Loading...
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