HomeMy WebLinkAboutCity of Tamarac Resolution R-2011-018Temp. Reso. # 11970
February 24, 2011
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2011��
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, ACCEPTING AND EXECUTING A
LOCAL AGENCY PROGRAM SUPPLEMENTAL
AGREEMENT FROM THE FLORIDA DEPARTMENT OF
TRANSPORTATIION DECREASING THE TOTAL AMOUNT
OF FEDERAL FUNDING FOR THE NOB HILL ROAD MEDIAN
IMPROVEMENTS PROJECT PHASE 2, LOCATED
BETWEEN WESTWOOD DRIVE AND SOUTHGATE
BOULEVARD FROM $307,000.00 TO $182,998.42;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the City of Tamarac entered into a Local Agency Program (LAP)
Agreement with the Florida Department of Transportation (FDOT) on June 7, 2010 for the
Nob Hill Road Median Improvements Project — Phase 2; and
WHEREAS, the City of Tamarac was awarded Federal funds through the FDOT in
the amount of $307,000.00 for the Nob Hill Road Median Improvements Project--- Phase 2;
and
WHEREAS, the City of Tamarac awarded a contract agreement for the construction
of the Nob Hill Road Median Improvements Project — Phase 2, in the amount not to exceed
$164,591.45, incorporated herein by reference and on file in the office of the City Clerk;
and
WHEREAS, the FDOT requires local agencies to execute a LAP Supplemental
Agreement amending Exhibit "B", Schedule of Funding, of the LAP Agreement to adjust for
the project's actual contractual bid amount of $164,591.45, a reduction of $1200.00 for
FDOT non -participating bid items, and an additional $19,606.97 of FDOT funding for
Temp. Reso. # 11970
February 24, 2011
Page 2
Construction, Engineering, and Inspection (CEI) services, resulting in a total amount to be
funded of $182,998.42;
WHEREAS, it is the recommendation of the Public Works Director and Purchasing
and Contracts Manager that the appropriate City Officials accept the LAP Supplemental
Agreement amending Exhibit "B", Schedule of Funding, of the LAP Agreement for the
construction of the Nob Hill Road Median Improvements Project — Phase 2, attached
hereto as Exhibit "1 ", incorporated herein and made a specific part of this resolution; and
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 accept and execute the LAP
Supplemental Agreement amending Exhibit "B", Schedule of Funding, of the LAP
Agreement for the construction of the Nob Hill Road Median Improvements Project —
Phase 2.
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. All exhibits attached hereto are incorporated herein and made a
specific part of this resolution.
Temp. Reso. # 11970
February 24, 2011
Page 3
SECTION 2: The City Commission HEREBY accepts the LAP Supplemental
Agreement ("the Agreement") to adjust for the project's actual contractual bid amount of
$164,591.45, a reduction of $1200.00 for FDOT non -participating bid items, and an
additional $19,606.97 of FDOTfunding for Construction, Engineering, and Inspection (CEI)
services, resulting In a total amount to be funded of $182,998, and the appropriate City
Officials are hereby authorized to execute the Agreement, hereto attached as "Exhibit 1 ".
SECTION 3: The City Manager, or his designee, are hereby authorized to
make changes, issue change orders in accordance with section 6-156(b) of the City Code,
and close the contract award including, but not limited to making final payment within the
terms and conditions of the contract and within the contract price.
SECTION 4: All budget amendments for proper accounting purposes are
hereby authorized.
SECTION 5: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 6: If any clause, section, other part or application of this Resolution
is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
Temp. Reso. # 11970
February 24, 2011
Page 4
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
1
PASSED, ADOPTED AND APPROVED this day of 1.rf , 2011.
w
W R
ATTEST:
PETER K j ICHARDSON, CRM, CMC
CITY CLERK.
f:l���I3!Z�7���I►�i,���LLI�L����1
MAYOR TALABISCO
DIST 1: V/M BUSHNELL
DIST 2: COMM. GOMEZ
DIST 3: COMM. GLASSER Ye--
DIST 4: COMM. DRESSLER
� T
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM.
Y074al)lja ZL
SAM L S. GOREN
CITY ATTORNEY
Exhibit "1 "
525.010- 2
PRODUCTION SUPPORT
02M9
Page I of 3
SUPPLEMENTAL NO. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FPN
ONE LOCAL AGENCY PROGRAM 422275-1-58-01
DUNS NO. SUPPLEMENTAL CONTRACT NO.
