Revised Construction Agreement Victory to Ridenbaugh Canal_,~
AGREEMENT FOR: -
ROADWAY CONSTRUCTION / SEWER ~ WATER LINE IMPROVEMENTS
EAGLE ROAD, VICTORY TO THE RIDENBAUGH CANAL
ACRD PROJECT N0.504043
VICTORY ROAD ~ EAGLE ROAD INTERSECTION
ACRD PROJECT N0.303014
THIS AGREEMENT made and entered into this day of~~ya~e , 2006, by
and between the ADA COUNTY HIGHWAY DISTRICT, by and through its Board of
Commissioners hereinafter called DISTRICT, as first party, and the CITY OF
MERIDIAN, a municipal corporation, by and through its Mayor and City Council
hereinafter called MERIDIAN as second party, both parties being a body politic and
corporate of the State of Idaho.
WITNESSETH
WHEREAS, the DISTRICT and MERIDIAN desire to undertake a joint effort to
share the tasks and costs of reconstructing Eagle Road from Victory to the Ridenbaugh
Canal and the Victory Road and Eagle Road intersection, including water and sanitary
sewer installations as detailed in Project Number 504043 and Project Number 303014,
hereinafter referred to as the CONTRACT.
WHEREAS, the DISTRICT is willing to accommodate MERIDIAN'S request by
arranging for installation of the water lines and the sanitary sewer pipelines as part of
the Project plans so long as the DISTRICT receives assurances that the DISTRICT will
be fully reimbursed for all costs and expenses it incurs as a result of additional work
attributed to the installation of the water lines and the sanitary sewer pipelines within the
Project boundaries, including but not .limited to, costs for changed conditions, plan
errors and omissions, and delays attributable to the water line or the sanitary sewer
pipeline design and installation.
NOW, THEREFORE, in consideration of the foregoing premises, mutual
covenants and agreement herein contained, the parties hereto agree as follows:
1. DISTRICT SHALL:
a. Be the party responsible for soliciting, receiving, and opening of bids and for
executing and administering the construction CONTRACT for the roadway
reconstruction, and sanitary sewer and wat®r line installation work referenced
herein;
b. Provide MERIDIAN with a complete set of combined bid documents for the
roadway reconstruction, and for the sanitary sewer and water line installation
work referenced herein;
Page 1 of 5
c. Furnish MERIDIAN with an abstract of all bids received, and obtain
MERIDIAN'S concurrence with DISTRICT'S recommendation for award of the
CONTRACT prior to making such award;
d. Make monthly progress payments and the final CONTRACT payment to the
Contractar in conformance with the terms of the construction CONTRACT;
e. Submit to MERIDIAN a copy of each Contractor progress payment estimate, as
such estimates are approved by DISTRICT, together with an invoice for
MERIDIAN'S share of the construction CONTRACT costs earned by and to be
paid to Contractor;
Provide for the reference and replacement of all pre-existing survey monuments
within the work area;
g. Provide the trench compaction testing for the sanitary sewer and water line
facilities from 1-foot above the pipe zone to sub-grade of the roadway section;
trench compaction testing shall be provided at the minimum frequency rate of
one (1) test per five hundred (500) lineal feet per foot of trench depth; provide
all re-testing required in any area that does not meet CONTRACT
requirements; and
h. Provide the field survey and grade control necessary for construction of the
roadway. Centerline or offsets and stationing shall be established prior to
MERIDIAN staking sanitary sewer, water lines, manhole locations, and service
lines.
