Loading...
HomeMy WebLinkAbout135-12 RESOLUTIONRESOLUTION NO. 135-12 A RESOLUTION AWARDING BID #12-43 AND APPROVING A CONTRACT WITH EDWARDS DESIGN & CONSTRUCTION, INC. IN THE AMOUNT OF $1,589,482.00 FOR RELOCATION AND IMPROVEMENT OF WATER AND SEWER LINES NEAR ARKANSAS STATE HIGHWAY 16 (HUNTSVILLE ROAD), APPROVING A PROJECT CONTINGENCY OF FIVE PERCENT (5%), AND APPROVING A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #12-43 and approves a contract with Edwards Design & Construction, Inc. in the amount of $1,589,482.00 for relocation and improvement of water and sewer lines near Arkansas State Highway 16 (Huntsville Road). Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a five percent (5%) project contingency. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution as Exhibit "A". PASSED and APPROVED this 19th day of June, 2012. APPROVED: ATTEST: By: , ' l� By: 76Q'Yt -flv a. Amtux L r; D JO ' f i : or SONDRA E. SMITH, City Clerk/Treasurer ``glilll[1////j tee. �, • • . ° S •�. ��'•'G�� Y• zU••?J s • FAYETTEVILLE: • 1";i4:'!'"„/CA R�S •J 'irr„TONlloo City of Fayetteville, Arkansas Budget Adjustment Form V11.0425 Budget Year 2012 Division: Engineering Department: Development Services Request Date 6/1/2012 Adjustment Number BUDGET ADJUSTMENT DESCRIPTION 1 JUSTIFICATION Bid # 12-43 was awarded to Edwards Design & Construction in the amount of $1,589,482.00 for water and sewer relocations and betterments for Huntsville Road, with a contigency of $79,500.00 (5%). $120,000 will come from water and sewer impact fees. $490,000 will come from 4520.9540 (transportation bonds) fund in a BA already submitted to Budget. There will be grant funds of $526,118 from the AHTD and the remaining funds will come from W/S funds in Project 11012.1. Division Head Account Name Prepared By: Peggy Bell Reference: bfell Budget & Research Use Only Type: A B C D E P General Ledger Date Posted to General Ledger Checked / Verified Initial Date Initial Date TOTAL BUDGET ADJUSTMENT 646,118 646,118 Federal Grants -Capital Account Number Increase / (Decrease) Project.Sub Expense Revenue Number 5400.0940.4309.00 526,118 06035. 2350 Water line improvements 5400.5600.5808.00 526,118 06035. 2350 '7o�x - Ory ifrry e 5400.0940.6620.30 120,000 06435".ZX5 Sewer improvements 5400.5700.5815.00 10,000 06035. 2350 Water line improvements 5400.5600.5808.00 110,000 06035 , 2350 Water line improvements 5400.5600.5808.00 532,864 06035. 2350 Water line improvements 5400.5600.5808.00 (532,864) 11012 . 1 J:EXCEL1Huntsville Road\BAForm for Huntsville WS 06012012 final 1 of 1 David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 6/19/2012 City Council Meeting Date Agenda Items Only Utility Division Division Action Required: Utility Division Department A resolution to award a contract in the amount of $1,589,482.00 (Bid12-43) to Edwards Design & Construction, Inc. for the relocation and/or betterment of existing water and sewer lines on Hwy. 16 (Huntsville Rd.) . Also, to approve a project contingency of 5% ($79,500.00) and to approve a budget adjustment. AHTD will reimburse the City $526,118 upon completion of the project. $526,118Federal Grants -Capital Sewer Improvements Waterline Improvements Cost of this request 5400.0940.4309.00 $ 526,118.00 10,000.00 1,132,864.00 Category /Project Budget 5400.5700.5815.00 $ 5400.5600.5808.00 Account Number 06035.2350 Project Number Budgeted Item Hwy. 16 (Huntsville) W/S relocations Program Category / Project Name Hwy. 16 (Huntsville) W/S relocations Funds Used to Date Program / Project Category Name $ 526,118.00 10,000.00 1,132,864.00 Remaining Balance Budget Adjustment Attached Finance and Internal Services Director Date Date Date ate X W/S Improvements Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in CEP— RCVD Clerk's Office a37 Comments: Revised January 15, 2009 v'F� le vide CITY COUNCIL AGENDA MEMO MEETING DATE OF JUNE 19, 2012 THE CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS www.accessfayetteville.org To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff From: David Jurgens, Utilities Director U Water/Sewer Committee