Loading...
HomeMy WebLinkAbout24-60 Approving South Plate Recharge Station No. 1 Phase 1 Exploration Drilling Contract Site Service Drilling, LLC 06-12-2024RESOLUTION NO.24-60 A RESOLUTION OF THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE, COLORADO APPROVING A CONSTRUCTION CONTRACT BETWEEN THE TOWN OF FIRESTONE AND SITE SERVICES DRILLING LLC REGARDING THE SOUTH PLATTE RECHARGE STATION NO.1 PHASE 1 EXPLORATION DRILLING SERVICES WHEREAS, the Town of Firestone ("Town") purchased the Ruge Property to acquire Coal Ridge Ditch Shares and to assess the use of the property as a groundwater recharge site for Town owned water rights that have a return flow obligation to the South Platte River; and WHEREAS, in April of this year the Town entered into a Design Services Agreement with McGrane Water Engineering LLC ("McGrane") to examine the potential of the Town constructing a ground water recharge facility on the Ruge property; and WHEREAS, as part of its services McGrane prepared a subsurface exploration plan and bid documents for drilling services; and WHEREAS, the Town requested bids for such services and upon review of the three bids it received staff selected Site Services Drilling LLC as the lowest responsive and responsible bidder; and WHEREAS, staff recommends that the Board of Trustees approve the Construction Contract with Site Services Drilling LLC; and NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE, COL'ORADO: The Construction Contract between the Town of Firestone and Site Drilling Services Inc for the South Platte Recharge Station Phase 1 Exploration Drilling Services is approved in substantially the same form as the copy attached hereto and made a part of this resolution and the Mayor is authorized to execute the Contract on behalf of the Town. INTRODUCED, READ AND ADOPTED this �Z.day of June, 2024. TO FIRESTON �LORADO i Frank A. Jin 4 ez, Mayor Pro Tem F\RES r0� VAT irm, "TIayash , awn Attorney CONSTRUCTION CONTRACT THIS CONSTRUCTION ONTRACT (the "Construction Contract" or "Agreement") is made and entered into this J day of 2024 (the "Effective Date"), by and between the TOWN OF FIRESTONE, a Colorado municipal corporation with an address of 9950 Park Avenue, Firestone, Colorado 80504 (the "Town" or the "Owner"), and Site Services Drilling, LLC, an independent contractor with a principal place of business at 15065 West 44th Avenue, Golden, Colorado 80403 ("Contractor") (each a "Party" and collectively the "Parties"). WHEREAS, the Town requires services; and WHEREAS, the Town has found the Contractor to have the expertise and experience to perform the required services. NOW THEREFORE, in consideration hereinafter set forth, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: I. SCOPE OF WORK A. The Contractor shall complete all Work and perform all Services described or reasonably implied from the Scope of Work set forth in Exhibit A and the Contract Documents, attached hereto and incorporated herein by this reference and known as: South Platte Recharge Station No. 1 Phase 1 Exploration Drilling Contract (W2024=9560.01). B. A change in the Scope of Work shall not be effective unless authorized as a modification to this Agreement or change order in accordance with the Contract Documents. If the Contractor proceeds without such written authorization, the Contractor shall be deemed to have waived any claim for additional compensation, including a claim based on the theory of unjust enrichment, quantum merit or implied contract. Except as expressly provided herein, no agent, employee, or representative of the Town is authorized to modify any term of this Agreement, either directly or implied by a course of action. C. Within ten days of the Effective Contract Date, the Contractor shall provide the certificate of insurance required by the Contract Documents, II. DESIGN PROFESSIONAL This Project has been designed by: McGrane Water Engineering, LLC, who is hereinafter called DESIGN PROFESSIONAL and who is to act as FIRESTONE's representative, assume all duties and responsibilities, and have the rights and authority assigned to DESIGN PROFESSIONAL in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. Page 1 of 15 FIRESTONE C O L D It A D 0 III. CONTRACT TIMES COMMENCEMENT AND COMPLETION Or WORK A. The Work shall be substantially completed within 90 days of the Effective Date of this Agreement. It shall continue until the Contractor completes the Scope of Services