HomeMy WebLinkAboutResolution No. 08-072
CITY OF THE COLONY, TEXAS
RESOLUTION NO. 08-lJ1:;<
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE
COLONY, TEXAS, APPROVING THE TERMS AND CONDITIONS OF
THE ENGINEERING SERVICES CONTRACT BY AND BETWEEN THE
CITY OF THE COLONY AND HALFF ASSOCIATES FOR DESIGN
SERVICES FOR PHASE IIIC RESIDENTIAL STREET RE-
CONSTRUCTION, WHICH IS ATTACHED HERETO AND
INCORPORATED HEREIN AS EXHIBIT "A"; AUTHORIZING THE
CITY MANAGER TO EXECUTE THE CONTRACT; AND PROVIDING
AN EFFECTIVE DATE
WHEREAS, the City and Consultant have entered into an agreement such that the
Consultant is to provide the following services: AN ENGINEERING SERVICES CONTRACT
FOR PHASE IIIC RESIDENTIAL STREET RECONSTRUCTION; and
WHEREAS, the City has determined that it is in the best interest of the City to enter into
the Contract with HALFF ASSOCIATES, which is attached hereto and incorporated herein by
reference as Exhibit "A," under the terms and conditions provided therein.
WHEREAS, with this Contract the City of The Colony is agreeing to pay the sum not to
exceed $109,000.00 for such work.
THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
THE COLONY, TEXAS THAT:
Section 1. The Engineering Services Contract, which is attached and incorporated hereto as
Exhibit "A", having been reviewed by the City Council of the City of The Colony, Texas, and found
to be acceptable and in the best interest of the City and its citizens, be, and the same is hereby, in all
things approved in the amount of $99,250.00 as the base amount, plus a $9,750.00 contingency
amount for a total not to exceed $109,000.00, and the City Manager is hereby authorized to execute
the Contract on behalf of the City of The Colony, Texas.
Section 2. This Resolution shall take effect immediately from and after its adoption and
it is so resolved.
PASSED, APPROVED and EFFECTIVE this 4th day of August. 2008.
APPROVED AS TO
.') :w .k- <'
Ei
Lj/\~-u ~~
Chnstie Wilson, City Secretary
63918
EXHIBIT" A"
SCOPE OF WORK
for
Construction Plans, Specifications and Estimates
Phase mc Street Reconstruction
in
THE COLONY
1. Description:
The project will involve the reconstruction of two (2) streets. They are as
follows:
Aztec Drive - Blair Oaks Dr. to Clover Valley Dr.
Branch Hollow Drive - Arbor Glen to South Colony Blvd.
Streets will be reconstructed to the same width as existing and with 6-inch
thick reinforced concrete paving. Sidewalks and driveway returns within street
rights-of-way will be constructed as well. Also included are drainage
improvements and water and sanitary sewer lines within street right-of-way.
Improvements are described in the report entitled "Preliminary Design Report
Phase III Street Reconstruction Projects" prepared by Halff Associates and
dated August 14, 2003.
2. Work Plan:
A. Surveying: The Consultant shall provide surveying services, which, in
general, may be defined as normal services applicable to a project of
this type. The following particulars will also apply.
(1) Vertical benchmarks shall be established such that all points of
construction shall be within 500 feet of a benchmark. Benchmarks
should not be subject to loss during construction. Fire hydrants and
similar appurtenances are not to be used for benchmarks. The City
will furnish one or more benchmarks for this Project. The surveyor
shall establish temporary benchmarks throughout the length of the
project.
(2) Topographic features will be surveyed along with any and all other
features needed for design, review, permitting, consJruction and
inspection of the project. Coverage will extend beyond the
proposed rights-of-way far enough to integrate the design with the
adjacent properties.
(3) Existing property corners, iron pins, etc. shall be tied into
established existing rights-of-way. Prior to surveying on private
A-1
property, the surveyor shall secure written oral permission from the
property owners and/or tenant. If permission cannot be obtained,
the City will assist or other arrangements worked out.
B. Construction Plans: The Consultant shall develop construction plans
for review, permitting, bidding, construction, iospection and record
keeping. In general, construction plans shall be consistent with normal
practice for projects of this nature. The following particulars will also
apply. The construction plans will consist of numerous sheets ordered
as follows:
(1) Title Sheet - (Sheet No.1). The title sheet shall include a location
map. It shall also include a sheet index with drawings numbered
consecutively and without subscripts. Additionally, the title sheet
shall show the project name (Phase IIIC Street Reconstruction
Project), project number, date, City logo, Consultant's name,
address, and telephone number and other items as may be
specified.
