HomeMy WebLinkAboutCity of Tamarac Resolution R-2018-062Temp. Reso. #13059
June 13, 2018
Page 1 of 5
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2018-
A RESOLUTION OF THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA, APPROVING
CHANGE ORDER NUMBER 1 TO THE
AGREEMENT BETWEEN THE CITY OF TAMARAC
AND SAK CONSTRUCTION, LLC, UTILIZING
PRICING FROM AN AGREEMENT OBTAINED
THROUGH A FORMAL COMPETITIVE PROCESS
BY THE CITY OF MOBILE ALABAMA, MOBILE
AREA WATER AND SEWER SYSTEM, CONTRACT
NUMBER 100316.22 FOR THE FY17
WASTEWATER CURED -IN -PLACE PIPE LINING
INFLOW AND INFILTRATION PROJECT;
AUTHORIZING THE APPROPRIATE CITY
OFFICIALS TO ACCEPT AND EXECUTE SAID
CHANGE ORDER IN AN AMOUNT NOT TO
EXCEED $398,096.50; AUTHORIZING AN
APPROPRIATION UP TO THE TOTAL AMOUNT OF
$398,097.00; PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING
FOR AN EFFECTIVE DATE.
WHEREAS, The City of Tamarac conducted a Wastewater Master Plan Study in
2012, excessive Inflow & Infiltration (I & 1) was identified by wastewater pump station
basins; and
WHEREAS, at that time, the Director of Public Services chose to utilize available
contracts awarded by other governmental entities for Wastewater Collection System Inflow
and Infiltration Rehabilitation, as provided by City Code Section 6-148 (d), which states that
the purchasing officer may utilize contracts with other governmental agencies; and
C
Temp. Reso. #13059
June 13, 2018
Page 2 of 5
WHEREAS, the City Commission of the City of Tamarac approved Resolution No.
R-2017-44, dated May 10, 2017, which approved the FY 2017 Mainline Lining project for
the following locations: Mainlands Sec. 2, 5, 7, & 10, Tamarac Lakes North and South,
Tamarac Lakes Sec. 1 & 2, Westwood 7, and The Woodlands, a copy of Resolution No. R-
2017-44 is incorporated herein by reference and on file in the office of the City Clerk; and
WHEREAS, this project provided for the Cured -in -Place Lining of 825 main lines
located throughout the City of Tamarac; and
WHEREAS, while City of Tamarac Wastewater Crews were performing routine
televising of mainlines, they identified areas which were near failure; and
WHEREAS, the Public Services Department determined it would be most
advantageous to the City of Tamarac to utilize the SAK Construction, LLC while they were
in the City performing related work; and
WHEREAS, SAK Construction, LLC has agreed to extend the existing contract
pricing with the City of Tamarac for additional quantities utilizing the Agreement obtained
through a formal competitive process by the City of Mobile Alabama, Mobile Area Water
and Sewer System, Contract Number 100316.22, a copy of this contract pricing extension
is hereto attached as Exhibit 1; and
WHEREAS, the proposed Change Order No. 1 extends the Contract Time by 45
days due, in part, to the proposed work set forth here, in addition to time for delays
following Hurricane Irma in September and October of 2017; and
WHEREAS, upon approval of the proposed Change Order No. 1 to the Agreement
by the City Commission, the City of Tamarac shall issue a Notice to Proceed for the
Temp. Reso. #13059
June 13, 2018
Page 3 of 5
additional work, and the Contractor shall have 45 days for completion from the issuance of
that Notice to Proceed; and
WHEREAS, the Public Services Director, the Financial Services Director, and the
Purchasing and Contracts Manager, recommend the City Commission approve the Change
Order No. 1 to the Agreement between the City of Tamarac and SAK Construction, LLC
and authorize the appropriate City Officials to execute said Change Order in an amount not
to exceed $398,096.50, a copy of the Change Order No. 1 is hereto attached as Exhibit 2;
7we
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interest of the citizens and residents of the City of Tamarac to approve the
Change Order No. 1 to the Agreement between the City of Tamarac and SAK
Construction, LLC and authorize the appropriate City Officials to accept and execute said
Change Order in an amount not to exceed $398,096.50, a copy of the Change Order No. 1
is hereto attached as Exhibit No. 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 hereby incorporated herein and
made a specific part of this resolution.
Temp. Reso. #13059
June 13, 2018
Page 4 of 5
SECTION 2: The City Commission HEREBY approves Change Order No. 1
to the Agreement between the City of Tamarac and SAK Construction, LLC and authorize
the appropriate City Officials to accept and execute said Change Order in an amount not to
exceed $398,096.50, a copy of the Change Order No. 1 is hereto attached as Exhibit 2.
SECTION 3: An additional expenditure in an amount not to exceed $398,096.50 is
HEREBY approved.
SECTION 4: An appropriation of an amount up to $398,097.00 is hereby
authorized and will be included in a budget amendment prior to November 30, 2018,
pursuant to Florida Statute 166.241(2).
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.
"The remainder of this page is intentionally left blank."
Temp. Reso. #13059
June 13, 2018
Page 5 of 5
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this �� day of 72018.
