Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
4. Approval of Utility Construction Agreement with MDT
City of Kalispell Post Office Box 1997 - Kalispell, Montana 59903-1997 • Telephone (406) 758-7700 • FAX (406) 758-7758 REPORT TO: Mayor and City Council FROM: Jim Hansz, Director of Public Works SUBJECT: Utility Construction Agreement with MDT MEETING DATE: March 20, 2000 BACKGROUND: The current Downtown Urban Renewal TIF District budget includes funding of $650,000.00 for a reconstruction of First Avenue East from Sixth Street East to Twelfth Street East. After the completion of the budget it was learned that this portion of First Avenue East is planned as a detour during the reconstruction of US 93 South. Because of this it was decided that reconstruction of First Avenue East should be delayed until after the US 93 work. In place of this project staff accelerated the replacement of the City's 18-inch diameter water transmission main in Main Street. This project will take place in conjunction with MDT's reconstruction of Main Street from Washington to Center. Attached is a utility agreement that formalizes the inclusion of the City project with the MDT project and sets out the cost of the work. We have reviewed this agreement and found it to be standard in form. RECOMMENDATION: Continue the Main Street water main replacement project by authorizing the City Manager to sign the utility agreement between MDT and the City. FISCAL EFFECTS: Expenditure of Downtown Urban Renewal TIF District funds totaling approximately $536,203.04. In addition, approximately $20,000.00 will be spent to provide construction inspection for the project. The total expenditure will be approximately $556,000.00. ALTERNATIVES: As suggested by the City Council leer Attachment: Utility Agreement Chris A. Kukulski City Manager Report compiled March 14, 2000 Montana Department 2701 Prospect Avenue of Transportation PO Box 201001 = Helena MT 59620-1001 March 9, 2000 Richard Amerman :Assistant City Engineer City of Kalispell 312 First Ave. East P.O. Box 1997 Kalispell, MT 59903-1997 Subject: NH 5-3(50)112 F (1502] Kalispell - Main Street Ref: 65-REF Marc ,Rac r o _. Attached are two copies of our utility agreement covering the changes of your water line facilities as required on 'subject project. ,Please have both copies properly completed, signed and returned to this office for further handling. you should have any questions, please call (406)444-6080. Hobert E. Fischer Supervisor -Utility Section REF: kap Attachments cc: District Administrator - Missoula Engineering Officer, Utility Section - Helena An Equal Opportunity Employer STATE OF MONTANA DEPARTMENT OF TRANSPORTATION UTILITIES AGREEMENT This Agreement, entered into this day of 20 between the STATE OF MONTANA, acting through its Department of Transportation, hereinafter called the "STATE", and the City of Kalispell, owner of the utility, hereinafter called the "OWNER". WITNESSETH: WHEREAS, the STATE proposes to construct a public highway to be known as NH 5-3(50)112 F [1502] in Flathead County, State of Montana and designated as Highway Project Kalispell - Main Street, as shown on plans submitted to OWNER, and WHEREAS, said public highway is to be constructed over and near the present highway right-of-way known as Kalispell - Main Street, where certain water facilities under the jurisdiction of OWNER are to be replaced with the construction of the public highway, as shown by "Exhibit A" and WHEREAS, STATE AND OWNER agree that it is necessary and in the public interest of all parties that some of the existing facilities be adjusted, repaired, replaced and relocated, and WHEREAS, STATE AND OWNER agree that the construction of the public highway and all of the work, including adjustment, replacement, repair and relocation of certain existing water facilities be included in the contract entered into by STATE and a private highway contractor, and that the manner of performing the -1- construction referred to in this Agreement is in the best interest of the STATE and OWNER. NOW THEREFORE, in consideration of the mutual obligations contained herein, STATE and OWNER AGREE: 1. STATE will let a project for the construction of said public highway including the work covered in this Agreement as shown by "Exhibit A." 2. Pursuant to the authority granted to OWNER by the laws of Montana, OWNER grants to STATE the authority to adjust, replace, repair and relocate those facilities under the jurisdiction of OWNER which presently occupy part of the proposed right-of-way, as shown by "Exhibit A." 3. All construction performed pursuant to this Agreement shall be done in accordance with the then current Standard Specifications for Road and Bridge Construction, Montana Public Works Standard Specifications and the Plans, Specifications and Special Provisions of said construction or improvements for the project prepared by OWNER, all of which are by this reference incorporated and made a part of this Agreement. 