Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2015-065Temp. Reso. No. 12636 July 8, 2015 Page 1 of 6 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2015- 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 $590,264.85 FOR THE REPLACEMENT OF 4095 LINEAR FEET OF WATER MAIN PIPE TOGETHER WITH ASSOCIATED WATER SERVICE LINE PIPES ALONG NW 65T" STREET, NW 94th Terrace, NW 98T" TERRACE, NW 65T" COURT, NW 65T" PLACE, NW 99T" AVENUE, AND NW 66T" STREET (COLLECTIVELY KNOWN AS THE SPYGLASS COMMUNITY); A CONTINGENCY OF 10.0% OR $59,026.49 WILL BE ADDED TO THE PROJECT ACCOUNT FOR A TOTAL AMOUNT OF $649,291.34; AUTHORIZING AN EXPENDITURE FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the area along NW 65th Street, NW 94th Terrace, NW 98th Terrace, NW 65th Court, NW 651h Place, NW 99th Avenue, and NW 66th Street (Collectively known as the Spyglass Community) is currently serviced with 2 to 6 inch Cast Iron water mains together with thin wall polyethylene (PE) service lines, 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 Temp. Reso. No. 12636 July 8, 2015 Page 2 of 6 WHEREAS, the project area 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 $3,500,000.00 is budgeted/proposed in FY 2015 - 2021 for water distribution system upgrades; and WHEREAS, Murphy Pipeline successfully completed a demonstration project utilizing the pipe bursting technique in Shaker Village replacing 1500 LF of 4 and 6 inch PVC water mains as approved by 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 has completed over 500,000 LF of static pipe bursting over the past decade; and WHEREAS, the project site is located along NW 65th Street, NW 94th Terrace, NW 98th Terrace, NW 65th Court, NW 65th Place, NW 99th Avenue, and NW 66th Street (Collectively known as the Spyglass Community) as shown in (Exhibit "1 "); and 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, 2015 on behalf of its members (a copy of which is attached hereto Temp. Reso. No. 12636 July 8, 2015 Page 3 of 6 as Exhibit "2"); 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 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 $590,264.85, hereto attached as Exhibit "Y; 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 WHEREAS, the City Commission of the City of Tamarac has approved capital funding for Tamarac Water Distribution System Upgrades in Project #UW15C 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 a Purchase Order Agreement with Murphy Pipeline Contractors, Inc., utilizing Allied States Cooperative, Education Service Center (ESC) Region 19 RFP Number 13-6903, in Temp. Reso. No. 12636 July 8, 2015 Page 4 of 6 an amount not to exceed $590,264.85 for project cost and a contingency of 10% or $59,026.49 will be added to the project account for a project total of $649,291.34. 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 of this resolution. SECTION 2: The appropriate City officials are hereby authorized to accept and execute a Purchase Order Agreement for the Replacement of 4905 LF of water main pipe together with associated service line pipes along NW 65th Street, NW 94th Terrace, NW 98th Terrace, NW 651h Court, NW 651h Place, NW 99th Avenue, and NW 66th Street (Collectively known as the Spyglass Community) utilizing Pre -Chlorinated Pipe Bursting with Murphy Pipeline Contractors, Inc., utilizing Allied States Cooperative, Education Service Center (ESC) Region 19 RFP Number 13-6903 not to exceed $590,264.85 for project cost and a contingency of 10% or $59,026.49 will be added to the project account for a project total of $649,291.34 (a copy of the proposal is attached hereto as "Exhibit 3") C I C Temp. Reso. No. 12636 July 8, 2015 Page 5 of 6 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 $590,264.85 for project cost and a contingency of 10% or $59,026.49 will be added to the project account for a project total of $649,291.34. 