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