Loading...
HomeMy WebLinkAboutO-2000-2454 REQUEST FOR CITY COUNCIL AGENDA ITEM Agenda Date Requested: November 13; 2000 Requested By, ~ S Colletl Department: Public Works Appropriation Source of Funds: Utility CIP Fund Account Number: Various Report: Resolution: Ordinance: xx Amount Budgeted: $626,943 Exhibits: Ordinance No. 00- Amount Requested: $96,565 Exhibits: Proiect Description and Proiect Budl!:et Budgeted Item: YES XX NO Exhibits: Rneineerine Contract SUMMARY & RECOMMENDATION The City of La Porte has selected the firm of Claunch and Miller, Inc. to design the replacement of various waterlines, and the rehabilitation of a segment of sanitary sewer, as described on the attached Project Description. In addition to design services, the firm was requested to provide the services of a project representative (inspection) to ensure quality work and maintain citizen contact and relations with area residents, especially for the sewer rehabilitation portion of the Project. The attached Project Description and Project Budget summarize the Project. The Agreement with the Engineer is as follows: Waterline Replacement - Belfast, Piney Brook and Big Island Slough Preliminary Design $ 5,700 Final Design 17,000 Construction Phase 4.000 Total $26,700 Sanitary Sewer Rehabilitation - Between Rustic and Rustic Gate, from Maplewood to Roseberry Preliminary design $ 4,400 Final Design 13,400 Construction Phase 3. 100 Total $20,900 Special Services Survey Geotechnical Project Rep. Total $ 6,490 2,475 40.000 $48.965 TOTAL ENGINEERING $96,565 Action Required by Council: Approve Ordinance No. OO-_authorizing the City Manager to execute an agreement with Claunch and Miller, Inc. to provide professional engineering services for waterline replacement and sanitary sewer rehabilitation in the amount of$96,565. Approved for City Council Al!:enda 8~ T, \-\~ Robert T. Herrera, City Manager \ ~- ,-00 Date ORDINANCE NO. 2ooo-~4si AN ORDINANCE APPROVING AND AUTHORIZING AN ENGINEERING AGREEMENT BETWEEN THE CITY OF LA PORTE AND CLAUNCH , MILLER, INC., FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERLINE REPLACEMENT AND SANITARY SEWER REHABILITATION; APPROPRIATING NOT TO EXCEED $96,565. 00 TO FUND SAID CONTRACT; MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW; AND PROVIDING AN EFFECTIVE DATE HEREOF. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE: Section 1. The City Council hereby approves and authorizes the contract, agreement, or other undertaking described in the title of this ordinance, in substantially the form as shown in the document which is attached hereto and incorporated herein by this reference. The City Manager is hereby authorized to execute such document and all related documents on behalf of the City of La Porte. The City Secretary is hereby authorized to attest to all such signatures and to affix the seal of the City to all such documents. The City Council appropriates the sum not to exceed $96,565.00 from the Utility Capital Improvement Fund (Fund 3) and the Sewer Rehabilitation Fund (Fund 018) to fund said contract. Section 2. The City Council officially finds, determines, recites, and declares that a sufficient written notice of the date, hour, place and subject of this meeting of the City Council was posted at a place convenient to the public at the City Hall of the ci ty for the time required by law preceding this meeting, as required by the Open Meetings Law, Chapter 551, Texas Government Code; and that this meeting has been open to the public as required by law at all times during which this ordinance and the subject matter thereof has been discussed, considered and formally acted upon. The City Council further ratifies, approves and confirms such written notice and the contents and posting thereof. ORDINANCE NO. 2000-Bq5i PAGE 2 section 3. This Ordinance shall be effective from and after its passage and approval, and it is so ordered. PASSED AND APPROVED, this 13th day of November, 2000. ATTEST: ~1!1 dlMttd uIt.