Loading...
HomeMy WebLinkAbout84-98 RESOLUTIONRESOLUTION NO. 84-98 A RESOLUTION APPROVING CONTRACT AMENDMENT NO. 1 WITH GARVER & GARVER ENGINEERS, IN THE AMOUNT OF $62,100 TO COVER ADDITIONAL ENGINEERING WORK FOR THE NEW AIRFIELD RESCUE FIRE FIGHTING BUILDING AND THE TERMINAL CANOPY; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS* Section 1 The City Council hereby approves Contract Amendment No. 1 with Garver & Garver Engineers, in the amount of $62,100 to cover additional engineering work for the new airfield rescue fire fighting building and the terminal canopy; and authonzes the Mayor and City Clerk to execute said contract amendment. A copy of the contract amendment is attached hereto marked Exhibit "A" and made a part hereof. Section 7. The City Council hereby approves a budget adjustment in the amount of $62,100 increasing AARF Building Construction, Acct. No. 5550 3960 7820 26, Project No. 98059-1, in the amount of $44,100; and increasing Terminal Canopy, Acct. 5550 3960 5804 00, Project No 97087-1, in the amount of $18,000 by decreasing Use of Fund Balance, Acct. No. 5550 0955 4999 99. A copy of the budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this16`h day of June , 1998 ATTEST: By// a'f!w Heather Woodruff, Ci Clerk r k,,, • • • u: . •� r• • a . •Ear03 APPROVD: J By: red Hanna, Mayor AMENDMENT TO THE AGREEMENT WITH Garver $ Garver Engineers AMENDMENT / 1 This is an amendment to the Agreement for Engineering Services executed on the 17th day of June 1997 between the City of Fayetteville, Arkansas and Garver $ Garver Engineers • Additional services required due to Project scope increase for the Terminal Canopy • and building relocation and addition to the ARFF building. The charge for the additional services shall not exceed $ 62,100.00 • Resolution 84-98 passed by City Council on June 16, 1998 approved this contract amendment. CITY OF FAYETTEVILLE: Mayor fijA14 Date ebeAr Garver 8 Garver Engineers Company • • Title Date 6( W' FOR OFFICE USE ONLY Existing P.O. # Contract # 52794 605 • EXHIBIT A April 21, 1998 Mr. Dale Frederick, Manager Fayetteville Municipal Airport 4500 School Avenue, Suite F Fayetteville, AR 72701 Re: Engineering Contract Amendment No. 1 Fayetteville Municipal Airport Miscellaneous Projects AIP 3-05-0020-25 thru 27 Dear Mr. Frederick: Garver, P.A. 1010 Battery Street P.O. Box 50 Little Rock, Arkansas 72203-0050 501-376-3633 FAX 501-372-8042 Garver+Garver A GarverPlus Company With this Contract Amendment No. 1, we propose to add to the scope of our original engineering contract (dated June 17, 1997; Resolution #59-97) to provide professional engineering services for the completion of the below projects at Fayetteville Municipal Airport. Airfield Rescue and Firefighting (ARFF) Building This proposal is to modify the fees for completion of Surveys for Design and Engineering Report and Plans Preparation and Construction Support Services of the ARFF Building at Drake Field. The justification of the fee increase for this project is as tabulated below: 1. Initial fee reductions. Based on the original scope and size of the building, Garver+Garver proposed initial fees for this portion of the project of $32,200. These proposed fees were reduced to $28,475 by the City's engineering contract review procedure. The project subsequently grew in size and scope from the modified fee proposal, as outlined below. 2. Relocation of Building Site. The original west -side building site (adjacent to the FAA building) was situated in an active vehicle parking area and was adjacent to the planned aircraft ramp expansion. The site was also directly adjacent to all needed utilities. Relocation of the building site to the present location on the east side of the airfield necessitated new soil borings, new topographical surveys, and the design of new access driveways and the associated drainage facilities not previously required. The relocation also required the design of approximately 1,300 feet of sanitary sewer service not previously needed, as well as lengthy water, gas and electrical service routes. 