to the Town's satisfaction, or until terminated as in provided here. B. Either Party may terminate this Agreement upon 30 days advance written notice. The Town shall pay the Contractor for all Work previously authorized and satisfactorily completed prior to the date of termination. If, however, the Contractor has substantially or materially breached this Agreement, the Town shall have any remedy or right of set-off available at law and equity. C. Should a delay in completion constitute a compensable inconvenience to the Town and its residents, the liquidated damages established in this Section shall be enforced. Such damages are not a penalty, and the parties recognize the delays, expenses, and difficulties involved in proving the actual loss suffered by the Town if the Work is not completed on time. Accordingly, instead of requiring such proof the Parties agree that as liquidated damages for each day that all or a portion of the Work is delayed beyond the deadlines set forth in Section III hereof, plus any extensions thereof allowed, the Contractor shall be assessed the amount of two hundred fifty dollars ($250) each day until the Work is complete. IV. COMPENSATION In consideration for the completion of the Work by Contractor, the Town shall pay Contractor, subject to all of the terms and conditions of the Contract Documents, an hourly rate plus expenses contract amount not to exceed $20,515.00 (the "Contract Price"). The Contract Price shall include all fees, costs, and expenses incurred by the Contractor. V. PAYMENT PROCEDURES A. The Contractor may submit Applications for Payment for completed Work monthly. The Contractor may submit periodic invoices, which the Town shall pay within 30 days of receipt. B. The Town may retain up to five percent (5%) of the calculated value of completed work from each application of payment up until the Construction Contract is completed satisfactorily and finally accepted by the Town. C. Upon issuing a final acceptance of the Work for the Project, the Town shall pay to Contractor the remainder of the funds or monies previously withheld as retainage. VI. RESPONSIBILITY A. Contractor hereby warrants that it is qualified to assume the responsibilities and render the services described herein and has all requisite corporate authority and licenses in good standing, required by law. B. The Work performed by Contractor shall be in accordance with generally accepted practices and the level of competency presently maintained by other practicing contractors in the same or similar type of Work in the applicable community. Page 2 of 15 FIRESTONE C 0 1, 0 R A D 0 C. The Work performed by the Contractor He, shall be done in compliance with applicable laws, ordinances, rules and regulations, including the Keep Jobs in Colorado Act, C.R.S. 8-17-101, et seq. (the "Act") and the rules adopted by the Division of Labor of the Colorado Department of Labor and Employment implementing the Act (the "Rules"). D. The Town's review, approval or acceptance of, or payment for any completed Work shall not be construed to operate as a waiver of any rights under this Construction Contract or of any cause of action arising out of the performance of this Construction Contract, E. The Contractor hereby warrants to the Town that all materials and equipment used in the Work, and maAe a part of the Work, or placed permanently in the Work, shall be new unless otherwise specified in the Contract Documents. The Contractor further warrants that all equipment and materials shall be of good quality, conform to the requirements of the Contract Documents and will be free from defects. All Work, materials, or equipment not conforming to the Contract Documents shall be considered defective. F. The Contractor shall warrant and guarantee all materials and equipment furnished under the Construction Contract and all Work performed for one year after the date of Substantial Completion. Under this warranty, Contractor agrees to repair or replace, at its own expense, any Work that is found to be defective. The expiration of the warranty period shall in no way limit the Town's legal or equitable remedies, or the period in which such remedies may be asserted, for Work negligently or defectively performed. VII. OWNERSHIP Any materials, items, and Work specified in the Scope of Work, and any and all related documentation and materials provided or developed by the Contractor shall be exclusively