Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2017-044Temp. Reso. #12931 March 13, 2017 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2017-_ qq A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING A CONTRACT TO 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 EXECUTE A PURCHASE ORDER AGREEMENT WITH SAK CONSTRUCTION, LLC FOR A PROJECT COST OF $2,077,398.00, WITH A CONTINGENCY OF 5% OR $103,869.90 FOR AN AMOUNT NOT TO EXCEED $2,181,267.90; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; 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 n Temp. Reso. #12931 March 13, 2017 Page 2 of 5 WHEREAS, the Public Services Department FY17 locations for mainline lining will be completed in Westwood 4 and 4A, Village at Woodland Lake, Woodglen Condos, Woodland Estates, The Courts, The Gate, Mainlands Sec 3, 4 and 4A, Tamarac Lakes South, Banyan Lakes, Shakerwood, Shaker Village, Woodland Meadows, Woodland Green, Villa at Woodland Green, Forsyth, Greenbriar, Clairmont, Ashmont, Catalina, Westwood 7, The Boulevards, and The Woodlands as shown on "Exhibit A" (a copy of which is attached hereto); and WHEREAS, this project will provide for the Cured -in -Place Lining of 825 main lines located throughout the City of Tamarac with a piggyback contract formally competed available from the City of Mobile Alabama, Mobile Area Water and Sewer System, a copy of the Advertisement and approval legislation is on file with the City Clerk; and WHEREAS, the City of Mobile Alabama, Mobile Area Water and Sewer System, Contract Number 100316.22 with SAK Construction, LLC, for the Cured -in -Place Pipe lining of 8" and 10" mainlines has favorable pricing, terms, and conditions, which was awarded and effective on October 13, 2016 (a copy of the bid is on file with the City Clerk), and the contract is valid through October 13, 2017 (a copy of which is attached hereto as "Exhibit B"); and WHEREAS, SAK Construction, .LLC agrees to allow the City of Tamarac to piggyback their existing contract with the City of Mobile Alabama, Mobile Area Water and Sewer System, Contract Number 100316.22, with the same terms, conditions, specifications, and pricing and has prepared a project proposal in the amount of Temp. Reso. #12931 March 13, 2017 Page 3 of 5 $2,077,398.00 (a copy of which is attached hereto as "Exhibit C"); and WHEREAS, the City Commission of the City of Tamarac has approved capital funding for the FY17 Wastewater Cured -in -Place Pipe Lining Inflow and Infiltration Project (UT17D) as recommended by the Public Services Department, and WHEREAS, the Director of Public Services shall have the responsibility to assign Work Tasks based on the most economical and structural need for wastewater mainline lining repairs using the unit prices provided by SAK Construction, LLC, under the City of Mobile Alabama, Mobile Area Water and Sewer System issued Contract Number 100316.22 in an amount not to exceed $2,077,398.00, and WHEREAS, the Director of Public Services and the Purchasing and Contracts Manager recommend the award of an agreement between the City of Tamarac and SAK Construction, LLC; 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 award and execute an agreement with SAK Construction, LLC, utilizing the City of Mobile Alabama, Mobile Area Water and Sewer System contract in an amount not to exceed $2,077,398.00. 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. #12931 March 13, 2017 Page 4 of 5 confirmed as being true and correct and are hereby made a specific part of this resolution upon adoption hereof. All exhibits attached hereto are incorporated herein and made a specific part hereof. SECTION 2: The City Commission hereby awards the mainline lining contract to SAK Construction, LLC, utilizing a City of Mobile Alabama, Mobile Area Water and Sewer System Contract Number 100316.22 for the lining of the wastewater pipes. The appropriate City Officials are hereby authorized to execute a Purchase OrderAgreement in an amount not to exceed a project cost of $2,077,398.00 with a 