Date: June 1, 2012 Subject: Hwy. 16 Water and Sewer Improvements Project Construction Contract- Edwards Design & Construction, Inc. RECOMMENDATION City Administration recommends awarding a contract to Edwards Design & Construction, Inc., for $1,589,482.00 for construction of water and sewer improvements on Highway 16 from Armstrong Ave. to Stonebridge Rd., approving of a 5% project contingency for $79,500.00, and approving the attached Budget Adjustment. BACKGROUND Relocation of existing water and sewer lines is required in preparation for the combined Arkansas Highway Department (AHTD) and City widening of Hwy. 16 from Armstrong Ave. to Stonebridge Rd. The majority of the existing water and sewer Iines in this section of roadway are located within the AHTD right of way (ROW), so the City will bear the majority of the expense to relocate these lines. DISCUSSION On May 23, 2012, the City received three construction bids shown below. Per the previously approved agreement, the AHTD will reimburse the City for 33.1% of the total project cost, $526,118, and the City to pay the remaining 66.9%, or $1,063,364. In general, the AHTD pays for relocating lines currently existing outside the existing ROW, and the City pays for lines that are currently inside the ROW and any increases in capacity. In this arrangement, the City designs, awards, and supervises construction of the utility relocation project, and will submit monthly requests for reimbursement from the AHTD. Contractor Bid Edwards Design & Construction, Inc. $ 1,589,482.00 Fochtman $ 1,741,412.00 Goodwin & Goodwin $ 1,901,043.50 Engineer's Estimate $ 1,610.870.00 BUDGET IMPACT This project is funded from several sources, including water and sewer revenue bonds, water and sewer funds, and possibly transportation bond funds. The budget adjustment moves funds as appropriate to reflect the various funding sources, shown below. Funding Source Amount Water Line Improvements $ 979,482.00 Water and Sewer Impact Fees $ 120,000.00 Transportation Bonds Year 2006 $ 14,824.00 Transportation Bonds Year 2009 $ 475,176.00 Total $ 1,589,482.00 Hwy 16 Edwards CC Memo 6.1unl2 RESOLUTION NO. A RESOLUTION AWARDING BID #12-43 AND APPROVING A CONTRACT WITH EDWARDS DESIGN & CONSTRUCTION, INC. IN THE AMOUNT OF $1,589,482.00 FOR RELOCATION AND IMPROVEMENT OF WATER AND SEWER LINES NEAR ARKANSAS STATE HIGHWAY 16 (HUNTSVILLE ROAD), APPROVING A PROJECT CONTINGENCY OF FIVE PERCENT (5%), AND APPROVING A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #12-43 and approves a contract with Edwards Design & Construction, Inc. in the amount of $1,589,482.00 for relocation and improvement of water and sewer lines near Arkansas State Highway 16 (Huntsville Road). Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a five percent (5%) project contingency. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution as Exhibit "A". PASSED and APPROVED this 19th day of June, 2012. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer .. .. .... ... .. . .. .. .. a �,,.: All puicbases uribler$2040.sha7FLe Us i1_ntiY3 P. Epfd:y CO, •� :..:.:ICf1P412a�jf+�YH00iu�+g�,}�F�.r�u�1i; � — - :F •.F5 ,L ,S eq rs ion a.. N U Number um r 611!2012 tx cry L1 i>�ted Ueltv ele - �;:..;_5;-7x:;:::;:::.. / h , VailddrlE;. - .. �. �: 5181 VenlitlY-Fte'rrief. . Bdui4aiiie- atgni-& afi siSt744i Yes XX No: Address: P. 0. Bos 1549 Fob Point: Taxabl Y - No: Quotes Attached Yes: No: City: Springdale State: AR Zip Code: 'Ship;to code: 72765 D• Head Approval: _� Requester, Watt Casey 'Requestei'a €tnploy ee #::.. 2119 ..... itAi; 429:.:. Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Numbers Protect/Subproject # Inventory* Fixed Asset # 1 2 3 4 5 5 7 8 9 10 Waterline Imprvs: B9tterments 1 110,0000:00 V t ae:60 5400:5600. sada. Vo 06035:2550 Sewer Impivs. Betterments 1 10,000.00 510,000.00 5400.5815.00 06035-2350 50.00 -7 00 Fund (Impact fees) 50.00 90.00 `C" ' <� 50.00 50.00 50.00 50.00 50.00 ShippingiHandling Lot 50.00 Special Instrucbons: Subtotal: Tax: Total: 5120,000.00 5120,000,00 Approvals: Mayor: Finance Dispatch Department Budget Manager- Utilities Manager: Director: ' r { + Purchasing Manager: & Internal Services Director: Manager: IT Manager: Other: Ravlsed 1/2/2208 •• City Of FaettO1?11e-'Pt s f rk : jNaa A:irhasXr:0,de?r'_._:, :;;:,:.:.;;.,;.'