Loading...
HomeMy WebLinkAboutRES2026-029 T Bailey - Water Tank StorageSponsored by: Sorensen CITY OF SEWARD, ALASKA RESOLUTION 2026-029 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH T BAILEY, LLC FOR THE CONSTRUCTION OF A NEW 500,000-GALLON WATER STORAGE TANK FOR AN AMOUNT NOT TO EXCEED $2,853,300 WHEREAS, the Lowell Canyon water storage tank is essential to the water supply for the City of Seward; and WHEREAS, the project will include demolishing and removing the existing 200,000-gallon water storage tank and constructing and a new 500,000-gallon tank at the same site; and WHEREAS, the City Council passed Resolutions 2022-025, 2022-05, and 2024-069, authorizing the use of American Rescue Plan Act (ARPA) grant funds for water infrastructure improvements; and WHEREAS, the City Council passed Resolution 2024-004, accepting State of Alaska Department of Environmental Conservation Drinking Water Fund, State Revolving Fund Loan of $1,905,000 with loan forgiveness of $1,500,000; and WHEREAS, CRW Engineering Group, Inc., completed the engineering and bid documents for the 500,000-gallon water tank, and this project was put out to competitive bid on February 28, 2026, with a bid opening on March 9, 2026; and WHEREAS, T Bailey, LLC, provided the lowest responsive bid of $2,853,300 for the project construction. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA: Section 1. The City Council hereby authorizes the City Manager to enter into a contract T Bailey, LLC for a total sum not to exceed $2,853,300, for construction services on materially the same terms as in the bid documents including the Contract Agreement attached as Exhibit A and reserve a minimum of 10% construction contingency for the project. Section 2. Funding in the amount of $2,853,300 is hereby transferred and appropriated as follows: Funding in the amount of $948,300.00 is hereby appropriated from the ARPA Funds as follows: SOA-DCCED (NEU) Funds of $113,333.65 account 17000-4000-8101-0080 Funds of $113,333.65 account 18000-4500-8101-0080 CITY OF SEWARD, ALASKA RESOLUTION 2026-029 SOA-DCRA (LGLR): Funds of $721,632.70 account 80084-0000-8101 SOA-DEC-Division of Water Grant Fund: Funds of $1,905,000.00 account 17333-0000- 8101 Section 3. This resolution shall take effect immediately upon adoption. APPROVED BY THE CITY COUNCIL OF THE CITY OF SEWARD, ALASKA THIS 23rd DAY OF MARCH 2026. Sue McClure, Mayor AYES: Warner, Barnwell, Crites, Osenga, Draper, Calhoon, McClure NOES: None ABSENT: None ABSTAIN: None ATTEST: Kris Peck City Clerk City Council Agenda Statement Meeting Date: March 23, 2026 To: City Council Through: Kat Sorensen, City Manager From: Doug Schoessler, Public Works Director Subject: Resolution 2026-029: Authorizing the City Manager to Enter into a Contract with T Bailey, LLC for the Construction of a New 500,000-Gallon Water Storage Tank for an Amount Not to Exceed $2,853,300 Background and justification: The pre-1980 water tank was inspected in 2011 and found to be in poor condition. Refurbishing the tank would cost more than a replacement. This tank is essential to Seward's water storage capacity, and its failure would jeopardize the city's water supply. The City Council passed Resolutions 2022-025, 2022-05, and 2024-069, authorizing the use of American Rescue Plan Act (ARPA) grant funds for water infrastructure improvements. The City Council passed Resolution 2024-004, accepting SOA Department of Environmental Conservation Drinking Water Fund State Revolving Fund Loan of $1,905,000 with loan forgiveness of $1,500,000. CRW Engineering completed the engineering for the water storage tank, and the project was advertised for competitive bidding. Bids were opened on March 09, 2026. T Bailey, LLC submitted the lowest bid of $2,853,300 which was reviewed and found to be accurate, complete, and responsive. Comprehensive and Strategic Plan Consistency Information This legislation is consistent with (citation listed): Comprehensive Plan: 13.1 Water Strategic Plan: Other: Page 10-Development Infrastructure and Utility Total amount of funds listed in this legislation: This legislation (✓): Creates revenue in the amount of: Creates expenditure in the amount of: Creates a savings in the amount of: Has no fiscal impact X $ $2,853,300 $ $ $2,853,300 $ Funds are (✓): Budgeted 17000-4000-8101 / 18000-4500-8101 / 80084-0000-8101 /17333-0000- Line item(s): 8101 X Not budgeted Not applicable Affected Fund (V): General Boat Harbor Motor Pool SMIC Parking Other Electric Water Wastewater Healthcare Note: amounts are unaudited Available Net Position as of 12.31.2025 (unaudited) $ 11,100,789.57 Yes Attorney Signature: Not applicable Comments: Finance Director Signature: Attorney Review Administration Recommendation Adopt Resolution Other: CITY OF SEWARD, ALASKA LOWELL CANYON WATER STORAGE TANK CONTRACT THIS CONTRACT is between City of Seward, Alaska (hereinafter called OWNER), and T BAILEY, LLC (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. WORK CONTRACTOR SHALL COMPLETE WORK AS SPECIFIED OR INDICATED IN THE BID AND CONTRACT DOCUMENTS. THE WORK IS GENERALLY DESCRIBED AS FOLLOWS: Demolishing an existing 200,000-gallon water storage tank; furnishing and installing a new 500,000-gallon water storage tank; and other miscellaneous items of work. 2. CONTRACTING OFFICER & ENGINEER 2.1. DOUG SCHOESSLER, CITY OF SEWARD — PUBLIC WORKS DIRECTOR is hereinafter called CONTRACTING OFFICER and is authorized to enter into and administer the Contract on behalf of the OWNER. CONTRACTING OFFICER has authority to make findings, determinations and decisions with respect to the Contract and, when necessary, to modify or terminate the Contract. 2.2. PETE BELLEZZA, CRW ENGINEERING GROUP is hereinafter called ENGINEER and is to act as OWNER's representative, assume duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 3. CONTRACT TIMES AND LIQUIDATED DAMAGES 3.1. Contract Times: 3.1.1. Work shall be completed and ready for final payment and acceptance in accordance with Article 11 of the City of Seward General Conditions no later than 300 Calendar Days after Notice to Proceed. 3.1.2. CONTRACTOR shall achieve Substantial Completion no later than 280 Calendar Days after Notice to Proceed. 3.2. Liquidated Damages: OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial Toss if the Work is not LOWELL CANYON WATER Page 1 of 6 CONTRACT STORAGE TANK completed within the times specified in paragraph 3.1. Contract Times above, plus any extensions thereof allowed in accordance with Article 11 of the City of Seward General Conditions. OWNER and CONTRACTOR also recognize the delays, expense, and difficulties involved in proving in a legal or other dispute resolution proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $500.00 per day for each calendar day elapsing between the time stipulated for the Substantial Completion Date and/or $250 per day for each calendar day elapsing between the time stipulated for Final Completion Date and the actual date completed in accordance with the terms hereof. 4. CONTRACT AMOUNT OWNER shall pay CONTRACTOR the following Not -To -Exceed amount based on the conformed Bid, included as an Exhibit to this Agreement, subject to additions and deletions as provided in the Contract Documents: TWO MILLION, EIGHT HUNDRED FIFTY-THREE THOUSAND, THREE HUNDRED Dollars (Words) and ZERO Cents $2,853,300.00 (Words) (Numbers) At no time will any provisions of this Agreement make the OWNER or its representatives liable for payment for performance of work under this Agreement in excess of the amount that has been appropriated by the Seward City Council and obligated for expenditure for purposes of this Agreement. 5. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR'S representations are as set forth as follows: 5.1. CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, general nature of work to be performed by OWNER or others at the site that relates to Work required by the Contract Documents and local conditions and Federal, State, and Local Laws and Regulations that in any manner may affect cost, progress, performance, or completion of Work. 5.2. CONTRACTOR has correlated information known to CONTRACTOR and results of such observations, familiarizations, examinations, investigations, explorations, tests, studies, and reports with Contract Documents. 5.3. CONTRACTOR has given CONTRACTING OFFICER written notice of conflicts, errors, ambiguities, or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by CONTRACTING OFFICER is acceptable to CONTRACTOR, and the Contract Documents are LOWELL CANYON WATER Page 2 of 6 CONTRACT STORAGE TANK generally sufficient to indicate and convey understanding of terms and conditions for performing and furnishing Work. 6. INSURANCE The CONTRACTOR shall maintain insurance to these minimum levels: 6.1. Commercial General Liability: The coverage of $2,000,000 combined single limit per occurrence, and $2,000,000 General aggregate and Products - Complete Operations aggregate. The Contractor must assume all insurable risks and bear any loss or injury to property or persons because of neglect or accident during the term of the contract, except for the negligence entirely attributable to the City or its agents. 6.2. Workers' Compensation: Coverage required by State law for the Contractor and all of its subcontractors. The policy must include employer's liability coverage of $100,000 per person, and $1,000,000 per occurrence. The Contractor must notify the City and the Alaska Division of Workers' Compensation promptly when changes in its business operation affect its insurance status. 