Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 08_11/13/2014 VILLAGE CLERK'S OFFICE AGENDA ITEM TRANSMITTAL FORM Meeting Date: Meeting Type: Regular Ordinance #: N/A 11/13/14 Consent Agenda: No Resolution #: 31-14 Originating Department: Utilities � �� .. . . - : -. . -.. Awarding a contract to Professional Piping Services Inc. for pipe cleaning services. � � Account #: 401-411-549.671, Misc. Amount of this item: $39,130.00 Renewal & Replacement Current Budgeted Amount Available: Amount Remaining after item: $310,000.00 $270,870.00 Budget Transfer Required: No Appropriate Fund Balance: No • •- .• . .- • . . ..- •. .. -• . Department Head " _ � � '. �� �.� �:� Finance Director �� - � y -� Reviewed for Financial Sufficiency �' � No Financial Impact ❑ �G�✓ Attorney: (for legal sufficiency) Village Manager: Submit for Council Discussion: ❑ Approve Item: �`" �,' , �� C�:�'� Deny Item: � • � - . . - _. -- - . -. .- - . .- - .- . .. - . . -. . . . _ - . - - - . - Form Amended: 7/12/12 RESOLUTION NO. 31-14 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, FLORIDA, AWARDING A CONTRACT TO PROFESSIONAL PIPING SERVICES INC. FOR PIPE CLEANING SERVICES WITH FUNDS BUDGETED IN THE WATER UTILITY FUND #401 PROVIDING FOR SEVERABILITY; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. WHEREAS, the Village is piggy-backing off of the Pinellas County Contract # 101- 0146-M; VVHEREAS, the amount of the services pursuant to the contract is $39,130.00; WHEREAS, the Water Utility Fund #401 has $45,000.00 budgeted in account # 401- 411-549.671, Misc. Renewal & Replacement, for this purchase; NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS: Section 1 The Village Council hereby adopts Resolution 31-14 approving a contract with Professional Piping Services Inc. for the purchase of pipe cleaning services in the Water Utility Fund #401; Section 2 This Resolution shall become effective immediately upon passage. THE VILLAGE OF TEQUESTA PIGGYBACKING CHECKLIST Instructions: This form is to be completed for any purchase of goods, or contract for services where the �Ilage will utilize a contract competitively bid by another governmental agency (i.e. "Piggyback"). Department: Water Production Date: 10/29//2014 Item/Service Pipe Cleaning Service Vendor/Service Provider Professional Piping Service, Inc. � State Contract # � Other Govemmental Agency "Chapter 287, F.S. If box beside "Other Governmental Agency" is checked above, complete the remainder of this form. 1 Govemmental Agency Pinellas County YES PIO � � 2 Is the contrad current7 Effedive date: 5/16/14 Expiration Date: 5/15/15 � � 3 Was item/service bid out in compliance with the Village's Purchasing Policies & Procedures? Is the price that the Village will receive by piggybacking equal to the price obtained by the agency � � 4 named above? � � 5 Does the contract contain an assignability clause7 If the answer to question # 5 is no, has the governmental agency given the �Ilage permission to � � 6 piggyback on the the contract? � � 7 Has the vendor/service given the Village permission to piggyback on the contract? �� aq �l Departme Head Signature Date V'illage of Tequesta Date: 10/22/2014 Purchase Order Requisition Date Purchase Order is Req'd: 11/17/2014 (IVot a Purchase Order) Departrnent: Water Production •Revlsed aovernber 14, zo11 Req. #: Quotes Received: 1 (See Attachea� Recommended Vendor. Vendor #: Vendors Bids Professional Pi in Services, Inc. Professional Pi in Senrices, Inc. Address: PO Box 7337 Cit�r: Wesle Cha I State 8 Zip: Florida 33545 Comments: Professional Pi in Services, inc. rovided i in services ears a o to the Villa e's Raw Water Lines. The are familiar with the facilities and the