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. No. 12636 July 8, 2015 Page 6 of 6 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. a PASSED, ADOPTED AND APPROVED this 0 day of 12015. Qr HARRY DRESSLER MAYOR ATTEST: CITY CLERK I RECORD OF COMMISSION VOTE: MAYOR DRESSLER-� DIST 1: VICE MAYOR BUSHNELL DIST 2: COMM. GOMEZ r_- DIST 3: COMM. GLASSER DIST 4: COMM. PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM .SAMUEL S. GOREN ' CITY ATTORNEY R 12636 -1 Temp. Reso. No. # 12636 CITY OF TAMARAC Scale: N.T.S PUBLIC SERVICES DEPARTMENT W I l I ENGINEERING DIVISION SHEET 1 OF 1 SPYGLASS PIPE BURSTING PROJECT TR# 12636 3 m 70 CT j% w a W ¢ mWE TWOOD 3 % > ¢ M n, an >�7O % ,,,m 70 ST % . 70 ST 0 ST G m N m 70 ST 70 a g ST %j Y/ BABY BP ¢ wy wa o aJaa o0 LOVE GAS U<L ti CVS PHARMACY m¢ �%j 8 ¢ j/ COMMONTAMARS M C N A ARAC 8 j% TAM AC ii % HIV. LIME % % RK THE GREENS WALGREEN C RKET 68 PL GAR ENS y TAMARAC j% E T 3 �P LIME BAY j BAY %/ OF TAMARAC ACE GARDENS y/ S II SEC. I WEST ,q / j�/�/j ��4 /% % / / • ///jijjj/ y /j/// / o Y 67 CT / / % j%�/ //%/ ,3 ,' j ` , y / y COL, W. CLUB • HOUSE AURAFIN rT W 61 67 ST W w 67 // 3 /% T / T ❑D 2 FR %/ AV n % //j6 /j / %j/�/ // Pa6 CT %¢ T�A CARL & ASSOCIATES T Q + > 66 CT P %/ ¢ .63j//TqWw 3 %j 66 ST // 5 W W �6A �/. w W c w W \g W D WOOD 1 (SPYGLAS i/ rT pp pR• KS / v y W SENTINEL / �p Op 6A r .� / .. % . ' ' . %//� v1�,flV�•. Gl6AO5�' % � � W y rn 3 W � � W � W o 2 W N � W W W WEDGE�UO�3 �w a� W \\ W TOSHIBA W SEC, 8" WEDGEWOOD LNST BUSINESS o \�.W tLAND GOLF COUR y63 T) 3SOLUTIONS W W W WW. W W W W W % W W W .V V 4 Wr = SANTA ROSA DR. 61 ST >4 > 61 ST N. GRAND DUKE G u= u Y Q PARADISE CTBOAR 61 ST _ a y PATIO HOMES 60 Tm PARADISE o> V m¢ m¢ I m PAR. DR Jasroln YN. PLUM BAY PKWY x $ d 60 ST 60 ST Y u NORTH u STANLEY LN. %/ w s VERMOSA ' F PAR. % ' / ' %j A > RED HEART LN zi a m m LANE PLUM y - n% CHAMBERS ST Iw % %j y oe Ld % a Y <" x W SOUTH HARBOR ATE ` VERMOSA BRADSHAW LN" % // > % 00 Cl Y S. GRAN➢ L DGE �, % u' i� DUKE C. a a % HAMPTON PLUM PL M H BO WY. / HILLS BAY \ • '\ \\ \\ X\ \ X\ % j \\\�\\\ \\\ ...� ..� <\. \\\� .\\\\\\\ % % / X x n %/ > w r 3 PL F . New Life Fellowship Center - \\\\�\\ % \\\\\�\\\ \\ • \�\\\� UTUR PERS z> PARK o RESTO %/ o z % w'~^ 3 m 58 ST Church \�\\�\\\\\\\\\\\\\\\\ %j/ Y y \\\\\\�\\\�\X\\X\\\\\, V.G. PARK CA PL a w PL 1 ' % y \\\\\\\�\\\�\\\\�\\\ 58 A WHISTABLE x (4 (VISUAL RAPHICS) a WALK LYMOU N ISLES CIR 57 DR \�\\'\N\\�\�\\�\\�\\\\� w ST x \ \ \ \\ \\\ > �FLUM;\\\\\\\\ \ _ % CATALINA % IF C w G ��\\�\\�\HAY\�\\�\\���\. MILENIUM a / !/ %/ ' . %j %%/ P.O.D. %/ %j �/ S ISLES C 57 LN CD a . \\\\.. ... \`•N\ \z.. MIDDLE m THE > \\\\\\\..... NN STORA SCHOOL BUDHIST TAMARAC ¢ JEWISH ACTIVE •M CITREE ' m .j \�\� z TEMPLE \\����\�\��\\�\\���\�. FERGUSO CHALLENGER 57 ST CENTER LIVISENING RESIDENCE PLAZA Z z 8741-8767 OFC, BLDG \�\\A�\\\�\\\\\�\\���\\ CORP. ELEMENTARY \\\\\\�\\�\\\\\�\�\\ WESTPOINT� PLAZA = SCHOOL MOBIL \\\\� EASTSIDE LYONS COMM SUB JJ WENDYS WALGREEIg� FUTURE (CO D 870) HANK PARK M W 0 COMMERCIAL BLVD W Z SITE LOCATION Z L D-ign ft., Daw 0e/24/20f5 SPYGLASS PIPE BURSTING Drman Dw Date: EXHIBIT > CA.d.d By.. Da. CITY OF TAMARAC, BROWARD COUNTY, FLORIDA App —d air. Dal.: SEC. 8, TWP. 49, RGoE. 41 TR 12636 Exhibit 2 mrm-cllpohy Pipeline Boma About MPC; f%lpe nursont, Svageimc;g Contact