3. Building Additions. During the review of the preliminary design by airport staff and fire department personnel, the original size and scope of the building was expanded. The first floor area was increased, and a second floor was added for exercise and training use by the firefighters. The resultant building measures approximately 8,584 square feet, which is a 47% increase over the original layout. The above additions to the project will also increase the needed construction time and related observation services. GarverPlus Engineers • 1010 Battery Street, P.O. Box 50, Little Roek, Arkansas 72203-0050.800-264-3633 • FAX 501-372-8042 • e-mail garverearistotle.net Garver+Garver, Little Rock, Arkansas, Fayetteville, Arkansas • Elliott+Garver, Jackson, Mississippi, Oxford, Mississippi HUB+Garver, Tulsa. Oklahoma • Lae+Garver, Louisville, Kentucky• WTW+Garver, Huntsville, Alabama, Brentwood, Tennessee • Urba+Garver, Mexico City • • Mr. Dale Frederick April 21, 1998 Page 2 Given the above justification, the proposed modifications to the fees for the ARFF Building are as follows: For basic and special engineering services, the proposed additional engineering fees included in this Amendment No. 1 shall be as tabulated below: For Surveys for Design and Engineering Report and Plans and Construction Support Services for tl e ARFF Building, the OWNER agrees to pay the ENGINEER the lump sum fee of $72,575 for services rendered by the ENGINEER'S employees. The ENGINEER will be paid monthly by the OWNER based on the percent of the project complete to date and hourly rates as defined in statements submitted by the Engineer to the OWNER. These statements will be supported by a monthly progress report prepared by the ENGINEER, and submitted in the form and number required by the OWNER Total payment for each part as shown above will be due when that part is acceptably complete to the satisfaction of the OWNER. Terminal Canopy This proposal is to modify the fees for completion of Engineering Report and Plans Preparation and Construction Support Services for the Terminal Canopy at Drake Field. The justification of the fee increase for this project is as tabulated below: 1. Initial fee reductions. As with the ARFF Building above, based on the original scope and size of the canopy addition, Garver+Garver proposed initial fees for this portion of the project of $7,000. These proposed fees were reduced to $5,035 by the City's engineering contract review procedure. The project subsequently grew in size and scope from the modified fee proposal, as outlined below. 2. Project Scope Increase. The original canopy design called for a two -wing canopy structure emerging from the main terminal airside entrance. This canopy structure was to be essentially ARFF BUILDING WORK DESCRIPTION ORIGINAL FEES PROPOSED ADDITIONAL FEES TOTAL FEES Surveys for Design $2,050 (Lump Sum) $I,500 (Lump Sum) $3,550 (Lump Sum) Engineering Report and Plans $15,000 (Lump Sum) $37,600 (Lump Sum) $52,600 (Lump Sum) Construction Support Services $11,425 (Lump Sum) $5,000 (Lump Sum) $16,425 (Lump Sum) TOTAL FEE $28,475 (Lump Sum) $44,100 (Lump Sum) $72,575 (Lump Sum) For Surveys for Design and Engineering Report and Plans and Construction Support Services for tl e ARFF Building, the OWNER agrees to pay the ENGINEER the lump sum fee of $72,575 for services rendered by the ENGINEER'S employees. The ENGINEER will be paid monthly by the OWNER based on the percent of the project complete to date and hourly rates as defined in statements submitted by the Engineer to the OWNER. These statements will be supported by a monthly progress report prepared by the ENGINEER, and submitted in the form and number required by the OWNER Total payment for each part as shown above will be due when that part is acceptably complete to the satisfaction of the OWNER. Terminal Canopy This proposal is to modify the fees for completion of Engineering Report and Plans Preparation and Construction Support Services for the Terminal Canopy at Drake Field. The justification of the fee increase for this project is as tabulated below: 1. Initial fee reductions. As with the ARFF Building above, based on the original scope and size of the canopy addition, Garver+Garver proposed initial fees for this portion of the project of $7,000. These proposed fees were reduced to $5,035 by the City's engineering contract review procedure. The project subsequently grew in size and scope from the modified fee proposal, as outlined below. 