5% contingency of $103,869.90 for a total project cost of $2,181,267.90. SECTION 3: The Director of Public Services is authorized to approve Work Tasks in accordance with the schedule of prices under said contract in an amount not to exceed $2,077,398.00 for project cost and for any additional Work Tasks upon approval of any change order(s) from funding provided through a contingency of 5% or $103,869.90 to be added to the project account for a project total of $2,181,267.90. SECTION 4: The City Manager or his designee is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000 per Section 6-147 of the City Code, and close the contract award, which includes but is not limited to making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. 1 1 �l F 1 Temp. Reso. #12931 March 13, 2017 Page 5 of 5 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. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this / day of X 2017. ATTEST: G PATRICIA TEU EL, C C CITY CLERK I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION n n Tn r f-%MRA HA D SSLER, MAYOR RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BOLTON DIST 2: COMM. GOMEZ DIST 3: COMM. FISHMAN DIST 4: VICE MAYOR PLACKO "EXHIBIT A" TR #12931 I�'71w�lEa4�.11�! fiEI4IIEI� '�°� Gi�llll'tEll `I�_��^r L•� sRe I&E,.II eL: ��.�,�(�. 9 Na tie �',���� E..:•.��E.,.�flfE..�: �..�.�Is..�✓� 7:ZT 7P77'q'elKid In Ulm- vsCi C■���c t—_r'f �I� �Ci4����i�Iy��A��' �ya�►'��.yr: 7f11I� -_ C�.7 I�1IR=<.,. a ate `7Y I EFEE I`i I �F-`J•1 �rwul�e[I�AM F l3i �� CE F`•:.>a.t:_4-V�► E t.] tt�� ► `�iy � ��` ��� � m EEEFEI I � �m0�!!S �raf��Emi iam-Z€=��eEn v TAMARAC The City For Your Life WASTE WATER SEWER LINING LIFT STATION BASINS LINING TO BE COMPLETED n®1 O ES y ADDRESS a 10" REC. ' 2Al 7500 N.N. 70th AVE. 6.254 98 32 a 2E 2811 N.N. 48th Sr. . 4 77 28 a 6E 2612 N.N. 54th ST. L2 90 25 8 5681 56th sr. t0,652 I BBI 123 72 s 9 3899 700DLANDS BLVD. 3.785 31 23 I4B 4529 N.N. 48. TER. 11.703 186 47 > 15 5005 N. BAYBERRY LN. 5,322 2.520 70 48 s 15A 5601 N. BAYBERRY LN. 12.484 121 58 a 159 5701 NHrM HICKORY CIR. 700 6 3 l4 ISD 5912 BLUE BEECH CT. 7,439 80 49 It 25 9200 N.N. 70th ST. 1 140 59 to 98 109/5 N.N. 71at PL. 2,247 1,029 20 Il TOTALS TOTAL LN FT 84, 47 4,521. 68.671 1,042 443 17 18 A I "EXHIBIT B" TR #12931 CONTRACT 10 CONTRACT - THIS CONTRACT is made and entered into the J ?) day of 0 C) p'P, _20—L6-.-, by IN )A K �-E� , and between (Contractor) hereinafter "Contractor," and the Board of Water and Sewer Commissioners of the City of Mobile, Alabama, hereinafter "Owner." W ITN ESSETH: The Contractor, for the consideration hereinafter fully set out hereby agrees with the Owner, as follows: 1. The Contractor shall furnish all materials and perform all Work as set forth in the following Contract Documents: Invitation for Bids, and any Addenda thereto; Proposal and all Documents submitted therewith; Standard Specifications of the Board of Water and Sewer Commissioners of the City of Mobile, Alabama; any Specifications of the Owner provide with the Invitation for Bids which are specific to this Contract; General Conditions; Special Provisions; Detailed Specifications; this Contract form; Bonds; Drawings and Addenda; all of which are attached hereto and made a part of the parties' Contract, as if fully set forth herein: 2016 Small Diameter Gravity Sewer Cured -In -Place Pipe Project CONTRACT NO.100316.22 2. The Contractor shall commence performance of this Contract on a date to be specified in a hundred and written order of the Owner, and shall fully complete all Work hereunder within three sixty-five (365) consecutive calendar days from and after said date. "Work" shall include all construction, delivery of materials and items, and other obligations of the Contractor under this Contract. 3. The Owner hereby agrees to pay to the Contractor for the faithful performance of the Contract, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United States as follows: Two Million, One Hundred Eighty -Three Thousand, Four Hundred Seventy and 00/100 Dollars ($ 2,183,470.00 ), in accordance with lump sum and unit prices set forth in the Proposal. 