available oinfs of access to com lete the o rablon. This Purchase Order will i back the PPS's contract with Pinellas Coun . Manuf./ Available Balance Item Descri tion Part# C2 . Unit Price Total Cost Account # (Finance Use On Raw une Cleanin Service 8" raw i 4160 $ 4.70 $ 19,552.00 401-411-549.671 10" raw i e 4480 $ 4.37 $ 19,578.00 401�11-549.671 $ - $ - $ - $ - $ - $ - $ - Total: $ 39,130.00 Finance/Administrative Use Onlv: The Department Director's /Designe�e s signature below certifies that (1) this purd�►ese order r�uisition is complete and in c�ompfiance with the �llage s Purchasing Policies and Procedures end (2) all procuremem requirements have been satisfied. De artment Director / Desi nee Si nature: �� � Date: (� a� Q� The Finance Depar6nent signeture below certifies thaF (1) this uisition has n approv by an autho►ized Depa►trnent Di►�or/Designee, (2) t the carrect account numbers heve been u� and (3) the� is ad�{uate funding in the aocounts fist�. Finance Si nature: Date: Villa e Mana er roval: Date: vllage Council Approval: Resolution #: Date: PROFESSIONAL PIPING SERVICES, INC. The Piping Syste�n Cleaning Specialists Certified Underground Utility Contractor License No. CU-0O55717 GENERAL TERMS AND CONDITIONS PRICE AND PAYMENTS: A. Price is based on quantity of pipe not less than that shown in this proposal. B. Measurement will be by the linear foot along the axis of the pipe. C. All sta.ted prices and terms will remain in effect for thirty (30) days from the date of this proposal. D. Full payment is due, and payable at our office in Wesley Chapel, Florida. net thirty (30) da.ys, from the date of invoicing. E. Invoice will include all applicable t�es. If you are sales taz ezempt, the State of Florida requires that you submit to us a certificate showing your business name, location address, reason for exemption, tax number, and signature of authorized agent. This exemption certificate must be�subinitted with your purchase order or at the time of contract. 2. Professional Piping Services would prefer to find this system in good working order as detailed and outlined. However if delay occurs due to the system being inoperable, such as but not limited to, inoperable or "lost" valving, failure of the integrity of the system or other system related problems then this will constitute a negotiable e�ra. 3. Professional Piping Services is not responsible for any breaks, cracks or damages forthcoming from those breaks or during the cleaning operations and that are not direct result of the cleaning operation. 4. Professional Piping Services is not responsible for any changes, claims or demands due to any alleged neglect or default on our part unless written notice thereof shall have been delivered to us within ten (10) days after the alleged occurrence of said neglect or default. We shall not be responsible for any charges for work performed or materials furnished unless ordered in writing and receipt thereof acknowledged by our authorized representative. PROFESSIONAL PIPING SERVICES, INC. Roger M Cimbora, Sr. General Manager P. O. Bog 7337, Wesley Chapel, F'lorida 33545 E-mail: ppsinc@tampabay.rr.com Telephone (813) 994-0032 (800) 780-6098 FAX (813) 907-0902 PROFE S SIONAL PIPING SERVICE S, INC. The Piping Syste�n Cleaning Specialists Certified Underground Utility Contractor License No. CU-0O55717 October 14, 2014 Mr. Nate Litteral Water Plant Superintendent Village of Tequesta 901 N Old Dixie Highway Tequesta, FL 33469 Quote #1014-2167 RE: Cleaning and restoration to maximum flow capacity; Wells 7&8 — 4,160 f LF of 8" force main Wells 18, 19 & 20 — 4,480 t LF of 10" force main Dear Mr. Litteral, Professional Piping Services is pleased to submit for your consideration and approval the following proposal. To provide for the poly pig cleaning of the above referenced piping as per the projects plans and specifications. For this cleaning, Professional Piping Services fee will be; 4,160 t LF X 8" @$4.70/ft ..............