•.:::: �.::: ;- :�:s :.....:.. :... .. ....: ... . j Ali P rchas�s�ilRAer:52$Rai►a.Ieh&eN:on:a:PGai�viasg-meda�$1:�i9'�e1�1A�18[B7C:�E8t1• :IiIP4teques6 ill Ge:scasrrtedto lite Petah@aiirgte-1pjAf.P$i0Olii :r4.01;fikataiti.:ir�',tk ...=" -:i.. .; =fSl.rg!t8k- Requisition No: Lime:•; PA Number Expected Delivery tate: c .-::!?::.:1:-.T.:::'.'::!. : : :!.:!';ij.; Vendor X-. 5181 Vendor Name: Edward* pokrigri:.$. Cens'iruckio,O. .... ...., .. - .:..\Yes: / MMil XX No: Address: P_ O. Bos 1549 Fob Point: Taxable Yes:_ No: Ctuetes Attached Yes:_ No City: Springdale Stale: AR Zip Code: 72766 Ship to rjode:.• ; Div; Head Approval: Requester: Matt Casey Requesters Employee #: ::2719... ; : \tile "On: 429 Item Description Quantity Unit of issue Unit Cost Extended Cost Account Numbers Project/Subproject # inventory* Fixed Asset # 1 2 3 4 5 6 7 8 9 10 Street Imp rovments 1 14A4.Q0-, . $14424:06; 4520;9520.5809;013: .. :............ : OVD35.250 Fund (2006 Trans. Bonds) $0,00 SO.0O 50.00 50.00 50.00 - 50.00 50.00 $0.00 • Shipping/Handling Lot 50.00 Special Instructions: Subtotal: Tax. Total: 514,824.00 514,824.00 Approvals: Mayor. Finance Dispatch Department Budget Manager: Utilities Manager: Director: Purchasing Manager & Internal Services Director: Manager: IT Manager: Other: Revised 5128008 :::.:..:..:... : City :Of Fayett io100 E :Pure ase ardor (P0),''Il ea' � urElSasa.�rcfara :. Kot. a:F . : ::::::..�:: All.purchases; under. $2500 shall be. used: on a PrCarol0041 Oe*0 41 f-999.$aw c8 Iveiatt F_(Call> Z56:with A! PO1.egeiestshall be.sannedidt'ePrmr.6ltiaslilg•'CLiriali.-Punt+g%'IiiBf eante:dr..ii,:-•. ;'.:'.::` ::::. ::•;:].:.. -.; ` Requisition No nate' 611rz012 ... .... ....:::..: gt+tstlo 0::. < .....�::..:.''.:' P .O Number. Expected Uehv ry ate. E a U Vendor*: 5181 Vendor Name: Edwards Design $ CinahnictIon Mail Yes'_ XX No: Address: P. O. Bos 1549 Fob Point: Taxabe Ye : No:� Quotes Attached yes...__ _ No: City: Springdale State: AR Zip Code: 72765 SNP id code: - .. D' i n Head Approval: Requester: MattCasey .. ..... .... ......::........................... Re_ questei's Enipluyiee:#:.. : ..1.19..........::...•,.._... Exle Sion: Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Numbers Project/Subproject # Inventory # Fixed Asset # 1 2 3 4 5 6 7 8 0 10 Street fnlprovments 1 475,116.00 5415;176:00: 4520.9540:5509.50 06036.2359 Fund {2009 Trans. Bonds) 50.00 80.00 50.00 58.00 50.00 50.00 50.00 50.00 ShippingIHandling Lot 80.00 -Special Instructions: Subtotal: Tax: Total; $475,176.99 6475,176.90 Approvals: Mayor: Finance Dispatch Department Budget Manager: Utilities Manager: Director: A. LL 1 r Purchasing Manager. & Internal Services Director: Manager: IT Manager: ' Other. Revised 1/2/2006 • :.• ......... ... .... ......::.::.:.:.:.:.::.:..... City. Of FO•:.ette4110 - Ptirohas'eOki e: P) it titOf '; ;' :.:::::' :::: .. :...<.... Vet � � Alf tkorch40.0 ender $X,71,0 eheir be: 0300 Vii F:l, ae.d:eiilfPsS:,ii101e.a. pr10..944&f g i'41at1 . i1:4004..ff4i?7 3;4—''4Val'`: ;:, •.. AltPO.Reptresi shelf de sceenei to iite'Purcl asktg e-mM.,FurelipsSa4Lfayefteyl ai ; _<: ; ;' '_::::,u Requisition No.: Date: 5/1/2012 P. . 0 Number, tx peeled Delivery ate Vendor #: 5151 Vendor Name: ..gds*rarda.Desigrl$i:ce9riGtf:YS.tltin:. .:: ,..• :. _. Mail Yes:_ XX No:� Address: P. O. Bos 1549 Fob Point: Taxable Yes:_ No: Quotes Attached Yes: No: City: Springdale State: AR Zip Code: Ship'to code: 72755 •. Divi Head Approval: Requester: Matt Casey Reg ester?s:FxiipIo :: :. .. :'25'!S ': : Desi ikrVz Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Numbers Project/Subproject # Inventory* Fixed Asset # 1 2 3 4 5 6 7 5 9 10 Waterline Improvements 1 979,48L00: $.47.8.2.03 9; e2.ge . 