(2) Project Layout Sheet(s). The project layout sheet(s) will be drawn
to a scale of 1" = 1 00' and laid out with the north arrow up or to the
right. The purpose of the project layout is to depict the project in a
simplified view. Major items of work will be shown without
excessive detail. This sheet(s) will include a listing of
abbreviations, legend, general notes, and key map.
(3) Typical Sections. Typical sections shall be drawn to scales of
1" = 5' hand 1" = 2' v and shall depict a view looking north or east.
As a minimum, typical sections will be drawn showing the
relationship of the proposed street and existing and proposed
improvements. Typical sections will include existing roadways,
utilities, right-of-way lines, etc., along with all proposed utility and
highway improvements and will depict all significant items of work.
(4) Plan and Profile Sheets. Plan-profile sheets will be arranged from
south to north and from west to east, with the north arrow up or to
the right on the sheet. Plan-profile sheets will be drawn to scales
of no larger than 1" = 20' hand 1" = 4' v. Stationing will be from
south to north or west to east with the beginning station being set
at approximately 0+00. Each plan-profile sheet will include no
more than 500 feet of street; thus, leaving ample margins both left
and right. The plan and. profile station will align vertically on the
sheet with the proposed centerline drawn parallel to the profile
grid. When there is a centerline curvature, the plan-profile should
be drawn so that as much of the plan view is in alignment as
possible. Plan-profile sheets shall depict all existing and proposed
items pertinent to the project.
A-2
(5) Detail Sheets. The City's standard drawings will be used as a
beginning point in developing standard details for this project.
They will be reviewed and modified for this project. Where other
agency standards are used, they shall be reduced as necessary to
fit on the City's standard sheet format with complete title block.
(6) Miscellaneous. Construction plans will also address erosion
control, traffic control (including detours, road closures, signing,
barricading, etc.) and all other improvements.
(7) Cross Sections. Cross sections shall be drawn to scales of 1" = 1 0'
hand 1" = 5' v on sheets of 1" grids Hand V. They shall be
arranged from bottom to top of the sheet looking up station and
shall show existing and proposed features and improvements.
Generally, no more than twelve (12) sections per sheet are to be
plotted. Each section should extend beyond the easement and
rights-of-way a sufficient distance to clearly show the relationship
between the proposed improvements and the existing properties.
Full sections will be drawn at critical locations, such as steep
driveways, and at maximum spacings of 200 feet.
(8) Review Plans. Preliminary plans shall then be prepared and
submitted at the 60% milestone. Final plans shall be prepared and
submitted at the 100% milestone. Also, the Consultant may submit
plan sheets or working drawings to the City for review and
comment to reduce the number of revisions that otherwise would
be required. During development of the plans, the Consultant shall
attend meetings as needed. The Consultant shall, in company with
the City, perform at least one plans-in-hand review.
(9) Desiqn. The design of the project shall be in general accordance
with the City of The Colony ordinances, standard details, and good
engineering practices. During the design phase, the Consultant
shall contact various utility companies and obtain information
relating to existing utility lines. The design should avoid major
utility relocations, where practical. When required, proposed
relocations or replacements will be shown in plan and profile.
(10) Prints. The Consultant shall provide prints of construction plans for
review and permitting. Five sets of plans will be submitted to the
City for each review stage. The Consultant wi" provide utility
companies with copies of 60% plans for review. The. Engineer will
run thirty-five (35) sets of half-size prints for bidding and
construction. The Consultant will also provide the City PDF files of
the bid documents to be posted to RFP Depot
A-3
(11 )General. Construction plans shall be furnished full size and half-
size. Full size construction plans shall be on 4 mil, double matt,
mylar sheets measuring 22" x 34" overall dimensions. The City's
standard format shall be used. All prints shall be furnished on
22" x 34" sheets. Construction plans shall be suitable for half-scale
reduction and shall be provided as follows: one set of 11" x 17"
paper originals drawn by laser plotter.
C. Specifications: The Consultant shall prepare a project manual and
technical specifications required for bidding and constructing the
project. The project manual will be provided in the City's standard
format. Only specifications amending or supplementing COG
specifications need be furnished. Project manual, specifications, bid
items and quantities shall be furnished on hard copy and by electronic
file.
D. Estimates: Estimates of probable cost will be developed at each
milestone submittal.
