONE NO,: • 3 - i _L'7 NAME OF.COMPANY: CONTACT PERSON: PHONE NO.: 2- L4 s ADDRESS: i"D 14 t" e PAGE 18OF24 3/29/2001 Bil) #2001-10 BID SIGNATURE PAGE FOR CORPORATION The Officers of the Corporation are as follows. Name Address President (�r �-�:. l:�t c �-i:.,.�L. G'G' L- m 1`Z r% J Vice -President I• Ir 1i,1 i ? �. `�� c�cL. �=,. - �: IJr.-riV..; Secretary rti 141 / fL' 1 = L.i.. .� ( 00 �. ut o ra c.6) Treasurer .l t'i L L. . :j I G u i 12' a) Registered Agent ,a..�... The full names and residences of stockholders, persons, or firms interested in the foregoing Bid, as principals, are as follows: I lam' Yl% C,­7' C c, L F Post Office Address L] -7 rr j fV bi) I� L I` J4 l.-I (l 7 3 1 CT L l.� I,c, LA t/ 1� 11 � Corporate ame 9 President's signature Is this corporation incor ora d in the State of Florida? Yes 2No LJ Attest: Secretary If no, give address of principle place of business: J' �..� l I— I ! JQ L f".7 is L /"` (. PAGE 19 OF 24 3/29/2001 BID Vol-10 L> E c .c Gcn M co Q Q 0 �? O a N. _ C p r N M LO N N 4 4 u7 m CO C O LO p. a a M N a O Lo O O 0 O a a toti 4 e � 0. W C C LC) d O L y N ~ C U Q N r LO cri cei a _IV Cl) v a m c; a O c.i °' r' d a w? o r r "' N ,6 4 ry "' r . V m - 0 M ' �� z �a�ya c o C) w `� a m J m �" co LL 0cl cr7 r O V 0 0 Ln d W CLO t1 ❑ a Lr) r V N p C7 r Cri N t-0hl Q LPL cr) hj w U LO o n o C7 U a r- p ni o c,� Ln LQ d upj ,= p W r ,.. `-LL z O _ h- 3= Q qq u� r` Lo c Q `� 0 D 0 o m LL a 0 CO c? cri ,- L) a N N 0ix o c] cD O m U r% 0 off{ w W 0 m it E W _ C w E Q1 C o 7 C 4. ° m O Q m 3 c cii �. a_ o 4 w ca in cV U m -C = U e— -- as Z a e� to L1C U m v > _ to U j a c r` m w �/1 U �"" co U W p` 000 N co (� � rn u7 LO rn C) o e+ LO N Q o te o $a.! cQ c n a u V: Q O C7 .A -D C7 a o N c� coLO a n LO O �� ° �O a BCD (N N N© E Nq N� p O r aCD cn cD LO C3 o p a C) Q u7 L6 O uj p d LO N 0 N cn r a O e- r a C'] Lfj N r r r 40 o a a $ Clo c' CDL6 Li L6 (o co o C; Q c7 a r- CD N N NW) � LO h `p d [ W7 00 N O O C7 r r CD ttJ r- LO N O LO O O d p O O �- p m to m � N N rCD Cl 0 L� [O co N � O •�� © a a p p p a C? 4 ? Q N LO O ter; r N N co � r 4 O O b O Z � Lo p p LO O F•� ((V�)j G4 ti N C> C 0 a Q Cl co (ty LO (N Cad OD g o Q �r Cto �p Qv U Q N C x a c� o` a r_ c is (13 L13 to �, v O .ae a a c a N a a 3 ° ran vQ, `Y) ma C) a c O 0 � C Gri N ci a ca LU N y 7 Z III m tr ti z r a Q O� is wC] U d�a w = v O Na� U ;i ap Gk LW E $y ' -s W c s tU cy am z a aaIL a_ o 0 N rr rN r rt a r N cN rn O O tip O N (Nr? tN0 t7 d KT r En � 0 C) C] O Cl a t7 0 0 Q a O O O Q O O C7 Ci LO � O � Lo p q m u7 LQ O 1� tom- U) C1p O LO L) r 4 O Cp7 G�� LO0 O N Ln LO to Ln h � °D W LO to o T C7 T N � N m '-- � N a Q O O [p7 O O ti CD ti CDN O ti O a © N T- t N hl LOr- tV y Up O p O N Lf? C7 LO V) C) q Q d r' (pn o N N aCD T N N 0 co T `' N N Q m z co a Q a +Ln 0 C) O O O 0 co N i� v � O C7 j N N BCD Ova qp �a r r C0 r 4 c! o o a a a fl-O N C) o In o a L�C7 a S Q u47 r N In to 0 N 0 r T r N C+) Q V) eW LO LO o n a C) o to r) a r 4 v a n a a C o vi tri Sri N N N r T N a N N n x ° a o o `o a �.r C Cat ❑. otS CL e13 N (D G► aN) 41 N t� D Q p) Q) CA Crl O qy 0in (L Ll. _ 4] N � Z I to I 4� q rn w m a3 c a'3 C:`° �' "c -C3 C L n a. � 0) co m c m rn t4 co 3 a o GL to t I 1,. I a d o iu _o m � a (D 5, a) R b ca U (Q 0 U_X C N w a CO pr- ]�= clO CC fi] ( O n ¢ O� C�2zm ' ^ 7 .--. D N Mco N N N N L~V N N Q _ r) rNj —.1 -�-- c m (m r7 c~ M rr) as LO coou � a oa N hj Crj 6 Q (d N Q ti c� � Q a WIn P p OC� N N N N LO 4LO 0 p N N C6 �" �pj u7 C6LO d b 47) N N O Q � d Ln �? LO r� Q F- N p C7 p 46 N P- •- N O .N C) C7 Q CV � � ,� � � C7• LO t� LUCl N C7? LO 0) N N n Q u) r r N C6 C; Q . In Cti L(j Ca p L6 0 p p CA p N ll) Y �` CC) N N Q p pp Q N Ln C7 z O Lf? to & CC]co r] p C7 r- N p ~ d LO LO ►O [' z� � ° a LO a Cin `� a p to Q O to CO r N ni O O LO Q Ln tt) M (D Ci Ca O p F- C4 W v p P: (N co ap CV w C p O O N co co aD [� Q co l V �v a F- a w N m as p N Ca 3 fa v H ? a a a o Q R d CM o