Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2018-1551 Temp. Reso. #13215 November 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 NO. 1 TO THE AGREEMENT WITH ROADWAY CONSTRUCTION, LLC FOR THE TAMARAC LAKES SOUTH WATERMAIN IMPROVEMENTS PROJECT, TO CHANGE THE PIPE SIZE FROM 8 INCHES TO 12 INCHES ALONG THE NORTHERN PIPELINE ROUTE TO ACCOMMODATE A FUTURE CONNECTION OF THE TAMARAC UTILITIES EAST COMMUNITIES TO THE CITY OF TAMARAC'S WATER DISTRIBUTION SYSTEM AT A COST NOT TO EXCEED $194,520.84; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE CHANGE ORDER No. 1; AUTHORIZING AN APPROPRIATION OF $194,520.84 TO FUND CHANGE ORDER NO. 1; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains the water distribution systems within the Tamarac Lakes Sub -division, and WHEREAS, on June 27, 2018, the City Commission approved the award of a contract to Roadway Construction, LLC to change the undersized water mains within the Tamarac Lakes sub -division that are constructed of cast iron and galvanized steel which are subject to internal corrosion which leads to water quality issues for the Tamarac Lakes South Watermain Improvements Project through Resolution No. R- 2018-70, a copy of said Resolution is incorporated herein by reference and on file in the office of the City Clerk; and Temp. Reso. #13215 November 13, 2018 Page 2 of 5 WHEREAS, the City of Tamarac's water services are currently divided into two sections, the Tamarac Utilities West (TUW), from the western limits of the City at the Sawgrass Expressway east to State Road 7 (US 441) and Tamarac Utilities East (TUE), from NW 31st Street east to Tamarac Lakes Sections 1 and 2 along Prospect Road; and WHEREAS, this Change Order is to provide for the difference in costs of labor and materials for the change from installing an 8-inch pipeline to a 12-inch pipeline along the northern pipeline route to accommodate a future connection of the Tamarac Utilities East communities to the City of Tamarac's Water Distribution System in an amount not to exceed $194,520.84; and WHEREAS, Roadway Construction, LLC will perform the work at a cost not to exceed $194,520.84 per the Change Order Proposal, a copy of which is hereto attached as "Exhibit 1"; and WHEREAS, this is an unfunded addition to an existing project, and an appropriation will be required in an amount not to exceed $194,520.84; and WHEREAS, the Director of Public Services, the Director of Financial Services, and the Purchasing and Contracts Manager recommend the authorization of Change Order No. 1 to the contract for the Tamarac Lakes South Watermain Improvements Project in an amount not to exceed $194,520.84, a copy of which is hereto attached as "Exhibit 2"; and 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 Temp. Reso. #13215 November 13, 2018 Page 3 of 5 Change Order No. 1 to the contract for the Tamarac Lakes South Watermain Improvements Project and authorize an additional expenditure in an amount not to exceed $194,520.84 for said purpose, a copy of said Change Order No. 1 is hereto attached as "Exhibit 2". NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 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. All Exhibits attached hereto are incorporated herein and made a specific part of this Resolution. SECTION 2: The City Commission HEREBY approves Change Order No. 1 to the agreement with Roadway Construction, LLC for the Tamarac Lakes South Watermain Improvements Project, at a cost not to exceed $194,520.84 and authorizes the appropriate City Officials to accept and execute said Change Order in an amount not to exceed $194,520.84, a copy of Change Order No. 1 is hereto attached as "Exhibit 2". SECTION 3: An additional expenditure in an amount not to exceed $194,520.84 is HEREBY approved. Temp. Reso. #13215 November 13, 2018 Page 4 of 5 SECTION 4: An appropriation in an amount not to exceed $194,520.84 is HEREBY approved and shall be included in a Budget Amendment prior to November 30, 2019. 