Loading...
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