4. The adjustments to the facilities referred to in this Agreement cover only that segment of the water system of OWNER directly affected by the construction of said public highway and STATE and OWNER will determine which adjustments to facilities of OWNER are necessary; and the STATE shall construct the most economical type of facilities in the new location that will meet -2- the same service requirements of the old facilities in the old location. 5. The OWNER will stake and inspect the installation of the new water line. The STATE'S contractor will chlorinate and pressure test the new water line. The OWNER will pay the STATE for the actual cost of work accomplished on the OWNER'S water line based on contract bid prices. An additional 8% will be applied to the billing of construction costs to cover the cost of Traffic Control and an additional 8% to cover the cost of Mobilization. 6. The total estimated cost of the adjustments at this time is $462,244.00 Proportionate participation is: STATE $0.00 0(%) and OWNER $462,244.00 100(%) and an additional $36,979.52 (8%) charge for Traffic Control and an additional $36,979.52 (8%) for Mobilization. The total estimated cost to OWNER is $536,203.04. A copy of a cost estimate and plans indicating plant adjustments are hereby attached as "Exhibit A" and made a part of this Agreement. The STATE'S obligation under this Agreement shall be in accordance with all applicable State and Federal laws in existence on the date of execution of this Agreement. 7. By State Statute, STATE will not reimburse OWNER for engineering costs for designing, locating, staking, inspecting or any other incidental costs for engineering. 8. The adjustments agreed to in Item No. 6 above are based on the STATE paying 0% of relocation costs, excepting betterments, if any, where facilities occupy public road or street -3- rights -of -way. OWNER'S share 100% to be billed by the STATE and paid by the OWNER in accordance with the STATE's Accounting Bureau billing procedure. The billing by the STATE'S Accounting Bureau will be for the OWNER'S share of actual construction cost based on actual bills as furnished by the contractor for all water line project work including the 8% charge Traffic Control and 8% charge for Mobilization. 9. The award of the contract including the highway construction and OWNER water line relocation will be based on the successful bidder of the combined contract, as determined and accepted by STATE. 10. That, OWNER agrees to cooperate fully with the STATE in all aspects of the work contemplated by this Agreement. 11. OWNER acknowledges that it has reviewed the plans for the proposed construction of the facilities covered by this Agreement. 12. STATE and OWNER agree that when the construction encompassed by this Agreement is completed and accepted by STATE and concurred in by OWNER all responsibility of STATE ceases. 13. That cost records of the OWNER pertaining to this project will be subject to inspection at any time by represen- tatives of the STATE, including the legislative auditor and fiscal analyst, and the Federal Highway Administration. Such records must be retained for a period of not less than three years from the date of final payment. 14. Inspection for all phases of work on OWNER facility will be provided by OWNER. Contact, questions, or discussions about contractor work will be directed to the STATE Project Manager. No direct contact shall occur between OWNER and Contractor. 15. This Agreement is subject to the terms and provisions of Volume 23 Code of Federal Regulations, Part 645, Subpart A and B, and subsequent amendments, Title 48 Code of Federal Regulations in existence on the date of execution of this Agreement, and said Code of Federal Regulations are hereby incorporated in and made a part of this Agreement by reference to the extent that is applicable to this Agreement and not inconsistent therewith. 