HomeMy WebLinkAboutCity of Tamarac Resolution R-2017-017Temp. Reso. #12905
February 6, 2017
Page 1 of 6
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2017--7
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AWARDING A CONTRACT TO
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 THE
REPLACEMENT OF 4,059 LINEAR FEET OF WATER PIPE
TOGETHER ALONG WITH 22 EXISTING FIRE HYDRANTS
AND 3 NEW FIRE HYDRANTS ON THE EAST SIDE OF
UNIVERSITY DRIVE FROM NW 77T" STREET TO
SOUTHGATE BOULEVARD; AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO EXECUTE A
PURCHASE ORDER AGREEMENT WITH MURPHY
PIPELINE CONTRACTORS, INC. FOR A PROJECT COST
OF $933,598.60, WITH A CONTINGENCY OF 10% OR
$93,359.86 FOR AN AMOUNT NOT TO EXCEED
$1,026,958.46; AUTHORIZING THE APPROPRIATE CITY
OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING
FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the east side of University Drive from NW 771h Street to Southgate
Boulevard is served by an undersized 6-inch cast iron water main which is insufficient to
provide the required fire flowrate to this commercial area; and
WHEREAS, an Engineering Design Project was completed in 2008 by Eckler
Engineering but the proposed design included installing over 2,000 LF of 12-inch water
lines in the east northbound lane which FDOT was not going to approve after renovations
of University Drive in 2009. Currently $1,250,000.00 is budgeted in Project #UW14B to
complete the University Drive Pipe Bursting Project; and
Temp. Reso. #12905
February 6, 2017
Page 2 of 6
WHEREAS, the City has successfully replaced over 16,850 LF of water mains using
pipe bursting technology utilizing Murphy Pipeline Contractors, Inc. since 2014 in Shaker
Village, Spyglass, and on NW 47th Terrace; 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, the City has decided to complete the University Drive Water Main
Upgrade Project utilizing Pipe Bursting Technology quoted by Murphy Pipeline Contractors,
Inc., to correct the fire flow deficiencies. The cost to complete the University Drive Pipe
Bursting Project without contingency is quoted at $933,598.60; and
WHEREAS, the pipe bursting work is to be completed, on the east side of University
Drive from NW 77th Street to Southgate Boulevard as shown on "Exhibit A" (a copy of
which is attached hereto); 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
Temp. Reso. #12905
February 6, 2017
Page 3 of 6
four (4) one year optional renewal periods. The contract has been extended by Region 19
until December 31, 2017 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 $933,598.60, 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
1
Temp. Reso. #12905
February 6, 2017
Page 4 of 6
WHEREAS, the City Commission of the City of Tamarac has previously approved
capital funding for the University Drive Water Main Replacement Project in Project
#UW14B 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 $933,598.60.
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 City Commission hereby awards the pipe bursting contract
to Murphy Pipeline Contractors, Inc. utilizing Allied States Cooperative, Education Service
11
1
F
1
1
Temp. Reso. #12905
February 6, 2017
Page 5 of 6
Center (ESC) Region 19 RFP Number 13-6903 for the replacement of 4,059 LF of
undersized Water Main Pipe with 10-inch HDPE along with the replacement of 22 existing
fire hydrants and the installation of 3 new fire hydrants. The appropriate City Officials are
hereby authorized to execute a Purchase Order Agreement in an amount not to exceed a
project cost of $933,598.60 with a 10% contingency of $93,359.86, for a total project cost
of $1,026,958.46.
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 $933,598.60 for project cost and a contingency of 10% or $93,359.86 will be added
to the project account for a total of $1,026,958.46.
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.
Temp. Reso. #12905
February 6, 2017
Page 6 of 6
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 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this day of 2017.
;?// zt4_�d_"O��
HA RY DRESSLER
MAYOR
ATTEST:
ATRICIAWUFUL.,CMC
CITY CLERK
RECORD OF COMMISSION VOTE:
MAYOR DRESSLER
DIST 1: COMM. BOLTON
DIST 2: COMM. GOMEZ
DIST 3: COMM. FISHMAN
DIST 4: VICE MAYOR PLACKO z—
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
wdr� j,
SAM U E L S. GO PqN
CITY ATTORNE
EXHIBIT A
TEMP RESO. # 12905
C14/CYPRESS CREEK CANAL P.S.
