Loading...
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