Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2016-070Temp. Reso. #12805 June 8, 2016 Page 1 of 6 CITY OF TAMARAC, FLORIDA �j RESOLUTION NO. R-2016- �('/ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE A PURCHASE ORDER AGREEMENT BETWEEN THE CITY OF TAMARAC AND MURPHY PIPELINE CONTRACTORS, INC. UTILIZING PRICING FROM AN AGREEMENT OBTAINED THROUGH A FORMAL COMPETITIVE PROCESS BY THE ALLIED STATES COOPERATIVE, EDUCATION SERVICE CENTER (ESC) REGION 19, RFP NUMBER 13-6903 FOR AN AMOUNT NOT TO EXCEED $1,111,069.89 FOR THE REPLACEMENT OF 5,845 LINEAR FEET OF WATER PIPE TOGETHER WITH ASSOCIATED WATER SERVICE LINE PIPES ON CANTERBURY LANE, PLEASANT HILL LANE, SPINNING WHEEL LANE, MEACHAM LANE AND 2,655 LINEAR FEET OF WATER PIPE ON THE COMMONS IN SHAKER VILLAGE; A CONTINGENCY OF 10% OR $111,106.99 WILL BE ADDED TO THE PROJECT ACCOUNT FOR A TOTAL AMOUNT OF $1,222,176.88; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Shaker Village is serviced with thin wall 4 and 6-inch PVC water mains which are over 40 years old and are difficult to repair and subject to more frequent line breaks due to brittleness and thickness of the pipe walls; and WHEREAS, Shaker Village has experienced many water leaks over the past 15 years and Utilities has carried a CIP project on the Capital Improvement Program for over 10 years to replace all the water lines within this development. Currently $1,250,000.00 is Temp. Reso. #12805 June 8, 2016 Page 2 of 6 budgeted in FY 2016 to complete the Shaker Village Pipe Bursting Project; and WHEREAS, in 2014 the City conducted a successful demonstration project with Murphy Pipeline Contractors, Inc. in the Shaker Village Community utilizing the pipe bursting technique. This project successfully replaced 1,500 LF of thin wall 4 and 6-inch PVC water lines in Zone #5 on Ann Lee Lane with 8-inch HDPE. The demonstration project was approved by City Commission via Resolution R-2014-69, dated July 9, 2014 a copy of Resolution R-2014-69 is incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, Pre -chlorinated pipe bursting has become the preferred water main replacement method in Europe with over 100 million feet replaced in the past 26 years. In the U.S., Murphy Pipeline Contractors, Inc. has completed over 500,000 LF of static pipe bursting over the past decade; and WHEREAS, at this time, the City has decided to complete the remaining five zones quoted by Murphy Pipeline Contractors, Inc. which will complete the Shaker Village Pipe Bursting Project. The cost to complete the remaining Zones 1, 2, 3,4 and 6 within Shaker Village without contingency is quoted at $1,111,069.89; and WHEREAS, Zone Numbers 1, 2, 3, 4 and 6 includes The Commons, Canterbury Lane, Pleasant Hill Lane, Spinning Wheel Lane, and Meacham Lane in Shaker Village as shown on "Exhibit A" (a copy of which is attached hereto); and Temp. Reso. #12805 June 8, 2016 Page 3 of 6 WHEREAS, the Allied States Cooperative, Education Service Center (ESC) Region 19, RFP Number 13-6903 with Murphy Pipeline Contractors, Inc. for Pipe Bursting has favorable pricing, terms, and conditions, which was awarded on December 31, 2012 with four (4) one year optional renewal periods. The contract has been extended by Region 19 until December 31, 2016 on behalf of its members (a copy of which is attached hereto as "Exhibit B"); and WHEREAS, the City of Tamarac is a member in good standing of the Education Service Center Region 19 Allied States