50: 9"C0t1:U83FH.: .. __ d6035.350 W,S fund $0.00 AHTD grant 50.00 $0.00 $0.00 50.00 so. 00 $0.00 50.00 Shipping/Handling Lot $0.00 -apecral I r struciions: Subtotal: Tax: Total: 5879,482.00 $979,482.00 Approvals: Mayor: Finance Dispatch Department Budget Manager: Utilities Manager: +� Director: , Purchasing Manager: & Internal Services Director: Manager: IT Manager: Other. rie4Ba7 112,2005 HWY 16 WATER & SEWER IMPROVEMENTS - BID TAB - JUNE 1, 2012 !Acre Ha- Item Description 1.1e0. 09016!L3 Engineer's El[woro F5C121949 Goodwin IAM Price Tna1 Bid heir Pride Tmal Rld 561.134317 17,. Pedes Tool 605 ISI Mee Teu13394 I ACT 221, 59@3 TRENCH AND 0508VATION SAFETY SYSTEM I.S 1 546.9)003;L6._ 101.000.PA 59.607.29 210-000.00 5150.063.W 5150.000.06 2 TRAFFIC CONTROL L4 1 510.090.7 220.2017 5735300.06 173.006-06 515.000.00 515.000.00 565.000-00 365,000.00 3 MOBILIZATION 15 [ 510.060.06 515000-7 559,50000 199,50000 530000.60 330.02000 550.000.00 550530.00 4 SITE PREPARATION 1.5 1 517.030.01 517.000-4 554.35007 534.350.W 560.000.00 560,000.00 585000.00 5115.03159 5 1]aNCH PvC, C-903, CA5525131R-14 WATER MABI LF 3925 570.00 5290.25105 529.50 51549427.50 0-45-00 0266.425.00 543.00 0216-625.00 6 0-0814 PVC. 0.960, CLA50203 OW15 WATER RPM LF 1625 54101)11 541.0[0-4 525.00 125.625-m 530.00 536,730.00 535.4 535,815-00 7 5-151055000, CA50, CLASS 203 00-14 WATERILAW LF 150 590.00 04.503-03 54010_ 56,00].00 420.50 47175.00 532.00 0.00 54.4 8 3.M -NCH PVC. PVC. SDR 174- CLASS 215 WATER MAIN 1-1' 51 52009 5500.00 5111-4 1903.00 51600 5540.00 520.00 01.000.60 9 514541005, Sao 105, 5u55510WATER ANN LF 140 52100 51.400.00 515.4 52,100.20 • 51559 9.170.00 120.11 52-50530 16 1-INC71.F04. 714YLENECLASS 200 WATER SERVICE 75161106 LF 1410 56.00 58.460.00 513.50 1195365-00 811-00 515.510.00 59.00 215.6110.00 11 12-1501 RA552500 BUTTERFLY VALVE 45,53014 EA 20 3210000 151=001 53.5100 56.006.00 52-093.30 551,900.00 11-400.00 556.000.00 12 9-16215i.4A5E VALVE 241120X EA 7 51.500.00 510.500.00 51.75040 512,250-00 51.355.00 59,440.00 12,7201533 514.40.01 12.1 6-1N52H GATE VALVEWISOX EA 1 5110000 54 .207.07 51.257.4 51250.04 595000 5950.60 03,04.00 51,70.59 13 2.254NP2 CATE 146LVEWI000 FA 1 5650.00 56514 0150.05 5850-91 560-00 2630.00 51-000.00 51,000.00 14 2-000{ GATE VALVE W/500 EA 2 550.0 51.64-4 5800-60 5100100 557100 51,150.00 5650.00 51.76.00 15 THREE WAY ARE HYDRANT ASSEMBLY WPIALVE FA 14 56,54.00 533,000-4 53.575.7 554.2504 54125.00 543.756.00 53.530.00 553.200.70 16 REMOVE EXIST546 FIRE HYDRANT AND DELIVER TO0WNER EA 13 5500.00 515.5400 51,54.4 539,566.1E 12 WILED 313.000.20 55101.00 510.400.70 47 24-124011.2 12EMCH TAPPING SLEEVE AND VPLVE 195362 EA 1 58.73109 58.750.4 2.250.06 57.281-00 15.53000 55,500.00 08.006-00 56,070.00 15 12-11W141( 12414014 TAPPING 01..8E015,1105355E 1.149050 EA 5 5440300 530.00103 55.998-00 529.10000 $4-52.00 525500.00 55-000.00 523530050 19 1245109 X 84140HTAPPW0 5LEEVE2009.4.1_8EW1nO4 EA 1 31-7551.01 33.79103 53.50019 50.5113-30 53.0400 53.2000 5.,506.00 43.566.70 20 &NCH 011 -PINCH TPYPo1G SLEEVE MC VALVE WIBOX FA R 52.50106 520,04.4 55.900.4 520.466-4 52.82.06 522.400.70 57.760.24 525.100.00 21 6.0E43 %8- 0Cn r004'110 05055 9440 VALVE WA505 EA 1 52]66.04 52.207.00. 52,500.00 02,500.170 $3.701546 52,326.2 $3,5211.20 52.53059 22 2.2641901162,26-114031133323E0T1004 EA I 5500.4 5500.00 560.4 57400 21,1000 51,100.70 5470-30 34017.00 23 EPO%Y COATED DUCTILE IRONRTTINOS LB 36850 55500 5184.25000 5.4.75 5211.057-j0 $6.00 5221.100.00 90.01 5326.50 34 0510650 METER SBT3 WG, COM LETE 1104. 11400650115 RE00CE{t8 PU H-.1 20 51.207.7 836,00000 5675.7 120,257.4 5750.06 522,506.00 5+0900 521,40.05 25 1-740H NETER SETTING. COMPLETE INCL. PRESSURE REDUCER PLS E1 3 31.60100 54.800.00 59500.4 57.85200 51.03130 51,0100 51,00.00 53.660.4 26 501155E METER 011171210. COMPLETE INCL- P9E694 RE REDUCER B PI, EA 11 51.40300 3154003 5025.00 510.373.6E 54.10100 522-12530 21-400.95 513-40000 27 REMOVE EXISTING METER 33TTIN0 EA 55 3300.133 515.5017 5975-00 126.65,5.06 5300.4 516.530..70 4625.2 56,11.95 25 12-11402200001.E.1-INC05011 00454011STOP AND TAP FA 39 0131107 55,100.02 3200.40 26.500.4 51200.00 50.E0.00 5265.0 54,810.00 25.1 12.620422E. 200651 OATE VALVE VALVE80%AID TAP EA I 55206 5705107 065.00 5080.02 5300.30 5700.70 5895.30 1520.70 T9 54540 0605L6.2-R4C119966 VALVE. 