E. Public Meetings: The Consultant shall attend up to three public
meetings for this project. The Consultant shall prepare exhibits for the
meeting and assist the City in making the presentation. Halff will
answer questions and prepare minutes. The City will provide the
meeting place and handle citizen notifications.
F. Bidding, Construction, Closure:
(1) Bidding - During the bidding phase, the Consultant will prepare bid
documents and assist the City in advertising of the project for bids.
The consultant will address technical questions and prepare
addenda and issue to the bidders. The Consultant shall attend a
pre-bid meeting, if required, and prepare minutes. The Consultant
will tabulate bids and make recommendation for award of contract.
(2) Construction - The Consultant will prepare an agenda, attend the
pre-construction meeting and prepare minutes of the meeting. The
Consultant's design engineer and/or project manager shall visit the
site at least once per calendar month to evaluate the general
progress of the construction. Monthly reports shall be prepared and
forwarded to the City outlining any deviations noted from the
requirements of the contract documents. The Consultant will not be
responsible for the contractor's work, nor shall the Consultant be
required to perform inspection services. The Consultant shall assist
the City in the preparation of field changes and/or change orders
that may become necessary for the orderly completion of the
project. The Consultant shall assist the City in performing a final
walk-through inspection and prepare a written "final punch list".
A-4
(3) Closure - The Consultant shall prepare "record" plans,
incorporating all changes and known variations to provide the City the
best possible set of record drawings. The final record drawings shall be
furnished on mylar, of the same specification as provided for in the
Agreement and on CD. The Consultant will also submit a GIS
shapefile created in the NAD 1983 StatePlane Texas North Central
FIPS 4202, US Survey Feet coordinate system.
G. Permitting. The Consultant shall prepare applications to the Texas
Department of Licensing and Review (TDLR) for code review of
sidewalks and ramps. After construction the consultant shall notify
TDLR of completion date. Consultant shall address any questions or
issues by TDLR as a result of review and inspection. TDLR review and
inspection fees shall be paid by the City.
H. Geotechnical Investigation. The Consultant will subcontract with
CMJ Engineering to provide sub-surface investigations in the form of
boring logs. Borings shall be of sufficient depth and spacing to provide
general information needed for the design and construction of the
project.
I. Miscellaneous. Miscellaneous services not provided for herein and
not generally associated with a project of this type will be paid for
under an amendment to this Agreement and for an additional fee.
3. Schedule:
A. Completion of design surveys and geotechnical investigation: 60
calendar days from date of written authorization to begin work.
B. Completion/furnishing 60% preliminary plans, specifications, bid
quantities, and construction cost estimate: 120 calendar days from
date of written authorization to begin.
C. Completion/furnishing 100% final plans, specifications, bid quantities,
and construction cost estimate: 180 calendar days from date of written
authorization, excluding City and State review times.
D. Bidding services: 60 calendar days from approval of final plans.
E. Construction services: In accordance with construction schedule
(estimated to be 210 calendar days total).
F. Closure: 60 calendar days from the date of construction completion.
A-5
EXHIBIT "B"
COMPENSATION
for
Construction Plans, Specifications and Estimates
Phase mc Street Reconstruction
in
THE COLONY
Exhibit "B" defines the basis of compensation to the Consultant for the services
rendered.
A. Basic Fee Services - The basic fee for the services as described in
Exhibit "A" will be $67,200 which includes printing, direct costs and
computer charges normally associated with production of these services
and reproduction of up to fifteen (15) sets of plans for review purposes.
The basis of compensation for Basic Fee services shall be as follows:
1. $34,440 for Phase I - Preliminary Design Phase (60% submittal)
2. $22,960 for Phase 11- Final Design Phase (100% submittal)
3. $9,800 for Phase 1'1 - Bidding and Construction Phase Services
Items (1) through (3) will be billed lump sum upon submittal of the plans
included in the design tasks and in accordance with the billing schedule in
Item C. below.
B. Special Services - Special Services will be paid for lump sum. The
following table summarizes special services fees.