CORAL CREEK COMMUN
SOUTHGATE BLVD
W S10UT14GATE W B.W W DON 85 CT
8 W LESWT W W W W W W W W W W CARTER'S SPEEDWAY I SOUTHGATE GARDENS MISSION LAKES
3 W f W a SOUTHGATE APTS
sr
T 0 W W N 84 ST 84 ST 84 ST 84 SL 64 ST
W W RENAISSANCE '� n
W W W
W W W W W W W W W
SCHOOL
AN
> 83 ST
83 ST
W
¢
W W W W W W W W
PUBLIC
¢
W W W W W
W W W W W W
SUNDCO
STORAGE >
¢
a
Q
n
82 CT
co
0
1
�j W WWW W P o W W
` W W 1
BLDG �
"
^
SUNFLOWER
82
ST
fj%� W
TR51
BANK
bs
5 ,I
/
W
N.AMER.
9
s2
W CASSIA W
82 ST
IV
,p�
81 PL
W W W
W W TR53
WOODMONT�
SHOPPES
S
w
F
ro
^
a
81 PL
81 CT
>
¢
~
/
W SN W pt 4l 9< 3F �u
C W
q
KODSI
^
a
^
>
a
81 CT
W p91R��W yf
S 1J 0
CAMPUS
n
>
W 62
UNI
¢ 81 ST
W
W W crR
>L)<
PLAZA
mat
81 ST
SITE
81 ST ^ /�
81 ST
z w
L
CATION
80 PL
W WWW n
W
W >
80 CT
/ j /
8a CT
W a TR54
uH >
80 CT
80 CT
a
n
80
80 ST
a
0 ST
W W W W W W W W W W W W W
W`
W
BLDG
>
>
¢
n
Lj
n ~
01
W
�• W W ERN CI
79 ST a
ASC
a
o
HE THG
.
rE
%D
m
n
W W W W TTR55 , a
TR56 >
_
y7� 73
� �
^
79
ST
3 . ,BySTW THE x
ESTATES
RE
LAN
S
C. 3
<
CIR
w
78 PL
^
78 LT
co
LiPrNES
F'
-N
>
a<
Li0�
~
M
^
a
> m
6 p
ka
/
w
> 78 ST
TR74 1w ti /
^T WO DMONT
' v�
^
n
78 ST
78 ST
78 ST 78 ST
78 ST
¢
77
ST P
R D
a
x
/
TA SAC
HM�
Q
76 PL WEST
00 17
`a
a
a<
>
¢
S
4i
SCHOOL
BAY
~
^ ¢
D 3 W ¢
�R 00
no
Z
�2�
n
a a a �6
Qq�d
j
76 DR
a n n n
��300 n
<�
76 CT
n C
76 DR 6
T `
gy�I
S.BELL
W F & D W
76 CT
Z06
/ ��
PACK
76 ST
r r 76 ST 76 ST 75
a
TR75
73
TOWN
PLAZA
�>
n
v > >
n a ¢
MAIN AN 16 >
75 CT OR TH 6 a 75 T
n
ST
¢
75 ST
S De m
/
GREENBRIA
> w > 75 ST a 0 75 ST
V MENTALLY,
¢ H ¢ o
WJ r
TAMARAC
8
MED.
,
UNIV.
UNIV. CTR
PICCADILLY
73 ST 73
ST
MED CTR
HOSP.