(ttl Martha A. Gillett City Secretary A~~ Knox W. Askins, City Attorney CITY OF LA PORTE By:4~~ N rman L. Malone, Mayor PROJECT DESCRIPTION The Project consists of two (2) major components. The first is the replacement of eight- inch waterlines along Belfast and Piney Brook, including the replacement of sidewalks, and the replacement of the eight-inch waterline crossing Big Island Slough at Catlett. The second portion of the Project involves the rehabilitation of approximately 2,825 feet of eight-inch sanitary sewer between Rustic Rock Road and Rustic Gate Road from Maplewood Drive to Roseberry Drive. The waterline replacement portion of the Project is a continuation of the systematic replacement of old cast iron lines in the original Fairmont Park subdivision. These lines are subject to frequent leaks and breakage's, and have resulted in sidewalk displacement in this area. The sanitary sewer rehabilitation portion of the Project was developed from the systematic televised inspection of the City's sewer system. This segment of the system has experienced frequent service interruptions from misaligned joints, poor soil conditions, and storm water inflow. Because of the numerous services on this line segment (79), the depth (average 12 feet) and its location between houses, trenchless rehabilitation is advisable to avoid disruptions. Additionally, the use of sliplinning is not advisable due to the reduction in pipe diameter using this method. It has been determined that the current eight-inch size is desirable. Several technologies are available for trenchless rehabilitation with minimal loss of pipe diameter, including cure-in-place and pipe bursting. Cure-in-place has been used in La Porte many times, with good results. It is somewhat more expensive than other methods. Pipe bursting, although not yet used in La Porte, is a mature technology with a history of success in this area, with favorable costs. The proposed engineering services agreement will examine these methods and develop specifications that fit the conditions revealed by TV tapes supplied by the city and the geotechnical report. Due to the potential for service disruption and the need to excavate and reconnect sewer taps from the surface, a full-time project representative is recommended. Inspection of the waterline installation can also be accomplished by the same inspector as the two projects are in adjacent neighborhoods. The Project should be designed, bid and awarded by March 2001. With an estimated construction of 90 working days, the Project is estimated to be completed by July 2001. 2000-2001 UTILITY CIP PROJECT BUDGET WATERLINE REPLACEMENT ENGINEERING GEOTECHNICAL/SURVEY TOTAL ENGINEERING 2 CONSTRUCTION ESTIMATE BELF AST/PINEY BROOK BIG ISLAND SLOUGH TOTAL CONSTRUCTION $ 26,700 8,965 $ 35,665 $259,785 20,910 $279,910 TOTAL WATERLINE REPLACEMENT SANITARY SEWER REHABILITATION 2 ENGINEERING CONSTRUCTION ESTIMATE $ 20,900 250,368 TOTAL SANITARY SEWER REHAB. INSPECTION SERVICES 3 90 WORKING DAYS TOTAL 2000-2001 UTILITY CIP PROJECT BUDGET UTILITY CAPITAL IMPROVEMENT FUND BELFAST/PINEY BROOK WATERLINE REPLACEMENT BIG ISLAND SLOUGH WATERLINE REPLACEMENT 4 SEWER REHABILITATION FUND TOTAL AVAILABLE BUDGET NOTES I INCLUDES SOME GEOTECHNICAL FOR SEWER REHAB 2 INCLUDES 15% CONTINGENCY 3 INCLUDES BOTH PROJECTS 4 AMOUNT NEEDED FROM $500,000 BUDGET $300,000 50,000 $350,000 $276,843 $315,575 $271,268 $ 40,000 $626,843 $626,843 AGREEMENT FOR SERVICES This Agreement entered into as of the I!JI-- dayof /VOV. loDp A.D., by and between Claunch & Miller, Inc. hereinafter referred to as the "Consultant", and the City of La Porte, Texas, hereinafter referred to as the "Client". WITNESSETH WHEREAS, the Client has requested various services of the Consultant with respect to engineering design and preparation of contract documents for the construction of the proposed waterline improvements (hereinafter referred to as the Project). NOW, THEREFORE, Client and Consultant hereby agrees as follows: 1. Engagement of Consultant - Consultant hereby agrees to perform the services required under the scope of services related to the Project, and to provide Client with copies of the information, opinions, design calculations and contract documents made the basis of the scope of the services, which is set out in Attachment "A" and made a part of this contract. Consultant agrees to initiate services upon receipt of an executed copy of this Agreement. 2. Availability of Information - Client agrees to provide Consultant with all available information pertinent to the Project. Client will also provide copies of reports, drawings, and other data, and will, at Consultant's request, provide written authorization to review Client's files relative to the Project which may be in possession of third parties. Consultant agrees to return all original documents to Client upon completion of the Project, but reserves the right to make and keep reproducible copies of all such material. '. -l- 3. Access to Facilities - Client will provide access for the Consultant to enter the property and facilities of Client, as necessary for Consultant to perform services as required under the Project. 