6415E BOX AND TAP EA 2 520500 5530.7 9615.4 24,253.7 160100 Si .200.00 5750.00 51.50900- 1,500.0030 30 5114641 0205LE, 1-011114005001A355N STOP 660 rAP EA 3 114007 5120.0) 5475.4 5525.7 5160.00 5480.00 532.2 597.4 31 26461014 DIRECT BURT 57501 CASINO LF 190 52014 503,010.7 5196.40 219.050.50 534.00 550-000.00 540000 540010-95 12 244NCHE0050S1111.111.11 STEEL CASING LF 625 5121-00 575,006.00 5115.00 521,073A 527-00 5125,000.70 5250.03 5156,151.95 17 10 -INCH DIRECT BURY STEEL CASING LF 303 59007 542.930.0) 565.00 547.025.7 515057 4100.900.70 5207.5 610192159 34 124909 DIRECT 6URY STEEL CASING LF 14 013.00 512.20.05 580.00 512.800.00 519000 925-6114 5175-4 528.00000 33 SINCH DIRECT BURY STEEL 4IA5616 LF 17 55690 55.5017 517.56 21.750450 1100530 240.000.00 565.00 56.500.00 76 2-1142004318E130455160 1.5 157 245,00 554900.4 540.60 544.0010-60 56000 $72,70.00 510.03 548001100 37 002040E SNOW FENCE LF 5003 1200 543,0570 33.56 217,5130.4 53.00 515.12311.00 14-50 120.41200 18 LIR ANO LAP E3ET16024:53101 WATER UAIN 142P. 2 5901-06 51.50,0) 52.606.15 5120000 55350537 550.700.00 54.64536 58.00.00 39 CUT AND CAP EXISTING 15.5109 WATER MAIN FA 8 5507.07 $4,20.4 $365.40 50.944.4 24.3501.50 551.42-70 55.00077 510.022.50 40 CUR AND CRPE/SSTIHG 8 -INCH WATER NAM EA 17 5406.4 56.84.4 5540E0 59.860-7 53.10000 $52.766.60 51.560.006 525.500-00 41 CUT AHO GAP BUSTING &INCH WATER HAIR FA 2 5340-00 4000.4 51160.07 51.07.7 53,0477 56037.60 01.104 52.360.4 112 cur 04151 049 246 41514 0 41CHY99460 NAIR HA 2 2250-0) 55110 -CO 5900.4 590300 SI. 20100 53.90100 6600.02 51300.95 43 90E057 E10812550 WATER VALVE TO 1110189E009065 EA 4 52.90.03 04024 550050 5170090 520707 250.00 550.4 51.000.00 44 0400L004E0E71145 WATER VALVE EA 38 5100-4 53.55-4 5900-4 511,400-43 519700 55,760.00 5100.5 54,750.00 45 1610401450099 2E11.10111 800-28 LR 350 4500 526,35070 590.00 127.900.00 S6].4 510-2511.95 5127.51 538-730.00 46 6re, PVC 01.10 5015 061145 LF 1570 53000 115.244 $44.93 957,323-66 54000 203.860.4 918-4 567.560.95 47 4N42H PVC SE500044E511210E, 0154449 LF 44 90-400 55903.00 515.30 56.70300 816.00 56.400.00 51760 56.800.00 45 4 FOOT 910IE7ERSTAIi0A1(01J9510179E, UP 70 0 FEETDEEP FA ll 52.150.4 625,30000 51.54.4 527,5700 •�. 55.10007 736,300.00 53,00070 5335300.00 W EXTRA MANHOLE DEPTH. OVER 0FBET DEEP VIS 39 515000 55.850.4 5215.00 010.725-4 13&100 570211-4 1303.03 511-760.4 30 REMO60030151H0 MANHOLE EA 8 51000-00 55,600.00 575000 26,000410 52,5470 SL2s060.2 082.00 50,420.95 51 ADJUST 050351GM4HH51170916•44965 cR5932 EA 7 51.3(53-00 519,3%-W 54.999.90 57.50.0 5104.4 57.77.00 5500.03 55.10.00 52 SEWER SERVICE 4010ECTIOR ON 18' PVC EA 2 5400.4 584.4 0590.4 71100.00 1 52,57.5E $53160611 53.001.21 56.46-00 53 SEWER5405030E CCHIECTIDN ON WAVE EA 15 5300.4 53.906.4 530000 53,90750 1 51.1700 522- IMOD 54 76003 51010003 54 PLUG, BASTINGSEWER AT MANHOLE WALL FA 5 534-0) 57.44-7 5530.00 51.44.00 52-00).70 5E-40.4 SI .01:005 58-041-00 55 55551103 19 -OR Er SEWER TO E.V5T'140 NAMIOLE, CORE DRILL MAR HA 5 51.17-4 33.30700 52.54.70 57.57.00 51.005.53 53.70.00 52.6[0.20 36,000.4 50 HIGHWAY ASPHALT RIPAIR DM). (INCL. GRANULAR FILL IMT -4 5Y 420 5210.4 $35.20006 5150.00 567 .0130.90 570-5 89.400.00 5125.07 552.500.00 57 ASPHALT SURFACFRF]PL A•2.MENTIINOL. 5R2997LNC FILLUAT4 SY 36 510500 137,80002 54000 314.43700 362-7 922,32020 543-01 512,60900 58 CONCRETE SURFACE REPLACEMENT {INCL GRANULAR FILL UAL} SY 550 597.7 553.14.7 550.00 529.50.4 151.4 534220.01 465-4 538350-4 51.1 420500E1E440500L1600)L110EMO11T 110 153 240.7 56,04.00 550.2 57,900.00 540.4 35.4100 785.400 55170.00 39 GRAVEL SURFACE REPLACEMENT TUN 50 500530 53,57.90 530.00 51,50.70 530.4 51.54.7 535.4 51,1510) (0 0055614655919.71E1.1PO509'PR6E901T1REPAIR TUN 14 545.90 56.500.45 590.00 59.000.4 514.4 510-60.00 265.00 56-50500 61 ROCK EXCAVATION CY 30 2550 2150.90 2570.4 21,000.7 117550 51750-00 525,404 53,000.00 6 FENCE REPAIR 10' 440 512.56 33.250.7 85.60 510,512.00 512.00 55.040.7 542.7 05.040.4 63 1P5000f 160 L61 55 900 593.50 535.010.00 590.60 512.000.00 95090 120.61711.7 510.05 58-69157 64 ERGOICH CONTROL LS 1 595,00090 915.956.00 