R25-259 RESOLUTION NO. R25-259
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON
2 BEACH, FLORIDA, APPROVING TASK ORDER NO. 01-20255TM WITH
3 MURPHY PIPELINE CONTRACTORS, LLC TO PERFORM PRE-
4 CHLORINATED PIPE BURSTING OF POTABLE WATER MAINS IN
5 BOYNTON BEACH LEISUREVILLE FOR $949,894, WITH AN
6 ADDITIONAL 10% CONTINGENCY IN THE AMOUNT OF $94,989.40
7 FOR UNFORESEEN CONDITIONS, FOR A TOTAL NOT TO EXCEED
8 AMOUNT OF $1,044,883.40; AND APPROVING A BUDGET TRANSFER
9 TO ALLOCATE SUFFICIENT FUNDING FOR THIS PROJECT; AND FOR
10 ALL OTHER PURPOSES.
11
12
13 WHEREAS, on August 5, 2025, the City and Murphy Pipeline Contractors LLC
14 ("Contractor") entered into an Agreement for Pre-Chlorinated Pipe Bursting of Portable Water
15 Mains, approved by Resolution No. R25-204; and
16 WHEREAS, the Scope of Services/Work section of the Agreement allows the Contractor
17 to perform the services on an as-needed basis by way of individual purchase orders and task
18 orders; and
19 WHEREAS, based on infrastructure condition assessment, staff identified water main pipes
20 in Boynton Beach Leisureville in need of replacement. The scope of work includes pipe bursting
21 2,920 linear ft. of existing 6" AC water main pipes and replacing them with 8" pre-chlorinated
22 high-density polyethylene (HDPE) piping. Pipe Bursting is a trenchless method of replacing aging
23 pipes in a cost-effective and non-invasive manner, thus keeping the impact minimal on residents
24 and businesses; and
25 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the
26 best interests of the City's citizens and residents to approve Task Order No. 01-2025STM with
27 Murphy Pipeline Contractors, LLC to perform pre-chlorinated pipe bursting of potable water mains
28 in Boynton Beach Leisureville for $949,894, with an additional 10% contingency in the amount of
29 $94,989.40 for unforeseen conditions, for a total not to exceed amount of $1,044,883.40, and
30 approve a budget transfer to allocate sufficient funding for this project.
31
32
33
RESOLUTION NO. R25-259
34 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON
35 BEACH, FLORIDA, THAT:
36 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as
37 being true and correct and are hereby made a specific part of this Resolution upon adoption.
38 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby
39 approve Task Order No. 01-2025STM with Murphy Pipeline Contractors, LLC to perform pre-
40 chlorinated pipe bursting of potable water mains in Boynton Beach Leisureville for $949,894, with
41 an additional 10% contingency in the amount of $94,989.40 for unforeseen conditions, for a total
42 not to exceed amount of $1,044,883.40 (the "Task Order"), in form and substance similar to that
43 attached as Exhibit A.
44 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby
45 authorizes the Mayor to execute the Task Order. The Mayor is further authorized to execute any
46 ancillary documents as may be necessary to accomplish the purpose of this Resolution.
47 SECTION 4. The City Clerk shall retain the fully executed Task Order as a public record
48 of the City. A copy of the fully executed Task Order shall be provided to Tremaine Johnson to
49 forward to the Contractor.
50 SECTION 5. This Resolution shall take effect in accordance with the law.
51
52
53
54 [SIGNATURES ON THE FOLLOWING PAGE]
55
RESOLUTION NO. R25-259 �� "
56 PASSED AND ADOPTED this /e day of C tr'(lrer 2025.
57 CITY OF BOYNTON BEACH, FLORIDA
58 YES - NO
59 Mayor- Rebecca Shelton
60
61 Vice Mayor-Woodrow L. Hay ✓
62 ✓
63 Commissioner-Angela Cruz
64 /
65 Commissioner-Thomas Turkin 1/
66
67 Commissioner-Aimee Kelley
68
69 VOTE S-0
70 A ES
71
72 ),
-
73 Maylee pe a's, MPA, C Reb cca Shelton
74 City Cler Mayor
75 'a-' i J TOA/-',t.