4. Instruments of Service - All documents prepared in accordance with this contract including exhibits, field notes, laboratory data, original drawings, and specifications are the property of the Client. The Consultant is given the right to use any of this data in connection with future engineering projects. The Consultant may retain copies or reproducibles of any information prepared for this Project. 5. Determination of Fees - The fees for the scope of services as stated in Attachment "A" provided by Consultant under this agreement will be based on a Lump Sum Amount of $59,765.00 for design and construction administration, time and expense for construction observation. 6. Payment and Fee Schedule - The Consultant will submit a monthly invoice for services rendered. The invoice will be based upon the Consultant's estimate of the proportion of the total services actually completed at the time of the invoice for design and construction administration and time and expense for construction observation. Services will be invoiced using the following fee schedule: Water Line Proiect Phase I - Preliminary: Phase II - Final Design: Phase III - Construction Administration: $ 5,700.00 $ 17,000.00 $ 4,000.00 -ll- Survey Services: Geotechnical Services: $ 6,490.00 $ 2,475.00 Sanitary Sewer Rehabilitation Proiect Phase I - Preliminary: Phase II - Final Design: Phase ill - Construction Administration: $ 4,400.00 $ 13,400.00 $ 3,100.00 Construction Observation Estimated Budget: $40,000.00 7. Terms of Payment - Payment of fees as determined under Paragraph 5 herein above shall be due and payable by Client within thirty (30) days following receipt of Consultant's monthly invoice. 8. Additional Services - Additional services beyond those described in the Scope of Services will be invoiced on the basis of direct labor cost times a factor of 2.99 and direct cost plus 10%. 9. Termination - The Client may terminate this contract at any time by giving seven (7) days' notice in writing to the Consultant. In that case, all finished or unfinished documents and other materials produced under this contract, shall become the Client's property. If the contract is terminated by the Client in accordance with this provision, Consultant shall be paid for all services performed to the date of termination. Consultant may terminate this contract -lll- upon seven days' written notice in the event of substantial failure by the Client to perform in accordance with the terms hereof through no fault of the Consultant. 10. Governing Law - This Agreement shall be deemed to have been made under, and shall be construed and interpreted in accordance with the laws of the State of Texas. The venue of any suit for enforcement or construction of this contract shall be in Harris County, Texas. 11. Dispute Resolution - The parties will attempt in good faith to resolve any controversy or claim arising out of or relating to this agreement promptly by negotiation between senior executives of the parties who have authority to settle the controversy. The disputing party shall give the other party written notice of the dispute. Within ten days after receipt of said notice, the receiving party shall submit to the other a written response. The notice and response shall include (a) a statement of each party's position and a summary of the evidence and arguments supporting its position, and (b) the name and title of the executive who will represent that party. The executive shall meet at a mutually acceptable time and place within twenty days of the date of the disputing party's notice and thereafter as often as they reasonably deem necessary to exchange relevant information and to attempt to resolve the dispute. If the controversy or claim has not been resolved within thirty days of the meeting of the senior executives, the parties shall endeavor to settle the dispute by mediation under the Construction Industry Mediation Rules of the American Arbitration Association. If the matter has not been resolved pursuant to the aforesaid mediation procedure within ninety -lV- days of the commencement of such procedure, (which period may be extended by mutual agreement), or if either party will not participate in such procedure, the controversy shall be settled by arbitration in accordance with "American Arbitration Association Construction Industry Arbitration Rules" by a sole arbitrator. The arbitration shall be governed by the United States Arbitration Act, 9 U.S.C & 1-16, and judgment upon award rendered by the Arbitrator may be entered by any court having jurisdiction thereof. The place of arbitration shall be Harris County. The arbitrator is not empowered to award damages in excess of actual damages, including punitive damages. -v- ENTERED INTO AND AGREED by the parties hereto as the day and year first written. CLAUNCH & MILLER, INC. Consultant B~~~~UN~,(I-!