212010.00 572.007.07 510.9050 510-000.91 545.404 54531119.19 65 5006 TOPOOL 15 1 5250017 275.64.01 339,717.4 938,000.50 150,07.7 550.000-00' 5120.00203 5140000.4 60 0-AUDIOAVIE0 RECORLuon650 10 1 55,04.00 95.00.00 5L2.530.60 552.500530 2.500.7 02.52.91 55.00.00 85.50.55 67 SNE 814010224500 13 1 51.500.4 51 100.00 27.511100 $7,505.01 05.80..00 52.500.91 55.200.4 95.01.454 TOTAL ESTIMATED CONS1TeuCTwRi 1V5'r5 Sl 610,870.00 311,509,482.00 51,741,412.00 51,901,043.30 021,968.00 11135,592.005 ($290,173.302 DOCUMENT 0400 —BID FORM Contract Name: Hwy 16 Water and Sewer Improvement Project Job 040486 (Utilities) STP -9142(26) Armstrong Ave — Stonebridge Rd Washington County Bid Number: 12-43 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: J 1;>W -t 6,4 4. [a rrsr e.1-1 ) '. a.x 15`i iot.okuir. t pt ?in vs. ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in u.:cordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject t;, acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after t1: , date of Owner's Notice of Award. 0400 -Bid Form Addendum No. 1 00400 —1 Project # 040486 DOCUMENT 00400 —BID FORM (continued) ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set f:rth in the Agreement, that: A. Bidder has examined and carefully studied the Bid I ocuments, and the following Addenda, receipt of all which is hereby acknowledged: Number 1 - Date 5-23 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, per=ccrrnance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site :1 all drawings of physical conditions in or relating to existing surfr.c.: or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such addition or supplementary examinations, 00400 -Bid Form Addendum No. 1 00400 — 2 Project # 040486 DOCUMENT 00400 —BID FORM (car_;tix.aed) investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing the Work or which relate to any aspect of the mean;, methods, tecl pique::, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 1. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Contract Documents are e,eneraily sufficient to indicate and convey understanding of all teams and co-J'itions for perform:ng and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly ineu3ed or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and 00400 -Bid Form Addendum No. I 00400 —3 Project # 040486 DOCUMENT 00400 —BID FORM (continued) Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work is compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 191-6 — Subpart P — Excavations. ARTICLE 4 - BID PRICE Bidder will complete the Work in accordance with the Contract Documents for the following price(s): ITEM NUMBER 1 EST. QTY UNIT DESCRIPTION UNIT TOTAL PRICE 1 LS ACT 291, 1993 TRENCH AND EXCAVATION SAFETY SYSTEM 2 1 LS TRAFFIC CONTROL 3 1 LS 4 1 LS MOBILIZATION SITE PREPARATION 6: dt9,9Owv,a> Avocza2(*pa c 11416‘D‘°P3o1,5vo. 4c19,00 L 7 5 6 7 5925 1025 150 LF LF LF 12 -INCH PVC, C-900, CLASS 200 DR -14 WATER MAIN 8 -INCH PVC, C-900, CLASS 200 DR -14 WATER MAIN 6 -INCH PVC, C-900, CLASS 200 DR -14 WATER MAIN ,off 9_6.9 a. 4o;Oc 8 50 LF 2.25 -INCH PVC, SDR 13.5, CLASS 3',5 WATER MAIN `1 1 7� •ob' 4 9 140 LF 2 -INCH PVC, SDR 13.5, CLASS 315 WATER MAIN 1J. l >6 21.00 ( O3j'5.cr' 10 1410 LF ____-___j 1 -INCH POLYETHYLENE CLASS 20C) WATER SERVICE TUBING 11 20 EA 12 -INCH CLASS 250B 2JTTERFLY VALVE W/BOX ,Go Op 12 7 EA 8-INCHGATE VALVE W/BOX Me). vo t'215 Qv 12.1 EA 6 -INCH GATE VALVE W/BOX l'-62.00 13 EA 2.25 -INCH GATE VALVE WIBOX c A4 14 2 EA 2 -INCH GATE VALVE WIBOX Qp-vo 15 14 EA THREE WAY FIRE HYDRANTASSE1w3LY WNALVE I WO, 0147 15,0o 6425o.00 00400 -Bid Form Addendum No. 1 00400 -4 Project #040486 DOCUMENT 00400 -BID FORM (continued) 16 13 EA REMOVE EXISTING FIRE HYDRAN i AND DELIVER TO OWNER 000 'OP I MOO, 17 1 EA 24 -INCH X 12 -INCH TAPPING SLEEVE AND VALVE W/BOX 1" SSO.e77 12-60, ap 18 5 EA 12 -INCH X 12 -IN.:::, -I TAPPING SLEEVE AND VALVE W/BOX g.190 ' ,41' p. i'a 19 1 EA 12 -INCH X 8 -INCH TAPPING SLEEVE AND VALVE W/BQX 86UO.ao 3609, OC. 20 8 EA 8 -INCH X 8 -INCH TAPPING SLEEVE AND VALVE W/BOX 33o2 . ov 'tea. 'o 21 1 EA 6 -INCH X 6 -INCH TAPPING SLEEVE AND VALVE VN/BOX 500.