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