Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2014-129Temp. Reso. No. 12591 December 10, 2014 Page 1 of 6 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2014- `CP? A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTEA PURCHASE ORDERAGREEMENT 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 $405,500.47 FOR THE REPLACEMENT OF 3108 LINEAR FEET OF WATER MAIN PIPE TOGETHER WITH ASSOCIATED WATER SERVICE LINE PIPES ALONG NW47T"TERRACE BETWEEN COMMERCIAL BOULEVARD AND MONTEREY DRIVE; A CONTINGENCY OF 10.0% OR $40)550.05 WILL BE ADDED TO THE PROJECT ACCOUNT FOR A TOTAL AMOUNT OF $446,050.52; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FORSEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the area along NW 47t" Terrace between Commercial Boulevard and Monterey Drive is serviced with 8 to 12 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 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 $2,500,000.00 is Temp. Reso. No. 12591 December 10, 2014 Page 2 of 6 budgeted in FY 2015 - 2019 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 47th Terrace between Commercial Boulevard and Monterey Drive 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, 2014 on behalf of its members (a copy of which is attached hereto 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 Temp. Reso. No. 12591 December 10, 2014 Page 3 of 6 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 $405,500.47, 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 pg J 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 an amount not to exceed $405,500.47 for project cost and a contingency of 10% or $40,550.05 will be added to the project account for a project total of $446,050-52. Temp. Reso. No. 12591 December 10, 2014 Page 4 of 6 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 3108 LF of water main pipe together with associated service line pipes along NW 47th Terrace between Commercial Boulevard and Monterey Drive 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 $446,050.52 (a copy of the proposal is attached hereto as "Exhibit 3"). SECTION I 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 $446,050.52. SECTION 4: Temp. Reso. No. 12591 December 10, 2014 Page 5 of 6 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. SECTION L passage and adoption. This Resolution shall become effective immediately upon its Temp. Reso. No. 12591 December 10, 2014 Page 6 of 6 PASSED, ADOPTED AND APPROVED this �� day of 4, 2014. ARRY DRESSLER MAYOR ATTEST: PATRICIA TEU FEL, CITY CLERK RECORD OF COMMISSION VOTE: MAYOR DRESSLER 64'r DIST 1: V/M BUSHNELL47 DIST 2: CO M. GO EZ—P-6--� DIST 3: COMM. GLASS E R� DIST 4: COMM. PLAC KO z - I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM AM U EL S. GOREN " CITY ATTORNEY TR 12591 - Exhibit 1 CITY OF TAMARAC PUBLIC SERVICES DEPARTMENT ENGINEERING DIVISION Temp. Reso. No. # Scale: N. T. S SHEET 1 OF 1 N.W. 47th TERRACE PIPE BURSTING PROJECT TR# 12591 s W g r 4 8 DD W f W AV, W �UB W 56 CT W W W W W W W W W SA AL PALM, W qLM W