-- President CITY OF LA PORTE, TEXAS Client BD~ rr, t\~ AITEST: ~ tUcIt~ (j litd -Vl- CLAUNCH & MILLER, INC. Engineering Consultants ATTACHMENT "A" October 30, 2000 Mr. Steve Gillett Director of Public Works P.O. Box 1115 La Porte, TX 77572-1115 RE: Engineering Services for Waterline Improvements on Belfast Road and Piney Brook Drive and Sanitary Sewer Line Rehabilitation on Rustic Rock Road Dear Mr. Gillett: Claunch & Miller, Inc. (CMI) is pleased to submit this proposal for providing engineering services on the above referenced project. DESCRIPTION OF PROJECT Water Line Project The project consists of waterline improvements in Fairmont Park, Section I as follows: Belfast- This improvement includes the replacement of an existing 6" waterline with a new 8" waterline along Belfast Street from Farrington Blvd. to Valley Brook Drive (approximately 1,950'). This proj ect also includes the replacement of all of the existing sidewalk on the north side of Belfast for this segment. Piney Brook Drive- This improvement involves the replacement of an existing 6" waterline with an 8" waterline along Piney Brook Drive also involving sidewalk replacement from Old Orchard to Carlow (approximately 1,050 L.F.). Catlett and Bi~ Island Slou~h - This improvement involves the replacement of an existing 8" waterline crossing Big Island Slough. This involves replacing the line crossing under the ditch. The preliminary estimated construction cost for the water line improvements is $279,910.00 Page I of7 3701 Kirby Drive, Suite 860. Houston, Texas 77098. (713) 524-7113 Sanitary Sewer Rehabilitation The project consists of rehabilitation of the 8" sanitary sewer main in the rear yard easement of the lots on the north side of Rustic Rock Road from Cedarmont Drive to Rosenberg Drive. The line is approximately 2,825 linear feet in length with approximately 79 services which will be reconnected by excavation. Existing manholes will also be rehabilitated. The preliminary estimated construction cost for the sanitary sewer rehabilitation is $217,875.00. SCOPE The scope of engineering services is as follows: Survey Services . Provide survey services on each of the water line project sites suitable for design. . Vertical elevation information will be based on the City of LaPorte datum. Geotechnical Service · Provide a geotechnical report presenting an investigation of the soils at the Belfast project location and Rustic Rock project location. · The geotechnical report will provide usual and customary information on the existing soil. It will include bedding and backfill recommendations, trench safety information. The report will be based upon information obtained from two borings along Belfast and two along Rustic Rock Road. Each boring will be approximately ten (10) feet deep on Belfast and 15 feet on Rustic Rock. PRELIMINARY ENGINEERING PHASE . Research existing utilities in the project areas. · Determine a recoIr.u'llended alignment for the new waterlines. · Determine construction method for the water lines and/or scheduling to minimize disruption of water service to the community. · Take photographs of all sites including all driveways on water line sites. Page 2 of 7 · Review and evaluate tapes provided by the City for the sanitary sewer rehabilitation project. · Determine the recommended rehabilitation method for the sanitary sewer project based on the tapes, geotechnical reports and other findings. · Prepare estimated construction costs for both projects. . Develop project schedules. · Prepare a letter report for each project presenting the findings, estimated costs, and schedules for the work. DESIGN ENGINEERING PHASE · Prepare detailed plan and profile drawings ofthe final designs as presented in the preliminary engineering reports. The water line plans will be at a scale of 1" = 20' horizontal and 1 II = 2' vertical. Separate plans and specifications will be prepared for each project. · The sanitary sewer rehabilitation project plans will be plan view only at a scale of 1 "-I 00'. · Prepare contract specifications for each project suitable for bidding. · Prepare an update of the construction cost based on the final design. · Furnish five (5) sets of construction documents of each project to the City of La Porte. CONSTRUCTION ADMINISTRATION PHASE · Assist the City in obtaining bids for the Projects. · Dispense construction documents from CMI's office to potential bidders. · During the bidding process, provide information to and answer questions from potential bidders concerning the Project's