2. MERIDIAN SHALL:
a. Be the party responsible to provide the inspection, field survey and grade
control required for the installation of all sanitary sewer and water facilities
installed under the CONTRACT and provide copies of appropriate tests and
diaries to the District Project Representative;
b. Provide DISTRICT with the construction plans, special provisions, and unit bid
quantities for the sanitary sewer and water facilities to be included in the bid
documents for the CONTRACT (all work required for the sanitary sewer and
water facilities to be performed in conformance with the 2005 Edition of the
Idaho Standards for Public Works Construction (ISPWC) and the City of
Meridian Standard Specifications and Drawings);
c. Remit to DISTRICT, within thirty-five (35) calendar days after the date of invoice
therefore, all funds for which MERIDIAN is responsible pursuant to the
approved final CONTRACT payment estimate;
Page Z of 6
d. Remit to DISTRICT within thirty-five (35) calendar days after the date of invoice
therefore, all funds for which MERIDIAN is responsible pursuant to this
Agreement;
e. Reimburse the DISTRICT, up to a maximum of $8,000.00 for all costs incurred
by the DISTRICT, including overhead and benefits, project administration,
compaction testing, and soils work required solely for the construction of the
sanitary sewer and water facilities; mobilization, traffic control, flagging, detours,
and weekly meetings shall be reimbursed on a prorated basis. The prorated
basis for the above items will be calculated using the percentage of the
MERIDIAN 'S project costs as they relate to the total project construction costs;
f. Be liable for the cost of repairing any trench failures attributable to failure of
sanitary sewer and water lines within the boundaries ident~ed in the Contract,
and be liable for and indemnify the District for any and all costs and damages
resulting from any such trench failure; and
g. Reimburse District for any additional costs to District attributable to the
installation of sanitary sewer and water lines or to the removal of any or all
items from the Contract that are associated with the installation of sanitary
sewer and water pipelines.
3. THE PARTIES HERETO FURTHER AGREE THAT:
a. The CONTRACT amount for the sanitary sewer and water portion of the project
to be reimbursed to DISTRICT by MERIDIAN shall be based on the actual
quantities of work acceptably performed, and/or, installed, as determined from
field measurements, and paid for pursuant to the unit, and/or lump sum prices
established in the Contract;
b. MERIDIAN'S approval -will be required for any change order work involving the
sanitary sewer or water line installations;
c. Prior to commencement of work by the Contractor, the parties will, together with
the Contractor, inspect the entire project for the purpose of reviewing the project
to locate and note any unstable areas and resolve any items of concern or
misunderstanding;
d. This instrument contains the entire agreement between the parties with respect
to the subject matter hereof;
e. This Agreement may not be enlarged, modified, amended or altered except in
writing signed by both of the parties hereto;
Page 3 of 5
All signatories to this Agreement represent and warrant that they have the
power to execute this Agreement and to bind the agency they represent to the
terms of this Agreement;
g. Should either party to this Agreement
against the other to enforce the terms
prevailing party shall be entitled to
incurred in said action;
be required to commence legal action
and conditions of this Agreement, the
reasonable attorney's fees and costs
h. Any action at law, suit in equity, arbitration or judicial proceeding for the
enforcement of this Agreement shall be instituted only in the courts of the State
of Idaho, County of Ada; and
This Agreement shall be binding upon and inure to the benefit of the personal
representatives, heirs and assigns of the respective parties hereto.
IN WITNESS HEREOF, the parties hereto have executed this Agreement on
the day and year herein first written.
ATTEST: ADA COUNTY HIGHWAY DISTRICT
BY~ ~ By:
Susan Slaughter William J. weitzer
Senior Administrative Assistant ~~~~~ Director
ATTEST: ~~•~`~~-~ ~
'
~' ~~ ~OF MERIDIAN
''
C
oR.q ~
,
/e ~
o
//.
y
~,
William G. Berg, Jr. ,~ ~
~"
~'
r ~s~ ~ ,~d eerd
~'
City Clerk '%,
~9 '~
Mayor
STATE OF IDAHO )
Page 4 oT 5
ss.
COUNTY OF ADA )
On this `t'~'~' day of , 2006, before me, a notary
public in and for said state, personally ap eared WILLIAM J. SCHWEITZER known to
me to be the DIRECTOR of the ADA COUNTY HIGHWAY DISTRICT and the person
who subscribed said name to the foregoing instrument, and acknowledged to me that
they executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official.
seal the day and year first above written.