15 Mobile Area Water & Sewer System 2016 Small Diameter Gravity Sewer Cured -in -Place Pipe Project No.100316.22 E CONTRACT 4. The Owner shall make monthly partial payments to the Contractor on the basis of a duly certified and approved estimate of Work performed during the preceding calendar month by the Contractor. The Owner may retain five percent (5%) of the amount of such estimate until fifty percent (50%) of the Work has been completed. The Owner may hold this retainage until all Work has been performed strictly in accordance with this Contract and until all Work has been accepted by the Owner, and all obligations of the Contractor under this Contract have been satisfied. 5. Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the Contractor in connection with the performance of this Contract have been paid in full, and upon satisfaction by the Contractor of all other obligations under this Contract, final payment on account of this Contract shall be made within thirty days (30) after the completion by the Contractor of all Work covered by this Contract and the acceptance thereof by the Owner. 6. The parties hereto acknowledge and agree that time is of the essence for performance of this Contract. The parties agree that in the event the Work is not completed within the time herein specified, the Owner may retain from the compensation otherwise to be paid to the Contractor the sum of $750.00 per day for each day thereafter, Sundays and holidays included, that the Work remains uncompleted. The parties agree that this dollar amount represents their agreed upon stipulation as to the damages which the Owner will have sustained per day due to the failure of the Contractor to complete the Work within the time stipulated, and that this amount is not a penalty. 7. - Additional project requirements beyond those of the Board of Water and Sewer Commissioners of the City of Mobile, Alabama and the State of Alabama bid law are outlined in Supplemental General Conditions for SRF Assisted Public Drinking Water and Wastewater Facilities Construction Contracts of the project specifications. Further conditions of the Clean Water State Revolving Loan for this project include compliance with the Davis -Bacon Act and compliance with American Iron and Steel (AIS) requirements as described on pages SGC-24 through SGC-33 of the Supplemental General Conditions. 8. Sanitary Sewer Overflows (SSOs) and unpermitted discharges of wastewater to the environment are a violation of Federal and State laws, as well as a breach of this Contract. The Contractor and associated subcontractors, vendors, and other entities and persons chosen to complete this Work shall not, through act or omission, discharge untreated wastewater to the environment or cause wastewater to back up into a building, The Contractor hereby agrees to indemnify the Owner if the Owner is assessed penalties or fines, receives regulatory actions, or has actions, suits, or claims filed against it by any person or entity as a result of SSOs or unpermitted discharges caused by act or omission of the Contractor and/or any entity or person performing work in the Contractor's behalf under this Contract. The Contractor shall reimburse the Owner for all damages, losses, penalties, fines, judgments, interest, costs, and expenses of every nature incurred by the Owner, including but not limited to reasonable attorney's fees, arising from or associated with each SSO or unpermitted discharge. In addition, the Contractor shall pay the penalties identified in the Contract Documents to the Owner for SSOs and unpermitted discharges caused by the Contractor and/or any entity or person performing Work in the Contractor's behalf, regardless of whether such SSOs or discharges reach waters of the State. 