Cooperative (ASC) and is therefore eligible to utilize Allied States Cooperative, Education Service Center (ESC) Region 19 RFP Number 13-6903; and WHEREAS, the vendor has agreed to honor the terms, conditions, and pricing of the Allied States Cooperative, Education Service Center (ESC) Region 19, RFP Number 13-6903 with Murphy Pipeline Contractors, Inc. and has prepared a project proposal in the amount of $1,111,069.89, hereto attached as "Exhibit C"; and WHEREAS, the Director of Public Services and the Purchasing Contracts Manager chose to utilize available contracts awarded by other governmental entities for Water Pipe Replacement utilizing Pipe Bursting, as provided by City Code Section 6-148 (f), which states that the purchasing officer may utilize contracts with other governmental agencies; and Temp. Reso. #12805 June 8, 2016 Page 4 of 6 WHEREAS, the City Commission of the City of Tamarac has approved capital funding for the FY 2016 Shaker Village Water Main Replacement Project as recommended by the Public Services Department; 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 accept and execute an Agreement Amendment with Murphy Pipeline Contractors, Inc. utilizing Allied States Cooperative, Education Service Center (ESC) Region 19 RFP Number 13-6903, in an amount not to exceed $1,111,069.89. 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 incorporated herein and made a specific part hereof. SECTION 2: The appropriate City officials are hereby authorized to accept and execute a Purchase Order Agreement for the Replacement of 5,845 LF of Water Main Pipe with associated service line pipes on Canterbury Lane, Pleasant Hill Lane, Spinning Wheel Lane and Meacham Lane along with 2,655 LF of AC Water Main Pipe on The Commons in Shaker Village utilizing Pre -Chlorinated Pipe Bursting with Murphy Pipeline Contractors, Inc., utilizing Allied States Cooperative, Education Service Center (ESC) Temp. Reso. #12805 June 8, 2016 Page 5 of 6 Region 19 RFP Number 13-6903 not to exceed $1,111,069.89 for project cost and a contingency of 10% or $111,106.99 will be added to the project account for a project total of $1,222,176.88 (a copy of which is attached hereto as "Exhibit C") 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 $1,111,069.89 for project cost and a contingency of 10% or $111,106.99 will be added to the project account for a total of $1,222,176.88. SECTION 4: The City Manager, or his designee, is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 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. 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. Temp. Reso. #12805 June 8, 2016 Page 6 of 6 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day ofOaAl- , 2016. DIANE G SER VICE MAY R ATTEST: RECORD OF COMMISSION VOTE MAYOR DRESSLER DIST 1: COMM. BUSHNELL C DIST 2: COMM. GOMEZ'' DIST 3: VICE MAYOR GLASSER DIST 4: COMM. PLACKO�.' I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SAMUEL S. GORI CITY ATTORNEY EXHIBIT A _ - mun BAILEY RD [�:C: LUBHSE DR z � J U 3 SHAKER WOOD J Q z VILLAS A WOODLAN GREE ° 1 � z O SITE~ PL P Lo cA I03 Cl 9�2 0 3 � � Q 3 � 00 D Vp U-) o WOODLAND MEADOWS 56 PL Q WOODLAND Q 3 GREENS 3 00 58 PL n C❑MMERCIAL BLVD Ln Lo 61 PL i C❑M I Rom\ D�� Lo is 59 PL is 59 ST .1 r U-) :� as WOOD GLEN CEND❑ Q i z 58 ST O� i z S7 Q� STLo Ld i s Lo J Q ac4 W 3 cunvro vn i Arc n\✓r SHAKER VILLAGE EDUCATION SERVICE CENTER REGION 19 RFP AWARD SUMMARY TR 12805 -Exhibit