HAfR11,Y IJRESSLER, MAYOR
ATTEST:
PATRICIA TEUF'EL,
CITY CLERK
RECORD OF COMMISSION VOTE:
MAYOR DRESSLER
DIST 1: COMM. BOLTON
DIST 2: V/M GOMEZ
DIST 3: COMM. FISHMAN
DIST 4: COMM. PLACKO
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
i
SAMUEL GOk
CITY ATTORNEY,
TR 13059 - Exhibit 1
TM
SAK 47FemTN3
Nashvillee,,TN 37207
te/615.345.2045
Pipeline Infrastructure. Solved."' www.sakcon.com
May 11, 2018
Mr. Jack Strain, PE
City of Tamarac
Public Services Director
Public Services Department
6011 Nob Hill Road, Tamarac, FL 33321-6200
RE: SAK Existing CIPP Contract with the City of Tamarac
Dear Mr. Strain,
SAK Construction, LLC (SAK) respectfully extends to our existing contract with the City
of Tamarac this proposal of additional work for trenchless rehabilitation of sewer mains.
SAK's current contract with the City of Tamarac utilized an SAK contract with the Mobile
Area Water and Sewer System (MAWWS). As we provided earlier, the MAWWS
contract was publicly bid on September 12, 2016 and SAK was awarded the contract.
The executed contract date is October 13, 2016. This proposal includes unit pricing for
rehabilitation of sanitary sewer mainline pipe utilizing cured -in -place pipe (CIPP) and
related items for 8 and 10-inch pipe as requested by the City of Tamarac. Table 1
below summarizes the additional work to be performed by SAK for the City of Tamarac.
Table 1. SAK Added Work to Existina Citv of Tamarac Contract
Item
Description
Quantity
Unit Price
Total Price
SS-16
! Internal Video Inspection (pre and post TV
inspection)
16,948 'LF
$1.50
$25,422.00
SS-18A
8 Inch CIPP Mainline Rehabilitation
15,925 LF
$20.50
$326,462.50
SS-18B
10 Inch CIPP Mainline Rehabilitation
1,023 LF
$23.00
$23,529.00
SS-20
Service Reconnection (New Liner)
211 EA
$53.00
$11,183.00
AD-1
Contract Insurance and Bonding Cost (Not to
Exceed 3% of Contract Amount)
1 LS
$11,500.00
$11,500.00
Total
$398,096.50
INCLUSIONS
• CIPP Installation as specified in ASTM F1216
• SAK will utilize an approved CIPP tube material, resin, and wetout procedures
as required by the City of Tamarac that complies with ASTM F1216. SAK will
submit for approval to the City of Tamarac prior to any work being started.
• Pipeline televising and service connection identification
• CCTV Acceptance Inspection DVD
• Traffic Control (Cones Only)
• Price includes one mobilization
TR 13059 - Exhibit 1
SAKTm
Pipeline Infrastructure. Solved."'
EXCLUSIONS:
• Any special insurance required, i.e., railroad protective insurance
• Point repairs
• Access to hydrants for water within 500 feet of the installation point
• Permits
Payment Terms:
• Net 30 days after receipt of an invoice
• Partial monthly payments will be requested
• Final Payment in full within 30 days of completion of SAK work
We appreciate the opportunity to work again with the City of Tamarac.
Respectfully,
Clayton B. Washburn
General Manager, Southeast Region
47 Fem Avenue
Nashville, TN 37207
tel 615.345.2045
www.sakcon.com
TR 13059 Exhibit 2
City of Tamarac Purchasing and Contracts Division
CHANGE ORDER
DATE OF ISSUANCE: March 27, 2018
OWNER: CITY OF TAMARAC
7525 NW 88th Avenue
Tamarac, FL 33321-2401
CONTRACTOR: SAK Construction, LLC
CHANGE ORDER NO. 1
PROJECT NAME: Sewer Main Rehab I&I
BID NO. Piggyback (R-2017-44)
PROJECT NO. UT17D
P.O. NUMBER; 200742
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: Lining of Mainlines that fell outside the original quantities of the piggyback contract 100316 22 with Mobile Alabama
PURPOSE OF CHANGE ORDER: These Mainlines were found during routine televising by City of Tamarac wastewater crews in different
areas that the City of Tamarac is already in the process of lining. These lines have cracks and leaks that are letting water infiltrate into
the lines, which the City has to pay to treat the water. The lines with issues were not included in the wastewater study from 2012.
CHANGE IN CONTRACT PRICE
CHANGE IN CONTRACT TIME
Original Contract Price
Original Contact Time
$ 2,077,398.00
365 Days
Previous Change Order No. 1 to No.
Net Change From Previous Change Orders
$ 0.00
0 Days
Contract Price Prior To This Change Order
Contract Time Prior To This Change Order
$ 2,077,398.00
365 Days
Net (Increase) Of This Change Order
Net (Increase) Of This Change Order
$ 398,096.50
45 Days
Contract Price With All Approved Change Orders
Contract Time With All Approved Change Orders
$ 2,475,494.50
410 Days
Account No(s) Affected:
441-6040-535.63-40
Amount Affected
$ 398, 096.50
ROUTING: Dept. Director, Contractor, Purchasing Manager, City Manager, Purchasing Manager