Contractors, Inc Competitively Bid Procurement Contract Available for all Government Agencies in the US For additional ipricing, ppleaselease itonconta line item ch Murphy Pipeline Contractors has been awarded a competitively bid cooperative purchasing i Todd crafenauer contract through Allied States Cooperative. The contract is for Trenchless Technology to ; Educat onal Director Murphy Pipeline Contractors replace and rehab water, sewer and storm mains from 2-inch through 60-inch in diameter. i ofrl e414.321.2247 All government agencies including cities, towns, counties, universities, colleges and non- For ASC membership, please profits may become members to utilize the contract saving significant time and money, There contact: is no cost to become a member. To use the contract, sign an interlocal agreement online: w. eilliedstatescooperatiye.Com Royce Cleveland Purchasing Manager About Allied Slates Cooperative Allied Stales Cooperative office: 915.780 5019 Allied States Cooperative is a national governmental purchasing cooperative which competitively bids and awards contracts in compliance with local, state and federal procurement laws and regulations (FAR). The savings for members are realized through dealing with vendors who have been evaluated and verified to provide a quality product or (a service at a competitively bid price in compliance with bidding requirements. Trenchless Technology Services included in Contract: Swagelining Directional drill Pipe bursting CIPP Pre -chlorinated pipe bursting Manhole rehabilitation • Slip lining Cooperative Purchasing Contracts offer government agencies a competitively bid and legally procured contract to replace and renew their water, sewer and storm pipelines. With state and local government budgets being stretched to the limit, it is essential that government leaders look for innovative ways to utilize taxpayer dollars efficiently and effectively (to do more with less). Aggregated volume creates significant price breaks, many times in the double digit figures. The contract lowers total cost of government by better application of resources and providing more efficient operations. Partnering with a lead entity like Allied States Cooperative reduces time, administrative overhead, while leveraging the experienced expertise of those with specialized knowledge in a sector. Trenchless Technology Solutions for 2-inch through 60-inch Water 6 Force Main Replacement All Contents 9 2014 All rlehts reserved. http://www.murphypipelines.com/ 4/2/2014 EDUCATION SERVICE CENTER REGION 19 TR 12636 Exhibit 2 RFP AWARD SUMMARY 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) FUNDING SOURCE: Various RFP's ISSUED: 6 RESPONSES: 2 ADVERTISEMENT DATES: El Paso- November 16th & 23`d, 2012 Albuquerque, NM- November 16th & 23`d, 2012 Phoenix, AZ- November 151h & 22"d 2012 BOARD MEETING DATE: January 17, 2013 RECOMMENDED FOR AWARD Murphy Pipeline Contractors, Inc. TOTAL (estimated) $10,000,000.00 / 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 12636 Exhibit 2 ORDER INFORMATION: Murphy Pipeline Contractors, Inc. Attn: Tom Hayes 4700 N. Pearl Street Jacksonville, FL 32206 904-764-6887 Fax: 904-379-6193 tomh(a)-murphypipelines.com Services in all states and all US Territories Approved by: Date: (James R. Vasquez- Executive Director) (December 14, 2012) (James R. Vasquez- Executive Director) (November 14, 2013) (Armando Aguirre — Executive Director) (October 7, 2014) Murphy Pipeline Contractors, Inc. June 25, 2015 City of Tamarac Public Services 6011 Nob Hill Rd Tamarac, FL 33321 Corporate Headquarters OFFICE: 904.764.6887 FAX: 