HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-079Temp. Reso. # 11217
Page 1
6/13/2007
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2007-fig_
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO EXECUTE CHANGE
ORDER NUMBER 1 TO THE PURCHASE ORDER WITH
STRAIGHTLINE ENGINEERING GROUP FOR THE
SIDEWALK REPAIR AND REPLACEMENT PROJECT;
AUTHORIZING AN ADDITIONAL EXPENDITURE IN AN
AMOUNT NOT TO EXCEED $120,000.00 FOR SAID
PURPOSE; AUTHORIZING BUDGET AMENDMENTS AS
NEEDED FOR PROPER ACCOUNTING PURPOSES;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, The Mayor and the City Commission approved the FY 2007 Capital
Improvement Program identifying and prioritizing sidewalks in public rights -of -way; 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 maintain sidewalks in public
rights -of -way; and
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; and
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, the City of Miami Gardens Bid No. 05-06-012, incorporated herein by
reference and on file in the office of the City Clerk, was found to be an advantageous route
to pursue in this case; and
Temp. Reso. # 11217
Page 2
6/13/2007
WHEREAS, effective July 1, 2007, said Agreement between Miami Gardens and
Straightline Engineering Group was extended with current terms and conditions and pricing
through July 1, 2008, a copy of said extension is incorporated herein by reference and on
file in the office of the City Clerk; and
WHEREAS, on July 12, 2006, the City Commission of the City of Tamarac approved
Resolution Number R-2006-122 authorizing the utilization of the City of Miami Gardens Bid
No. 05-06-012 for the repair and replacement of sidewalks in public rights -of -way; and
WHEREAS, Public Works staff reviewed the services provided by Straightline
Engineering Group and have determined these services to be acceptable and appropriate;
and
WHEREAS, Public Works staff have determined that additional sidewalk repair and
replacement is necessary to meet the objective of the program; and
WHEREAS, funding in an amount not to exceed $120,000 is available in the FY
2007 Capital Improvement Program; and
WHEREAS, a copy of Change Order No. 1, in an amount not to exceed $120,000,
for said purpose is hereto attached as Exhibit 1; 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 Straightline Engineering Group by utilizing the prices, terms
and conditions of Miami Gardens Bid No. 05-06-012.
Temp. Reso. # 11217
Page 3
6/13/2007
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 Miami Gardens Bid No. 05-06-012 for the repair
and maintenance of sidewalks in public rights -of -way by Straightline Engineering Group is
hereby authorized.
SECTION 3: The appropriate City officials are hereby authorized to execute a
change order, hereto attached as Exhibit 1, with Straightline Engineering Group in an
amount not to exceed $120,000.00.
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 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.
C
Temp. Reso. # 11217
Page 4
6/13/2007
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this �fh day of 2007.
I' I - __Ww' ®R
4- �FA 2" r
If r
ATTEST:
t1
iZ4 T
v . RECORD OF COMMISSION VOTE:
;.ZMARION SWE S N, CMC MAYOR FLANSBAUM-TALABISCO
CITY CLERK DIST 1: COMM. PORTNER
DIST 2: COMM. ATKINS-GRAD
DIST 3: V/M SULTANOF
DIST 4: COMM. DRESSLER
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
✓ S#MIJEIL S. EN
CITY ATTORNEY
1
1
Cifv of Tamarac
rn
_........_...._.__....... w Purchasing d taasing and Contracts Division
DATE OF ISSUANCE
OWNER:
:-►61
5/29/2007
CITY OF TAMARAC
7525 NW 88th Avenue
Tamarac, FL 33321-2401
City of Miami Gardens
05-06-012
CHANGE ORDER NO. 1
PROJECT NAME: Citywide
Sidewalk
Replacement
Program
PROJECT NO. PW06A
CONTRACTOR Straightline Engineering P.O. NUMBER 91265
Group
IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE
CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL
MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED
IN THE PLANS AND SPECIFICATIONS:
DESCRIPTION: Citwide Sidewalk Repair and Maintenance
PURPOSE OF CHANGE ORDER: Additional funding will allow for continuation of sidewalk
repair mitigating potential trip hazards and providing safer sidewalks.
CHANGE IN CONTRACT PRICE
CHANGE IN CONTRACT TIME
Original Contract Price
Original Contract Time
$ 400,000.00
Previous Change Order No. to No.
Net change from previous change orders
Contract Price prior to this Change Order
Contract Time prior to this Change Order
$ 400,000.00
Net (Increase) of this Change Order
Net (Increase) of this Change Order
$ 120,000.00
Contract Price with all approved Change Orders
Contract Time with all approved Change Orders
$ 520,000.00
ENDED �. APPROVED D
BYQ92!-r V BY gZ- �" C/-7 &a'e'-- BY
ec or City Manager ;;,uI Contractor
Date , scdb" 7 Date �/1¢1a� Date S— 3 0 -- a ?