16. DISCRIMINATION If the OWNER enters into a contract or agreement with a contractor to perform any of the work which the OWNER is required to perform under the terms of this agreement, the OWNER, for itself, its assigns, and successors in interest, agrees that it will not discriminate in the choice of contractors and will include all the nondiscrimination provisions set forth in Exhibit "B" attached hereto and made a part hereof, in any such contract or agreement. -5- IN WITNESS WHEREOF, the parties have caused this Agreement to be executed the day and year first above written. CITY OF KALISPELL STATE OF MONTANA DEPARTMENT OF TRANSPORTATION Authorized Signature Approved for Legal Content by MDT Chief Legal Counsel Date: June 12, 1997 REF:WFS:kap EXHIBIT "B" NONDISCRIMINATION CLAUSES During the performance of this contract, the contractor, for itself, its assigns and successors in interest (hereinafter referred to as the "contractor"), agrees as follows: (1) Compliance with Regulations: The contractor will comply with the Regulations of the Department of Transportation relative to nondiscrimination in federally assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations, Parts 21 and 27, hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The contractor, with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of handicap, race, color or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor will not participate, either directly or indirectly, in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix "A", "B", and "C" of Part 21 of the Regulations. (3) Solicitations for Subcontractors, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of handicap, race, color or national origin. (4) Information and Reports: The contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Montana Department of Transportation or the Federal Highway Administration to be pertinent to ascertain compliance with such Regu- lations, orders and instructions. Where any information -7- required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor will so certify to the Montana Department of Transportation or the Federal Highway Administration, as appropriate, and will set forth what efforts it has made to obtain the information. (5) Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Montana Department of Transportation will impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including but not limited to: (a) withholding of payments to the contractor under the contract until the contract complies, and/or (b) cancellation, termination or suspension of the contract, in whole or in part. (6) Incorporation of Provisions: The contractor will include the provisions of paragraph (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, order, or instructions issued pursuant thereto. The contractor will take such action with respect to any subcontract or Department of Transportation Administration may direct as provisions, including sancti Provided, however, that in becomes involved in or is t with a subcontractor or supp direction, the contractor may into such litigation to prot procurement as the Montana or the Federal Highway a means of enforcing such ons for noncompliance: the event a contractor hreatened with litigation Lier as a result of such request the State to enter ect the interests of the State, and in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Montana Department of Transportation Preliminary Estimate 'roject Title: Kalispell - Main Street Prepared by: Morrison-Maierle, Inc. :1rcject Number. CM -NH 5-3(51)112 F Date March 6, 2000 "roject Length: Location: Des. Super. Approval: Type of Work: project Cont. Number: D.A. Approval.. - Page t of t 203220000 2370 SPECIAL BORROW M3 $3.10 $7,347.001 $7,3 77.00 207200000 4500 EXCAVATION -TRENCH M3 $4.30 $19,350.00 $19,350.00 207300200 205 BEDDING MATERIAL - TYPE 2 M3 $27.50 $5, 638.00 $5, 638.00 207400100 2020 NON -SHRINK BACKFILL M3 $45.00 $90,900.001 $90,900.00 401020000 242 PLANT MIX BIT SURF GR B MT $40.00 $9, 680.00 $9, 680.00 401200000 3 HYDRATED LIME MT $97.26 $292.00 $29P.00 402092000 14.5 ASPHALT CEMENT PG 64-22 MT $145.00 $2,103.00, $2,103.00 601011190 14 WATER SERVICE 19 MM EACH $500.00 $7, 000.00 $7, 000. 00 601011250 20 WATER SERVICE 25 MM EACH $500.00 $10,000.00 $10,000.00 601011380 2 WATER SERVICE 38 MM EACH $650.00 $1,300.00 $1,300.00 . 