POR••
76 •'oR qr'•.
! /SEAL
�,� F :F', APPROVED AS TO FORM:
17
77 (Corporate Seal) �0 ,
:
78 . INCORPORATED:
79 14, ..,
1920 / $ Atath% t,6
80 ,tw`% •FCORtDP Shawna G. Lamb
81 `� _ City Attorney
TASK ORDER
' Y nA
%C�
s
Ou} � 6P
�*OH0
CITY OF BOYNTON BEACH
Services Task Order
Task Order No. 01-2025STM
Contractor: Murphy Pipeline Contractors, LLC
Contract No. 25-02ORB
1. Task/Project Phase. Pre-Chlorinated Pipe Bursting of Portable Water Mains.
2. Detailed Scope of Work.
A detailed scope of work under this Task Order, consistent with Agreement No. 25-02ORB is attached as
Exhibit A. The Contractor shall perform all labor, furnish all materials and equipment, and provide all
services necessary to complete the work described.
3. Deliverables and Schedule.
Contractor shall complete the work and deliver any required items or documentation in accordance with the
schedule provided in Exhibit B. Time is of the essence for completion of the Work..
4. Compensation.
The total Fee to be paid to Contractor under this Task Order shall not exceed $949,894.00 based on the
unit pricing or hourly rates currently in effect under the Agreement.
A detailed fee schedule is attached as Exhibit C.
The payment schedule (based on deliverables) is attached as Exhibit C.
5. Agreement Reference.
This Task Order shall be performed under the terms and conditions described within the 25-02ORB
Agreement, dated August 5, 2025, by and between the City of Boynton Beach and Murphy Pipeline
Contractors, LLC ("Contractor"), Contract No. 25-02ORB.
6. Insurance.
Consultant shall maintain insurance coverages in accordance with the Agreement and hereby confirms that
Certificate(s) of Insurance evidencing current policies meeting the requirements of the Agreement are on
file with the City as of the date of this Task Order.
7. Exhibits.
All attached Exhibits are incorporated fully into this Task Order and the Agreement.
8. Notice to Proceed.
❑ If checked, Consultant's receipt of a fully-executed copy of this Task Order shall serve as the
Notice to Proceed under this Task Order, effective as of the date the fully-executed Task Order
was emailed to the Consultant.
Of checked, Consultant shall commence Services under this Task Order as specified in a
forthcoming Notice to Proceed.
9. Liquidated Damages.
25-02ORB Pre-Chlorinated Pipe Bursting of Potable Water Mains
1
Time is of the essence for the completion of the Work described in this Task Order. If the Contractor fails
to achieve Substantial Completion or Final Completion by the respective dates set forth in this Task Order
or the applicable Notice to Proceed, the Contractor shall pay the City liquidated damages as follows:
Substantial Completion: $ 1,200.00 per calendar day for each day or part of a day beyond the scheduled
Substantial Completion date until Substantial Completion is achieved.
Final Completion: $ 300.00 per calendar day for each day or part of a day beyond the scheduled Final
Completion date until Final Completion is achieved.
These liquidated damages amounts are agreed upon by the Parties as a reasonable estimate of the
damages the City will incur due to delay, including administrative and operational costs. The Parties
acknowledge that the actual damages caused by such delays would be difficult to precisely determine.
These liquidated damages shall not be considered a penalty but serve to compensate the City for its inability
to timely use or occupy the Project.Liquidated damages shall apply separately to each portion of the Project
with established deadlines for Substantial and Final Completion.
CONTRACTOR: CITY 0 YNTON BEACH
By: -- By:
Rebecca Shelton, Mayor
Print Name: Nathan Roozrokh
Date: August 27th , 20 25 Date: .f S I U , 20- -
AtteW 1 , •l! ,.
