Loading...
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