TASK DESCRIPTION FEE
1. Design Surveys $14,600
2. Geotechnical'nvestigation $8,700
3. TDLR Permitting and Filing Fees* $500
4. TDLR Inspection and Filing Fees* $400
5. Printing of Plans and Specifications $3,350
6. Public Meetings $4,500
TOTAL SPECIAL SERVICES $32,050
B-1
c. Billing Schedule - Services will be billed at four project milestones and in
accordance with the following schedule:
1. A lump sum of $23,300 upon completion of design surveys and
geotechnical investigation (Items B.1 and B.2)
2. A lump sum of $34,440 upon submittal of preliminary plans (Item A.1)
3. A lump sum of $22,960 upon submittal of final plans (Item A.2)
4. A lump sum of $1,500 upon completion of each public meeting for a
total of $4,500 (Item B.6)
5. A lump sum of $4,250 upon receipt of bids for the construction package
(Items B.3, BA, and B.5)
6. A lump sum of $2,450 upon completion of 25%, 50%, 75%, and 100%
of construction for a total of $9,800 (items A.3 and BA).
The total maximum fee for all services is $99,250.
* A TDLR Permit will only be required if the value or pedestrian
elements exceed $50,000.
B-2
City of The Colony
Phase IIIC Street Reconstruction Project. Branch Hollow Dr. & Aztec Dr.
Halff Associates AVO 1008.07.5107
7120/2008
PrOject Eng IV Civil Eng II Civil Surveyor, Survey Survey Survey GIS CADD Clerical Total Total O/H Subtotal Total
Task
M eneaer RPLS Crew PC Crew 1M Technician S eciahst
Task 1 . Field InvnUgatlon
Topographic Survey (for Design) 20 20 6.0 60.0 60.0 20,0 600 60 216.0 $4,487,76 $10,066.05 $14,55381 $14,60000
Geolechnicalln....ssligalan (CMJ) $8,700,00
SUBTOTAL. Task 1 2.0 2.0 6.0 60.0 60.0 20,0 60.0 60 2160 $4,487,76 $10.066.05 $14.553.81 $23.300,00
Task 2 . Civil Englne.rlng Servic..
Preliminary Design (60% Subntitts/)
Paving Plan and Profile 60 40,0 40,0 350 22.0 143.0 $395559 $8.872 39 $12.827.98 $1280000
Drainage Design 40 200 300 15.0 40 730 $208713 $4.68143 $8.76656 $6.80000
Utility Design 4.0 20.0 300 150 40 730 $2.08713 $4,68143 $6.766.56 $6.80000
Secllons, Details, Miscelaneous Sheels 3.0 20.0 30.0 15.0 40 72.0 $2,021,83 $4.534.96 $8,556,79 $6,600,00
Sublotal Praliminary Design (60% Submittal) 17.0 100,0 130.0 80.0 340 361,0 $10,151,68 $22.77022 $32,921,90 $32.900.00
Final Des/gn (1QO% Submittal) 15.0 80.0 100,0 60.0 3.0 258,0 $7,541.66 $16,915,94 $24,457,60 $24,500,00
SUBTOTAL - Task 2 49,0 280,0 360.0 220,0 71.0 980.0 $17,693.34 $39,888.16 $57.370.50 $57,40000
Task 3. Bidding, Construction, and Closure Services
Permitting 40 2.0 60 $174,54 $391.49 $566,03 $600 00
Bidding 1.0 40 4.0 4.0 13,0 $36002 $60752 $1,167,54 $1,200,00
Construction 80 40,0 40 52.0 $1.795.28 $4,026.81 $5,62209 $5,800.00
Closure 4.0 4.0 8.0 8.0 20 26.0 $686 06 $1,543.36 $2,23144 $2,200.00
SUBTOTAL - Task 3 00 520 8.0 8.0 10,0 10.0 97,0 $3,01792 $6, 7a9. 19 $9,78711 $9,800,00
Tuk 4. Fees and Printing
11 x 17 Plans. 80 sheets x 35 sets S81O,00
Project Manual. 35 each $1,02000
22x34 Plans - 80 sheets x 7 sets $71000
22x34 Record Drawings - 1 each $810.00
Public Meetings (up to 3) 6.0 12,0 120 8.0 6.0 44,0 $1,38064 $3.09722 $4,478,06 $4,500,00
TOLR Plan Review and Filing Fee $500.00
TOLR Site InspectIon Fee $400.00