O a, N ° a, y q N ot 0 C C C C p N :,� Vj . r o w _C n E a, a `i -� IT co co � N O rN- r Q � O "? N m It V) [p t` co BID SIGNATURE PAGE FOR SOLE PROPRIETOR OR PARTNERSHIP The full names and residences of persons, partners or firm interested in the foregoing Bid, as principals, are as follows: Witnesses: (SEAL) County in which fictitious name is registered. Attach a copy of proof of registration BIDDER FIRM NAME SIGNATURE PRINT NAME Title (Sole Praprietar or Partner) Post Office Address: TELEPHONE # 0. ,PAGE 20 OF 24 3/29/200I I3TA #2001-10 DRUG -FREE WORKPLACE PROGRAM A. IDENTICAL TIE BIDS - Preference shall be given to businesses with drug -free work place programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace progrw. In order to have a drug -free workplace program, a business shall; 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and. specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no laIr than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace though implementation of this section, As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. VENDOR'S SIGNATURE VENDOR PRINT NAME f.. NAME OF COMPANY 46 FA.GE 21 OF 24 3/29/2001 BID #2001-10 Temporary Reso. No. 10894 — Exhibit 2 Arrow Asphalt & Engineering, Inc. 14799 NW 117 Ave. Hialeah., FL, 33018 Phn: 305-556-5702 Fax; 305-556-0288 Tuesday, January 31, 2006 Doug Ritchie City of Tamarac 6011 Nob Hill Road Tamarac, FI_ 33321 • To Whom It May Concern - Arrow Asphalt was awarded the City of North Miami Beach's unit price restoration contract for asphalt and concrete from an advertised sealed bid. This contract includes unit pricing for machine laid asphalt, hand laid asphalt, limerock installation, 4" and 6" concrete restoration as well as unit pricing for all aspects of sealcoating and striping. Other -municipalities such as the city of Aventura and the city of Hollywood have "piggybacked" this open ended contract for their restoration needs. Should you have any questions, feel free to contact me. directly on my cell phone at 954- 536-6464. r Sincerely, Shawn O'Toole President Temporary Reso. No. 10894 — Exhibit 3 Keith Glatz From: Gribble, Lynn [Lynn.Gribble@citynmb.com] Sent: Monday, January 30, 2006 11:56 AM To Keith Glatz Subject: RE: Request to Piggy -back Arrow Asphalt Keith, the City of North Miami Beach gives the City of Tamarac permission to piggy -back off our current contract with Arrow Asphalt. -----Original Message ----- From: Keith Glatz [mailto: keithg@tamarac.org] Sent: Monday, January 30, 2006 10:07 AM To: Gribble, Lynn Cc: Jack Strain Subject: Request to Piggy -back Arrow Asphalt Lynn, The City of Tamarac would like to utilize your current contract with Arrow Asphalt for various tasks around our City. Accordingly, I am requesting your permission to piggy -back this Agreement. Please respond to this request at your earliest convenience. Thanks. Keith Keith K. Glatz, CPPO Purchasing & Contracts Manager City of Tamarac, Florida (954) 597-3567 (voice) (954) 597-3565 (fax) keithg@taniarac.org This message (and any associated files) is intended only for the use of the individual or entity to which it is addressed and may contain information that is confidential, subject to copyright orconstitutes a trade secret. If you are not the intended recipient you are hereby notified that any dissemination, copying or distribution of this message, or files associated with this message, is strictly prohibited. If you have received this message in error, please notify us immediately by replying to the message and deleting it from your computer. Messages sent to and from us may be monitored. PLEASE NOTE: The City of North Miami Beach is a public entity subject to Chapter 119 of the Florida Statutes concerning public records. E-mail messages are covered under such laws and thus subject to disclosure. All e- mail sent and received is captured by our servers and kept as public record. 1/30/2006