€ 0 26047.c'' EA 2.25 -INCH x 225 -ITCH CONNECTION MEM 23 36850 LB EPDXY COATED DUCTILE IRON FITTINGS FJ° -15 2tigen52 24 30 EA SINGLE METER SETTING, COMPLETE INCLUDING PRESSURE REDUCER AND PLUMBER CONNECT:ON TO EXIS i i,,1G BUILDING SERVICE 6,16, Ivo 9429,60, °' 25 EA 1 -INCH METER Sig:T!NG, COMPLETE INCLUDING PRESSURE REDUCER AND PLUMBER CONNECTION TO EXISTING MI BUILDING SERVICE 4S0.00 '2 5a. Zo 26 EA DOUBLE METER SETTING, COMPLETE INCLUDING PRESSURE REDUCER AND PLUMBER CQNNECI,GN TO EXIS7ING 111 BUILDING SERVICE 4"25 10115.ao _______ 55 EA REMOVE EXISTING METER SETTii-,_1I .r16r� -�J. 28 34 EA 12 -INCH SADDLE, 1 -INCH CORPOR4TION STOP AND TAP 900. ac" vi . ca 28.1 1 EA 12 -INCH TEE, 2 -INCH GATEL VALVE VALVE BOX AND TAP We CO ./ gO, MI 29 ill EA 8 -INCH TEE, 2 -INCH GATE VALVE. VALVE BOX AND TAP (4-500 12.60.`00 30 3 EA STOP AND TAP SADDLE, 1 -INCH CORPORATION 11610°62-6X0 100 36 -INCH DIRECT BURY STEEL CASING 140'W I�j�vn,a 15000 1 I V15, 625 24 -INCH DIRECT BURY STEEL CASING im ® 505 LF 16 -INCH DIRECT E5URY STEEL CASING (Z5. Q0[25'lam-t2- gp : 34 160 ®12 -INCH DIRECT BURL STEEL CASING gO, Oa 10,i00,012 35 100 LF 3 -INCH DIRECT BURY CASING 116 ;11 .aal 00400 -Bid Form Addendum No. 1 00400 - 5 Project # 040486 DOCUMENT 00400 -BID FORM (continued) 36 1200 LF 2 -INCH BORED CASING 4/71* VIV. °'' 37 5000 LF ORANGE SNOW FENCE ?,5p ��' 00g. 11 SOO. a0 pd __... 38 2 EA GUT AND CAP EXISTING 24 -INCH Wig: "ER MAIN 39 8 EA CUT AND CAP EXISTING 12 -INCH WATER MAIN %I.Ai 00 vim. 00 40 17 EA CUT AND CAP EXISTING 8 -INCH WATER MAIN - 6 0.0d' liter 02? 41 2 EA CUT AND CAP EXISTING 6 -INCH WATER MAIN ,C•7? y f `��". p IL, Qa` 00 42 2 EA CUT AND CAP EXIST'NG 2 -INCH WATER MAIN 43 4 EA ADJUST EXISTING WATER VALVE TO FINISHED GRADE ,00 20410'¢67 44 38 EA ABANDON EXISTING' TATER VALVE -300 `S 1 . 00 45 310 LF 18 -INCH PVC SEWER MAIN, SDR -21'.'s 4019° 9-14co, G 46 1270 LF 8 -INCH PVC SEWER MAIN, SDR -26 �}�{ , iI ` a° 61 02.3.0a 47 400 LF 4 -INCH PVC SEWER SERVICE, SCH 46, 16,&0 la's, QC? 48 11 ' EA 4 FOOT DIAMETER STANDARD MANHOLE, UPTO6FEETDEEP X.0a 9-3547o. ao 49 39 VF EXTRA MANHOLE DEPTH, OVER 6 FEET DEEP I '715:00 io -0-a aiJ 50 8 EA REMOVE EXISTING MANHOLE 150, at, (01200. ads,' 51 7 EA ADJUST EXISTING M.;NHOLE TO FINISHED GRADE 1OGS,JQ 1QcX at; 52 2 EA SEWER SERVICE CONNECTION ON 18' PVC 5049.00 100o,yr 53 13 EA SEWER SERVICE CONNECTION ON 8" PVC 54 8 EA PLUG EXISTING SEWER AT MANHOLE WALL 2ali. ora 9.400, vc, 9 047 150,Q, ac'' 55 3 EA CONNECT 18" OR 8" SEWER TO EXISTING MANHOLE, CORE DRILL MANHOLE WALL 56 420 SY HIGHWAY A:.-riALT REPAIR DETAIL 150, , ,►.,, .., 57 360 SY ASPHALT SURFACE REPLACEMENT iC2C7t 58 590 SY CONCRETE SURFACE REPLACEMENT C50,190 5,U 00400 -Bid Form Addendum No. 1 00400 - 6 Project # 040486 DOCUMENT 00400 BID FORM (continued) 58.1 150 SY CONCRETE SIDEWALK REPLACEMENT 417() 1613a.Od 59 50 TON GRAVEL SURFACE REPLACEMENT 60/0t, ISOrt a0 60 100 TON COLD MIX ASPHALT TEMPORARY PAVEMENT REPAIR 010 • i70 = `voo' o 61 10 CY ROCK EXCAVATION900 `OP VsnO. 06' 62 420 LF FENCE REPAIR 256 IQ. 0p 63 400 SY RIPRAP (15C LBl D. On 11.C.�0. OW 64 1 LS EROSIONCONTROL SOD & TOPSOIL 1-9t900, 00 VOWS() Oa 00 Cf000,42a 65 1 LS 66 1 LS AUDIONIDEO RECORDINGS 19_6, ao 1•1-60e' (761 67 1 LS SITE PHOTOGRAPHS 150100 I 1-50P, OC TOTAL AMOUNT BID $ 00400 -Bid Form Addendum No. 1 0040o - 7 Project # 04046 DOCUMENT 00400 —BID FORM (contintied.) EQUIVALENT SYSTEM BID SCHEDULE In order for the City of Fayetteville to obtain rein ;bursenient from the Highway Department for eligible costs for replacing its water and sewer facilities, the cost of the replacement work musT. e for an "equivalent system" to the system that is being replaced. That i , pipe sizes and materials must be generally similar to the original system. Consequently, the following bid schedule lists quantities and material sizes and types that are comparable to the existing system that is being replaced. This schedule shall be filled out as part of the bid submittal. However, the equivalent bid schedule is for information purposes only. ITE M NO. EST. QTY UNI T DESCRIPTION UNIT PRICE TOTAL 1 1 LS ACT 291, 1993 TRENCH AND EXCAVATION SAFETY SYSTEM TRAFFIC CONTROL , F� �D�r7�� 1/ 54 096,0 ` •' 511 2 1 LS 3 1 LS MOBILIZATION(,,W0017r 4 1 LS SITE PREPARATION 12 -INCH PVC, C-900, CLASS 200 DR -14 WATER MAIN 51, OPQ? 51i OW. °- r .50 ke / I]/� o v; 5 2060 LF 6 4560 LF 8 -INCH PVC, C-900, CLASS 200 DR -14 WATER MAIN ? 