owned by the Town. The Contractor expressly acknowledges and agrees that all Work performed under the Scope of Work constitutes a "work made for hire." To the extent, if at all, that it does not constitute a "work made for hire," the Contractor hereby transfers, sells, and assigns to the Town all of its right, title, and interest in such Work. The Town may, with respect to all or any portion of such Work, use, publish, display, reproduce, distribute, destroy, alter, retouch, modify, adapt, translate, or change such Work without providing notice to or receiving consent from Contractor. VIII. INDEPENDENT CONTRACTOR The Contractor is an independent contractor. Notwithstanding any other provision of this Construction Contract, all personnel assigned by Contractor to perform Work under the terms of this Construction Contract shall be, and remain at all times, employees or agents of Contractor for all purposes. The contractor shall make no representation that it is a Town employee for any purposes. IX. INSURANCE A. Contractor agrees to procure and maintain, at its own cost, a policy or policies of insurance sufficient to insure against all liability, claims, demands, and other obligations assumed by Contractor pursuant to this Construction Contract. At a minimum, Contractor shall procure and maintain, and Page 3 of 15 r FIRESTONE C 0 L, 0 R A D 0 shall cause any subcontractor to procure and maintain, the insurance coverages listed below, with forms and insurers acceptable to the Town. 1. Worker's Compensation insurance as required by law. 2. Commercial General Liability insurance with minimum combined single limits of $1,000,000 each occurrence and $2,000,000 general aggregate. The policy shall be applicable to all premises and operations, and shall include coverage for bodily injury, broad form property damage, personal injury (including coverage for contractual and employee acts), blanket contractual, products, and completed operations. The policy shall contain a severability of interests provision, and shall include the Town and the Town's officers, employees, and contractors as additional insureds. No additional insured endorsement shall contain any exclusion for bodily injury or property damage arising from completed operations. B. Such insurance shall be in addition to any other insurance requirements imposed by law. The coverages afforded under the policies shall not be canceled, terminated or materially changed without at least 30 days prior written notice to the Town. In the case of any claims -made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. Any insurance carried by the Town, its officers, its employees, or its contractors shall be excess and not contributory insurance to that provided by the Contractor. The Contractor shall be solely responsible for any deductible losses under any policy. C. Contractor shall provide to the Town a certificate of insurance as evidence that the required policies are in full force and effect. The certificate shall identify this Construction Contract. X. INDEMNIFICATION The Contractor agrees to defend, indemnify and hold harmless the Town and its officers, insurers, volunteers, representative, agents, employees, heirs, and assigns from and against all claims, liability, damages, losses, expenses, and demands, including attorney fees, on account of injury, loss, or damage, including without limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this Construction Contract if such injury, loss, or damage is caused in whole or in part by, the act, omission, error, professional error, mistake, negligence, recklessness or other faults of the Contractor, any subcontractor of Contractor, or any officer, employee, representative, or agent of Contractor, or which arise out of a worker's compensation claim of any employee of Contractor or of any employee of any subcontractor of Contractor. XI. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire Agreement between the Town and Contractor concerning the Scope of Services, consist of the following: A. Exhibit to this Construction Contract: 1. Exhibit A: Scope of Work 2. Exhibit B: Bid Page 4 of 15 FIRESTONE C 0 L 0 R A D 0 B. Notice to Proceed. C. The following may be delivered or issued after the Effective Date of the Construction Contract and aI e attached hereto: Contractors Insurance Cercate, all written amendments and other documents amending, modifying, or supplementing of the Contract Documents. There are no Contract Documents other than those listed above in this Section XII. XII. CHANGE ORDERS A. A Change Order is a written instrument issued after execution of the Agreement signed by Town and Contractor, stating their Agreement, as applicable, upon all of the following: 1. The scope of the change in the Work; 2. The amount of the adjustment to the Contract Price; and 3. The extent of the adjustment to the Contract Times(s). B. All changes in the Work authorized by applicable Change Order shall be performed under the applicable conditions of the Contract Documents. Town and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustment such changes. XIII. MISCELLANEOUS A. Governing Law and Venue. This Construction Contract shall be governed by the laws of the State of Colorado, and any legal action concerning the provisions hereof shall be brought in Weld County, Colorado. B. No Waiver. Delays in enforcement or the waiver of any one or more defaults or breaches of this Construction Contract by the Town shall not constitute a waiver of any of the other terms or obligation of this Construction Contract, C. Integration. This Construction Contract and any attached exhibits constitutes the entire Agreement between the Parties, superseding all prior oral or written communications. D. Third Parties. There are no intended third -party beneficiaries to this Construction Contract. E. Notice. Any notice under this Construction Contract shall be in writing, and shall be deemed sufficient when personally presented or sent pre -paid, first class U.S. Mail to the Party at the address set forth on the first page of this Agreement. F. Severability. If any provision of this Construction Contract is found by a court of competent jurisdiction to be unlawful or unenforceable for any reason, the remaining provisions hereof shall remain in full force and effect. G. Modification. This Construction Contract may only be modified upon written Agreement of the Parties. H. Assignment. Neither this Construction Contract nor any of the rights or obligations of the Parties shall be assigned by either Party without the written consent of the other. Page 5 of 15 �n FIRESTONE C 0 L 0 R A D 0 I. Governmental Immunity. The Town and its officers, attorneys and employees, are relying on, and do not waive or intend to waive by any provision of this Agreement, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, C.R.S. § 24-10-101, et seq., as amended, or otherwise available to the Town and its officers, attorneys or employees. J. Rights and Remedies. The rights and remedies of the Town under this Construction Contract are in addition to any other rights and remedies provided by law. The expiration of this Construction Contract shall in no way limit the Town's legal or equitable remedies, or the period in which such remedies may be asserted, for Work negligently or defectively performed. K. Subject to Annual Appropriation. Nothing herein shall constitute a multiple fiscal year obligation pursuant to Article X, § 20 of the Colorado Constitution. Any financial obligation of the Town is subject to annual appropriation by its Board of Trustees. Any failure of a Board of Trustees to annually appropriate adequate monies to finance the Town's obligations under this Agreement shall terminate the Agreement upon expenditure of the appropriated funds. IN WITNESS WHEREOF, the Parties have executed this Construction Contract as of the Effective Date. Page 6 of 15 FIRESTONE C 0 L 0 R A D 0 ATTEST: Mi a a onzalez, Town Clerk APP William P. Hayashi, n Attorney STATE OF COLORADO ) TOWN OF 7 LORADO ez, Mayor Pro Tem SITE SERVICES DRILLING, LLC By: J30SH V (4 E. - E Ck l+O F t= ss. The foregoing instrument was subscribed, sworn to and acknowledged before me this day of SU 2024 by J bH U jq ,DtAj fV b ecPHa -� V 1 CF_ 2� P'i� Pvdf SITS S>>✓f-'VI C�-�' 01 )C(,/ ►V C CL . My commission expires: (SEAL) NlANA1/JOT K. HOOCH Notary Pu(;illc State of Colorado Notary ID: 20064023492 My Commission Expires Aug. 30, 2026 Notary Public Page 7 of 15 FIRESTONE EXHIBIT A: SCOPE OF WORK (see attached 5 pages) Page 8 of 15 FIRESTONE C 0 L 0 R A D 0 Firestone Ruge Recharge. Project -Firestone, Co. Page 3 of 5 3) Complete as monitoring wells using approximately 17 feet of 2-inch diameter Sch. 40 PVC monitoring wells (2-ft stick-up) with 10 ft of factory cut perforations (0.10-in slot), averaging a total of 25 feet deep. 4) Swab and bail each monitoring well with a ribber swabbing tool and reusable bailer for 30 minutes to develop and remove sediment from the well bottom. 