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