72 ST 72 ST
72 ST Q' Q � > 72 ST
a=
3Q
71 CT
7 6 5
¢ ¢ 71 ST �` bq $ 7 CT
71 CT
PARK
PLACE
WOODMONT
SQUARE
J9
n n
70 CT g 71 ST
> THERAPEUTIC
CT t- F 71 ST ¢
9 4 Y`
BR Off 3
MA LANDSI4
70 ST CRESTI4 70 CT
¢ W
TR72C c ACAD MY.,
HIL ^
°n°
B
G EN�
O
/ 70 ST
INEAPPLE PK2
N. ER.
UNITED 14
70 CT
ALBERTSON
1
METHODIST
/
VPOAZAT LUTHERAN S NATIONS SHELL
20 LAKE
W a
V w _ ^ Z8 / BROOKSIDE
COVE
CO MOONS
COMMONS
SAW
CDLDNY
v. � V M C N A B
ROAD
C69STJ
Gw
BANK
TEXACO
TAMARA BROOKWOOD >
PLAZA a
CASABLANCA
CONCO
D VILLAGE
PLAZA o
CENTER
1 NANDINA LN
UN1 rIrL CUKJ I .0
UNIVERSITY DRIVE PIPE BURSTING PROJECT
444
WIE S C 1 4 9"
Serving the Hucallool (ommunilies of 11 Paso 8 8udspelh (ounlies
November 7, 2016
"EXHIBIT B"
TR #12905
Purchasing Department
Education Service (enter - Region 19
6611 Boeing Drive
El Paso, Texas 79925-1010
Phone: 915.780.5019
Fax: 915.780.5061
www.e2e119.net
alliedstatescooperative.com
Murphy Pipeline Contractors, Inc.
Todd Grafenauer
3507 Southside Blvd
Jacksonville, FL 32216
RE: RFP # 13-6903 Trenchless Technology Rehabilitation and Related Items and Services — ESC Region 19
Allied States Cooperative
Dear Vendor,
The ESC-Region 19 recently approved the Administration's recommendation to extend the referenced contract through
December 31, 2017. Please indicate whether you will be extending this contract by signing in the appropriate space at
the bottom of the page.
Throughout the year we would appreciate being notified of any information or changes that should be shared with our
internal staff. These include representative changes, billing addresses and price increases. Additional information is
provided on our website www.alliedstatescooperative.com You may view current contracts, contract opportunities and
an updated list of our cooperative's members. Also, if you have not already done so, please register your company
online so that we can notify you of any new contract opportunities.
Please reference 2.28 Reporting, page I3 and 2.30 R19 Administrative Fee, page 14 of your contract. You are
required to review all sales monthly and submit an administrative fee report regardless if sales are made or not. Please
contact Lily Nunez at snune r escl9.nct or (915) 780-5037 for assistance.
Please reference 2.42 Insurance on page 16 of your contract for coverage limits. Contracts must have current
insurance on file at all times in order to be in compliance and for auditing purposes. Please provide your current
Certificate with Comprehensive General Liability, Auto Liability and Workers Compensation and name ESC - Region
19 Allied States Cooperative as additional insured.
Please scan and e-mail mcamacholr�escl9met or fax (915) 780-5061 the signed letter and Certificate of Liability
Insurance tome as soon as possible. If no response is received cooperative members will be advised that you will not
be extending your contract. Please feel free to contact the Purchasing Department at (915) 780-5389 with any
questions or concerns you may have,
Sincerely
trlin t , cho
Purchasing Agent
We are able to extend the contract Date
.-
Authorized Signature
We are unable to extend the above contract Au _„_-_ _ Date.
Authorized Signature
Comments:
Executive Director: Dr. Armando Aguirre 11%
nu
Board of Directors: Fred Sanchez -Chairman, Patricia Ramlrez--dice Chairman, Melodye SolaicesSecretory, Mwww
Kathyecker-Member John C. Elder -Member, Josg M. Lim6n-Member, David Sublasky-Member I/t4►�C
y / Alll.e SleHs Caopenllvs
Ali V CERTIFICATE OF LIABILITY INSURANCE
DATE(MM/ODnYYY)
11/14/2016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Johnson 5 Company
801 N Orange Avenue
Suite 510
Orlando FL 32801
CONTACT Jeanne Miller
NAME:
PHONE (407) $43-1120 FAX A!C No: (407)843-5772
ADORess:jmiller@johnsonandcompany.net
INSURERS AFFORDING COVERAGE
NAIC 9
INSURERA -CONTINENTAL CASUALTY CO
20443
INSURED
Murphy Pipeline Contractors, Inc.
1876 Everlee Road
-
Jacksonville FL 32216
INSURER B :GREAT AMERICAN INSURANCE CO.