C' lerk
CityAtto ey's •
Approv as to f 741
gality
a
By: z/r, �
25-02ORB Pre-Chlorinated Pipe Bursting of Potable 1Mater Mains
2
EXHIBIT A
Scope of Work:
25-02ORB Pre-Chlorinated Pipe Bursting of Potable Water Mains
3
( y q
o
•G
SCOPE OF WORK:
This Scope of Work for this specific Pre-Chlorinated Pipe Bursting RFP shall include, but is
not limited to: 1) Pipe bursting 3190 linear feet of an existing 6-inch diameter AC water main
(Replacing with 8-inch HDPE) in Boynton Beach Leisureville, 2) Connection to existing water
mains and water service laterals, 3) water main testing 4) Maintenance of Traffic, 5) Site
restoration, pavement and landscape repairs, resurfacing and striping. The work shall include
furnishing all labor, materials, equipment, incidentals and appurtenances to provide a
complete and operable water distribution system all in accordance with City Standards.
EXHIBIT B
Deliverables Schedule
25-02ORB Pre-Chlonnated Pipe Bursting of Potable Water Mains
3
Murphy Pipeline Contractors.LLC
A F4Ktolcom ran Licenses&Prequallllcatlons
PUNIC En;.ty Name Autho,ty tam 0/Po6r l:601W ./a/0• 11•s,..,I,-r, VAira Cnss S'.r:,.s -rr•nlet tajimnon Dale
Murphy Pipetine Contractors.LLC Iowa to Contractor Operation Active I C147137 4/82025
Murphy Pipenne Contractors,LLC Florida FL Certified Underground Utility 8 Eacawtcn Contractor• Benjanln EdmundAd Ne N/A 4/102025
TEMPORARY NONRENEWABLE CERTIFICATION Tnpuunno IO
Murphy Pipelne Contractors.LLC Maryland MD Burmese License•Construction firm Active 16264480 4/3072025
Murphy Flpeine Contractors,LLC System for Award Management(SAM) Vendor R.egistrstbn ActiveI Unklue Entry ID:OF8421002O37/ 59/2025 —--
CAGE:lYN03
Murphy Plpeane Contractors.LLC Nebraska NE Contractor R.gistration Adtte 44778-24 5/23/2025
Murphy PlpeMre Contactors.LLC Mississippi MS Contractor LimnLie New Quu M.r INMw Active Underground UAj 25413-MC 7/12/2025
Penang
Murphy Pipet"Contractors.LLC Connecticut DOAS CT Conatnxt/n Contractor Popvisl icadon Sewer and Wive•Units Attie N/A 8/142025
Murphy Florian°Contractors,LLC Detroit.Ml MI OTce of the Treasury-Busuwsa Clearance Application Active NIA 828/2025
raw
Murphy Pipeline Contractors.LLC Utah UT Contractor License-Contractor with LRF NOPeOno'n0 5410•Boller,Pipeline.Waste and Cord Active 12466689-5501 117502025
Murphy Fs entre Contractors.LLC Caleomla CA Contractor License FA Borronl(RME) A-General Engnnering MN. 1113710 12/312025
,
Murphy Resew Contractors,LLC /Weirs AK Business License 23Lorutructon ACtM 2202010 12/31/2025
Murphy Plpeh'ne COntngors.LLC Delaware DE +Active Siemens License-Non•Resldent Contractor + Active 2024707605 12/31/2025
Il Murphy P-pefne Contractors.LLC Norah Dakota ND Contractor License Unl°MW Class A Act** 000047923 3/12026
Murphy PipelineCompton,LLC Louisiana LA Contractor Commercial License 1 Eric HaeMaln Highway.Street and Bridge COMtllsctlon, Active 62298 3/7/2028