construction documents. · Evaluate the bids and the qualifications of the apparent low bidders and advise the City as to the acceptability of the apparent low bidders. · Act as the City's Project representative during the construction phase. · Review and respond accordingly to all submittals as required by the contract specifications. Page 3 of7 "~ · Consult and advise the City; issue all instructions to the Contractor requested by the City; and prepare and issue, as required, change orders with the City's approval. · Review the contractor's pay estimates, evaluate the completion of work and make payment recommendations to the City. · Visit the sites at intervals appropriate to the various stages of construction to observe the progress and quality of executed work and to determine in general if such work is proceeding in accordance with the Contract Documents. Such site visits are intended to be periodic in nature and are not intended to be full time site representation. · Claunch & Miller, Inc. (CMI) will not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor( s) or the safety precautions and programs incident to the work of the Contractor(s). CMI's effort will be directed toward providing a greater degree of confidence for the City of La Porte that the completed work ofContractor(s) will conform to the Contract Documents, but CMI will not be responsible for the failure of Contractor(s) to perform the work in accordance with the Contract Documents. · Conduct a final inspection of the projects upon completion of the construction. Prepare a punch list of items to be completed by the contractor prior to final payment. Verify that the punch list items have been addressed to the City's satisfaction prior to final payment. · Prepare a recommendation for Final Payment for each project. · Provide as-built drawings based on contractor's redlines. CONSTRUCTION OBSERVATION · Provide a Project representative to observe and monitor the progress and quality of the work by the Contractors. It is anticipated that both projects will be commenced simultaneously with 90 calendar day time limits. · Provide daily reports on the status of the construction for each project. · Take color photographs of the Project's sites prior to construction. · Participate in the processing of submittals and change orders and the issuance of instructions as required by the City. · By providing a project representative, Claunch & Miller, Inc. (CM!) will not be responsible for construction means, methods, techniques, sequences or procedures or for safety Page 4 of7 precautions or programs, or for Contractor(s) failure to perform their work in accordance with the Contract Documents. ADDITIONAL SERVICES · "Additional Services" shall only be performed when directed by the City to CM!. These services are not considered normal or customary engineering services. · Services resulting from significant changes in the extent ofthe Project or its design including but not limited to changes in size, complexity, the City's schedule, or character of construction or method of financing; and revising previously accepted studies, reports design documents or Contract Documents when such revisions are due to causes beyond CMI's control. · Preparing documents for alternate bids requested by the City or documents for out of sequence work. · Preparing to serve or serving as a consultant or witness for the City in any litigation, public hearing or other legal or administrative proceeding involving the Project. · Additional or extended services during construction made necessary by (1) work damaged by fire or other cause during construction, (2) a significant amount of defective or neglected work ofContractor(s), (3) prolongation ofthe construction contract time, (4) acceleration of the progress schedule involving services beyond normal working hours and (5) default of contractor CMI will endeavor to apprise the City of any potential additional or extended services which may result from the above listed 5 items, prior to CMI's expenditure of time on such services. As previously noted, any such extended or additional services shall only be performed when directed by the City to CM!. · Additional services not otherwise provided for in the scope of services. Page 5 of7 FEE WATER LINE PROJECT Survey Services Claunch & Miller, Inc. 's fee for the field survey services is the lump sum amount of: $6,490.00 Geotechnical Services Claunch & Miller, Inc.'s fee for the geotechnical services is the lump sum amount of: $2,475.00 Preliminary En2ineerin~ Phase Claunch & Miller, Inc. 