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 C C 1 Temp. Reso. #13215 November 13, 2018 Page 5 of 5 SECTION 7: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this lad day of /t/-��'��! 2018. ATTEST: PATRICIA TEUFEL,IM CITY CLERK I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SAMUEL S. GORI CITY ATTORNEY CIWIA�, 7a,- MORELLE J. GOM MAYOR RECORD OF COMMISSION VOTE: MAYOR GOMEZ DIST 1: COMM. BOLTON DIST 2: COMM. GELIN DIST 3: COMM. FISHMAN DIST 4: COMM. PLACKO ---' • • "EXHIBIT 1" TR #13215 Change Order Proposal MATHEWS CONSULTING a BAXTEB�*OODMAM company Project: Tamarac Lakes South Water Main Improvements Change Order: I Owner. City of Tamarac Initiation Date: 11126/2018 Engineer Mathews Consulting, a Baxter & Woodman Company Contractor: _lRoadway Construction LLC Description: Change Order 001 is for construction of approximately 3680 LF of 12" PVC water main in lieu of 8" PVC watermain along the north perimeter of the project in the City of Tamarac, Florida. Item: Description: Quantity: Units: Unit Price: Total: 7 8" PVC C-900 RJ DR-18 2000 LF 55.00 $110 000.00 7a 12" PVC C-900 RJ DR-18 2000 LF $94.00 $188 000.00 8 8" PVC C-900 Push Join DR-18 1680 LF 1.00 68 880.00 8a 12" PVC C-900 Push Join DR-18 1680 LF $72.00 $120 960.00 9 F&I Gate Valve Assembly 8" 12 EA 1 300.50 15 606.00 9a F&I Gate Valve Assembly 12" 12 EA $2,933.60 $35 202.00 13 DIP Compact Fittin s 8" 1.8 TONS 10 293.50 18 528.30 13a DIP Compact Fittings 12" 3.3 TONS $15 572.56 $51,389.45 14 1 F&I 1" Sin le WS Short Meter and box by the CI 8" 2 EA 1 120.50 2 241.00 14a F&I 1" Single WS Short Meter and box by the City) 12' 2 EA $1,546.50 $3 093.00 15 F&I 1" Sin le WS Lon Meter and box by the City) 8" 2 EA 1 233.00 2 466.00 15a F&1 1" Single WS Long Meter and box by the City) 12" 2 EA $1.490.50 $2 981.00 17 F&I 11/2" Dual WS Short Meter and box by the City) 8" 8 EA 1470.50 11 764.00 17a IF&I 11/2" Dual WS Short Meter and box by the City) 12" 8 EA $1 926.00 $15 408.00 18 F&I 11/2" Dual WS Lon Meter and box by the City) 8' 12 EA $1 570.00 18 840.00 18a F&I 11/2" Dual WS Lon Meter and box by the City) 12' 12 EA $1 911.50 $22 938.00 12" WM Sub -Total $439,971.45 8" WM Sub -Total 248 325.30 Subtotal $191,646.15 Bond 1.50% $2,874.69 Total Cost of Change Order 1: $194,520.84 Total Time Extension for Change Order 1: 0 Days Total Cost of Change Order 1: $194 520.84 Ori inal Contract Amount: $1.730.385.75 Updated Contract Amount: $1,924,906.69 Original Substantial Completion Date: 4/17/2019 Owner Engineer Contractor Earl Henry, P.E. Ian John, E.I. Silvio Rubi City of Tamarac Mathews Consulting Roadway Construction, LLC 6011 Nob Hill Road 477 S. Rosemary Avenue 12391 SW 130th Street Tamarac, FL 33321 West Palm Beach, FL 33401 Miami, FL 33186 pPUh,piq O,w4)aM q� tltlypMrO b/ Sirb Rubi on: 4"M,aw,M"s cem"'a. swv�wm"mn Ian G. John ,..�w�. DN: p1.3YYle Reel. C•US, o•10anT ACES BmYua RspnMnl"Yn. Silvio Rubi CONBTRUCTgN Sign: m .pin0e..wm.