80-939-7102 AGREEMENT APY-22
The Fllgddl Department of Transportation and City of Tamarac desires to supplement the
original Agreement entered Into and executed on P/7/?910 as identified above. All provisions in the original
Agreement and supplements, if any, remain in effect except as expressly modified by this supplement.
The changes to the Agreement and supplements, if any, are described as follows:
PROJECT DESCRIPTION
Name Koh dill Boad _ Length 1.423 Miles
Termini Nob HilLRoad from West Wood Drive Southgate BgulevaEd
Description of Work:
Nob Hill Road from West Wood Drive to Southgate Boulevard Landscaping and Median Improvements
Reason for Supplement"
The terms of the original agreement, referenced above, are hereby amended as follows:
This Supplemental Agreement decreases the Original Agreement Amount by $124,001.58, because the total awarded bid is in
the amount of $164,591.45. This amount includes $1,200,00 in non -participating items which will be funded with Local Funds
outside of this Agreement.
Funding sources have been adjusted to Include the Construction Engineering and Inspection (CEI) in the amount of twelve
percent (12%) of the total cost of participating items.
Total bid Amount $ 164,591.45
Non -Participating Items $ (1,200.00)
Total Participating Items $ 163,391,45
CEI (12%) $ 19,606.97
Total Amount to be funded $ 182,998.42
- Revised LAP Agreement amount will be $182,998.42. Refer to revised Exhibit B annexed hereto and made a part hereof.
-This Supplemental Agreement also amends the Original Agreement to include Paragraph 13.16 E-VERIFY as follows:
13.16 E-VERIFY
The Agency shall utilize the U.S. Department of Homeland Security's E-Verify system, in accordance with the terms governing use of
the system, to confirm the employment eligibility of
1. All persons employed by the Agency during the term of the Contract to perform employment duties with Florida; and
2. All persons, including subcontractors, assigned by the Agency to perform work pursuant to the contract with the
Department.
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-00
LOCAL AGENCY PROGRAM AGREEMENT PROJECT MANAGEMENT OFFICE
1=:4:11=31tE :11
SCHEDULE OF FUNDING
AGENCY NAME & BILLING ADDRESS FPN: 422276-1-68-01
City of Tamarac — Public Works
6011 Nob Hill Road
Tamarac, FL 33321-6200
TYPE OF WORK By Fiscal Year
FUNDING
PREVIOUS TOTAL
PROJECT FUNDS
SUPPLEMENTAL
AGREEMENT NO,I
AGENCY
FUNDS
TOTALtSTATE &
FEDERAL FUNDS
Planning 2006-2007
2007-2008
2008-2009
Total Planning Cast
Project Development & Environment (PD&E)
2006-2007
2007-2008
2008-2009
Total PD&E Cast
Design 2006-2007
2007-2008
2008-2009
Total Design Cost
Right -of -Way 2006-2007
2007-2008
2008-2009
Total Right -of -Way Cost
Construction 2009-2010 SE
2009-2010
2009-2010
2010-2011
$307.000.00
307 000.00
($124.001.58)
$124 001.58
10.00
S182.J98.42
$182 998.42
$0.00
Construction Engineering and Inspsotion (CEI)
2006-2007
2007-2008
2008-2009
Total CEI Cost
Total Construction and CEI Costs
TOTAL COST OF THE PROJECT
$307,000.00
$12 001.58
6.00
$1182.9118.42
525.010-32
PRODUCTION SUPPORT
02/09
Page 3 ot 3
SUPPLEMENTAL NO. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FPN
ONE LOCAL AGENCY PROGRAM 422275-1-58-01
SUPPLEMENTAL
DUNS NO. AGREEMENT CONTRACT NO.
80-939-7102 APY-22
IN WITNESS WHEREOF, the parties have caused these presents to be executed the day and year first above written.
AGENCY CITY OF TAMARAC
By: I
Name: Michael C. Cernec
Title:
Ce�nager
Attest: '
Name:
Title: Ice" � F-4
Date: 1 1 1
As to form.
Attorney
See attached Encumbrance Form for date of funding approval by
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
B : �: '`�� Of: Ft%
y
Name GERRY REILLY, P.E.
Title. Director elf Transportation Develop
1 0
Attest: �'L �-A�
Name: Al /.1
Title: r" o t e . S . �, r� �r /c 0 TFL
Date:
As id Aopw