B RFP TITLE: Trenchless Technology Rehabilitation and Related Items and Services— ESC Region 19 Purchasing Cooperative RFP NUMBER: 13-6903 RFP OPENING DATE: December 6, 2012 CONTRACT TERM: Date of award until December 31, 2013 with four (4) one-year optional renewal periods not to exceed 60 months in the aggregate (Extended by Region 19 until December 31, 2014) (Extended by Region 19 until December 31, 2015) (Extended by Region 19 until December 31, 2016) FUNDING SOURCE: Various RFP's ISSUED: 6 RESPONSES: 2 ADVERTISEMENT DATES: El Paso- November 16" & 23rd, 2012 Albuquerque, NM- November 16t" & 23rd, 2012 Phoenix, AZ- November 15t" & 22"d, 2012 BOARD MEETING DATE: January 17, 2013 RECOMMENDED FOR AWARD Murphy Pipeline Contractors, Inc. TOTAL (estimated) $10,000,000.001 year EXPLANATIONS: Award of this contract will enable ESC Region 19 Purchasing Cooperative members to procure all aspects of trenchless technology including reconstruction of sewers, renewal of potable water mains, pipe bursting for all type pipe lines, water main replacement, sewer pipe sliplining, rehabilitation of existing water lines, renewal of pressure pipe lines, manhole rehabilitation, gravity sewer lateral renewal systems, and related. A proposal from another vendor was not considered because they did not provide pricing for sewer line pipe bursting, manhole connections, pre -chlorination pipe bursting, polyethylene sewer pipe sliplining, or rehabilitation of existing water lines. In the aggregate, they only responded to about 35% of requested pricing which was not in the best interest of the ESC Region 19 Purchasing Cooperative members. Murphy Pipeline Contractors designated they can do business in all states. SPECIFICATIONS PROVIDED BY: EVALUATION COMMITTEE: Dean Zajicek ESC Region 19 Facilities Consultant Royce Cleveland ESC Region 19 Anneliese Price ESC Region 19 Martin Camacho ESC Region 19 Nancy Tinoco ESC Region 19 Dean Zajicek ESC Region 19 Facilities Consultant TR 12805 - Exhibit B ORDER INFORMATION: Murphy Pipeline Contractors, Attn: Tem Hayes 4700 nl Do-rl Q+ree+ -1-;;n0ksP-Rrvirnlle, Cz 322.0 904-764 RR t9Fnhl/Y1r uFphypipelines nnm Inc. (Removed as of May 2015) Murphy Pipeline Contractors, Inc. (Added as of May 2015) Attn: Todd Grafenauer 3507 Southside Blvd Jacksonville, FL 32216 Phone: 904-764-6887 Fax: 904-379-6193 toddg murphypipelines.com **Amendment to the contract with Murphy Pipeline additional line items were submitted and accepted on October 19, 2016.** Services in all states and all US Territories Approved by: (James R. Vasquez- Executive Director) (James R. Vasquez- Executive Director) (Armando Aguirre - Executive Director) (Armando Aguirre - Executive Director) Date: (December 14, 2012) (November 14, 2013) (October 7, 2014) (September 30, 2015) "EXHIBIT C" Corporate Headquarters TR #12805 OFFICE: 904.764.6887 FAX:904.379.6193 ADDRESS: 1876 Everlee Rd Jacksonville FL 32216 Feasibility Support Office Murphy Pipeline OFFICE:414.321.2247 FAX:414.321.2297 Contractors Inc. ADDRESS: P.O. Box 14366 Milwaukee WI 53214 murphypipelines.com swagelining.com June 1, 2016 City of Tamarac Public Services 6011 Nob Hill Rd. Tamarac, FL 33321 Re: Shaker Village Pipe Bursting Water Main Replacement Project Dear Tamarac Public Services: Murphy Pipeline Contractors, Inc. agrees to allow and extend its prices per the contract documents of the R19 Allied States RFP #13-6903 Agreement to the City of Tamarac, Florida. We offer