16 Mobile Area Water & Sewer System 2016 Small Diameter Gravity Sewer Cured -In -Place Pipe Project No. 100316.22 CONTRACT g. The parties hereto further agree hereto that if at any time after the execution of this Contract and the Contract Bond hereto attached for its faithful performance, the Owner shall deem the surety or sureties upon such bond to be unsatisfactory, or if, for any reason, such bond ceases to be adequate to cover the performance of the Work, the Contractor shall at its expense, within five (5) days after the receipt of notice from the Owner to do so, furnish an additional bond or bonds in such form and amount and with such surety or sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be due under this Contract until such new or additional security for the faithful performance of the Work shall be furnished in manner and form satisfactory to the Owner. IN WITNESS WHEREOF the representatives of the parties hereto have executed this Contract by signing below, with full authority as the act of each party, to be effective as of the day and date first above written in two (2) counterparts, each of which shall, without proof or accounting for the other counterpart, be deemed an original Contract. BOARD OF WATER AND SEWER COMMISSIONERS OF THE CITY OF MOBILE, ALABAMA ATTEST BY egal Signature) (Printed Name and Title) BY -- (Legal Signature) V-XJ (Printed Name and Title) (SEAL) (Legal Signature)) (Printed Name and Title) (Printed Name ano i me) 17 Mobile Area Water &Sewer System 2016Small Diameter Gravity sewer Cured -In -Place Pipe Project No.100316.22 7 D Ll CONTRACT NOTARY ACKNOWLEDGEMENTS STATE OF A`CCnc COUNTYOF r0L!2( (e- Before me, the undersigned Notary Public in and for the above County and State, personally appeared C , �—at C C whose name as for the above Owner is signed above, and who, after being by me first duly sworn, acknowledged before me that he/she signs this Contract with full authority as the act of the Owner. Given under my hand and seal this % day of 0(A r 20 ko. .el 0,0 ItANDlOE BMING ;. MYCommisalonBow [P Ape 27,2020 [Print Name]: �r (1C'� My Commission expires:. (Q T 2 ooz STATEOF MISSnuri COUNTY OF 5+, Cka,-Ifs Before me, the undersigned Notary Public in and for the above County and State, personally appeared ISQ IeJ— -k -4 z . whose name as Oce l°re id e,4 for the above Contractor is signed above, and who, after being by me first duly sworn, acknowledged before me that he/she signs this Contract with full authority as the act of the Contractor. Given under my hand and seal this Q') day of Se,Ae.,..-, Ider 20 IL [Print Name): I`�A vlxt ra T� Pno[ e My Commission expires: 12 I g BARBARA TRENDE Notary Public - Notary Seal State of Missouri Commissioned for St. Charles County My Commission Expires: December 19, 2018 Commission Number:14126252 Mobile Area Water & Sewer System 2016 Small Diameter Gravity Sewer Cured -In -Place Pipe Project No.100316.22 18 BID TABULATION: PROJECT NO.: BID OPENING: Small Diameter Gravity Sewer Cured -In -Place Pipe C100516.22 September 12.2016 We hereby certify this to be a true and correct tabulation on the above named Project. xx�APrrr, =��,oc•1oaw. O CONSTANTINE ENGINEERING, INC. INC. �� j � p��Olnf44�•v �C 9/14TIG We pioect Manager "EXHIBIT C" TR #12931 April 2, 2017 The City of Tamarac, FL Mr. Keith K. Glatz, CPPO Purchasing & Contracts Manager 7525 NW 88th Ave, Tamarac, FL 33321 Reference: Mobile Area Water & Sewer System (MAWSS) with SAK Construction, LLC CEI 100316.22 Small Diameter Rehabilitation Project bid on September 12, 2016 Dear Mr. Glatz As authorized by MAWSS, we authorize the City of Tamarac, FL to use the referenced contract that was awarded to SAK Construction, LLC as a piggy -back contract whereas the unit prices can be utilized for the same services in Tamarac. This project was advertised publicly on August 10, 2016 through various media outlets, and the bids were opened on September 12, 2016. Please contact me if you have any questions. Sincerely, Constantine Engineering, Inc. h N w* Paul Kleinschrodt, P.E. 60 B Springdale Blvd. & 10*1 Mobile, Alabama 36606 y 251-479-0808 No. 34388 PNOPSSS►pNA1 j INEE�..