�"'+n<"nwus Sin au.ROACWNY 2 e.lear2709 <a1W Si n• DM: 11/28/2018 11/27/2018 I Date: Date: Date: CONSTRUCTION, LLC 12391 SW 130th Street Miami, Florida 33186 PH: (786) 842-3962 Fax: (786) 732-6431 CGC 15212021 CUC 1226013 ATTN: Mr. Ian G. John, EL DATE: November 23, 2018 Mathews Consulting REVISION: 3 477 S. Rosemary Ave., Siute 330 ROADWAY JOB#: 18-48 West Palm Beach, FL 33401 PROJECT NUMBER: 18-02B RCO # 1 PURCHASE ORDER: N/A Project: Tamarac Lakes South Water Main Improvements SUBJECT: 12" PVC Pi e U sizin CITY UNIT DESCRIPTION SUB UNIT PRICE TOTAL 2,000 LF 7.) 8" PVC (C-900) RJ DR-18 N/A $ (S5.00) $ (110,000.00) 2,000 LF 7a.)12" PVC (C-900) RJ DR-18 N/A $ 94.00 $ 188,000.00 1,680 LF 8.) 8" PVC (C-900) (Push Join) DR-18 N/A $ (42.00) $ (68,880.00) 1,680 LF 8a.)12" PVC (C-900) (Push Join) DR-18 N/A $ 72.00 $ 120,960.00 12 EA 9.) F&I Gate valve assemble (8") N/A $ (1,300.50) $ (15,606.00) 12 EA 9a.)F&I Gate valve assemble (12") N/A $ 2,933.50 $ 35,202.00 1.80 TONS 13.) DIP Compact Fittings (8") N/A $ (10,293.50) $ (18,528.30) 3.30 TONS 13a.) DIP Compact Fittings (12" N/A $ 15,572.56 $ 51,389.45 2 EA 14.) F&11" single WS Short (meter and box by the city) (8") N/A $ (1,120.50) $ (2,241.00) 2 EA 14a.) F&I 1" single WS Short (meter and box by the city) (12") N/A $ 1,546.50 $ 3,093.00 2 EA 15.) F&I 1" single WS Long (meter and box by the city) (8") N/A $ (1,233.00) $ (2,466.00) 2 EA 15a.) F&I 1" single WS Long (meter and box by the city) (12") N/A $ 1,490.50 $ 2,981.00 8 EA 17.) F&I 11/2" dual WS Short (meter and box by the city) (8") N/A $ (1,470.50) $ (11,764.00) 8 EA 17a.) F&I 11/2" dual WS Short (meter and box by the city) (12") N/A $ 1,926.00 $ 15,408.00 12 EA 18.) F&I 11/2" dual WS Long (meter and box by the city) (8") N/A $ (1,570.00) $ (18,840.00) 12 EA 18a.) F&I 11/2" dual WS Long (meter and box by the city) (12") N/A $ 1,911.50 $ 22,938.00 12" WM Sub -Total 439,971.45 8" WM Sub -Total (248,325.30) SUBTOTAL $ 191,646.15 BOND 1.S% $ 2,874.69 TOTAL $194,520.84 PLEASE CALL W/ ANY QUESTIONS REGARDING THIS PROPOSAL. SUBMITTED BY: DATE: APPROVED BY: DATE: 11/23/2018 Juan Quiroz Mr. Ian G. John, EL Project Manager Construction Manager Roadway Construction, LLC Mathews Consulting • "EXHIBIT 2" TR #13215 CHANGE ORDER DATE OF ISSUANCE: November 26, 2018 OWNER: CITY OF TAMARAC 7525 NW 881h Avenue Tamarac, FL 33321-2401 CONTRACTOR: Roadway Construction LLC 12391 SW 130"' Street Miami, FL 33186 CHANGE ORDER NO.: 1 PROJECT NAME Tamarac Lakes South WM Improvements Bid No.: 18-02B P.O. No.: 210821 Project No.: UT16K Account No.: 441-6030-533.63-30 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 SCOPE OF WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: This Change Order is to allow the contractor to change the pipe size from 8 inches to 12 inches along the northern pipeline route to accommodate future connection of the Tamarac Utilities East communities to the City of Tamarac's Water Distribution System. PURPOSE OF CHANGE ORDER: The purpose of this Change Order is to provide for the difference in the costs of labor and materials for the change from installing 8-inch pipeline to installing 12-inch pipeline. CHANGE IN CONTRACT PRICE Original Contract Price $ 1,730,385.75 Previous Change Orders and/or Amendments $0 Contract Price prior to this Change Order $ 1,730,385.75 CHANGE IN CONTRACT TIME Original Contract Time 270 DAYS Net change from previous Change Order(s) 0 DAYS Contract Time Prior to this Change Order 270 DAYS Net (Increase) of this Change Order not to exceed Net (Increase) of this Change Order $ 194,520.84 0 DAYS Contract Price with all approved Change Orders Contract Time with all approved Change Orders $ 1,924,906.59 270 DAYS 1._--in Public Services Director Date Michael Cernech City Manager r Date BY Silvio Rubi Construction, LLC Date' 12/13/2018