Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2014-069L i Temp. Reso. No. 12507 July 9, 2014 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2014-6 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE AN 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, $159,395-80 FOR THE REPLACEMENT OF 1500 LINEAR FEET OF WATER PIPE IN SHAKER VILLAGE; A CONTINGENCY OF 10.0% OR $15,939.58 WILL BE ADDED TO THE PROJECT ACCOUNT FOR A TOTAL AMOUNT OF $175,335.38; 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 CI P 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 budgeted in FY 2015 - 2019 for water distribution system upgrades; and WHEREAS, in 2013 Murphy Pipeline Contractor, Inc. provided a proposal to the Temp. Reso. No. 12507 July 9, 2014 Page 2 of 5 City to complete a Pre -Chlorinated pipe bursting project within Shaker Village to replace all of Shaker Villages' 10,000 Linear Feet (LF) of water distribution piping at a cost of $1,097,497.00; 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, at this point in time, the City has decided to complete only one of the six zones quoted by Murphy Pipeline Contractors, Inc. as a demonstration project for the City before additional pipe bursting projects are completed. The cost to complete Zone 5 within Shaker Village without contingency is quoted at $159,395.80; and WHEREAS, Zone Number 5 commences at The Commons in Shaker Village and extends along Ann Lee Lane for 1500 LF as shown on (Exhibit A"); 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 Allied States Cooperative, Education Service Center (ESC) Region 1 % 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 1 four (4) one year optional renewal periods. Temp. Reso. No. 12507 July 9, 2014 Page 3 of 5 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 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 City Commission of the City of Tamarac has approved capital funding for the FY 2019 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 $175,335.38. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" causes 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. Temp. Reso. No. 12507 July 9, 2014 Page 4 of 5 SECTION 2: The appropriate City officials are hereby authorized to accept and execute an Agreement for the Replacement of 1500 LF of Water Pipe in Shaker Village 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 $175,335.38 (a copy of which is attached hereto as "Exhibit B") 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 $175,335.38. 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. 1 SECTION 7: passage and adoption. Temp. Reso. No. 12507 July 9, 2014 Page 5 of 5 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this ATTEST: 40, PATRICIA TEUFEL, CM CITY CLERK I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SAMUEL S. GOREN CITY ATTORNEY day of, DRESSLER MAYOR RECORD OF COMMISSION VOTE: MAYOR DRESSLER !t� DIST 1: COMM. BUSHNEL DIST 2: VICE MAYOR GOM� DIST 3: COMM. GLASSER DIST 4: COMM. PLACKO 44-a-� 2014. TR 12507 Exhibit A TEMP. RESO. # 12507 w EXHIBIT A _ BAILEY RD BU EYE CT ... z g ..-� I T/--CLI�BHSE DR _ ' U) 61 PL oc J BANYAN -' �' ' OM W w 3 SHAKER ' FIR z o! W 00D Y D W Q I Lo 10-4 X VILLAS A 0- LIVE OAK CT WOODLA i > GREE A 59 PL t O r is oil 6A y i s Q 59 ST EC 11Ln � --- SITE - PL ! c4 WOOD LO TIONQ 3 ! Z GLEN P N ; o CONDO o �� i z c� >> > >33A y :i 2: 58ST Q ¢ of oo N I'0 57 CT Lo Lo G�J 57 ST THE WOODLAND 3c/� i J 57 a wY � -or �' J :%C�3 FOUNTAINS Q MEADOWS 56 PL } � ST zw a.Qza a J i a 4c as APARTMENTS QWOODLAND QQa o to GREENS 3 C3O� -aC0 MERCIAL BLVD� P > WHITE OAK C W W 1w 1 w CL 56 ST Y 56 S Q IM J ¢ Q g z o UE a- z ¢ �. wy OPK w6v iTe �. WATER OAK C v. v •� �. ply R IAu v •� ,v v v. .� �. �► �. �. .� �. � dip E N �. �. �. �. /• �. D S EC , �.��oRY ; 'p�,� C'�.'"HICK � q ps ZONE 5 L'I / v► �• v. /�j/� v► v. / �v v v� v Q v � % v �/�/� v �j Y pq �► v► v •v J v. v. < N / v �0 v + d- � v► � v. v ELM W <Q �� v► •v i ,� v v. v. v.�/// �. v. v v v v �v v v v �• v �. �. QQ v N 001) v W -_- v v v�� v v v •v v Z v_ v SHAKER_VILLAGE.DWG SHAKER VILLAGE TR 12507 Exhibit B M1.Niurphll'y Pipeline Dame Contraotors, Inc About Mist; Pipe Bursting SliwageiW09 Competitively 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 tap -inch -in 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.alliedstatescoopeMbve.cgpt 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: • Swagellning • Pipe bursting • Pre -chlorinated pipe bursting • Slip lining • Directional drill • CIPP • Manhole rehabilitation 1j fi.wesj States, Crsntr-Act contact For additional information or line item pricing, please contact: Todd Grefensuer Educational Director Murphy Pipeline Contractors office: 414.321.2247 For ASC membership. please contact: Royce Cleveland PurcMaing Manager Allied States cooperative office: 915.780 5018 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*re$ources 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 %hnology Solutions for 2-inch thmugh S0.1nch Water & Fame Main Replacement All contents 0 2014 All tights resmved. http://vwwv.murphypipelines.com/ 4/2/2014 FUNDING SOURCE: RFP's ISSUED: RESPONSES: ADVERTISEMENT DATES: BOARD MEETING DATE: Various 6 2 El Paso- November 16" & 23rd02012 Albuquerque, NM- November 16th & 23rd12012 Phoenix, AZ- November 15th & 22nd, 2012 January 17, 2013 RECOMMENDED FOR AWARD Murphy Pipeline Contractors, Inc. TOTAL (estimated) $10,000,000.00 l 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 I 19 Facilities Consultant TR 12507 Exhibit B ORDER INFORMATION: Murphy Pipeline Contractors, Inc. Attn: Tom Mayes 4700 N . Pearl Street Jacksonville, FL 32206 904-764-6887 Fax: 904-379-6193 tomh@murphvpipelines.com �+nwrnrrrrw.�rrt� Services in all states and all US Territories Approved by: (James R. Vasquez- Executive Director) (James R. Vasquez- Executive Director) N Date: (December 14, 2012) (November 14, 2013)