SUBTOTAL - Task 4 S8,750.00
TOTAL PROJECT 60,0 334,0 366,0 8.0 600 60.0 200 8.0 290,0 87,0 1293,0 $25,199.02 $56,521,40 $81,720.42 $99.250.00
(1)
(2)
1'\ 1 008-07\51 Q7\Pha6e IlIC\Admin\Excel\200S\Phase IlfC Proposal.xls
HALFF ASSOCIATE, INC
4000 fossil Creek Boulevard
Fort Worth, Teus 76137
{817j847.1422
ESTIMATE OF PROBABLE COST
CLIENT: City of The Colony
PROJECT: PhaS8 III Street ReC'm'lstruction Projects
AVO - 5107
PREPARED BY Jerry F Roberts, P.E
FILE c8_030725.xI5
Unll Pf;C"~ adJus.le<J' June 9. 2006
Mobilization lS $10.00000 1 $10,000,00 1 $10.00000
jPrepare Ri9ht.of.Way ISTAI $1.30000 I 124 $1612000 142 $1846000
1 Furnishing /l; Installing BarrICades IlS I $5,00000 I 1 $5,00000 1 15.00000
1 Sawcut & Remove Reinforced Concrete Pavement /l; Ftatwork I Sy I $775 I 5236 $40579.00 5544 $42.96514
I Construct 6"" Thick Lime Treated Subgrade I Sy I $250 I 3996 $9.988 89 4576 $1143889
1 Furnish Lime (271bs per SY) I TONi $96,00 I 54 $5.17824 62 $5.92992
1 Construct 6" Thick, 4.000 PSI Reinlorced COnGrete Pavement I Sy I $29,25 I 3720 $108,81000 4260 $124,60500
1 Construct 5" Thick, 4.000 PSI Reinforced Cone For Sidewalks I SF I $3,60 I 9920 $35.71200 11360 $40,896 00
1 Construct Accessible Ramp I EA I $97500 I 6 $5,650.00 2 $1.950,00
I Construct 6" Thick. 4.000 PSI Reinforced Cone For Driveways. I SF I $5.00 I 2944 $14,720.00 0 $0,00
I Construd 6" Thick. 4.000 PSI Reinforced Cone For Atleys I SF I $5,00 I 780 $3,90000 195 $975,00
I Furnishing 8. Installing 6" Water Line. AWWA C900 PVC IlF I $36 75 I 0 $000 0 $000
!Furnishing 8. Installing a" Water Line. AWWA eooO pve IlFI $4175 I 1225 $51.143.75 1460 $60.955.00
I Furnishing 8. Installing 10~ Water Une, AWoIIIA C900 pve IlF I $55.00 I 0 $000 0 $000
I Furnishiny 8. InstaUing 12"" Wale, line. AWWA COOO pve IlF I $58,50 I 0 $0,00 0 $0.00
I Furnishing 8. Installing 14~ Water Line. AWWA C-303 ReCp IlF I $6175 I 0 $000 0 $0.00
1 Connect to E}(isling 6~ Waler une lEAl $1.500.00 I 0 $0.00 0 $000
I Conr-.eclto E}(is!ing 8" Walel Line I EA I $1.50000 I 4 $6,00000 2 $3,00000
IConnecllo E}(isling 10"" Water line I EA I $2.000.00 I 0 $000 0 $0.00
I Connect 10 E}(lsting 12" Water Line I EA I $2,00000 I 0 $000 0 $0.00
I Connect to Existing 14" Water Line I EA I $2,10000 I 0 $0.00 0 $000
IFurnishlng and Installing 6" Gate Valve tnctd. 80x and Lid I EA 1 $895 00 I 0 $000 0 $000
I Furnishing and Installing a" Gate Valve incld. Box and lId I EA I $955.00 I 5 $4,77500 4 $3.820.00
IFurnishing and Installing 10" Gate Valve incld. Box and lid I EA I $1,195.00 I 0 $000 0 $000
IFurnishing and Installing 12" Gate Valve ineld. Box and lid lEAl $1.60000 I 0 $000 0 $000
I Furnishing and Installing 14"" Gate Valve incld. Box and lid I EA I $1.790 00 I 0 $000 0 $000
IRemove and Salvage EKisling Fire Hydrant I EA I $470.00 I 2 $940.00 $940.00
IRemove and Salvage EJc.isting Valva I EA I $355 00 I 4 $1.420,00 4 $1,<120.00
IFurnishing and Inslalling Fife Hydranl Assembly I EA I $2,860.00 I 3 $a,5ao.oo 4 $11,44000
1 Remove 8. Replace 1" Double Waler Service I EA I $35000 I 8 $2.80000 22 $7,70000
IRemove 8. Replace Meter 8. Meter Box I EA I $5000 I 15 $75000 44 $2,20000