MAINLANDS OF TAMARAC W W GOLF COURSE* LAZA W W W W W W W W W W W W \ CT W C 55 CT W W W ST W W 55 ST \ W W W W W SEC 6A 54 CT W W Q W ST W 54 ST aq bA� W W W IST S3ST S3Cr WW Q OF I:t:l:l:l .1AAA: I:I:1:1: I� SEVEN 1 WINDS FIRE \� STA SEC 6 �,� ice♦ ♦♦ LAKESIDE PALM ISLAND CLUB 091 on A A9 0 Z N DR Za 53 S. V N(I ASTORIA DINER GRANTS (SUNSHINE PLAZA) LAND SEC, 13 TAMARAC ANIMAL HOSP. I- GABLES w MIDAS a NATIONS BANK y MOBILE v BANK • �j w AMOCO vl > GC r a� -i BUNNING w w > a Jo BUD'S wy FLORIST ac 49 CT a oe a �- ¢ 3 I- o z J a W W d It m (r1 (u a2 % z DUNKIN' W a W f- W W W W o^ 49 ST I-- IVd d d P, q DONUT Co W W W W W In 49 ST �a &Z / 4971 49 ST DR d48 CT 3 �Qa PLAZA GINA'S 49 ST. BUSI g l48 ¢ % IHOP 48 ST Mp,�1lAND DR S. I � 47CT b 47 ST S 46 ST DRIVING W ��� 45 T 45 CT i RANGE �K /. d W W W W W •`���� W W W W W W ) SEC 4B W ���\t SE 4A W /' W W W W W Q W W W W \ W }� �' Q 45 ST °D d ¢ 44 CT Vs 44 ST d 44 ST l W W 47 CT 47 ST 46 ST SITE LOCATION �� LAUDERDALE LAKES D"fen ft Dab: 11124IN14 Dom,. elv: Dab: Cb d ft. Dab: dPla+owd eyr Dab: oc W a 47 CT Cn V 47 ST 0 NW 47TH TERRACE PIPE BURST EXHIBI T 1 CITY OF TAMARAC, BROWARD COUNTY, FLORIDA SEC. 13, TWP. 49, RGE. 41 TR 12591 Exhibit 2 Mf-Murphy Pipeline Contractors, Inc li(xne At out WC Pipe. Bursting swageilliry Complet-itively Bid- Procurement Contract Available for all Government Agencies in the US Murphy Pipeline Contractors has been awarded a competitively bid cooperative purchasing contract through Allied States Cooperative. The contract is for Trenchless Technology to replace and rehab water, sewer and storm mains from 2-Inch through 60-inch 1n diameter. All government agencies including cities, towns, counties, universities, colleges and non- profits may become members to utilize the contract saving significant time and money, There is no cost to become a member. To use the contract, sign an interlocal agreement online: www.aIHedstate$. ooQerative.co About Allied States Cooperative 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 service at a competitively bid price in compliance with bidding requirements. Trenchless Technology Services included in Contract: • Swagelining • Pipe bursting • Pre -chlorinated pipe bursting • Slip lining • directional drill • CIPP • Manhole rehabilitation A .#4 Altietl Siates Contt,4o coRt"� For additional information or line tram pricing, please contact: Todd Grafenauer Educatiorvl Director Murphy Pipeline Contractors office: 414.321,2247 For ASC membership. please contact: Royce Cleveland Purchasing Manager Allied States Cooperative ofrwe: .915.780 5019 Cooperative Purchasing Contracts offer government agencies a competitively bid and legally procured contract to replace and renew their water, sewer and storm pipelines. Nth 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 So -inch Water & Force Main Replacerried All Contents a 2014 All rights reserved. http://www.murphypipelines.com/ 4/2/2014 E EDU.CATIOIV.C;E_ CENTER REGION 19 RFP AWARD SUMIAfiY'' TR 12591 Exhibit 2 RFP TITLE: Trenchless Technology Rehabilitation and Related Items and Services- ESC Region 19 PurchasingCooperative RFC? NUMBER. 