16691
INSURERC VALLEY FORGE
20508
INSURER D:
INSURER E :
INSURER F:
rnvcon�cc `FRTIFIr ATG kit IMRFR{ L16103112102 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTRINSD
TYPE OF INSURANCE
ADDL
UBR
vivo
POLICY NUMBER
POLICY EFF
MM/DI DY EXP
LIMITS
X
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
A
CLAIMS -MADE OCCUR
DAMAGE To RENE
PREMSES EaoaTu cocci__
$ 100,000
MED EXP (Any one person)
$ 15,000
X
4034933498
11/9/2016
11/9/2017
PERSONAL & ADV INJURY
$ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS-COMP/OP AGG
$ 2, 000,000
1 POLICY PRO- LOC
$
OTHER:
AUTOMOBILE LIABILITY
COMSINGLE IT
Ident
Ea accident)
$ 11000,000
BODILY INJURY (Per person)
$
A
X ANY AUTO
ALL
TOWNED SCHEDULED
AUTOS
NON-OWNED
X HIRED AUTOS rAUTOS
4034933534
11/9/2016
11/9/2017
BODILY INJURY (Per accident)
S
PROPERTYDAMAGE
$
PIP -Basic
$ 10,000
X
UMBRELLA LIAR
OCCUR
EACH OCCURRENCE
$ 4,000,000
AGGREGATE
$ 4,000,000
B
EXCESS LIAR
HCLAIMS-MADE
�0629868
DEO I X I RETENTION$ 10,000
$
11/9/2016
11/9/2017
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY N
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN
OFFICER/MEMNH) BER EXCLUDED?ED?
(MandataryIn
NIA
WC434933579
11/9/2016
11/9/2017
X STATUTE ER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE- EA EMPLOYE
$ 1,000,000
E.L. DISEASE- POLICY LIMIT
$ 1.000 000
n ee, describe under
DESCRIPTION OF OPERATIONS below
A
Inland Marine
4034933498
11/9/2016
11/9/2017
Leased/Rented 150,000
Deductible 2% Min $5000
DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached H more space is required)
Re: Education Service Center -Region 19 and Allied States are listed as Additional Insured as respects
General Liability when required by contract.
Education Service Center -Region 19
Purchasing Department
611 Boeing Drive
El Pasco, TX 79925
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS,
AUTHORIZED REPRESENTATIVE
Johnson, III/JEANNE
no 19RR.20'Id ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
INS025 Pnlanl)
Murphy Pipeline Contractors, Inc.
Policy # 4034933498
CHA 11/9(2016 2017 (Ed, 01/13)
BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS —
WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE
It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART
as follows:
SCHEDULE (OPTIONAL.)
Name of Additional Insured Persons Or Organizations
(As required by "written contract" per Paragraph A. below.)
Education Service Center -Region 19 and Allied States
Locations of Covered Operations
(As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.)
All locations
A. Section 11-Who is An Insured is amended to include as an additional insured:
1. Any person or organization whom you are required by "written contract" to add as an additional Insured on this
Coverage Part; and
2. The particular person or organization, if any, scheduled above.
B. The insurance provided to the additional insured is limited as follows:
1. The person or organization is an additional insured only with respect to liability for "bodily Injury," "property
damage," or "personal and advertising injury" caused in whole or in part by:
a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your
ongoing operations specified in the "written contract"; or
b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included
In the "products -completed operations hazard," and only if.,
(1) The "written contract" requires you to provide the additional insured such coverage; and
N
s (2) This Coverage Part provides such coverage.
2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01 edition of
CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 3710 01), or via the 11185 edition
of CG2010 (aka CG 20 10 11 85), then in paragraph B.I. above, the words 'caused in whole or in part by are
t� replaced by the words 'arising out of.
3. We will not provide the additional insured any broader coverage or any higher limit of insurance than:
a. The maximum permitted by law;
b. That required by the "written contract";
c. That described in B.I. above; or
d. That afforded to you under this policy,
.� whichever is less.
G-140331-D (Ed.01/13)
Page 1 of 2
Copyright, CNA All Rights Reserved.
Corporate Headquarters
"EXHIBIT C" OFFICE: 904.764.6887 FAX: 904.379.6193
TR #12905 ADDRESS: 1876 Everlee Rd, Jacksonville FL 32216
Murphy Pipeline Feasibility Support Office
OFFICE: 414.321.2247 FAX:414.321.2297
Contractors, Inc. ADDRESS: 1973 S 911t Street Milwaukee W1 53227
murphypipelines.com swagelining.com
December 05, 2016
James Moore
City of Tamarac Public Services
6011 Nob Hill Rd.
Tamarac, FL 33321
RE: University Drive Pipe Bursting Water Main Upgrade
Mr. Moore:
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.