$19,552.00 4,480 f LF X 10" @$4.37/ft............$19,578.00 TOTAL ......................................$39,130.00 It should be carefully noted that if the internal investigation and cleaning determines that remedial action is require in or on the system at one or more sites and this in turn requires Professional Piping Services work force to be put on a standby basis, until the system is once again available to them to continue the internal investigation and cleaning, then the standby charges as noted further in this proposal shall apply. As the result of open and public bidding for piping system cleaning services, Professional Piping Services was awarded a master purchase agreement, purchase order #234068 with the Pinellas County Purchasing Department, REF: 101-0146-M (RN�, contract period OS-16-11 — OS-15-15, contact Ms. Lucyna Nowacki, 727-464-3766. It is our understanding that such contracts can be "piggy backed" or used by other public utilities for the same contractual purposes. P. O. Bog 7337, Wesley Chapel, Florida 33545 E-mail: ppsinc@tampabay.rr.com Telephone (813) 994-0032 (800) 780-6098 FAX (813) 907-0902 Quote # 1014-2167 October 14, 2014 Page Two Unit pricing quoted is in accordance and compliance with our annual contract with Pinellas County. Quote #1014-2167 October 14, 2014 Page Two For this fee, Professional Piuins Services, will arovide, with the exception of those items noted elsewhere in the proposal, all supervision, labor, tools, material and equipment necessary for the proper cleaning of the above referenced piping including; 1. Proper, knowledgeable and experienced supervision of the entire cleaning project. 2. Professional Piping Services, personnel are trained and accredited to be in compliance with OSHA 29, CFR 1910.120, Health and Safety Training. 3. As required by the State of Florida, Professional Piping Services is certified and licensed by the State of Florida as an Underground Utility Contractor, License number CU-0O55717, to provide this type of service. It should be noted that compliance with Florida Statute 489, requires that this work must be done by a state certified Underground Utility Contractor. 4. As required, Professional Piping Services personnel are in compliance with the Drug-Free Workplace Program in accordance with Florida Law, Cha.pter 287.087, and the Florida. Worker's Compensation Standard. TOOLING AND EQUIPMENT 5. Professional Piping Services poly pigging apparatus, to be installed and removed upon completion of the project. 6. Professional Piping Services will have onsite and available for immediate use, at no charge or expense, an uiline poly pig electronic detector device. This instrument can be inserted into a specialty fabricated poly pig which once in the system, can be used for tracking or locating specific inline azeas. After review and discussion of its potential use, the decision to use it will be solely at the discretion of the client or its authorized representative. If this device is used, then the following charges will apply; a) Use of electronic device $400.00 per day or part thereof. b) Use of specialty poly pig, cost to be determined by the size of the poly pig used. c) Any labor provided by Professional Piping Services in conjunction with the use of this device will be charged at the rate of $400.00 per hour or part thereof. For da.ily time exceeding 8 hours or for this work performed on holidays or weekends, the hourly charge rate will be $475.00. NOTE: There is no charge for the equipment to be onsite Quote # 1014-2167 October 14, 2014 Page Three NOTE: These terms, costs and conditions do not apply for system wide tracking and location. 