Loading...
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 ?