Murphy Pipeline Contractors, Inc. proposes to perform rehabilitation/replacement of Tamarac's existing
6" water line and associated connections and replacing with a 10" HDPE line via trenchless pipe bursting.
The area of work is defined as follows; the East side of University Drive between Southgate Blvd. and
N.W. 77th Street.
We will assist with the permitting process and coordination details with a target start date of the first
quarter of 2017.
Best Regards,
Richard Crow
Murphy Pipeline Contractors
CC:
Andy Mayer, MPC
Bill Barron, MPC
File
Enclosed: Attachment A — R19 Line Item Prices
t'lurephy 1ipeline)
antractars, inc.
Attachment A City of Tamarac University Drive Water Main Upgrade
2/3/2017
All pricing shall Include overhead including the R19 fee and ro it for each line item.
TY
Unit
nit Price
Extension
Coefficient
Revised n
Price
CITY10
Inch HDPE
68
Mobilization
1
Day
$200.00
$200.00
0.94
$ 188.00
60
$ 11,280.00
69
Pre -Construction Video
1
LF
$4.00
$4.00
0.94IS
3.76
4059
$ 15,261.84
71
MOT
a) Signage
1
Day
$250.00
$250.00
0.94
$ 235.00
60
$ 14,100.00
b) Flagmen
1
HR
$45.00
$45.00
0.94
$ 42.30
160
$ 6,768.00
72
Excavation/Backfill
a) 0-4 feet deep
1
Cuft
$2.00
$2.00
0.94
-$ 1.88
7150
$ 13,442.00
b) 4-6feetdeep
1
Cuft
$3.00
$3.00
0.94
$ 2.82
2640
$ 7,444.80
c) 6-10feetdeep
1
Cuft
$4.00
$4.00
0.94
$ 3.76
8400
$ 31,584.00
73
Trench Shoring
a) 4.6 feet deep
1
LF Trench
$25.001
$25.00
0.94
$ 23.50
125
$ 2,937.50
b) 6-10 feet deep
1
LF Trench
$35.001
$35.00
0.94
$ 32.90
150
$ 4,935.00
74
Surface Restoration
a) Sod
1
SF
$2.00
$2.00
0.94
$ 1.88
9026
$ 16,968.88
c) 6-Inch concrete
1
SF
$10.50
$10.50
0.94
$ 9.87
208
$. 2,052.96.
a) 3-inch asphalt
1
SF
$7.00
$7.00
0.94
$ 6.58
6150
$ 40;467.00
f) Curb
1
LF
$35.00
$35.00
0.94
$ 32.90
122
$ 4,013.80
75
Material extras
a) Lime Rock
1
SY
$50.00
$50.00
0.94
$ 47.00
323
$ 15,181.00
b) 57/Washed Stone
1
Sy
$50.001
$50.00
0.94
$ 47.00
187
$ 8,789.00
C) Pipe Bursting with Pre -Chlorination for Water Main Replacement Procedure
HDPE DR 11
100
6-Inch diameter
1
LF
$40.00
$40.00
0.94
$ 37.60
466
$ 17521.60
102
10-Inch diameter
1
LF
$50.00
$50.00
0.94
$ 47.00
4059
$ 190,773.00
a) Bends and sleeves, DI
104
6-inch
1
EA
$375.00
$375.00
0.94
$ 352.50
11
$ 3,877.50
105
8-inch
1 1
EA
$425.001
$425.00
0.94
$ 399.50
2
$ 799.00
106
10-inch
1 1
EA
$500.00
$500.00
0.94
$ 470.00
39
$ 18,330.00
b) Tees, DI
114
lOxIOX6
1
EA
$750.00
$750.00
0.94
$ 705.00
35
$ 24,675.00
115
1Ox10x8
1
EA
$825.00
$825.00
0.94
$ 775.50
4
$ 3,102.00
119
12x12x10
1
EA
$1,200.00
$1,200.00
0.941
$ 1,128.00
1
$ 1,128,00
Gate Valves
1216