2. Project Scope Increase. The original canopy design called for a two -wing canopy structure emerging from the main terminal airside entrance. This canopy structure was to be essentially • • Mr. Dale Frederick April 21, 1998 Page 3 supplied and installed "turnkey" by the canopy manufacturer. Following reviews by airport and city staff, the project grew to include the addition of the following items: + Storefronts — Existing entries to the terminal were changed to accommodate new canopy entries, with door and window modifications + Terminal entrance structure — This central canopy walkway was added to the main canopy structure, and provides cover for passengers into the terminal building. + Accommodation of telescoping walkways to aircraft — After design commenced, Garver engineers researched the available and preferred type of telescoping walkways with the manufacturers and airlines. The gate entries were subsequently changed to accommodate these telescoping walkways, connecting from the canopy directly to the aircraft. } Signage — Signs indicating gate numbers were designed and located at each walkway entrance. 4- Electrical — To accommodate power for the telescoping walkways and for canopy lighting, increased electrical power design was required. Given the above justification, the proposed modifications to the fees for the Terminal Canopy are as follows: For basic and special engineering services, the proposed additional engineering fees included in this Amendment No. 1 shall be as tabulated below: For Engineering Report and Plans, and for Construction Support Services for the Terminal Canopy, the OWNER agrees to pay the ENGINEER the lump sum fee of $23,035 for services rendered by the ENGINEER'S employees. The ENGINEER will be paid monthly by the OWNER based on the percent of the project complete to date and hourly rates as defined in statements submitted by the Engineer to the OWNER These statements will be supported by a monthly progress report prepared by the ENGINEER, and submitted in the form and number required by the OWNER. Total payment for each part as shown above will be due when that part is acceptably complete to the satisfaction of the OWNER. TERMINAL CANOPY WORK DESCRIPTION ORIGINAL FEES PROPOSED ADDITIONAL FEES TOTAI FEES Engineering Report and Plans $4,035 (Lump Sum) $12,000 (Lump Sum) $16,035 (Lump Sum) Construction Support Services $1,000 (Lump Sum) $6,000 (Lump Sum) $7,000 (Lump Sum) TOTAL FEE $5,035 (Lump Sum) $18,000 (Lump Sum) $23,035 (Lump Sum) For Engineering Report and Plans, and for Construction Support Services for the Terminal Canopy, the OWNER agrees to pay the ENGINEER the lump sum fee of $23,035 for services rendered by the ENGINEER'S employees. The ENGINEER will be paid monthly by the OWNER based on the percent of the project complete to date and hourly rates as defined in statements submitted by the Engineer to the OWNER These statements will be supported by a monthly progress report prepared by the ENGINEER, and submitted in the form and number required by the OWNER. Total payment for each part as shown above will be due when that part is acceptably complete to the satisfaction of the OWNER. • • Mr. Dale Frederick April 21, 1998 Page 4 Please execute both enclosed copies of this contract modification, and return copy one to us for our files. We again thank you for choosing Garver+Garver for this challenging project, and we look forward to the completion of these needed improvements to Drake Field. Sincerely yours, GARVER+GARVER, P.A. The: dore B. Hannah, P E Chairman Fayetteville Municipal Airport Accepted by: Title: h'ta yor Date: 6 -lb - 9$ S\h X17\9761001CONTRACT\CONTRACTAMEND-I .DOC City of Fayetteville; Arkansas Budget Adjustment Form