~~ Z
'y~'~+~~pTA ~~ ts+7s,
* ~ ~.~ ~ t
pUBU1G J
~~ir T$ of i~..a'
STATE OF IDAHO
COUNTY OF ADA
ss.
~l ~ `~
Notary Public for I aho
Residing at ,Idaho
My commission expires: ~_ ~ _ ~, ~ ~1
On this ~~ ~
day of ~ +>%/J'n-GJC^-~ 2006, before me, the
undersigned, personally appeared TAMMY EWEERD and WILLIAM G. BERG, JR.,
Mayor and City Clerk respectively of MERIDIAN CITY, a municipal corporation, known
to me to be the persons whose names are subscribed to the within instrument, and
acknowledged to me that they executed the same for and on behaff of said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official
seal the day and year first above written.
Notary Public for Idaho
Residing at /Y_ Lr (_k~.o,~, ,Idaho
My commission expires:
1~-~s~~i
Page S of S
>~
~~
AGREEMENT FOR:
ROADWAY CONSTRUCTION /SEWER & WATER LINE IMPROVEMENTS
EAGLE ROAD, VICTORY TO THE RIDENBAUGH CANAL
ACRD PROJECT N0.504043
VICTORY ROAD & EAGLE ROAD INTERSECTION
ACHD PROJECT N0.303014
THIS AGREEMENT made and entered in
and between the ADA COUNTY HIGHWAY D
Commissioners hereinafter called DISTRICT,
MERIDIAN, a municipal corporation, by and
hereinafter called MERIDIAN as second party,
corporate of the State of Idaho.
o this a1 day of A Qrt l , 2010, by
STRICT, by and through its Board of
as first party, and the CITY OF
through its Mayor and City Council
both parties being a body politic and
WITNESSETH
WHEREAS, the DISTRICT and MERIDIAN desire to undertake a joint effort to
share the tasks and costs of reconstructing Eagle Road from Victory to the Ridenbaugh
Canal and the Victory Road and Eagle Road intersection, including water and sanitary
sewer installations as detailed in Project Number 504043 and Project Number 303014,
hereinafter referred to as the CONTRACT.
WHEREAS, the DISTRICT is willing to accommodate MERIDIAN'S request by
arranging for installation of water lines and the sanitary sewer pipeline as part of the
Project plans so long as the DISTRICT receives assurances that the DISTRICT will be
fully reimbursed for all costs and expenses it incurs as a result of additional work
attributed to the installation of the water lines and the sanitary sewer pipelines within the
Project boundaries, including but not limited to, costs for changed conditions, plan
errors and omissions, and delays attributable to the water line or the sanitary sewer
pipeline design and installation.
WHEREAS, the DISTRICT is undertaking construction of water and sanitary
sewer facilities at its sole cost as part of the CONTRACT, but separately from
MERIDIAN'S portion of the CONTRACT.
NOW, THEREFORE, in consideration of the foregoing premises, mutual
covenants and agreement herein contained, the parties hereto agree as follows:
1. DISTRICT SHALL:
a. Be the party responsible for soliciting, receiving, and opening of bids and for
executing and administering the construction CONTRACT for the roadway
Page 1 of 6
'~-
reconstruction, and sanitary sewer and water line installation work referenced
herein;
b. Provide MERIDIAN with a complete set of combined bid documents for the
roadway reconstruction, and for the sanitary sewer and water line installation
work referenced herein;
c. Furnish MERIDIAN with an abstract of all bids received, and obtain
MERIDIAN'S concurrence with DISTRICT'S recommendation for award of the
CONTRACT prior to making such award;
d. Make monthly progress payments and the final CONTRACT payment to the
Contractor in conformance with the terms of the construction CONTRACT;
e. Submit to MERIDIAN a copy of each Contractor progress payment estimate, as
such estimates are approved by DISTRICT after obtaining MERIDIAN'S
concurrence regarding MERIDIAN'S portion of the work, together with an
invoice for MERIDIAN'S share of the construction CONTRACT costs earned by
and to be paid to Contractor;
f. Provide for the reference and replacement of all pre-existing survey monuments
within the work area;
g. Provide the trench compaction testing for the sanitary sewer and water line
facilities from 1-foot above the pipe zone to sub-grade of the roadway section;
trench compaction testing shall be provided at the minimum frequency rate of
one (1) test per five hundred (500) lineal feet per foot of trench depth; provide
all re-testing required in any area that does not meet CONTRACT
requirements;
h. Provide the field survey and grade control necessary for construction of the
roadway as well as water and sewer contained in DISTRICT'S portion of the
work. Centerline or offsets and stationing shall be established prior to
MERIDIAN staking sanitary sewer, water lines, manhole locations, and service
lines contained in MERIDIAN'S portion of the work.