7. Standby charge rate. If Professional Piping Services work forces cannot perform their assigned tasks due to causes outside their scope of work or sphere of responsibility, then a standby charge rate for supervision, labor, tooling, equipment and vehicles of $400.00 per hour will apply. SCHEDULE 8. Maintain an eight (8) hour daylight work schedule. STANDARDS 9. Radio communications, necessary and required. 10. Job site transporta.tion 11. Aw�iliary centrifugal pumps for cleaning REPORTS/SURVEYS 12. Provide a post project report within 30-45 da.ys of project completion to outline and detail information acquired during the cleaning process about the system or confirm existing information. 13. Provide a survey of the system to locate and detail components of the system prior to the start of the cleaning project. 0 14. Perform flow test prior to and upon completion of this cleaning operation to provide comparable data for assessment. 15. Provide certification of the insurance coverage's we offer which includes; a) Comprehensive General Liability ($1,000,000 each occurrence with a $2,000,000 aggregate) b) Worker's Compensation Insurance c) Automobile Liability Insurance ($1,000,000 each occurrence) d) Umbrella Liability Insurance ($1,000,000 each occurrence) e) Professional Liability Insurance, including Enors and Omissions, is included in the General Liability, ($1,000,000 each occurrence) Quote # 1014-2167 October 14, 2014 Page Five NOTE: Additional insurance coverage available but at additional cost. 16. This quote is based upon information available or provided to Professional Piping Services at the time of this submitted proposal and reflects our understanding of the project requirements, procedures and costs as known at this time. These factors may be subject to future clarifications andJor modifications, which can results in alterations of the project requirements, procedures and quoted costs. 17. Professional Piping will provide temporary hosing to direct discha.rging flow to pond 300 f LF behind plant. Quote # 1014-2167 October 14, 2014 Page Six Villa�e of Teauesta will be reauired to nrovide without cost or delav to Professional Piping Services the following; 1. Cleaning and flushing media effluent. Supplementary volumes of fluid (water) to be made available if required for the cleaning and flushing procedures. Fire hydrants with proper meter/backflow connections are the anticipated source. ACCESSIBILITY 2. Accessibility to the pipeline at the points designated by Professional Piping Services, (and facility, during the pre project survey) if necessarv or required. This would include excavations, restoration of excavations, and piping or fittings required for access to the piping. Please see item number ten. EXCAVATIONS 3. System repairs as required to include; all excavations, site work and their restoration, any fittings, valving and piping necessary to effect the repair of the system, and any labor, tooling or equipment required to effect the repair of the system. VALVING 4. Accurate plot andlor system diagram, detailing all valves and appurtena.nces. The valve would be required to be operated in a full open and a fiill closed position prior to Professional Piping Services mobilization. LABOR 5. Sufficient labor and supervision, necessary or required, to assist Professional Piping Services in the location of the system sites and particulars STANDARDS 6. All permits required for the proper conduct of the work, including legal permission to enter or cross private property where necessaxy to secure access to the work. 7. Barricades, lights and other items that may be required to conform to existing safety and traffic regulations. Quote # 1014-2167 October 14, 2014 Page Seven 8. Proper disposal of the discharged effluentlmaterial and control of the discharged water from this cleaning operation. 