5) Install protective surface casings around the well with locking well caps and lockable covers. Equipment decontamination between boreholes and hauling cuttings offsite is not required. Cuttings will be disposed of downhole and holes will be filled with nearby native topsoil. Drilling Methods Acceptable drilling methods include: 1) hollow stem augers or 2) sonic. Direct push drilling will not be accepted as samples will be collected and sent to the laboratory for sieve analysis. Monitoring Well Completion The monitoring wells will be completed by a licensed contractor according to State of Colorado, Division of Water Resources, Well Constriction Rules (2 CCR 402-2) Lis, ,J_Ou1A( «ate JJOE. All monitoring well materials shall be new. For bidding purposes, monitoring wells will consist of approximately 27 feet (with 2 ft of stick-up) of 24n diameter flush joint, Sch. 40 PVC with 10 feet of factory slotted perforated (0.10 slot) pipe with end cap and no sump. After chilling, the screen and casing will be exposed using the pull -back method while pouring commercial 10-20 gravel pack from the surface until it is approximately 5 feet above the well screen (assume depth of 10 feet). Approximately 7 feet of bentonite chips will be poured on top of the gravel pack to within 3 feet of the surface and hydrated with water provided by the Contractor. The PVC well casing will extend approximately 2 feet above ground and have a locking cap. A protective minimum 4-in diameter steel surface casing will be cemented in place using neat cement from approximately 3 feet below ground to ground surface. The protective steel casing shall have a hinged, locking cover. A 2-ft square concrete,pad (min. 44nches thick) shall be installed as a sanitary seal to prevent future contamination (per state requirements). Alternative completion methods are welcome if approved by the Engineer, Permitting The Project Engineer will be responsible for obtaining test hole permits frorn the Colorado Division of Water Resources. The Project Engineer will be responsible for submitting the well drilling and completion report for each sample hole and monitoring well to the Colorado Division of Water Resources. AGREEMENT The Contractor will provide their standard drilling contract with their bid. The Owner (Town of Firestone) may negotiate specific terms with the Contractor. However, the following terms and conditions below will be considered part of the agreement. 1blcGrarre Water Engineering, LLC 1669 Apple Valle}Rd., L}'ous, CO 30301. «�ebsite: ««�r.n,icv�❑3E•nateinLueeriit.�.coiu 3 Firestone. Ruge Recharge Project - Furestone, Co. Page 4013 Locates The Drilling Contractor must notify the Utility Notification Center of Colorado and clear the locations from all below ground utilities. The Contractor is responsible for any damage to buried utilities, equipment, or unforeseen damages (flooding from broken pipes, explosions, etc.) resulting from such damage. We recommend that the Contractor request locates for the entire property because the borehole and well locations may change up to 100 feet apiece. Work Schedule Regular work hours are M-F 7 am to 5 pm unless otherwise approved by the Town and the Engineer. We anticipate the project will take approximately 5 days to complete. Payment All work will occur at the unit rates provided in the bid sheet or based on the proposal provided. Mobilization includes all project planning, equipment rentals, travel, fuel, water hauling, drilling expenses, profit, per diem, and activities that do not have specified bid items. Payment will be made by the Town of Firestone. Standby time can be charged if there is excessive time waiting on the Engineer as long as that time is longer than how long the Engineer has been waiting on the Contractor. Waiting for equipment, personnel, setting up and warming up equipment, and adverse site conditions or weather are not considered standby. Therefore, any chargeable standby time will be negotiated after the job is complete. Change in Drilling Conditions The alluvium may contain cobbles or unknown buried materials that are difficult to penetrate or do not aHow representative sampling. If progress catmot be made or samples are unsatisfactory, the Engineer or Contractor may decide to offset and redrill at the hourly rig