Budget Year 1998 Department: General Government Division: Airport Program: Airport Capital Date Requested 05/18/98 Adjustment # Project or Item Requested: Additional funding is requested for the AARF/ Equipment Building and Terminal Canopy Projects. Project or Item Deleted: None. Funding proposed for this adjustment is from fund balance and will utilize PFC collections from the PFC continuation program scheduled to begin in July. Justification of this Increase: The engineers scope of work has increased substantially on the AARF/ Equipment Building resulting in increased fees. Justification of this Decrease: Sufficient cash and investments exist within the Airport Fund to comply with City policy and fund this request. Increase Expen e (Decrease Revenue) Account Name Amount - Account Number Project Number AARF Building Construction - -Terminal Canopy • 44,100 5550 3960 7820 26 98059 - 1 18,000 5550 3960 y' 5804 00 • 497087-1 *roe 1 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Use of Fund Balance 62,100 5550 0955 4999 99 Approval Signatures Requested B udge Coordinator Department Director • Date Date Date Budget Office Use Only st e: A B C n E Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budget & Research / Yellow Copy: Requester C:IAPP198BUD19ARF IFK4 �GENDA REQUEST, FROM: Don Bunn Name ACTION REOWIRED: COST TO CITY: $ 2.558.82 Cost -This Request 5400 5600 5808 00 Account Number 96055 Project Number STAFF REVIEW FORM Mayor s Engineering Division Approval of Change Orders Reconciliation), White River $ 1.038.730 Category/Project Budget S 990.650 Funds Used To Date $ 48.080 Funds Remaining Res. 8 x/-497 CA 8 e. Ord -cot .6 7-6-y�? Inc Gaoc/Wr h Approval PublicMYRR°FILMEDD Department No. 5 and No. 6 (Project Water Improvements, Phase 1. W/S Construction Category/Project Name Program Name Water and Sewer Fund Category B GET/CONTRACT REVIEW: /Budg-t Coordinator Ci y Attorney v Purchasing Officer X Budgeted Item 7-30-,V Date ii -JD -q)' Date x'31 �8 Date 1-31 -98 Date Budget Adj. Attached Administrative Services Director Internal Auditor Date Date Date STAFF RECOMMENDATION: Approval of Change Orders No. 5 and No. 6 Department Director Admin Mayor 7/30/98 Date 30.5a Date 7 31ht Date I//% Date Cross Reference New Item: Yes No Prev Ord/Res #: 84-97 prig Contract Date: 9/2/97 FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Mayor Fred Hanna From: Don Bunn, City Engineer Thru: Charles Venable, Public Works Director Kevin Crosson, Ass't Public Works Director Subject: Change Order No. 5 and Change Order No. 6 (Reconciliation Change Order) White River Water Improvements Date: July 30, 1998 Attached for your review and approval is Change Orders 5 and 6 in connection with the White River Water Improvements. Change Order No. 5 is a change order reflecting the addition of a farm gate. A gate on one of the properties that we went through with the water line was stolen sometime during the construction process. Since we could not determine who might be responsible for the replacement of the gate, we agreed with the Contractor to pay for the gate if he would install it. Change Order No. 6 is a reconciliation change order which reflects final quantities and the final cost of the job. The final contract price is $993,205.42. The previous change orders along with the current proposed change order are listed below: 1. Change Order No. 1 2. Change Order No. 2 3. Change Order No. 3 4. Change Order No. 4 5. Change Order No. 5 6. Change Order No. 6 Total of Change Orders $ 8,575.00 14,951.00 1,450.00 21,370.60 93.82 2,465.00 $48,905.42 It is the recommendation of the Staff that Change Orders 5 and 6 be approved. CHANGE ORDER (Instructions on reverse side) No 5 Water System Improvements - Hwy. 4S East PROJECT and White River Connections DATE OF ISSUANCE July 6, 1998 EFFECTIVE DATE July 6, 1998 OWNER City of Fayetteville, Arkansas OWNER's Contract No. Fy-265 CONTRACTOR A -Team Construction CoENGINEER McGoodwin, Williams and Yates, Inc. You are directed to make the following changes in the Contract Documents. Description: Provide payment to Contractor to reimburse him for purchase of 16 -foot gate. Reason for Change Order: Replace gate on Haley property, Sta. 117+10, Line 1, removed by unknown parties during construction. Attachments: (List documents supporting change) Receipt for gate. CHANGE IN CONTRACT PRICE: Original Contract Price 9 4 4, 3 0 0. 