Muntp.l.M Public Works Construction
Murphy Peer.Catnctora,LIC Ohio OH Contrw0r Compliance Certification(Olga of Deorshy and I
poMe CC-048785 4/1172026
Inclusion-ODO
{
Murphy Pipeline Contractors,LLC Michigan DOT MI DOT-PrequarEcaOon 235889000 K Active 7835 4/302028
4_
Murphy Pipeline Contractor,.LLC District of Columba DC Barak Bwinem License.General Contactors License Adtee 410524000782 4/302020
2
Murphy Pipeline Contractors.LLC Tenn... TN Contractor License Jarmo Aon
Pipeline UMmlwd MU-A.MU-C.MU-0 Adie 81485 77272028
Ben Tnpuuano
Murphy Pipeline Contractor,.LLC Alaska Ai( Prolesetonal License Coot-ruction Contractor:Specialty.Water andAar, 228053 0/30/202E
i Sewer Contract.r
Murphy Float.Contractors,LLC City of Baltimore.MD MD Prqualfleation Il 8-02551-Wear Manna/B-02552 Sewer
5771A60000.00 Calstn/thn Active 11598 1/8/2027
I I
Ula8atad:5/10/2025
OMR 1013
Murphy Pipeline Contractors,LLC
•Welbtew:.,y,. Licenses&Prequallflcations
PURIS Fnhty Name Ain_,s. State Type or L.ccnse Daallor Cho,: t-:1 Warn Cass .... •1.,,,,‘ I• n,tn
�Murpny Pipeline Connactora.LLC Rhode Island RI Undoryround Ulilty License Jamie Annec Underground Miley Contractor A000. UU-44291 2/1212027
Murphy Pipeline Contractors,ILC Indiana DOA IN Pregua00ed Contractor 1823.03 8 1823.04 Adele WA 3/4/2027
Murphy Pipeene Contractors.LLC Coy of Baltimore.MD MD A Prnlellue Action Plan AiMave 6 Work Fora Analysts ReportI h.- Active WA 12r31r2O27
Murphy Pipeline Contractors,LLC tench IL Department of Munn RIphN Current,Eligible Bidder/Vendor Act/re 12082 2/5/2030
Murphy Pipeline Contractors,LLC IndNc DOA IN IBcder IC AptNe 0000067290 DOES NOT EXPIRE
upda0.N'311W2025
Pana ol3
EXHIBIT C
Detailed Fee & Payment
Schedule
25-02ORB Pre-Chlorinated Pipe Bursting of Potable Water Mains
3
Item SC01025 Project
Description Unit Unit Cost Value
No. Section Quantity
General Conditions
1 1.11.A Mobilization/Demobilization per Project LS $ 40,000.00 1 $ 40,000.00
2 1.11.A Maintenance of Traffic(MOT Plan)per Project,City Right-of-Way LS $ 10,000.00 1 $ 10,000.00
3 1.11.A Maintenance of Traffic(MOT Plan)per Project,Palm Beach County FDOT Roadway LS $ 15,000.00 $ -
4 1.11.B Applicable Permit Allowance(actual cost reimbursement by the City) EA $ - $ -
5 1.11.0 Pre-and Post-Construction Video LS $ 3,500.00 1 $ 3,500.00
6 1.11.D NPDES(if applicable) May Not Exceed 1.5%of the Project Cost EA $ 7,500.00 1 $ 7,500.00
7 1.11E Indemnification LS $ 25.00 1 $ 25.00
Surface Restoration
8 1.11.F Sod SF $ 1.30 2800 5 3,640.00
9 1.11.F 6"Concrete SF $ 28.00 275 $ 7,700.00
10 1.11.F 3"Asphalt SF $ 15.00 1800 $ 27,000.00
11 1.11.G Curb LF $ 110.00 $ -
Open Cut Water Main-Furnish and Intall
12 1.11.H 6-inch C-900 LF $ 225.00 $ -
13 1.11.H 8-inch C-900 LF $ 235.00 110 $ 25,850.00
14 1.11.H 10-inch C-900 LF $ 245.00 $ -
15 1.11.H 12-inch C-900 LF $ 255.00 $ -