IFurnishing and Inslalling Sheeting. Shoring, and BraCIng for Water Lines I I I
Irequired by OSHA IlF I $100 I 1225 $1.225.00 1460 $1,46000
118" Class tll RCP Storm Drain IlF I $62.00 I 10 $620 00 0 $000
124" Class III RCP Storm Drain IlF I $77.00 I 0 $000 0 $000
127' Class HI RCP Storm Drain IlF I $8800 I 340 $29920.00 0 $0.00
130" Class III RCP Storm Drain IlF I $96 00 I 0 $000 0 $000
136~ Class 111 RCP StOlm Drain IlF I $121.00 I 0 $000 0 $000
142"" Class 111 RCP Slolm Drain IlFI $15800 I 0 $000 $0.00
148" Class tll RCP Storm Drain IlFI $19500 I 0 $000 $000
154' Class tll RCP Storm Drain IlFI $24000 I 0 $000 $000
1 Remove Storm Drain Pipe IlF I $1500 I 350 $5.25000 $000
I Remove ConGrele Headw-aH I EA I $500.00 I 0 $0.00 $0.00
I Remove Existing Curb Inlet I EA I $1.00000 I 2 $2.000.00 $0.00
jConstruct10' Standard Curb Inlet 1 EA I $2.87000 I 2 $5.74000 $0.00
1 Construct 4'x4' Square Storm Drain Manhole EA I $3.25000 I 0 $0.00 $0,00
I Construct 5'x5' Square Slorm Drain Manhole EA I $4.300.00 I 0 $0.00 $000
1 Furnishing and Installing Sheeting, Shoring, and BraCing for Storm Drain I I
I Lines required by OSHA IF I $1,00 I 350 $350.00 0 $000
16" Sanitary $ewel Pipe (all depths), SDR 35 PVC IF I $4e,00 I 0 $0.00 0 $0.00
Ie" Sanitary Sewer Pipe (all depths), $OR 35 PVC IF I $50.00 I 0 $0,00 >285 $64,250.00
110"" Sanitary Se.....e' Pipe (aU depths), SOR 35 PVC IF I $5800 1385 $80.330.00 0 $0.00
115" Sanitary Sewer Pipe (all depths). SOR 35 PVC IF 1 $6500 0 $000 0 $000
I Furnishing and Installing Sheeting, Shoring. and Bracing for Sanitary I
I Sewer lines required by OSHA lFI $1.00 1285 $1,26500
I Pre-Construction Television Inspection of Sanitary $ewer Pipe lFI $350 1285 $4,<19750
Post-Construction Television tnspection of Sanitary Sewer Pipe IF I $150 >285 $1,92750
IStd. 4' Diameter Sanitary Sewer Manhole EA I $2,00000 3 $6,00000
Itnstatl 6" Sanitary Sewer Cleanout EAI $625 00 0 $0.00
Ilnstall 8- Sanitary Sewer Cleanout EAI $625 00 1 $625.00
I Vacuum Testing of Sanitary Sewer Manholes EA I $200 00 .1 $600.00
I Grout for Sanitary Sewer Abandonment IlFI $4 00 1285 $5,14000
IPlug and Abandon 8isting Sanitary Sewer Main I EA I $50000 1 $500.00
I Remove EXlsling Sanitary Sewer Cleanout I EA I $30000 1 $300.00
I Remove Exisling Sanitary Sewer Manhole lEAl $85000 1 $850.00
I Abandon Existing Sanitary Sewer Manhole I EA I $50000 1 $500 00
IFurnisl1 and Install 4" Sanitary Sewer ServICe line I EA I $1.08000 44 $47,52000
1 Furnisll and Install 4- Two-way C1eanout lEAl $500 00 44 $2200000
I Install 100 Wall Stleell~ht wi 12' Pole and Foundation lEAl $300000 5 $1500000
IlnstaH 150 Wall Slreet Light w/l2' Pole and Foundation lEAl $3,00000 0 $000
I Remove and ReinSlall Community Ma~ Boxes lEAl $50000 3 $1.50000
ISlock Sodding. Including 4" of Topso~ I Syl $820 2367 $19,40667
ErOSIOn Conlrol lS $2.50000 $2,500,00
$54,955.66
Notes StrickJand Avenue eKtends Irom easl 01 Main Street to Blair Oaks Boulevard S604,512.28
Strickland Avenu~ extends from Blair Oaks Boulevard to John Yales $90,676_84
Clover Valley Drrve exlends from Blair Oaks Boulevard to Bartlett Place $695,189.12
Clover Valley Oriv~ extends from South Colony Boulevard to Arbor Glen Road $595,060.00
1011