�O��• Ku SA Pipeline Infrastructure. Solved.'" March 21, 2017 Mr. Jim Moore Assistant Director of Utilities City of Tamarac 10101 State Street Tamarac, FL 33321-6428 RE: SAK Proposal Utilizing the Mobile Area Water and Sewer System (MAWSS) Contract Number 100316.22 — 2016 Small Diameter Gravity Sewer Cured -in -Place Pipe Dear Jim, 47 Fem Avenue Nashville, TN 37207 tet 615.345.2045 www.sakcon.com SAK Construction, LLC (SAK) respectfully extends to the City of Tamarac this proposal for trenchless rehabilitation of sewer mains utilizing SAK's current contract (as referenced above) with the Mobile Area Water and Sewer System. This 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. We have included as an attachment the contract details for your review. Table 1 below incorporates the related bid items from the contract with MAWSS which SAK proposes to be utilized in Tamarac. _�1_ w n:a . —9'r 1lnii Dririnn I Ifili7lntl SAK's MAWSS Contract Item Descr�ptiori' " . Quantity Unit Price Total Price SS-16 Internal Video Inspection (pre and post TV 88,571 ILF $1.50 $132,856.50 inspection) SS-18A 18 Inch CIPP Mainline Rehabilitation 84,047 (LF) $20.50 $1,722,963.50 SS-18B 110 Inch CIPP Mainline Rehabilitation 4,524 ILFI $23.001 $104,052.00 SS-20 Service Reconnection New Liner 1,042 SEA! $53.00' $55,226.00 (Contract Insurance and Bonding Cost (Not to 1 ILS! $62,300.00' $62,300.00 AD-1 Exceed 3% of Contract Amount i Total! 1 $2,077,398.00 INCLUSIONS • Pipeline televising and service connection identification • CIPP Installation as specified in ASTM F1216 • CCTV Acceptance Inspection DVD • Traffic Control (Cones Only) • Price includes one mobilization EXCLUSIONS: • Any special insurance required, i.e., railroad protective insurance • Point repairs SAK"FernNashville, 47 Avenue TN 37207 tel 615.345.2045 Pipeline Infrastructure. Solved." www.sakcon.com • 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, �A-k 13,Ux, Clayton B. Washburn General Manager, Southeast Region PROPOSAL BASE BID Item Description Unit Unit Price Quantity Total Amount SS-16 Internal Video Inspection LF $1.50 79,300 $118,950.00 SS-17 Sanitary Sewer Mainline Cleaning LF 79,300 (15" Dia. and Under) $2 00 $158,600.00 SS-18A 8 CIPP Mainline Rehabilitation (6.0 MM Thickness) LF $20.50 71,500 $1,465,750.00 SS-18B 10" CIPP Mainline Rehabilitation (6.0 LF 5,700 MM Thickness) $23.00 $131,100.00 SS-18C 12" CIPP Mainline Rehabilitation (7.5 LF 600 MM Thickness) $32.00 $19,200.00 SS-18D 15" CIPP Mainline Rehabilitation (7.5 LF 1,300 MM Thickness) $42.00 $54 600.00 SS-19 Remove Protruding Service EA $200.00 325 $65,000.00 SS-20 Service Reconnection (New Liner) EA $53.00 1,000 $53,000.00 SS-21 Mobilize To Cut Out Service (Existing Liner) EA $1,500.00 10 $15,000.00 SS-22 Service Reconnection (Existing Liner) EA $250.00 25 $6,250.00 SS-23A 8" CIPP Pre -Liner LF $0.10 800 $80.00 SS-23B 10" CIPP Pre -Liner LF $0.10 800 $80.00 SS-23C 12" CIPP Pre -Liner LF $0.10 800 $80.00 SS-23D 15" CIPP Pre -Liner LF $0.10 800 $80.00 SS-24 Bypass Pumping (15" Dia. and HR $10.00 600 $6,000.00 Under) SS-25A Bypass Pumping Roadway Ramps DAY 5 (24' Lane Width) $300.00 $1 500.00 SS-256 Bypass Pumping Roadway Ramps DAY 5 (12' Lane Width) $200.00 $1,000.00 AD-1 Contract Bonding Cost (Not To LS 1 Exceed 3% of Contract Amount) $65,000.0 $65,000.00 EC-12 Light Clearing LF $1.00 1,200 $1,200.00 TC-1A Traffic Control for Construction in 3 Lane Roadways EA $300.00 16 $4,800.00 Traffic Control for Construction in 4 EA 8 TC-16 Lane Roadways $400.00 $3,200.00 Traffic Control for Construction in 5 EA 26 TC-1C Lane Roadways $500.00 $13,000.00 Mobile Area Water & Sewer System 2016 Small Diameter Gravity Sewer Cured -In -Place Pipe Project No. 100316.22 PROPOSAL The total BASE BID is written as: Two Million, One Hundred Eighty Three Thousand, Four Hundred Seventy Dollars and No Cents (S 2,183,470 00 SEE SECTION 10, 10.04 BASIS OF PAYMENT AND METHOD OF MEASURE, FOR BID ITEM CLASSIFICATION AND GENERAL DESCRIPTIONS. Mobile Area Water & Sewer System 2016 Small Diameter Gravity Sewer Cured -In -Place Pipe Project No. 100316.22