rate provided on the bid form. Lost or Damaged Drilling Equipment Firestone will not be responsible for normal wear and tear on downhole items such as auger flights, drill its, or lost or damaged drilling equipment. Bid Date and Contracting Schedule Please complete and execute the cost proposal below and email it to Dennis McGrane (dennis a,mcgranewater.com) by Wednesday, May 22, 2024 at 2:00 pm. The bid opening will not be public but bid results will be provided within 24 hours of the bid opening. We anticipate awarding the contract at the next Town board meeting on Jime 12`b, but request that you will hold a time for us on your schedule per the bid date. Please provide your anticipated mobilization after June 12`b on the bid sheet. If you have any questions, please give us a call. Sincerely, McGrane «rater Engineering, LLC 1669 Apple Valley Rd., Lyous, CO 80301. «iebsite: «<t «.uic�i u�.icat�°i �i�>ir,ae� ui cc�i7i 4 Firestone Ruge Recharge Project - Firestone, Co. MCGRANE WATER ENGINEERING, LLC* j Dennis McGrane, P.E., C.P.G. Principal Engineer/Hydrogeologist Page 5 of 5 Firestone Ruge Rechai a Site -Drilling Bid Sheet Description Quantity Unit Unit Price Total $ 1 Mob/Demob (includes setup, tear down, site clean-up) 1 Lump Sum $ Drilling and Continuous Sample at�8 site sample holes 355 ft $ /ft $ 2 (230 ft) and five monitoring wells totaling 125 ft. Hourly drilling with a min. 4-in solid stem auger at an g hrs $ /hr $ 3 hourly rate including mobilization between holes Complete 5 sample holes as monitoring wells. Completions on average will be 25 ft deep and include: 17' 3 of Sch. 40 flush joint PVC (including 2' stick-up), 10 ft of 125 ft $ /ft $ factory slotted pipe w/ end cap; 15 ft of 10-20 gravel pack; 7 feet of bentonite chips; and 3 ft of neat cement. 4 Protective Surface Casing with 2'x2' Concrete Pads 5 $ each $ 5 Swab and Bail easch monitoring well for 30 minutes 3 hrs $ /hr $ Total Cost $ $ Opt. A Rig Hourly Rate $ /hr $ Opt. B StandbyRate $ /hr $ CONTRACTOR BID AND ACKNOWLEDGEMENT The Contractor acknowledges the above terms and conditions and is submitting the bid above in good faith based on the unit rates provided. Contractor: Contractor Signature Contractor Name (Printe Date: Anticipated Mobilization Date: Title: McGrane «rater Engineeruig, LLC- 1669 Apple �'alle}� Rd., I,}'ous, CO S0301. «'ebsite: «�e«.nir_� u���«.�atc i i�� iu� ei ui�,.�oru 5 EXHIBIT B: BID (see attached 1 page) Page 14 of 15 �w FIRESTONE 15065 W. 44th Ave., Unit D Golden, CO 80403 DRILLING ESTIMATE. Ph: 720-625-8081 Fax:720-625-8083 E-mail: bids@ssdrilling.net Dateo5jjj Zq Company: In C,0 y- U rAe. ar?LC Client: Dennis Mc 6 rome Phone: Cell: Email:_l�Yan+51 _ p-�rn�w�� i?P,c�r✓► Fax: Location: $ 80 C I'z 2. (40 SCOPE OF WORK: QEC)I'0C.1G C®NFmMP'S 1oM "S® ( A sAern# of Borings: _ L _ Depth: Backfill: r _uigj Z u S a,. 1 b e n k % VH 5 A _ # of Borings: Ze Depth: 140 a Backfill: ben s :" y5 A - # of 1Zor' ngs l + 2 _ 5 Depth: 2. ZckckoPI . `aunt, # of ('Z)" Wells: rj Depth: 2. J5 ft. Screen 10 1- ,Type to 'slo 1- Sampling Program: 5 ft. Int, � Cont. Sampling None Boring/Well Backfill: +/ Bentonite �O�' �� s Grout Cuttings Surface Protection: Flush cover e/ Riser y '• X N �5 YG"5 Pad>>> Dimensions 2• X %x 14 Bollards Soil Management: Drums, �$PQLAD V Stockpile, Backfill Ground Surface: Concrete, Asphalt, Grass, Dirt, Gravel Steam Cleaner: Service Vehicle: Development Pump: Wd'IInformation: 5„CIZ9 1a%1 Oar W�? �t oc 6D min. ht'. eo In w i tee+ uQ 5 6 us i-n connote%C' COST ESTIMATE Mobe/Demobe: '�. �1c�.•• PQf t�Cl�.y.•• � 5 �.�y s Rig on location:_ hours X $ 2 ► D . ®0/ hour W L� Materials - per well: 5 t wells X $ &oo, oo / well SUP F A c E - Materials - per well: 67 wells X $ 2 i-, .00/ well Comp' Backfill: ,.. 2,0 bags X $ 2,C>. 00/ bag Service Vehicle. ty days X $ _($ 5 oio / day Steam Cleaner: days X $ I0.5.0o / day Continuous: 4_ days X $ ( q6 .00 / day Drums: NA X $ / drum Locates: 15o .o-o Per Diem. nights X $ Other: X $ Equipment breakage/replacement @ cost plus freight. night / $ Id.ilo.oc, o $ 3j000,®b 0 $ 1, Co25.06 0 $ yo0 ,00 0 $ 9 25.00 0 $ a25•oo 0 $ g1Ro •00 0 $ 0 $ 50400 0 $ 0 $ 0 Estimated Project Cost: $ 1,. ®, 5 (� , 0� 0 Site Services Drilling LLC is not responsible for well permitting, intent to drill notification or utility locating. All materials include taxes, handling, and installation. Please call if you have any questions concerning this estimate. Thank you. G�.