6-Inch
1
EA
$900.00
$900.00
0.94
$ 846.00
28
$ 23,688.00
122
8-inch
1
EA
$1,375.001
$1,375.00
0.94
$ 1,292.50
3
$ 3,877.50
123
10-inch
1
EA
$1,750.00
$1,750.00
0.94
$ 1,645.00
5
$ 8,225.00
126
Fire Hydrants
1
EA
$3,250.00
$3,250.00
0.94
$ 3,055.001
25
$ 76,375.00
Connection at Services
a) Up to 1" service, short side up to 5-feet
129
10-inch main
1
EA
$500.00
$500.00
0.94
$ 470.00
0
$ -
b) Up to 2" service, short side up to 5-feet
133
10-Inch main
1
EA
$700.001
$700.00
0.94
$ 658.00
2
$ 1,316.00
c) Up to 1" service, long side up to 25-feet
137
10-inch main
1
EA
$900.00
$900.00
0.941
$ 846.00
6
$. 5,076.00
d) Up to 2" service, long side up to 25-feet
141
10-inch main
1
EA
$1,100.00
$1,100.00
0.94
$ 1,034.00
11
$ 11,374.00
a) Additional service length
143
Over 30-feet x 1"
1
LF
$12.00
$12.00
0.94
$ 11.28
30
$ 338.40
144
Over 30-feetx2"
1
LF
$15.00
$15.00
0.94
$ 14.10
30
$ 423.00
Bypass for water main pipe bursting or CIPP lining
-
150
2-Inch temporary
1
LF
$23.00
$23.00
0.94
$ 21.62
3250
$ 70,265.00
151
4-inch temporary
1
LF
$26.00
$26.00
0.94
$ 24.44
1120
$ 27,372.80
Temporary service connections for water main bypass
153
2-Inch short side
1
EA
$275.00
$275.00
0.94
$ 258.50
17
$.. 4,394.50
155
4-Inch short side
1
EA
$300.00
$300.00
0.94
$ 282.00
4
$ 1,128.00
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
1
167
6-inch
1
LF
$35.00
$35.00
0.94
$ 32.90
376
$ 12,370.40
169
10-Inch
1
LF
$45.00
$45.00
0.94
$ 42.30
4059
$ 171,695.70
Pressure Testing
171
4-12inch
1
I LF
$2.001
$2.001
0.941
$ 1.881
4059
$. 7,690.92
Murphy► Pipeline
Contractors, Inc.
172
Charge Water
1
K-Gals
$1.00
$1.00
0.94
$ 0.94
Chlorination
174
6-inch
1
LF
$1.50
$1.50
0.94
$ 1.41
376
$ 530.16
176
101inch
1
LF
$2.50
$2.50
0.94
$ 2.35
4059
$ 9,538.65
178
BT Test
1
EA
$250.00
$250.00
0.94
$ 235.00
24
$ 5,640.00
179
Flushing
4-12 inch
1
LF
$0.50
$0.50
0.94
$ 0.47
4059
$ 1,907.73
180
Charge Water
1
K-Gals
$0.50
$0.50
0.94
$ 0.47
0
$ -
Dechlorination
181
4-12 inch
1
K-Gals
$1.00
$1.00
0.94
$ 0.94
4059
$ 3,815.46
H) Time and Material Unit Rates for Change Orders
Materials, Subcontractors and Rentals
265
Markup =15%
266
Sales Taxes= Per Jurisdiction
Traffic Loops
1
EA
$4,025.00
$4,025.00
0.94
$ 3,783.50
2
$ 7567.00
Ground Pentrating Radar (GPR)
1
EA
$4,312.50
$4,312.50
0.94
$ 4,OS3.75
1
$ 4,053.75
Survey As -Bunts
1
EA
$6,325.00
$6,325.00
0.94
$ 5,945.50
1
$ 5,945.50
Project Sign
Striping
Bond
1
1
1
EA
EA
EA
$1,550.00
$1,437.50
$11,500.00
$1,550.00
$1,437.50
$11,500.00
0.94
0.94
0.94
$ 1,457.00
$ 1,351.25
$ 10,810.00
1
1
1
$ 1,457.00
$ 1,351.25
$ 10,810.00
Total•$ 933,598.60