's fee for the preliminary engineering phase is the lump sum amount of: $5,700.00 Final Deshm Phase Claunch and Miller, Inc. will perform the Final Design Phase for the Lump Sum amount of: $17,000.00 Construction Administration Phase Claunch and Miller, Inc. will perform the Construction Administration Phase for the Lump Sum amount of: $4,000.00 WATER LINE SUBTOTAL $35,665.00 SANITARY SEWER REHABILITATION PROJECT Preliminarv En~ineerin~ Phase Claunch & Miller, Inc.'s fee for preliminary engineering phase is the lump sum amount of: $4,400.00 Final Desi~n Phase Claunch & Miller, Inc.'s fee for the final design phase is the lump sum amount of: $13,400.00 Page 6 of 7 Construction Administration Phase Claunch and Miller, Inc. will perform the Construction Administration Phase for the Lump Sum amount of: $3,100.00 SANITARY SEWER REHABILITATION SUBTOTAL $20,900.00 TOTAL $56,565.00 Construction Observation (For Both Projects) Claunch & Miller, Inc.ls fee for a site representative to provide the construction observation services shall be at an hourly rate of $ 55 per hour plus; $18.50 per day for vehicle expenses (includes vehicle expenses, mileage, gas, etc. for site representative only) and project costs plus 10%. Other labor charges such as office support services for the site representative will be billed at direct labor cost times a factor of 2.99. Based on a construction period of 90 days CM! recommends a budget be established for construction observation of $40,000.00. Additional Services Additional services beyond those described in the Scope of Services will be invoiced on the basis of direct labor cost times a factor of 2.99 and direct cost plus 10%. FEE SCHEDULE Claunch & Miller, Inc. will submit monthly progress invoices for all engineering work completed to invoice date. The invoices would be based on a percentage of completion of each phase applied to the lump sum fee. Claunch & Miller, Inc. appreciates the opportunity to submit this proposal and to continue working for the City of La Porte. Sincerely, CLAUNCH & MILLER, INC. et:::. ~m~ p. Senior Project Manager r- ~... JET /sc Page 7 of7 '~ LaPorte: Waterline Improvements 2001 SCHEDULE OF UNIT PRICE WORK PRELIMINARY COST ESTIMATE BASE UNIT PRICES FOR: ITEM ITEM DESCRIPTION UNIT QTY. UNIT PRICE IN TOTAL IN No. FIGURES FIGURES Belfast Road and Piney Brook Drive WATER: 1 8" PVC Open Cut L.F. 2,900 $ 32.00 $ 92,800.00 2 8" PVC Auger L.F. 145 $ 55.00 $ 7,975.0C 3 Fire Hydrants Each 5 $ 1,700.00 $ 8,500.00 4 6" F.H. Leads L.F. 40 $ 30.00 $ 1,200.00 5 12" x 8" T.S. & V. Each 1 $ 1,800.0C $ 1,800.00 6 8" Wet Connection Each 3 $ 1,200.00 $ 3,600.00 7 8" Cut and Plug Each 4 $ 900.00 $ 3,600.0C 8 Remove and Salvage Fire Hydrant & Each 4 $ 500.00 $ 2,000.00 Valve 9 Trench Safety L.F. 2,900 $ 2.00 $ 5,800.00 10 Short Service Each 22 $ 475.00 $ 1O,450.0C 11 Long Service Each 20 $ 475.0C $ 9,500.0C SUBTOTAL $ 147,225.00 SIDEWALK AND DRIVEWAYS: 12 Remove & Replace Sidewalk S.F. 11,400 $ 4.50 $ 51,300.00 13 Remove & Replace Driveway S.F. 5,500 $ 4.75 $ 26,125.00 SUBTOTAL $ 77,425.00 MISC. EXTRA WORK: 14 Extra Bank Sand C.Y. 50 $ 15.00 $ 750.00 15 Extra Concrete c.Y. 5 $ 100.00 $ 500.00 16 Misc. Extra - - 15% 01 SubTotal $ 333,885.00 SUBTOTAL $ 34,617.50 BELFAST AND PINEY BROOK TOT AI IC!: ?'iQ 7R'i 0(; LaPorte: Waterline Improvements 2001 SCHEDULE OF UNIT PRICE WORK PRELIMINARY COST ESTIMATE BASE UNIT PRICES FOR: ITEM ITEM DESCRIPTION UNIT QTY. UNIT PRICE IN TOTAL IN No. FIGURES FIGURES Catlett Lane and Big Island Slough WATER: 1 8" Water line Creek Crossing L.F. 150 $ 100.00 $ IS,OOO.OC 2 8" Wet Connection L.S. 2 $ 1,250.00 $ 2,500.0C 3 Misc. Extras -- -- 15% of Total $ 2,625.00 TOT A T l!: ?O 1'), (\(\ PROJECT TOTAL $279,910.00 LaPorte: Waterline Improvements 2001 SCHEDULE OF UNIT PRICE WORK PRELIMINARY COST ESTIMATE BASE UNIT PRICES FOR: Sanitary Sewer Rehabilitation between Rustic Rock Road and R . G R dN h fM I dD' dS th fR B D' ustlc ate oa ort 0 ~ewoo nve an ou 0 ose err: nve ITEM ITEM DESCRIPTION UNIT QTY. UNIT PRICE IN TOTAL IN No. FIGURES FIGURES SANITARY SEWER ITEMS: 1 Pipe Burst. Exist. 8" San. Swr., 0'-10' deep L.F. 1,825 $ 45.00 $ 82,125.00 2 Pipe Burst. Exist. 8" San. Swr., 11'-15' deep L.F. 1,000 $ 55.00 $ 55,000.00 3 Service Reconnection (by excavation) Each 79 $ 750.00 $ 59,250.00 4 Manhole Wall Liner V.F. 125 $ 100.00 $ 12,500.00 5 Obstruction Removal (by excavation) all Each 2 $ 2,000.00 $ 4,000.00 depths 6 Extra length for obstruction removal by L.F. 10 $ 75.00 $ 750.00 excavation 7 Trench Safety L.F. 1,000 $ 3.00$ 3,000.00 TOTAl $ 216,625.00 MISC. EXTRA WORK: 14 Extra Bank Sand C.Y. 50 $ 15.00 $ 750.00 15 Extra Concrete C.Y. 5 $ 100.00 $ 500.00 ESTIMATED CONSTRUCTION COST ~117~7'\~