13-6:903. a OPERNG DATE: `December 6, 2012 CONTRACT TERM: Date of award until December 1, 613 i#h yfaiir (4) one-year optional renewal periods notto Xceed 60 months in the' aggregate (Extendedy FUNDING SOURCE: RFP's ISSUED: RESPONSES: ADVERTISEMENT DATES: BOARD MEETING DATE: Various 6 2 El Paso- November 16t" & 23rd, 2012 Albuquerque, NM- November 16t" & 23rd1 2012 Phoenix, AZ- November 15t" & 22nd, 2012 January 17, 2013 RECOMMENDED FOR AWARD Murphy Pigeline,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 Za j ice k 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 Za j icek ESC Region 1 19 Facilities- Consultant 0 TR 12591 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@murphvpipeli'nes.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) 2 Murphy Pipeline Contractors, Inc. November 20, 2014 City of Tamarac Public Services 6011 Nob Hill Rd. Tamarac, FL 33321 Corporate Headquarters TR 12591 OFFICE: 904.764.6887 FAX: 904.379.619Phibit 3 ADDRESS: 3507 Southside Blvd, Ste 2 Jacksonville FL 32216 Feasibility Support Office OFFICE:414.321.2247 FAX:414.321.2297 ADDRESS:1973 S 91st Street Milwaukee Wl 53227 mu+rphypipelines.com swagelining.com Re: NW 47d' Terrace 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 RI 9 Allied States RFP # 13-6903 Agreement to the City of Tamarac, Florida. We offer an 11.55% 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: NW 47 h Terrace. We should be able to start this project in January 2015. Best regards, ILA A J Mayer Todd Grafenauer Murphy Pipeline Contractors, Inc. Enclosed: Attachment A - Line Item Prices Ln Ln 0 T � r1 Ln 00 M m tD M o O M d' r-I i Ln tD 00 N I- i tD r- Ln C; tD qt* 00 r- d• I� r-I 9r N Ln o m O O Ln Ln i Ln N r- Ln M o tD 00 N tD O O N Ol O Ln N Ln d• O O CD 00 N lD q:T cr r-I Ln tD i 00 r-I r*_ O I\ 00 I� Ln 4 N m I� O C;r-I tD i Ln m M r•4 d• C)m Ln [7r r� o O 4 r-I w M I� O r-I i i O tD 00 N tD 00 r-1 O tD r- d• r4- Ln tD 01 i 0) r- r-I Ln m 01 N 0) 00 00 Ln M Ln r„1 tD M O M 00 Ln Cr tD N Ln r*_ r-I N d• r•1 N W tD r-I r-I tD ri r-1 cr %-i tD r•i l0 00 r-I 00 m O r-1 r- N M r- M 00 Ln M r-I tD e-I d• O r-I ri O r•I N 00 m 01 O 0 tn• tn• tn• V L th th th V.- c/! V�- Vh V�r A^ I'Al 0 0 d• 00 O M O d• o Ln r- N 0 tD r-I 0 0 N Ln N tD 0 o 0 r�-1 0 m r� N Ln M d' r-I M d• r-I 0 0 0 er 00 r1 N M N O Ql O Ln += 0 0 00 00 tD r_ M O 0 Ln M C*4 00 00 r•I 00 00 14 0) m r z 0 r_ 4 0 m N M O O r� cr O O r- d• O 0 r z d' O r- 1.4 Ln 0 0 O I- TT 0 0 N Ln n O 0 un O n o 0 -4 o0 O 0 Ln 00 a) ri 0 0 CD d• 00 0 0 Ln v tD 0 0 O Ln M 0 0 Ln Ln O O O O I� cr O O 00 Ln lD O O tD v 00 O O 4 m O 00 N r-i r 4 O r-I 4 e-I ,AL � a a r-I e-I 1-1 N M r•1 tf1 tf� tn• to cn. to V>• to V} tn• to to tr>• of to cn V� tr> to V� tn. to V� V� to tn• V>• 0 �r rn 0 �• rn 0 114, cn 0 19** cn 0 I;r 0) 0 q* m 0 lid, m 0 lqr rn 0 llzr cn 0 It m 0 q* cn 0 Itt m 0 M 0 'gr c, o it cn co d• rn 0 Ict 0) 0 IRr rn 0 d• o, 0 ICT rn 0 R* rn 0 qzzr rn 0 I�r m 0 v o) 0 44, m 0 qt m 0 it m 0 d 0 u O to C 0 o O O N 0 0 d• V? 0 0 O Ln N 0 0 N in• 0 o N ih 0 Ln 00 t!? 0 o Ln tn• 0 0 Ln co ih 0 0 O Ln tn• 0 0 O Ln tn• 0 0 O In V^ 0 0 Ln Ln tn• 0 0 O O Ln 0 0 O o 00 0 O O Ln N 0 O O Ln r-I 0 0 Ln r N 0 0 O O 01 0 0 O Ln N 0 0 O O Ln 0 0 O Ln N 0 O O O Ln 0 O O O r-. 