0 0 S CHANGE IN CONTRACT TIMES: a ':: nal Contract Times NO CHANGE Subs . •tial Completion. Ready f• final payment: days or dua Net changes from previous Change Orders No. 1 to No $ 46,346.60 4 Net change from •revious Change Orders No. to No _ days r Contract Price prior to this Change Order 990,6•46.60 sReady Contract Times prior to this •ange Order Substantial Completion. for final payment' days or dat Net Increase (44t444) of this Change Order 93.82 s Net Increase (decrease) of this Change Orde days Contract Price with all approved Change Orders 9 9 0, 7 4 0. 4 2 $ - Contract Times with all approved Change Orders Substantial Completion. Ready for final payment• days or dates McGoodwin, Williams City of RECOMMENDED: & Yate APPROVED.�, By. fH6�r By. By:'• ichar�eCan r ntt r Fred HaneruamonFgsgaaor J. C`G `ISif iJwner 0d"Y 7/942 Fayetteville A -Team Construction ACCEPTED: o. Date5.4 , 9,, iG Date: / y ✓ Date: EJCDC No. 1910-8-13 (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION . .This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into. a subsequent Change Order if they affect Contract Price or Times. - Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating change order items to reduce the administrative burden may lead to unnecessary disputes. - If Milestones have been listed any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order may be used. B. COMPLETING THE CHANGE ORDER FORM Engineer initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Contractor for approval. After approval by Contractor, all copies should be sent to Owner for approval. Engineer should make distribution of executed copies after approval by Owner. If a change only applies to Contract Price or to Contract Times, cross out the part of the tabulation that does not apply. PA Tractor Supply Company 2312 West 6th Street t3 Fayettevi1le,AR (501) 582-2444 371 371000053 2 06/29/98 08:45' 3603132 GATE 1.00 @ 121475 TUBE 16FT 2 IN 87.99 Subtotal 6.63. Tax Total Check ChM 8764 Change 87.99 87.99 5.83 93.82 93.82 0.00 HAVE A NICE DWI! THANKS FOR SHOPPING AT TRACTOR SUPPLY • • CHANGE ORDER (Instructions on reverse side) 6 No Reconciliation Water System Improvements - Hwy. 45 East PROJECT .and..White .B.imer.. Connections DATE OF ISSUANCE July 9, 1998 EFFECTIVE DATE July 9, 1998 OWNER City of Fayetteville, Arkansas OWNER's Contract No. Fy-265 CONTRACTOR A -Team C4ngt;P.GtiQ.0 Company ENGINEER McGao.dwin,..Williams.and ..Yates, Inc. You are directed to make the following changes in the Contract Documents. Description: Change bid quantities to final quantities. Reason for Change Order. Project accounts reconciliation. Attachments: (List documents supporting change) Estimate form with additions and deductions. CHANGE IN CONTRACT PRICE: Original Contract Price 944,300.00 S CHANGE IN CONTRACT TIMES: NO CHANGE 0 ' _: nal Contract Times Subs . I tial Completion. Ready f• final payment days or data Net changes from previou3 Change Orders No. 1 to No. 5 S 46,440.42 Net change from . revious Change Orders No to No. _ days Contract Price prior to this Change Order S 990,740.42 Contract Times prior to this a .ange Order Substantial Completion• Ready for final payment - days or dat. Net Increase W4Fre'e) of this Change Order S 2,465.00 Net Increase (decrease) of this Change Orde days Contract Price with all approved Change Orders 993,205.42 sReady Contract Times with all approved Change Orders Substantial Completion- for final payment days or data McGoodwin, Williams RECOMMENDED: and Yates By: R. tai '"`C rrvri"t Date: 9/ Q () City of Fayetteville, APPROVED: 3 Ar]cansasACCEPTED: A -Team Construction By: IFo rac t tnori: amtet J. C. g 7pi/re net- EJCDC No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Contract -Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating change order items to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving achange in the Contract Price or Contract Times, a Field Order may be used. B. COMPLETING THE CHANGE ORDER FORM Engineer initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Contractor for approval. After approval by Contractor, all copies should be sent to Owner for approval. Engineer should make distribution of executed copies after approval by Owner. If a change only applies to Contract Price or to Contract Times, cross out the part of the tabulation that does not apply. • .2•91K0_ • ATTACHMENT TO CHANGE ORDER NO. 6 (Reconciliation) WATER SYSTEM IMPROVEMENTS HIGHWAY 45 EAST and WHITE RNER CONNECTIONS PHASE 1- INITIAL WHITE RIVER CONNECTIONS CRY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS PROJECT NO. Fy-265 The fol OM chances em hereby incaporeted Into this protect d !hers 81d tngatlad the QUQum**Qbant* ContactAdJuaYoah`%t -Oralbt ' "Clua8tiCT Price'' Maidens' Dgdac$..,,s q..,.,Ati4 gadkK:-.cd 1.12" Diameter Wates Line Pipe 22,650 LF. 22,878 21.00 28 588.00 • 2. 8' Diameter Water Line Pipe 10,000 LF. 9,001 12.00 999 11,988.00 3. Compal Ductile icon Fittings with Reaction Backing 5,000 Lbs. 5,501 3.00 501 1,503.00 - 4. 17 Butterfly Valves 17 Ea. 19 1,500.00 2 3,000.00 - 5. 8' Gat* Valves 13 Es 20 500.00 7 3,500.00 6. Fire Hydnat Assemblies 14 Es. 13 1,500.00 1 1,500.00 7. Crossings for Paved Street, Driveway a Perldng Lob 1,000 LF. 965 25.00 35 875.00 8. Crossings for Unpaved Streak Driveway or Parking Lob 500 LF 829 15.00 328 4,890.00 9. 8' Tepplrg Sleeve and Vein 2 Es. 2 1,500.00 10. Tie -In to EEdsting 6• Water Line 4 Ea 6 500.00 2 1000.00 11. Tien to Edating 4' Water Line 2 Ea 2 400.00 12. Tie -In to Edsting 7 or 7 Water line 7 Ea 6 3COM 1 30000 13. Plug Misting 7 Water Line 3 Ea. 1 100.00 2 200.00 14. Thrust Anchor 2 Ea 2 800.00 - 15. Water Meter Settings 35 Ea. 44 300.00 9 2.700.00 - 16. Service Connection to Edstng Water Meters 15 Ea 16 250.00 1 250.00 - 17. Abandon Service Line from Modeling Water Line 10 Ea. 21 150.00 11 1.650.00 - 18. Water Service Line 800 LF. 507 6.00 293 1,758.00 19. Water Service Yard Line 850 L.F. 82 8.00 768 6,144.00 20. Het -Mixed. Hot -Laid Asphaff Concrete 200 Tan 202 42.00 2 84.00 - 21. Nonn nforcad Concrete Encasement 100 LF. 100 50.00 - - 22 Highway 45 Bon 1 L.S. 1 9,500.00 - 23. Gulley Rad Bore (WC 345) 1 L.S. 1 4,000.00 - - 23A. Rocic Wall Bon 1 L.S. 1 2,500.00 - - 24. Fox Trail Ears (WC 2022) 1 L.S. 1 7,500.00 - 25. Rlvercrest Road Bore (WC 4202) 1 LS. 1 4,000.00 - 28. Bordeaux Village road Bore (within Goshen city limb) 1 LS. 1 7,500.00 - - 27. Lake Sequoyah Drive Bae (WC 50) 1 L.S. 1 3,500.00 - - 28. WC 2117 Bon 1 L.S. 1 4,000.00 - 29. Lake Sequoyah Drive Etre (WC 50) 1 L.S. 1 6,000.00 - 30. Sequoyah Lake Bridge Crossing 1 L.S. 1 25,000.00 - 31. Sequoyah Booster Pump Station 1 LS. 1 73,651.00 - 32. Sequoyah Generator 1 L.S. 1 20,000.00 - 33. Benson Gonenbr 1 LS. 1 18,000.00 - • 34. Cartrol Valve and Water Meter Station 1 L.S. 1 21,366.80 - - 35 Crushed Stone Pipe Bedding 100 C.Y. 101 20.00 1 20.00 - 36. Trench a;iafety Excavation System - 1 L.S. 1 2,000.00 - 37. Modify Edsting Pump Station 1 L.S. 1 3,500.00 - - 38. County Road Bae (Typical) 1 L.S. - 1,500.00 1 - 1,500.00 39 8' Megalugs 50 Ea 171 25.00 121 3,025.00 - 40. 17 Megaugs 60 Es 102 80.00 42 3,360.00 - 41. Extend 17 Road Crossing Encasements 27 LF. 27 75.00 - 42. Extend 24" Road Crossing Ercasements 5 LF. 100.00 5 500.00 43. Edell 20' Road Crossing Encasements 15 LF. 19 90.00 4 360.00 - 44. 12" Diameter Want Line Pipe in restricted RIW 995 LF. 1,125 10.00 130 1,300.00 - 45. Lump Sum, Septic System Repak 1 L.F. 1 1,450.00 - - 48. Pressure Relief Valve Box Installations 8 Ea 8 300.00 - - 47. Install Copper Pipe at Existing Pump Station 1 1 300.00 - - 48. Mditlonal Red Clay Fla at Sequoyah Pump Station 1 1 1,110.00 - 49. Relocate Tie-in on Lina 1, Ste 73+00 1 1 2,205.00 - - 50. Addition' Work Bordeaux Wage TM -in, Line 1 1 1 1,429.00 • - 51. Provide Gate, Haley Property 1 1 93.82 - - SUB -TOTAL CONSTRUCTION > 5271230.00 124,765.00 Nal Charge $2,465.00