2. MERIDIAN SHALL:
a. Be the party responsible to provide the inspection of all sanitary sewer and
water facilities installed under the CONTRACT and provide copies of
appropriate tests and diaries to the District Project Representative. Field survey
and grade control required for the installation of MERIDIAN'S portion of the
sanitary sewer and water facilities installed under the CONTRACT shall be
provided by MERIDIAN;
Page 2 of 6
b. Provide DISTRICT with the construction plans, special provisions, and unit bid
quantities for MERIDIAN'S portion of the sanitary sewer and water facilities to
be included in the bid documents for the CONTRACT (all work required for the
sanitary sewer and water facilities to be performed in conformance with the
most current edition of the Idaho Standards for Public Works Construction
(ISPWC) and the City of Meridian Supplemental Specifications to the ISPWC);
c. Remit to DISTRICT, within thirty-five (35) calendar days after the date of invoice
therefore, all funds for which MERIDIAN is responsible pursuant to the
approved final CONTRACT payment estimate;
d. Remit to DISTRICT within thirty-five (35) calendar days after the date of invoice
therefore, all funds for which MERIDIAN is responsible pursuant to this
Agreement;
e. Reimburse the DISTRICT, up to a maximum of five (5) percent of MERIDIAN'S
construction costs for all additional costs incurred by the DISTRICT, including
overhead and benefits, project administration, compaction testing, and soils
work required solely for the installations, adjustments, relocations, and
abandonments of the water and sanitary sewer facilities;
Reimburse the DISTRICT for mobilization, traffic control, flagging, detours, and
weekly meetings on a prorated basis. The prorated basis for the above items
will be calculated using the percentage of the MERIDIAN`S project costs as
they relate to the total project construction costs;
g. Be liable for the cost of repairing any trench failures attributable to failure of
sanitary sewer and water lines within the boundaries identified in the Plans for
MERIDIAN'S portion of the water and sanitary sewer facilities, and be liable for
and indemnify the District for any and all costs and damages resulting from any
such trench failure; and
h. Reimburse District for any additional costs to District attributable to the
installations, adjustments, relocations, and abandonments of MERIDIAN'S
portion of the water and sanitary sewer facilities or to the removal of any or all
items from the Contract that are associated with the installation of sanitary
sewer and water pipelines.