9. Vehicle access to work site. 10. Professional Piping Services anticipates that the following will be provided by others; a) Locate and excavate existing exiting tee at plant. Identify its size and notify Professional Piping Services. b) Locate and excavate existing tee at Well #7. c) Provide and install one line sized tee at Well #10. Permanently pipe the 10" piping to a blind flange one foot above ground level. PROFESSIONAL PIPING SERVICES, INC. The Piping Syste�n Cleaning Specialists Certified Underground Utility Contractor License No. CU-0O55717 October 14, 2014 Mr. Nate Litteral Water Plant Superintendent Village of Tequesta. 901 N Old Dixie Highway Tequesta, FL 33469 Dear Nate, One trip to the site and the costs of this work is reduced by than $5,000. Maybe you should have us over more often! Now with more funds available you might want to take ad�rantage of having us onsite and prepped to do more cleaning. , Thank you and I look forward to hearing from you soon. I Cordi y, � r '' R ger M Cimbora General Manager . ' ��° �, "�. � � � . OCT � 1 2014 �� ":.°;: P. O. Bog 7337, Wesley Chapel, Florida 33545 E-mail: ppsinc@tampabay.rr.com Telephone (813) 994-0032 (800) 780-6098 FAX (813) 907-0902 -�3� � 4� �ellaS ��:�. pURC � ING . � Joe Lauro. ChPOVCPPB Director INTEROFFICE MEAAO To: Rob�t S. LaSa�, CouM.y A�ni ' From: Jo�ph L.�BOO, Qir�dor of Pw�ir� ('�-� i Sub,�: F� Te�mm E�e�ion �11lair�teer�tEOe ', P�e('u� (PolY � C�anir�) . Car�tr�c# No.109-014�M(LN) �e: �m�27, 2093 RECG?MMENDATI�1: ! RECOMMF.d�ID THE COUfYTY �1DMINISTRATOR APPROVE THE FIRST TERRA EXTEAISION FOR I�NTENANCE AND REPAIR. PIPELINE (POLY PIG CLEANING) WITH PROFESSI�►L PIPIRK3 SERVICES, IMC.� WESLEY CHAPEL� FLORIDA,•AT THE SANfE PRICES, TERNlS AND CONDITIOAfS. ESTI�►TED AWIVUAL EXPENDITURE PIOT TO EXCE�Q: $760,OQ0.00 Fundir� is provid� thra�h t�e Departrnent of Ernriront�rtt 81�rre (DEn o�ra�ln9 ��et DISCUSSION: lTus c�ntrsd for the m�ir�tenanoe end r+spair of DEI water. �ewer, ar�i r�taimed w�er RiP�� lPo�l►-Pt9 Cte�t�ing) seroicxs was �iAirtally sNrarded by N'te Courrty /�ldmin�or on AAay 16� 2011; th� IS �e first terrn extensian. TFtie Cour�ty Administ�tor approved an iru�eas� in fur� on Novem�r 8, 2013 to provide for additicn�l seroioe requiremeMs. The �tirr�ted annual ex�ndituure indudes $10,000.00 of unsp�ified servioes. 1`he prese�t vendors servi� f�ave be�n satisfactory. Therefore, � is r�ommen�d ti� the first fierm e�cfie�n t� exerc�s�. S�tion 2-17fi of the P�I�s County Cale author¢es ��r�ctor a� Pur��sing to ap�rove all c�ntrac� extensions under $100,000 oder a twehre moritt� peri�i and the Couniy Administrator to epprove cori#rac� ext�nsio�s witl�in del�at� authoritY uP to $'L50�� over a twe�ve mor� �ri� and in arry ann�al amount for swards previaisty rr�de by �� of County Comm�im�ers. Contract Period: 5/16l14 THRDUGH 5115195 ❑ N/A — One Time Purah�ee Term Exten�ion: Tenns Ler� of ❑ tdorna R�naining Each Term 1 92 Mordt�s Incre�ase Allawance�: Term extensior� allrnnr for pt�e adj�trnents ntrease) �� amourit n� to exr�eed U�e a+rer�ge of �te Consumer Price Index (CPI) for �!1 Ur�n Consumers. Seri� Id: CUUROO�S�►0, Not Seasonally �ust�, Ar�: U.S. city avera9e� tt�n: All �terr�. �e Period: 998'1-84=1� for � t�v� montl�s �ar to ex�an. Ti� vendor haa na� request� a