55:0.. 111400a -6i 7 150 LF 6 -INCH PVC, C-900, CLASS 200 DR -14 WATER MAIN 1 r,�, 00 jn1 00 Cj 8 50 LF 2.25 -INCH PVC, SDR 13.5, CLASS 315 WATER MAIN % )g.Old gam` 00 15, DO po 9 140 LF 2 -INCH PVC, SDR 13.5, CLASS 315 WATER MAIN 10 1410 LF 1 -INCH POLYETHYLENE CLASS 200 WATER SERVICE TUBING 13.60 1 l n3 vo 11 13 EA 12 -INCH CLASS 250B BUTTERFLY VALVE WIBOX 7? ,i7 7 J'ri7.2X? 7P.5c2 ' 000. a, 2-Anzo, tJ4 12 12 EA 8 -INCH GATE VALVE W/BOX 12.1 1 EA 6 -INCH GATE VALVE WtBOX IP -50 'VP 13 1 EA 2.25 -INCH GATE VALVE VV/BOX 5V.2�gSp,Qo SOa,a� /09P,041 14 2 EA 2 -INCH GATE VALVE W/BOX 00400 -Bid Form Addendum No. 1 00400-8 Project # 040485 DOCUMENT 00400 -BID FORM (conthmt d) 00400 -Bid Form Addendum No. 1 00400-9 Project # 040486 15 13 EA THREE WAY FIRE HYDRANT ASSEMBLY WNALVE 1 €012 i5OIs iv '0.172 5 J15,vc, 16 13 EA REMOVE EXISTING FIRE HYDRANT AND DELIVER TO OWNER 17 1 EA 24 -INCH X 12 -INCH TAPPING SLEEVE AND VALVE W/BOX J 152 OO 1 r' 18 3 EA 12 -INCH X 12 -INCH TAPPING SLEEVE AND VALVE WIBOX r �.�� � f O,vti r� t4W Z' 19 3 EA 12 -INCH X 8 -INCH TAPPING SLEEVE AND VALVE W/BOX .� SVO, illi OO. 00 20 8 EA 8 -INCH X 8 -INCH TAPPING SLEEVE AND VALVE '.NIBOX 21 0 EA 6 -INCH X 6 -INCH TAPPNG SLEEVE AND VALVE WIBOX 22 1 EA 2.25 -INCH x 2.25 -INCH CONNECTION 500.127 5OD1LO • 23 2760 0 LB EPDXY COATED DUCTILE IRON FITTINGS 6'15 �� 24 30 EA SINGLE METER SETTING, COMPLETE INCLUDING PRESSURE REDUCER AND PLUMBER CONNECi'iv,v TO EXISTING SERVICE "J iL✓�✓, � 1450° )05.0109BUILDING 65°. ifs 25 3 EA 1 -INCH METER SETTING, COMPLETE INCLUDING PRESSURE REDUCER AND PLUMBER CONNECTION TO EXISTING BUILDING SERVICE 26 11 EA DOUBLE METER SETTING, COMPLETE INCLUDING PRESSURE REDUCER AND PLUMBER CONNECTION TO EXISTING BUILDING SERVICE A. ��10[��`� .15 �� 2915`12. t�I 1 11/3 1 �a 6 27 55 EA REMOVE EXISTING METER SETTING 28 7 EA 12 -INCH SADDLE, 1 -INCH CORPORATION STOP AND TAP 28.1 1 EA 12 -INCH TEE, 2-i NCH GATE VALVE VALVE BOX AND TAP 29 2 EA 8 -INCH TEE, 2 -INCH GATE VALVE VALVE BOX AND TAP r — t9 0i' 4 r o v 30 30 EA 8 -INCH SADDLE, 1 -INCH CORPORATION STOP AND TAP n6,00 i /.1.OM� j I 1+°19 ���, Q 31 100 LF LF 36 -INCH DIRECT BURY STEEL CASING 32 380 24 -INCH DIRECT BURY STEEL CASING 101201 33 860 LF 16-1NCH DIRECT BURY STEEL CASING 2.5,10V } 00400 -Bid Form Addendum No. 1 00400-9 Project # 040486 DOCUMENT 00400 BID FO,':1 (continued) 34 160 LF 12 -INCH DiiiECT BURY STEEL CASING 35 100 LF 3 -INCH DIRECT BURY CASING 4� 57 1 11r 07 36 1200 LF 2 -INCH BORED CASING k754Vo -1i, ` f�00 1 37 5000 LF ORANGE SNOW FENCE 38 2 EA CUT AND CAP EXISTING 24 -INCH WATER MAIN 2W0100 � cti4 39 8 EA CUT AND CAP EXISTING 12 -INCH WATER MAIN c.410i roo V14t4o 40 17 EA CUT AND CAP EXISTING 8 -INCH WATER r �p f� MAIN `� �y �D,� L 41 1 EA CUT AND CAP EXISTING 6 -INCH WATER MAIN bQO,vo ,Z ?O `QO 42 2 EA CUT AND CAP EXISTING 2 -INCH WATER MAIN ADJUST EXISTING WATER VALVE TO FINISHED GRADE A50+ (%Q t / 1a) . 43 4 EA r _ 5b, Dt900.01) 44 38 EA ABANDON EXISTING WATER VALVE ?VP/JP , 00 P�ti� IVO) ktY-30,rec 44AV (JA. 155o ‘49P-00:00 45 125 LF 15 -INCH PVC SEWER MAIN, EDR-26 46 1455 LF 8 -INCH PVC SEWER MAIN, SDR -26 47 400 LF 4 -INCH F IC SEWER SERVICE, SCH 40, 48 11 EA 4 FOOT DIAMETER STANDARD MANHOLE, UP TO 6 . :: T DEEP L .r'o D1509 49 39 VF EXTRA MANHOLE DEPTH, OVER 6 FEET DEEP') --154'012i I Q-1 ?5 1 60 8 EA REMOVE EXISTING MANHOLE 51 7 EA ADJUST EXISTING MANHOLE TO FINISHED GRADE i 1 .00 0�4 52 2 EA SEWER SERVICE CONNECTION ON 15" PVC 59i2,COP IMO ( - 53 13 EA SEWER SERVICE CONNECTION ON 8" PVC 300.??ta Ild (0 54 8 EA PLUG EXISTING SEWER AT MANHOLE WALL 55 3 EA CONNECT 15" OR 8" SEWER TO EXISTING MANHOLE, CORE DRILL MANHOLE WALL *p_rx20,122 1600. P 56 420 SY HIGHWAY ASPHALT REPAIR DETAIL 160100 lb"30040.° 00400 -Bid Form Addendum No. 1 00400-10 Project #