Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2024-031Temp. Reso. #14045 March 27, 2024 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2024- OS A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE PURCHASE OF EMERGENCY WATER MAIN AND FORCE MAIN REPAIRS FOR THE CITY'S POTABLE WATER DISTRIBUTION AND WASTEWATER COLLECTION SYSTEMS, NOT TO EXCEED THE ANNUAL BUDGET OF $300,000.00 OR AS MAY BE AMENDED BY THE CITY COMMISSION FOR SAID PURPOSE, UTILIZING COMPETITIVE PROCUREMENT METHODS, INCLUDING SOURCEWELL CONTRACT FL-R10-GC04-111821-DMS FOR INDEFINITE DELIVERY, INDEFINITE CONSTRUCTION CONTRACT SERVICES FOR EMERGENCY REPAIRS; AUTHORIZING THE CITY MANAGER OR DESIGNEE TO APPROVE TASK AUTHORIZATIONS ASSOCIATED WITH THIS EMERGENCY SERVICES CONTRACT; AUTHORIZING PROPER CITY OFFICIALS TO EXECUTE CONTRACT RENEWALS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City's Water Distribution System is comprised of approximately 236 miles of water mains, and the Wastewater Collection System is comprised of approximately 33 miles of force mains and 160 miles of gravity mains; and WHEREAS, the Public Services Department is responsible for the inspection, maintenance, and repair of the Water Distribution and Wastewater Collection Systems; and WHEREAS, the Department strives to complete repairs in-house when practical and to schedule and competitively bid out repair work beyond the capacity of the Department; and Temp. Reso. #14045 March 27, 2024 Page 2 of 4 WHEREAS, due to the critical nature of the Water and Wastewater Systems, emergency repairs are at times required, and do not allow for the competitive bidding and/or are beyond the capacity of the Department, and outside contractors are required; and WHEREAS, obtaining pricing proposals at the time of emergency repair may result in surge pricing due to the urgent nature of the work, it is advantageous to have an existing contract for indefinite delivery, indefinite construction contract services for such emergency repairs; and WHEREAS, Public Services chose to utilize available contracts for such emergency repairs, as provided by City Code Section 6-148 (d), which states that the purchasing officer may utilize contracts with other governmental agencies; and, WHEREAS, the approval by the City Manager or Designee shall be required for any Task Authorization associated with this Emergency Services Contract; and WHEREAS, it is the recommendation of the Director of Public Services, Director of Financial Services, and the Procurement & Contracts Manager who have determined that it is in the City's best interests to utilize Sourcewell Contract FL-R10-GC04-111821- DMS, effective immediately through December 28, 2025, a copy of said contract is incorporated herein by reference and is on file in the Office of the City Clerk; and WHEREAS, the City Commission deem it to be in the City's best interests to purchase emergency water and wastewater repairs utilizing Contract No. FL-R10-GC04- 111821-DMS awarded by Sourcewell to David Mancini, & Sons, Inc. and authorize an expenditure not to exceed the annual budgeted amount of $300,000.00 or as may be amended by the City Commission for said purpose. 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 Temp. Reso. #14045 March 27, 2024 Page 3 of 4 confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof, and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this Resolution. SECTION 2: The annual purchase of emergency water main and force main repairs utilizing competitive procurement methods including, Contract No. FL-R10- GC04-111821-DMS awarded by Sourcewell to David Mancini & Sons, Inc. in an annual amount of the approved annual project budget of $300,000.00, or as may be amended by the City Commission during the effective contract term through December 28, 2025 for said purpose is HEREBY authorized. SECTION 3: The City Commission HEREBY approves the expenditures from the appropriate accounts not to exceed the annual budgeted amount of $300,000.00, or as may be amended by city commission for the purchase of emergency water main and force main repairs. SECTION 4: Approval by the City Manager or Designee shall be required for any Task Authorization associated with this Emergency Services Contract. 