904.379.6193 ADDRESS: 3507 Southside Blvd, Ste 2 Jacksonville FL 32216 Feasibility Support Office OFFICE:414.321.2247 FAX:414.321.2297 ADDRESS: 1973 S 91" Street Milwaukee WI 53227 murphypipelines.com swagelining.com Re: Spyglass 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 15% 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: Spyglass We should be able to start this project within the next 90 days. Best regards, A J Mayer Murphy Pipeline Contractors, Inc Enclosed: Attachment A — Line Item Prices Attachment A - NW 65th Street Project All pricing shall include overhead including the R19 fee and profit for each line item. Revised Unit QTY Unit Price Extension Coefficient Price C�yt Total Discount 15% 68 Mobilization tiDay $200.00 $200.00 0.94 $ 188.00 40 $ 6,392.00 69 Pre -Construction Viceo $4.00 $4.00 0.94 $ 3.76 4095 $ 13,087.62 70 Erosion Control $5.00 $5.00 0.94 $ 4.70 1000 $ 3,995.00 71 MOT a) Signage 1 Day $250.00 $250.00 0.94 $ 235.00 40 $ 7,990.00 b) Flagmen 1 HR $45.00 $45.00 0.94 $ 42.30 200 $ 7,191.00 72 Excavation/Backfill a) 0-4feetdeep 1 Cuft $2.00 $2.00 0.94 $ 1.88 19375 $ 30,961.25 74 Surface Restoration a) Sod 1 SF $2.00 $2.00 0.94 $ 1.88 19375 $ 30,961.25 d) 2-inch asphalt 1 SF $5.00 $5.00 0.94 $ 4.70 1300 $ 5,193.50 75 Material extras a) Lime Rock 1 SY $50.00 $50.00 0.94 $ 47.00 200 $ 7,990.00 b)57/Washed Stone 1 SY $50.00 $50.00 0.94 $ 47.00 100 $ 3,995.00 C) Pipe Bursting with Pre -Chlorination for water Main Replacement Procedure HDPE DR 11 99 4-inch diameter 1 LF $31.00 $31.00 0.94 $ 29.14 165 $ 4,086.89 100 6-inch diameter 1 LF $40.00 $40.00 0.94 $ 37.60 1000 $ 31,960.00 SOS 8-inch diameter 1 LF $45.00 $45.00 0.94 $ 42.30 2930 $ 105,348.15 Note: Installation with HDPE, Fusible PVC/Ductile Iron available at market price Fittings a) Bends and sleeves, DI 104 6-inch 1 EA $375.00 $375.00 0.94 $ 352.50 10 $ 2,996.25 105 8-inch 1 EA $425.00 $425.00 0.94 $ 399.50 30 $ 3,395.75 109 6x6x6 1 EA $475.00 $475.00 0.94 $ 446.50 1 $ 379.53 111 8x8x6 1 EA $600.00 $600.00 0.94 $ 564.00 7 $ 3,355.80 112 8x8x8 1 EA $700.00 $700.00 0.94 5 658.00 1 $ 559.30 118 12x12x8 1 EA $1,150.00 $1,150.00 0.94 $ 1,081.00 1 $ 918.85 Gate Valves 4-inch 1 EA $400.00 $400.00 0.94 $ 376.00 24-inch 1 EA $900.00 $900.00 0.94 $ch 1 EA $1,375.00 $1,375.00 0.94 $ 1,292.50 10 $ 10,986.2 Hydrants 1 EA $3,250.00 $3,250.00 0.94 $ 3,055.00 9 $ 23,370.75 nection at ServicesUp to 1" service, short side up to 5-feetnch main P 1 EA $450.00 $450.00 0.94 $ 423.00 23nch main 1 EA $475.00 $475.00 0.94 $ 446.50 50 $ 18,976.25 nch main 1 EA $850.00 $850.00 0.94 $ 799.00 12 $ 8,149.80 nch main 1 EA $875.00 $875.00 0.94 $ 822.50 14 $ 9,787.75 er 30-feetx 1" 1 LF $12.00 $12.00 0.94 $ 11.28 2031 $ 19,473.23 E) Pre -Chlorination Procedure for Rehabilitation of Existing Water Lines Pipe String Fusion 166 4-inch 1 LF $30.00 $30.00 0.94 $ 28.20 165 $ 3,955.05 167 6-inch 1 LF $35.00 $35.00 0.94 $ 32.90 1000 $ 27.965.00 93,642.80 168 8-inch 1 LF $40.00 $40.00.1 0.94 $ 37.60 2930 $ Attachment A - NW 65th Street Project All pricing shall include overhead including the R19 fee and profit for each line item. Unit Unit Price Extension Coefficient Revised Unit Q�t y Total Discount 15% Price Pressure Testing 171 4-12 inch 1 LF $2.00 $2.00 0.94 -$ $ 6,543.81 Chlorination 173 4-inch 1 LF $1.00 $1.00 0.94 $ $ 131.84 174 6-inch 1 LF $1.50 $1.50 0.94 $ $ 1,198.50 175 8-inch 1 LF $2.001$2.00 0.94 $ 0 flTotal $ 4,682.14 Flushing 179 4-12 inch 1 LF $0.50 0.94 $ 5 $ 1,635.95181 4-12 inch 1 K-Gals $1.00. 0.94 $ 0 $ 119.85 150 2-inch temporary 1 LF $23.00 $23.00 0.94 $ 0 $ 73,508.00 $ 694,429.23 $ 590,264.85