6.3. Automobile Liability: Coverage for all owned, hired, and non -owned vehicles for $1,000,000 combined single limit for each occurrence for bodily injury and property damage. To the extent allowed by law, the CONTRACTOR shall be required to defend, indemnify, and hold harmless the OWNER and its officers, employees and engineers from all damage, loss, injury, or proceedings of any kind in connection with the performance or activities of the CONTRACTOR, except for damage, loss, or injury resulting from the OWNER's sole gross negligence or willful misconduct. 7 MINIMUM WAGE RATES CONTRACTOR shall ensure that wages paid are the higher of the State or Federal wage rate on a classification by classification basis for the Lowell Canyon Water Storage Tank project. Both prevailing wages rates established for the locality by the Alaska Department of Labor under AS 36.05.010, and Federal standards in accordance with Subchapter IV of Chapter 31 of Part A of Subtitle II of Title 40, U.S.C. (commonly referred to as the "Davis Bacon Act") apply. 8. EQUAL EMPLOYMENT OPPORTUNITY CONTRACTOR shall remain in compliance with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity" as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR 60). 9. INDEMNIFICATION CONTRACTOR agrees to indemnify, defend and hold harmless OWNER (including its employees, officers, and agents) from any and all claims, arising in LOWELL CANYON WATER Page 3 of 6 CONTRACT STORAGE TANK favor of third parties and arising out of or relating to this Agreement of the performance of any Work or obligations hereunder. 10. AMENDMENTS This Agreement may be amended, modified, or extended at any time by mutual agreement of the Parties, but any such amendment must be in writing, dated, signed by the Parties, and attached hereto. 11. CHOICE OF LAW VENUE The Parties agree that this Agreement shall be governed by the laws of the State of Alaska, and venue for any dispute shall be in Anchorage, Alaska. 12. REMEDIES OF DEFAULT The OWNER shall have the right, but not the obligation, to terminate this Agreement following ten days written notice of default to CONTRACTOR. CONTRACTOR shall have the right to cure such default within the notice period and thereby avoid termination, provided that no other default and cure have occurred in the prior six months. Notwithstanding termination, the OWNER retains its rights to be reimbursed for all Material removed up to and including the date of termination, and all other remedies available at law or equity. 13. ENTIRE AGREEMENT This Agreement contains the entire understanding and agreement between the Parties with respect to this subject. There are no other written or oral understandings or promises between the Parties with respect to the subject matter of this Agreement other than those contained herein, and any prior oral or written understandings are hereby extinguished. 14. CONTRACT DOCUMENTS 14.1. The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning Work are defined in Article 1 of the City of Seward General Conditions. 14.2. Except for the Notice to Proceed, and Addenda, these Contract Documents are also listed in the Table of Contents and are bound in one volume, identified as Specifications and Contract Documents. 14.3. Drawings are under separate cover. 14.4. Addenda numbers 01 to 03 , inclusive. 14.5. Exhibits to this Agreement include: 14.5.1. Conformed Bid Form signed by CONTRACTOR. 14.5.2. Executed Payment Bond in the amount of 100% of the Contract Amount LOWELL CANYON WATER Page 4 of 6 CONTRACT STORAGE TANK 14.5.3. Executed Performance Bond in the amount of 100% of the Contract Amount 14.5.4. Alaska Contractor Certificate of Registration 14.5.5. Alaska Business License 14.5.6. City of Seward Business License 14.5.7. Certificates of Insurance with Endorsements 14.5.8. Kenai Peninsula Borough Tax Compliance Certificate 14.5.9. Documents submitted by CONTRACTOR prior to execution of Agreement 15. MISCELLANEOUS 15.1. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 15.2. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in the Contract Documents. LOWELL CANYON WATER Page 5 of 6 CONTRACT STORAGE TANK IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed 1 copie(s) of this Agreement. All portions of the Contract Documents have been signed or identified by QWNE CONTRACTOR. OWNER- City of Seward, Alaska CONTRACTOR: T BAILEY, LLC By: KAT SORENSEN By: JUSTIN RAWLS Title: CITY MANAGER Title: VICE PRESIDENT Date: .3 a, Ciz C Date: ATTEST: 7;11/ [City Seal] V •J•' So rFo . % [Corporate seal] � .-= t =• SEAL `Pi n •• NNE 1 ,1g ••'.� ', OF Ak-P,.ss Address for giving notices Address for giving notices City of Seward — Public Works PO BOX 167 SEWARD, AK 99664 License No. (Attach evidence of authority to sign and Agent for service of process: resolution of other documents authorizing execution of Agreement.) (If CONTRACTOR is a corporation, attach evidence of authority to sign.) END OF SECTION LOWELL CANYON WATER Page 6 of 6 CONTRACT STORAGE TANK