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 count 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. "The remainder of this page is intentionally left blank." Temp. Reso. #14045 March 27, 2024 Page 4 of 4 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of /11/4-Ac,H , 2024. ATTEST: ".434KIMBERLY ILLON, CMC CITY CLERK #111ja- & _� 7 r___ 71 0 k -, 'MICHELLE J. GdMEX, MAYOR RECORD OF COMMISSION VOTE MAYOR GOMEZ DIST 1: COMM. BOLTON DIST 2: V/M WRIGHT JR DIST 3: COMM. VILLALOBOS DIST 4: COMM. DANIEL APPROVED AS TO FORM AND LEGAL SUFFICIENCY FOR THE USE AND RELIANCE OF THE CITY OF TAMARAC ONLY. /Z V H% S OTTINOT CITY ATTORNEY DocuSign Envelope ID: 594BB003-CD25-4007-91 F6-4761 E4EOOE52 Sourcewell A Indefinite Delivery -Indefinite Quantity Construction Contract Contract Number: FL-RI0-GC04-111821-DMS This Indefinite Delivery -Indefinite Quantity Construction Contract (Contract) is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 and David Mancini & Sons, Inc., 2601 Wiles Road, Pompano Beach, Florida 33073 (Contractor). Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to federal, state and municipal governmental entities, K-12 and higher education entities, nonprofit entities, tribal governments, and other public entities located within the United States. The Contractor desires to contract with Sourcewell to provide construction services to entities that access Sourcewell's indefinite delivery -indefinite quantity (IDIQ) construction contracts within the Region. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract, including the General Terms and Conditions incorporated by reference, is effective upon the later of December 29, 2021, or the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires December 28, 2022, unless it is terminated sooner pursuant to Article XX of the General Terms and Conditions, which are incorporated into this Contract by reference. This Contract may be extended up to two additional one-year periods upon request of Sourcewell and with written agreement by the Contractor, not to exceed a total of three years. REGION The Contractor's Region is as follows: Region 10 - Southern Florida. III. ADJUSTMENT FACTORS The Contractor will perform any or all Tasks in the Construction Task Catalog for the Unit Price appearing therein multiplied by the following Adjustment Factors. See the General Terms and Conditions for additional information. A. Normal Working Hours Projects: Work performed from 7:00 a.m. until 4:00 p.m. Monday to Friday, except Holidays. The Contractor will perform Tasks during Normal Working Hours for the Unit Price set forth in the CTC multiplied by the Adjustment Factor of: 1.1700. B. Other Than Normal Working Hours Projects: Work performed from 4:00 p.m. to 7:00 a.m. Monday to Friday, and any time Saturday, Sunday, and Holidays. The Contractor will perform Tasks during Other Rev. 4/2021 Sourcewell IQC IFB #FL-111821 Indefinite Delivery -Indefinite Quantity Construction Contracts in the State of Florida Page 1 DocuSign Envelope ID: 594BB003-CD25-4007-91 F6-4761 E4EOOE52 Than Normal Working Hours for the Unit Price set forth in the CTC multiplied by the Adjustment Factor of: 1.1700. C. Non pre -priced Adjustment Factor: To be applied to Work determined not to be included in the CTC but within the general scope of the work: 1.1700. IV. AUTHORIZED REPRESENTATIVE A. Sourcewell's Authorized Representative is its Chief Procurement Officer. A. The Contractor's Authorized Representative is David Mancini Jr. If the Contractor's Authorized Representative changes at any time during this Contract, Contractor must promptly notify Sourcewell in writing. Sourcewell DocuSigned by:/ B:C�s �, y roFina�+onneaaa Jeremy Schwartz, CSSBB, CPPO Title: Chief Procurement Officer Date:1/10/2022 1 7:23 PM CST David Mancini & Sons, Inc. DocuSigned by: EvAt"Ltiw_ Y. By.0171FB59EFCE4C8... David Mancini Jr. Title: Vice President Date:1/10/2022 1 3:08 PM PST Rev. 4/2021 Sourcewell IQC IFB #FL-111821 Indefinite Delivery -Indefinite Quantity Construction Contracts in the State of Florida Page 2