0 O O O 0) 0 O O O r-I 0 0 N r-I th 0 0 Ln r-I th X W ih t!1` V� V>• ih e-1 r-I V� v-4 N M t/?• if1' V� V-1 v 'i d 0 0 0 O N 0 0 V^ 0 O O Ln N 0 O N tn• 0 O N V^ 0 Ln 00 1^ 0 o Ln t/} 0 0 Ln M V1 0 O O Ln V^ 0 O O Ln V L 0 O O Ln 4.4 o O Ln Ln tn• O 0 O O 0 O 0 O O 00 o 0 o Ln � 0 0 0 Ln "I 0 0 Ln n N O 0 O O m O 0 O Ln r, O 0 O O Ln O 0 O Ln N o O O O Ln 0 O O O I- 0 O O O m 0 O O O r-I 0 0 N r-I A^ 0 0 Ln r-I tn• C V� tfi ri V1• r-I •V)• r-I V>• N V> M V> V} ?) o f o LL Ln0 U- U- Ln LL J >- �/y } U-LL J J a W s W a LLJ a LiJ a LLJ a w a W a w a W a W a W a LLJ a ui LL J LL J r-I ri ri r-� r-I r-I r-I e•-I r� e••1 r-I r-I r� r•I e•-I r-I � e-i e-1 r-I ri r-I r-I r-I r-I r-I r-I L 3 0J V O a c aD u m a a� cc c m Ln O LnN Ln N C O 4-1 Q O in �O O. c 'p vs o j .N 0 CL :3 N N , ..J O UL _ � C O = U Q a) C O m O GJ J U C � -C Q N ca 01 OC Ln -0 C 0 S V i �O-+ Q7 Q+ QJ 0 N N > N 'n U_ •> V) 4- s N 01 > N 0 N N •� 4J C Q j > C GJ � GJ N U GJ N r-I X N X Q O N = U i 4- cn = O V taA tv C m O _O ,•, N N O tin N OC V 0 0 U -C-C U d' � U N V^ L X N U O DC Qi N d !] t i N -p C cv cn t i _ O N lD X 00 X eN-i-i X o s s U t v F C ca L m C- '�O- GJ 0 e-i p a = '� E U v� -- N p CL � C E U cn c•i p C fl" C •� E � - N p ++ C '� E U M C p 0 +� Q1 0 O M ++ N 0 O M •-+ E o c G GJ L d O ev U X W .-. fC L � en ...\ t0 4 cv c G -1 f0 Ln = •- �"' i a O 2 C ' i O r-I I C ' i N r•1 C a=+ :�' LL N m �-. cv I C i O r-I C ' i fV r-I H .--• X O r-I r-I X N r-I V--1 X N r-I O ++ U' U C• 'T lD C i O r-I I C= N r-I N L L.LIUI C C O �. f0 C • ,- O �-. Q C • ,- O r-I U C • ,- co r•I .-\ C • ,- O r-I Q r-\ N L N > O L N > O u � Q I I I lW0 I tD I I,- N I I I m °J o. a u I Ir-i N O M 0 e--I lD 0 r 4 r� 0 r-I d• r-I r-I 00 r•I r-I O N r-I r-I N r-i M N r-4 er N a -I tD N ri M N r-1 M M r-I r� m r-I e-1 Kt M d• 'gr q* 00 N t0 1.0 O N e-1 N O r-I d: n to O 00 Lr1 , 00 vi to o0 N 4 C) 01 t0 O 00 N C) N O 00 N O N r-I d' M to Ln N r-I O r-I ri to cn cn 4A. 4^ 4-4 Vl- 4A. cn 4A. in in• Vr M w r-1 LA 00 LM d' M Ln 00 M to O 00 O Cl r-I O C1 r-I r-1 O ul N M r-1 N cn r-I r-1 N M N M cv O M O 00 M 00 O d' 01 N t\ ri N N Ll1 O O Rt qtt N th in• 4^ in• ih tn• •tn. t4 m Cl C1 C1 C1 C> C) 01 0 0 O O O O O O O O 0 O O Ln 0 � O N N M O O r-I d• Ln V? th v). to th ih ih ih N C)OLn O O C)Ln 0 0 O u1 O N N M O O r4 q Ln 'tn• in• tn• Ln 4_4 Vth tJ) N H mJ J J J J W J (j r-1 rl r 4 r-1 r'I r-I ri N i � J V L 'i Q) a `'' to m C E 4-1 X W tU � O ca O O c>a m L •� CL O i u W L � O 0 � L Q 3 C O O txo a v .N N a' O V •� O V- c y a do O m L cn O -Cs� 9 N c c c M U V :3 s U U _o N .� (A N o F- tA N U N a1 Z � � a 0-d� U rN-I m et d v R a� L Ln a C) O r-I w N 00 rn rl t0 ID N n r\ N N t\ 00 r-1 W r-1 r-1 r-I r-4 r-I r-1 r-I I r-i