pri� adjustrrterrt. APPROVED. Date of Approv�l: 1 �o � �� ROBERT � County Admi��ator Litterai, Nathan From: Mancuso, Candis L [cmancuso�co.pinellas.fl.us] Sent: Monday, October 20, 2014 1:53 PM To: Litteral, Nathan , Cc: Nowacki, Lucy SubJect: Piggyback Provision for Contract #101-0146-M Maintenance 8� Repair, Pipeline (Poly Pig Cleanin Nate: Per our conversation the Village of Tequesta has the permission of the Pinellas County Board of County Commiss listed in the Invitation to Bidding document. l �. ����i�����1 ���. � i ��� iF'i43���i��� �n�e�� v�����ise ��i��tf��ec� �y ��e ��dd�� ���e b��d�� E d�p�rt�e���, ��c� �nu����paiiti�� �h+� b�� �ri��s ��b����d i shouid �r�� s�r�d �av��r�on���a� �n#�#� ���1�� to buy �un��r t� �c��r�c���, ��+� ���i�����o�� ��d ��di���� b�an�I�e� �a�i��ca� s�mb� +��Il�ges, nn�r�i���a���ti��, �� �a�i��r p��1i.� ag�r�cies vr ��t�ar ���d6�i��t� �f th� ��r��r���. Candis Mancuso Interim Director Purchasing Pinellas County Purchasing 400 S Ft Harrison Ave 6th Floor Clearwater, FL 33756 Phone (727) 464�250 Fax (727) 464-3925 cmancusoCc�pinellascountv.ora Follow Pinellas County: '�-�,'' � ••' Yau � t --~,'�-�� �I��`� 1 .. . ���'�c> � � . , q C PURCHASING Joe L.auro. CPPO/CPPB Director [NTER�FFI�� �EMO To: Ro�r� S. LaSala, CouMy Administrat From: Joseph Lauro, Dire�tor of Purchasing '� .��,�� � Su�� Nwrard of Bid — Maintenance & R ', ' ine (Poty Pig Gieanin9) Corrtrad No. 109-q14�1A (R� D�te: May 12, 2011 RECOMMENDATION: I RECOMMEND THE COUNN ADMINISTRi4TOR AWARD THE BID FOR iViAINTENANCE AND REPAIR, PIPELINE (P�LY PIG CLEANIMG) WITH PROFESSIONAL PIPING SERVICES, 1NC., (PROFESSIONAL. P1PfNG) WESLEY CHAPEL., FLORIDp►, ON THE BASIS OF BEfNG THE LOWEST RESPONSIVE, RESPOMSIBLE �ID RECEIVE� MEETING SPECtFICATiONS. BlDS ARE OM FILE tN THE PURCHASiNG DEPARTMENT. ESTtAlk�1TED ANNUAL EXPENDiTURE (dOT TO EXCEED: $125,OOO.UO ESTIf11�►TED THIRTY-SIX (36) MONTH EXPENDlTURE: $375,0�.00 Funding is provicied fihrough Utitities Opera�png budget D(SCUS510N: This cor�act is for the maintenancx� and repair of pipeline (Poly-Pig Cleaning) services, as anc� when req�airr�d to clean wafier, sevv�r ancl r�claimed vuster piping systems tocated within the Pinellas Coun�y lJtil�ias {PCU) service areas. The service utilizes a swab iype device (Poly Pig) fo clean the pipes 'and only one company has been able to provide this servic� to the County over the years. Since fhe senric� ap�ears ta be of a non-compet�ive/sole source nature, staff decided to test the maricet to determine i# there are other campanies that can provide this type of service. On April 8, 2011, the Purchasing Departmer�t on behalf of fhe PCU let the bid utilizing DemandStar. Three Hundred Twenty- Nine (329) suppliers were no�ified of the bid opportunifiy, Six (�) of which req�ested bid documesi#s. Staf� corrtacted 'four (4) suppliers wrho did not bid to determine wrhy. TvNa (2) of the responders stated they do nof offer this type of senrice; one {1) ofi the responders is a bid information service and ane (1} of fhe responders• s�ated they normally d�n't do this type of avoric and rec�mmended "Professiona! Piping". Staff recommends awar'+d to Professional Piping. The estimafied annual expenditure includes $90,000.00 for contingency expenses. Contract Pe�iod: 36 months fi�om Date o# Awar+d Term Extension: Terms Length of � Remaining Esch Term 2 12 Miorrths �i�F � � . . ' Increase Allowances: Price Adjustmen# (decrease/increase} in an amount nat to exceed Gonsumer � Price Index (CPi) for ail Urban Consumers, far the twelve (12) months prior to exkension. Section 2-976 of the Pinellas Coun#y Code delegates authority to the Coun�Ey ,P►dministrator to award contracts far purchases of goods or