a 10.9% discount off the contract pricing. Murphy Pipeline Contractors, Inc. proposes to perform rehabilitation/replacement of Tamarac's water main system in accordance with contract documents, procedures and performance. The area of work is defined as: Shaker Village Zone 1, 2, 3, 4 and 6. We should be able to start this project in summer 2016. Best regards, A J Mayer Murphy Pipeline Contractors, Inc. Enclosed: Attachment A - Line Item Prices Attachment A Tamarac,L Shaker Village one ShackerVill.p Tamarac B Mobilization 1 Day $200.00 $200.00 0.94 $ 188.00 ISO $ 30.151.440 0 Erosion Control 1 LF $5.00 $5.00 0.94 $ 4.70 1000 $ 4,197.700 1 MOT $ a) Signage 1 Day $250.00 $250.00 0.94 $ 235.00 ISO $ 37,689.300 b) Flagmen 1 HR $45.00 $45.00 0,94 $ 42.30 100 $ 3,768.930 2 Excavation/Backfill $ a) 0-4 feet deep 1 Cuft $2.00 $2.00 0.94 $ 1.88 20416 $ 34,198.433 74 Surface Restoration $ _ a) Sod 1 SF $2.00 $2.00 0.94 $ 1.88 S000 $ 23,400.640 d) 2-inch asphalt 1 SF $5.00 $5.00 0.94 $ 4.70 6723 $ 28,153.907 0 Curb 1 IF $35.00 $35.00 0.94 $ 32.90 50 $ 1,465.695 5 Materialextras $ _ a)LlmeRock 1 SY $50.00 $50.00 0.94 $ 47.00 747 $ 31.282.119 b 57 ached Stone 1 SY $50.00 $50.00 0.94 $ 47.00 45 $ 115.000 Pipe Bursting with Pre -Chlorination for Water Main Replacement Procedure $ - HDPEDRII 101 8-inch diameter 1 LF $45.00 $45.00 0.94 $ 42.30 5845 $ 220,293.9$9 102 IG4nchdiameter 1 LF $50.00 $50.00 0.94 $ 47.00 2655 $ 111,193.435 Fittings a)Bends and sleeves, DI $ _ 105 8-inch 1 EA $425.00 $425.00 0.94 S 399.50 30 $ 10.678.635 106 10-inch 1 EA $500.00 $500.00 0.94 $ 470.00 12 $ 5,025.240 b)Tees, 01 111 Sx8x6 1 EA $600.00 $600.00 0.94 $ 564.00 16 5 8,040.384 114 1Ox10x6 1 EA $750.00 $750.00 0.94 $ 705.00 9 $ 5,653.395 Its 1Ox10x8 1 EA $825.00 $825.00 0.94 $ 775.50 8 $ 5,527.764 Gate Valves 121 6-inch 1 EA $900.00 $900.00 0.94 $ 846.00 16 $ 12,060.576 122 8-inch 1 FA $1.375.00 S1375.00 0.94 S 1292.50 10 $ 1 516.175 123 10-Inch 1 EA $1,750.00 $1,750.00 0.94 $ 1,645.00 2 $ 2,931.390 126 Fire Hydrants 1 EA $3,250.00 $3,250.00 0.94 $ 3,055.00 16 $ 43,552.030 Connection at services $ - a)UptoVservice, short side upto5-feet $ - 128 $-inch main 1 EA $475.00 $475.00 0.94 $ 446.50 74 $ 29,439.531 129 10-inchmain 1 EA $500.00 $500.00 0.94 $ 470.00 5 $ 2,093.850 b)Up to 2"service, short side up toy -Feet $ - 134 12-inchmain 1 EA $750.00 $750.00 0.94 $ 705.00 1 $ 623.155 cl Up to V service, long side up to 25-feet $ - 136 8-Inch main 1 EA $875.00 $875.00 0.94 $ 822.50 45 $ 32,978.138 el Additional service length $ _ 143 Over 30-feetx l" 1 IF $12.00 $12.00 0.94 $ 11.29 2380 $ 23,920.142 Bypass forwater main pipe burstingor CIPPlining $ - 150 2-inch temporary 1 LF $23.00 $23.00 0.94 $ 21.62 2000 5 38,526.840 Temporary service connections forwater main bypass 0.94 $ - 153 2-Inch short side 1 FA $275.00 $275.00 0.94 S 258.50 125 S 28 790.43E E)Pre-Chlorination Procedure for Rehabilitation ofExiaingWater Unes $ - Pipe String Fusion $ - 168 84nch 1 LF $40.00 $40.00 0.94 $ 37,60 5845 $ 195.316.852 169 10-Inch 1 LF $45.00 $45.00 0.94 $ 42.30 2655 $ 100,065.092 Pressure Testing $ _ 171 4-121nch 1 IF $2.00 $2.00 0.94 $ 1.83 8500 $ 14,238.180 Chlorination 175 8 inch 1 LF $2.00 $2.00 0.94 $ 1.88 5845 $ 9,790.943 177 124nch 1 LF $3.00 $3.00 0.94 $ 2.82 2655 $ 6,671.006 Flushing $ _ 179 4.12 inch 1 LF $0.50 $0.50 0.94 $ 0.47 8500 $ 3,559.545 Oechlorination $ _ 181 4,12 inch 1 K-Gals S1.00 SL00 0.94 $ 0.94 2000 1675.080 Total $`. "'1,246,733.28