3. THE PARTIES HERETO FURTHER AGREE THAT:
a. The CONTRACT amount for MERIDIAN'S portion of the sanitary sewer and
water portion of the project to be reimbursed to DISTRICT by MERIDIAN shall
be based on the actual quantities of work acceptably performed, and/or,
installed, as determined from field measurements made by MERIDIAN, and
Page 3 of 6
paid for pursuant to the unit, and/or lump sum prices established in the
Contract;
b. MERIDIAN'S approval will be required for any change order work involving the
installations, adjustments, relocations, and abandonments of MERIDIAN'S
portion of the water and sanitary sewer facilities;
c. Prior to commencement of work by the Contractor, the parties will, together with
the Contractor, inspect the entire project for the purpose of reviewing the project
to locate and note any unstable areas and resolve any items of concern or
misunderstanding;
d. This instrument replaces the previous agreement for this project dated
September 8, 2006 and contains the entire agreement between the parties with
respect to the subject matter hereof;
e. This Agreement may not be enlarged, modified, amended or altered except in
writing signed by both of the parties hereto;
f. All signatories to this Agreement represent and warrant that they have the
power to execute this Agreement and to bind the agency they represent to the
terms of this Agreement;
g. Should either party to this Agreement be required to commence legal action
against the other to enforce the terms and conditions of this Agreement, the
prevailing party shall be entitled to reasonable attorney's fees and costs
incurred in said action;
h. Any action at law, suit in equity, arbitration or judicial proceeding for the
enforcement of this Agreement shall be instituted only in the courts of the State
of Idaho, County of Ada; and
This Agreement shall be binding upon and inure to the benefit of the personal
representatives, heirs and assigns of the respective parties hereto.
j. Attached to this agreement are four bid schedules that specifically delineate
payment responsibilities for the various items of underground sewer and water
facilities to be constructed as part of this project.
Page 4 of 6
IN WITNESS HEREOF, the parties hereto have executed this Agreement on the day
and year herein first written.
ATTEST: ADA COUNTY HIGHWAY DISTRICT
By~~~ ~~,~.,. ~ By: ~~ ..
Susan Slaughter Sherry uber
Executive Assistant Director
ATTEST: ~ CITY OF MERIDIAN
,.
/~ 'mod
Jaycee Holman
=
$]~AL _ eerd aav~d Zo~~rc.mbA
City Clerk
'9
/~"' ~~ COUNTY `° ,~~\,
~~~~~iin~~n nt~~~~~~~~\
STATE OF IDAHO )
ss.
COUNTY OF ADA )
On this 2~ `4"'~'~ day of ~/~. ~`(,~ , 2010, before me, a notary
public in and for said state, personally appeared SHERRY R. HUBER known to me to
be the DIRECTOR of the ADA COUNTY HIGHWAY DISTRICT and the person who
subscribed said name to the foregoing instrument, and acknowledged to me that they
executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official
seal the day and year first above written.
.•' ~' .••'•"•••. ~'~'•., Notary Public for Id ho
J`'~~•~OTAR p '; ~~ ~ Residing at ~ ,Idaho
y;
~.~ _ * : My commission expires: y--g-ZotS
* PUBti~G
•••••s~ ~~ OF j9P~p•••.
Page 5 of 6
STATE OF IDAHO )
ss.
COUNTY OF ADA )
On this ~-+~ day of r 2010, before me, the
undersigned, personally appeared ~ arcm wand JAYCEE HOLMAN, Mayor
and City Clerk respectively of MERIDIAI~~GI , a municipal corporation, known to me to
be the persons whose names are subscribed to the within instrument, and
acknowledged to me that they executed the same for and on behalf of said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official
seal the day and year first above written.
~.....,~
+~, tC.A JO~••~.
~:~,~, ~ AR~~cP ~:
f ~ I \I ~
i ~ 1 .
~ 1 1
' 1 •
~ 1\ ~ ~/ ~ ~
,~ .y
•....,
No Public for Id ho
Resi ing at 1h~ha~. ,Idaho
My commission expires: J ~n 4, a o i
Page 6 of 6
BID SCHEDULE NO. 1
WATER AND SEWER IMPROVEMENTS
ACRD PROJECT NO. 303014 IN277
EAGLE RD AND VICTORY RD INTERSECTION
CITY OF MERIDIAN PAY ITEMS
Item No. Item Description Estimated Unit Unit Price Bid Item
Quantity Bid Total
207.4.1.A.1 REMOVAL OF OBSTRUCTIONS 1 LS
307
4
1
G
1 TYPE P SURFACE 917 SY
.
.
.
. RESTORATION-TEMPORARY
307
4
1
H
1 FULL WIDTH PAVEMENT 772 SY
.
.
.
.