servic$s of $250,000 or less, and the Director of Purcrtasing for purchases of $10Q,000 or less within the budget of the us9ng ctepartme�t. APPROVED:�+ ROBE T S_ LA ALA � County Adminisirator Date of Approval: � ��-�� Attachments: 1. Contrac# Review 2. Bid Tabula#ion . PINE1.1.164 COUN7Y GOVERN�T FLORihA Sid Tabu�Hon Bid Alo.: 904-0946-8 61d Tltle :BRaintenaat.e $ R P Pi Cleaai91t Dai� & Tlme Dus: rH 26 20'I'! :00 P.AA. Professlonal Piping ftem Aio. Descriptfon ��°� 2,S0o i.F or s,o00 l.F or 20,001 or `��� 600 l.F ar less fess �ss 90 0� or less 20,�0 or less more � � 1 4/2" cr 2" di each $ 8.6D $ 3.99 $ 3.69 5 2.76 $ 1.88 $ 1.52 $ 3.74 2 3° dfameier eac� S 8.G0 $ 3.89 $ 3.69 $ 2.76 $ 1.88 $ 1.52 $ 3.7� 3 4" �a� eac� $ 8.60 $ S.� $ 5.96 $ 3.6:i � 2.19 $ 'f.83 $ 4.56 4 g^ �p� each $ B.BD $ 93.88 $ 4.81 $ 3.72 $ 3.43 $ 1.90 $ 6.02 3 8"diameter � $ 6.8Q $ 8.75 $ 4.70 $ 4.06 $ 3.43 $ 3.16 $ 4.85 6 qp«diameter each $ 8.80 $ B.1fi S 4.37 $ 4.33 $ 3.13 $ 253 $ 4.89 7 92" diameter each $ 8.6Q S 4.42 S 4.06 $ 3.99 $ 3.43 $ 3.18 $ 4.81 8 18� �{� each $ 8.20 $ 4.23 $ 4.18 S 3.93 $ 3.43 $ 3.9B $ . 4.89 9 �+ �� eath $ 9.82 $ 4,23 $ 4.18 $ 3.93 $ 3.43 $ 3.96 � 4,79 � 24" �ameter �► � 10.44 $ 4.69 $ 4.37 � 4.26 S 28i $ 2.53 $ 4.84 19 3p� tpameiEr each $ 12.39 $ 5.25 $ 4.86 $ 4.01 $ 3.43 $ 2.83 t 5.93 12 �,. � each $ 12.39 $ 8.36 $ 8.57 $ 4.37 ffi 3.76 $ 3.79 $ 6.54 i3 � 48" �emetei 88CSt S 92.38 $ 8.36 $ 6.57 $ 5_00 $ 4.� $ • 3.78 $ 8.70 14 gp� �� eac3� $ i239 $ 8.36 S 8.5/ $ 5.84 $ 4.37 $ 3.78 $ 6.85 ' Total Av� e $ 72.02 LABOR RA'fE FOR LABORERS USED FOR POLY PIG CLEAN1�dG FUCED HO1JitLY LASOR RA'fE FOR SUPERVISOR $ 128.� FlXED HpURLY LA80R RATE FOR 7ECHP]IC1AN 87.� �01-0748�B � Tah�a�m+ P�e 9 0/1 T� Y ; �� a ���� . 404-0'i�l6-M (RA�j Page 26 of 32 . 14. �+fEASUREMEN'f Ni�iD i'AYMEN� �QR P�C3GtNG Payment wifll be rnacle at �he appf�cable un� prlce indicaEed in the Sid �orm. Payment shalf be fuil compensatlon for �EI mat�rtals, labor, artd �quipment requtr�i ta mobilix� fv ths site. Th� rnobilizatlon shali also inc[ude, but nat be 1'irni� fa, mnWfizaHon of equipment at the lau�ching and retrfeval sit�es, h�affio control and by-pass pipfr�lpumping. The qnantiry for paymet�t wi11 � bY p'►Pe dtameter of fhe pressuro p)pe acceptabty cleaned, measured along the cent�'line ofi the pipeline. Pig lavnch&�g shall include mobiftzation, demobifizaYion and dear:tng af any pipe length as listed by dlamets�. 15. ��ASURE�IIEM"I' AidD PMYYRAENT F4R U1�IFORMF� C?FF qUTY P4UCE The auork vovered by this item consi5fs of the actual man-hours requtred and authorized for empfayment of uniformed oif-dufy pakicemen to mainfaEn and regulate traffic through fhe work area. 'i8. MEASUR�iUI�,NI' AND PAYRIfEriIT FUR UNSPECIFl�p WORK The work covered fry Fhis item c�r�stsfs of unforessen Items of work not knctuded In oYher Bid ltems, but net�xssary for accompUsPting the work, and shaH a�pty oniy to extra work or additiana! items over and above those specifieri or shown on the plans, The cosC of th�s addifional wor�c shall be agreed upan in writing artd appraved by th� Director of Utili�es Engineetfng or his at�tarized tepresentative prior t� stattirtg th� additi�onal �worlc. The value of the vrark shaH be based on uni� prlces of simitar Bid items caped �for In the Propa&al. Al�asuremer� The quantities unspec�f�d wark to be pald unds� this item shafl fse measured In unfts of �y for wrorlc in piac�, cbmpl�ted and accepted. The value of e unit shall be One arld OW�100 DoHars {$1.00). Cor�ractor shafl supPiy a w►rltt�nlefedronic repa# of fh� before/a't� r+esults of the p}gging, t.e.. Pipe shze. velocf[y and Gallons per Minute (aP�A). PIATELLAS CO AlTY PtIRCHASIPI� , Il'B - 8ER CES E�: 02/20'17