Pipe Bursting-Furnish and Install -Per Linear Foot
16 1.11.1 6-inch HDPE DR11 by Pre-Chlorinated Pipe Bursting LF $ 185.00 $ -
17 1.11.1 8-inch HDPE DR11 by Pre-Chlorinated Pipe Bursting LF $ 195.00 2810 $ 547,950.00
18 1.11.1 10-inch HDPE DR11 by Pre-Chlorinated Pipe Bursting LF $ 205.00 $ -
19 1.11.1 12-inch HDPE DR11 by Pre-Chlorinated Pipe Bursting LF $ 235.00_ $ -
Valves and Fittings- Furnish and Install
20 1.11.J 4-inch Gate Valve EA $ 1,875.00 $ -
21 1.11.1 6-inch Gate Valve EA $ 2,070.00 9 $ 18,630.00
22 1.11J 8-inch Gate Valve EA $ 2,600.00 5 $ 13,000.00
23 1.11.J 10-inch Gate Valve EA $ 3,245.00 $ -
24 1.11.1 12-inch Gate Valve EA $ 4,910.00 $ -
25 1.11.K Miscellaneous Fittings $/LB $ 10.00 1500 $ 15,000.00
Fire Hydrants will be furnished by the City
26 1.11.J Install Fire Hydrant on 6-inch water main EA $ 8,000.00 $ -
27 1.11.J Install Fire Hydrant on 8-inch water main EA $ 8,500.00 9 $ 76,500.00
28 1.11.J Tee 6x6x6 EA $ 1,290.00 $ -
29 1.11.1 Tee 8x8x6 EA $ 1,450.00 10 $ 14,500.00
30 1.11J Tee 8x8x8 EA $ 1,495.00 2 $ 2,990.00
31 1.11.J Tee 10x10x6 EA $ 1,705.00 $ -
32 1.11.1 Tee 10x10x8 EA $ 1,760.00 $ -
33 1.11.1 Tee 10x10x10 EA $ 1,800.00 $ -
34 1.11.1 Tee 12x12x6 EA $ 2,050.00 $ -
35 1.11J Tee 12x12x8 EA $ 2,110.00 $ -
36 1.11J Tee 12x12x10 EA $ 2,155.00 $ -
37 1.11J Tee 12x12x12 EA $ 2,199.00 $ -
Customer Connections- Furnish and Install -Single or Double Services
Single or Double Service- Up to 1-inch Short Side Water Service Connection
38 1.11.K 6-inch Water Main EA $ 1,445.00 $ -
39 1.11.K 8-Inch Water Main EA $ 1,580.00 43 $ 67,940.00
40 1.11.K 10-inch Water Main EA $ 1,980.00 $ -
41 1.11.K 12-inch Water Main EA $ 2,100.00 $ -
Single or Double Service - Up to 2-inch Short Side Water Service Connection
42 1.11.K 6-inch Water Main EA $ 1,845.00 $ -
43 1.11.K 8-Inch Water Main EA $ 1,949.00 $ -
44 1.11.K 10-inch Water Main . EA $ 2,155.00 $ -
45 1.11.K 12-inch Water MainEA $ 2,110.00 $ -
Single or Double Service - Up to 1-inch long Side Water Service Connection
46 1.11.K 6-inch Water Main EA $ 2,155.00 $ -
47 1.11.K 8-Inch Water Main EA $ 2,199.00 31 $ 68,169.00
48 1.11.K 10-inch Water Main EA $ 2,515.00 $ -
49 1.11.K 12-inch Water Main EA $ 3,100.00 $ -
Single or Double Service- Up to 2-inch Long Side Water Service Connection (in casing)
50 1.11.K 6-inch Water Main EA $ 2,550.00 $ -
51 1.11.K 8-Inch Water Main EA $ 2,815.00 $ -
52 1.11.K 10-inch Water Main EA $ 3,165.00 $ -
53 1.11.K 12-inch Water Main EA $ 3,694.00 $ -
Line Stops- Furnish and Install
54 1.11.L 6-inch Water Main EA $ 9,525.00 $ -
55 1.11.L 8-inch Water Main _ EA $ 11,725.00 $ -
56 1.11.L 10-inch Water Main EA $ 14,655.00 $ -
57 1.11.L 12-inch Water Main EA $ 17,587.00 $ -
Dewatering- Furnish and Install
58 1.11.M Well Point Set Up Day $ 4,000.00 $ -
59 1.11.M Well Point Operation and Maintenance Day $ 325.00 _ $ -
Project Total: $ 949,894.00