. SURFACE RESTORATION
401
4
1
A
1
a 6" PVC, AWWA C900, DR18, 39 LF
.
.
.
.
.
. WATER MAIN
401
4
1
1
A
b 8" PVC, AWWA C900, DR18, 87 LF
.
.
.
.
.
. WATER MAIN
401
4
1
A
1
c 12" PVC, AWWA C900, DR18, 1354 LF
.
.
.
.
.
. WATER MAIN
402.4.1.A.1.a. 6" GATE VALVE 1 EA
402.4.1.A.1.b. 8" GATE VALVE 2 EA
403.4.1.A.1. FIRE HYDRANT ASSEMBLY 1 EA
501
4
1
8
1 8" PVC, ASTM D3034, SANITARY 328 LF
.
.
.
.
. SEWER PIPE
502
4
1
A
1 48" STANDARD SEWER 1 EA
.
.
.
.
. MANHOLE, TYPE A
503.4.1.A.1. 8" T-TYPE CLEANOUT PER SD-S3 1 EA
2030.4.1.C.1. ADJUST VALVE BOX TO GRADE 1 EA
SP-1 2" BLOW-OFF ASSEMBLY PER 2 EA
SD-W 19
SP-2 ADJUST EXISTING WATER MAIN
1
EA
AT NEW PIPE CROSSING
SP-3 LOWER EXISTING WATER MAIN 560 EA
SP-4 LOWER EXISTING WATER VALVE 4 EA
SP-5a 24"QJ 3/8" THICK STEEL CASING
30
LF
PER DETAILS SHEET 8
SP-5b 18"Q13/8" THICK STEEL CASING
PER DETAILS SHEET 8 30 LF
~~ ~r ~ ~ ~N~~a~ ~~ ~d~~ uC ueernea nonresponsive which contains omissions, erasures, or
alterations not initialed, additions of any kind, prices uncalled for, prices which are
obviously unbalanced, or which in any manner fail to conform to the conditions of the
published "Invitation to Bid".
BIDDER:
Total Bid Schedule
BID SCHEDULE NO. 1
WATER AND SEWER IMPROVEMENTS
ACRD PROJECT NO. 504043 RD203-17
EAGLE RD (VICTORY TO RIDENBAUGH CANAL)
CITY OF MERIDIAN PAY ITEMS
Item No. Item Description Estimated Unit Unit Price Bid Item
Quantity Bid Total
207.4.1.A.1 REMOVAL OF OBSTRUCTIONS 1 LS
307.4.1.G.1 TYPE P SURFACE 40 SY
RESTORATI ON-TEMPORARY
401.4.1.A.1. 8" PVC, AWWA C900, DR18, 59 LF
WATER MAIN
402.4.1.A.1. 8" GATE VALVE 2 EA
2030.4.1.C.1. ADJUST VALVE BOX TO GRADE 13 EA
SP-1 2" BLOW-OFF ASSEMBLY PER
SD-W 19 2 EA
SP-2 HOT TAP EXISTING WATER MAIN 2 EA
SP-3 ADJUST EXISTING WATER MAIN
AT NEW PIPE CROSSING g EA
SP-4 UPGRADE STORM DRAIN PIPE
TO WATER CLASS PIPE 2 EA
SP-5 24"Ql, 3/8" THICK STEEL CASING
PER DETAILS SHEET 10 18 LF
Any "Proposal" shall be deemed nonresponsive which contains omissions, erasures, or
alterations not initialed, additions of any kind, prices uncalled for, prices which are
obviously unbalanced, or which in any manner fail to conform to the conditions of the
published "Invitation to Bid".
BIDDER:
Total Bid Schedule
BID SCHEDULE N0.2
WATER AND SEWER IMPROVEMENTS
ACRD PROJECT NO. 303014 IN277.01
EAGLE RD AND VICTORY RD INTERSECTION
ADA COUNTY HIGHWAY DISTRICT PAY ITEMS
Ite
N
m
o. Item Description Estimated Unit Unit Price Bid Item
Quantity Bid Total
307.4.1.G.1 TYPE P SURFACE 134 SY
RESTORATION-TEMPORARY
404
4
1
A
1 1,~0 STANDARD WATER SERVICE
.
