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 #