.
.
.
.
CONNECTION 2 EA
501.4.1.8.1. 8" PVC, ASTM D3034, SANITARY 302 LF
SEWER PIPE
502.4.1.A.1. 48" STANDARD SEWER 1 EA
MANHOLE, TYPE A
504.4.1.A.1. 4" PVC, ASTM D3034, SEWER 95 LF
SERVICE PIPE (MAIN TO R/W)
SP-6 CONNECT HOUSE TO WATER
SERVICE LINE 2 EA
SP-7 CONNECT HOUSE TO SEWER
SERVICE LINE 2 EA
SP-8 1"O WATER SERVICE LINE
(METER TO HOUSE) 210 LF
SP-9 4" PVC, ASTM D3034 SEWER
SERVICE PIPE (R/VV TO HOUSE) 250 LF
Any "Proposal" shall be deemed nonresponsive which contains omissions, erasures, or
alterations not initialed, additions of any kind, prices uncalled for, prices which are
obviously unbalanced, or which in any manner fail to conform to the conditions of the
published "Invitation to Bid".
BIDDER:
Total Bid Schedule
BID SCHEDULE N0.2
WATER AND SEWER IMPROVEMENTS
ACHD PROJECT NO. 504043 RD203-07.01
EAGLE RD (VICTORY TO RIDENBAUGH CANAL)
ADA COUNTY HIGHWAY DISTRICT PAY ITEMS
Item N
o. Item Description Estimated Unit Unit Price Bid Item
Quantity Bid Total
TY
307
4
1
G
1 PE P SURFACE
.
.
.
.
RESTORATION-TEMPORARY 600 SY
401
4
1
A
1 8" PVC, AWWA C900, DR18,
.
.
.
.
.
WATER MAIN 32 LF
402.4.1.A.1. 8" GATE VALVE 1 EA
404
4
1
A
1 1"O STANDARD WATER SERVICE
.
.
.
.
.
CONNECTION 4 EA
501.4.1.8.1. 8" PVC, ASTM D3034, SANITARY 616 LF
SEWER PIPE
502.4.1.A.1. 48" STANDARD SEWER 2 EA
MANHOLE, TYPE A
502.4.1.F
1 CONNECT PIPE TO EXISTING 1
.
.
MANHOLE EA
503.4.1.A.1. 8" T-TYPE CLEANOUT PER SD-S3 1 EA
503.4.1.A
3 4" SEWER SERVICE CLEANOUT 1
.
.
PER SD-S2 EA
504.4.1.A.1.a. 4" PVC, ASTM D3034, SEWER 49 LF
SERVICE PIPE (MAIN TO R/V1/)
4" PVC, AWWA C900, DR25,
504.4.1.A.1.b. SEWER SERVICE PIPE 153 LF
(MAIN TO R/W)
504.4.1.D.1. 4" SEWER SERVICE 3 EA
CONNECTION
SP-1 2" BLOW-OFF ASSEMBLY PER
S D-W 19 1 EA
SP-2 HOT TAP EXISTING WATER MAIN 1 EA
SP-6 CONNECT HOUSE TO WATER
SERVICE LINE 3 EA
SP-7 CONNECT HOUSE TO SEWER
SERVICE LINE 3 EA
SP-8 1"O WATER SERVICE LINE
(METER TO HOUSE) 160 LF
.'
SP-9 4" PVC, ASTM D3034 SEWER
SERVICE PIPE (R/VV TO HOUSE) 182 LF
Any "Proposal" shall be deemed nonresponsive which contains omissions, erasures, or
alterations not initialed, additions of any kind, prices uncalled for, prices which are
obviously unbalanced, or which in any manner fail to conform to the conditions of the
published "Invitation to Bid".
BIDDER:
Total Bid Schedule