601011510 5 WATER SERVICE 50 MM EACH $750.00 $3, 750.00 $3, 750.00 601011750 1 WATER SERVICE 75 MM EACH $1,000.00 $1,000.00 $1,000.00 601300000 13 FIRE HYDRANT EACH $3, 000.00 $39, 000.00 $39, 000.00 601500000 6 CONNECT TO EXISTING WATER MAIN EACH $1,000.00 $6,000.00 $6,000.00 603610200 15 PIPE-PV CHLORIDE 200 MM M $210.00 $3,150.00 $3,150.00 603610250 660 PIPE-PV CHLORIDE 250 MM M $56.00 $36,960.00 $36,960.00 603610500 780 PIPE-PV CHLORIDE 500 MM M $150.00 $117,000.00 $117,000.00 603711000 6990 DUCTILE IRON FITTING KG $5.83 $40,752.00 $40,752.00 603815090 15 STEEL CASING 900 MM X 9.5 MM M $280.00 $4, 200.00 $4, 200.00 603817000 15 SPECIAL INSTALLATION OF PIPE M $930.00 $13,950.00 $13,950.00 603901500 1 150 MM GATE VALVE EACH $500.00 $500.00 $500.00 603902000 3 200 MM GATE VALVE EACH $650.00 $1,950,00 $1,950.00 603902512 11 250 MM GATE VALVE EACH $850.00 $9,350.00 $9,350.00 603903000 1 300 MM GATE VALVE EACH $1,050.00 $1.050.00 $1,050.00 603903450 1 450 MM GATE VALVE EACH $5,000.00 $5.000.00 $5,000.00 603903500 7 500 MM GATE VALVE EACH $3,000.00 $21,000.00 $21,000.00 608100000 60 SIDEWALK -CONCRETE 100 MM M2 $37.32 $2,239.00 $2,239.00 609000000 39 CURB & UTTER N RETE M 7753. 33 $1,783.00 $1,783.00 Subtotal $462.244.00 $462,244.00 8% Mobilization $36.979.52 $36,979.52 Subtotal $499,223.52 $499,223.52 8% Traffic Control �Ct ,5 0% Construction Engineering $0.00 $0.00 0% Contingency $0.00 $0.00 Total 0^ K_ FOR OK FOR SlZKi ,TYRE SI;,t ` T iNl?IA;. MITIAL t 7 r € iJTi. ;;ECTION k - p 0 9 rag too 1,, C_\. -\ N r-i a -R 53C.1 �0 3- 0, 101 LEGEND UTILITY CROSSING • INSTALL NEW WATER SERVICE CONNECTION INCLUDING CURB 1810+82.0 150 mm WATER LINE X-ING BOX AND CURB STOP. CONNECT SERVICES ON EAST SIDE OF MAIN STREET TO SOOrnm WATER MAIN AND SERVICES. ON WEST 1811+01.0 STORM DR. X-ING SIDE OF MAIN STREET TO 250mm WATER MAW. 1812+03.0 SAM. SEWER X-ING (DREPLACE EXISTING 19ffwn WTR. SERVICE CONNECTION 1812+04.8 NAT. GAS X- ING WITH NEW 25mm WTR. SERVICE. SEE SPECIAL PROVISIONS 0 1812+16.0 STORM DR. X- ING QREPLACE EXISTING 25mm WTR. SERVICE CONNECTION — WITH NEW 25mm WTR. SERVICE. SEE SPECIAL PROVISIONS 00 a ............ ... -P, J cf .......... E E MAIN STREET STATE I PROJECT NUMBER ISHEET 1. 27m COVER I MONTANAFM-NH 5-3 (51)112—f W1 0.81m COVER 3. 65m COVER G- 3 0. 64m COVER G- 4 0. 79m COVER 0. 66m COVER LT.. 1. 4m COVER RT. c\j CIO J ................ D — — — — — — — — — — — — — — NEW .25pffn wTR— I, G'WTR —(ABANDON EX. 150a WTR) G'WTR 18'WTR 18'WTR t A (45 27, a I � m)— I '--' H111 C '18, R 7- 18' WTR IS' WTR WTR LO -12* R (EX. 450mm WTR) ,_30 , 1-30 mm) D4 — — — — — — — — — — — — — — — — — — — — — — — — — — — — - NEW 500rrwn WTR----- — — — — —500mm j>t,77717 ......... . _4 �7 uj uj APPROXIMATE LOCATION t2 w ui w STORM DRAIN CROSSING. ta W 3 w w W La w w zo uj 0 .,; ui u E c E I I ; - § , v) i EWE•'. e rm r= E E I 09 0 z 0 0 6 mn Ld 0 E 00 00 In -E 0 0 0 In n :1 0.n Ic La (V in LLJ -0 'CO. La 39 tAJ !La td - w J, ev - Ln > x W, tZ4 cc > a ;OE� x x > F x x w c> u -jog X2 > �.j > > > S > z a Z M E > wuj V) tA- co > w w > Lao --1 0 0ow fF >> 0 uj La %m� V W tA -c Ld LO U3 L 0 A LA I.Owl 0 0 O.Lj W $ W) W)� V) -c --1 4 U UJ tAJ %,Stu cr cr -c _j 0: -c u 0 x x 0 ta 4. x x 0 CL _j xw cr x XEn 0 _j x cr _j -c -c is c 0 ::0 w _j -c -c z o 0 uj La 0 0 _j X XCLOO x x0_00 zcr 0 0-c � 5-- X M o 00 0 0 0 oza: 0 -c -c z 0 e S E c) M 0 -c -c 0 � 0 OZ3 E E o I E E E I z o M o I E E , E Eza: W:3w 0 -c -c 0 E -c -c �EII 9 1 E . E E E cz: W:; 010 oil- 0 E 6 0: - "00 6 ca: :; doo C4 IL kc; o � ui 0 o wo w Go 0 coo r; 0 0 C; 0 o o 0 0 0 0 ;c 0 00000 00O3 .11.n In 0 Tc 0 on v, 00000 too 'n00000- rf I , o , z 'n ZZ 0 M CL O.n 40 En (m In In U1 Ln >. x cnknu cp 0 w 0 at In 0 3. 0.noo - 0000000�_x - + In En c%1 . t%, cy N cm x ui + w% " z , " m In 0 0 > rm ZL ou 0 ul * CY C4 (%# M + fin cm cu ull cr, 0 * 5 0 - 39 39 2wz 12. .0 4 O u 2. 3m 39 vc t . . . . . . 39 -Z 2 - - - - cc ui zo w 7. LA w Go- 4*w CO-- - cu - - - 40 ujw z _zu - CO— - 0: zz z - - - - - - z z 40 F4 .......... 0 4 pz 4n. ........ .. ... 20M vc .. . 0.6,63i 901 1 el 1 i 900 zu D vq NC Tm- iDR STM. DR. 50 9a 1 al: Z zz 1%;M_ 6 Cc %0 As v. Ch a 901 11 A0. . ..... #01.39. 77- 900 0 _j STM. R. 0 TAf DR DETAIL — — I — — — — — — TP CM -NH 5-3(51) 1 12 F P-e . . .. ...... ...... ..... ..... . ........ WATER L INE DETAIL - - - ---------- SCALE 1:500 480 18 1*00 1120 440 +60 380 1812400 1 LEGEND UTILITY CROSSING O • INSTALL NEW WATER SERVICE CONNECTION INCLUDING CURB 1813+27.0 STORM DR. X-ING 0.43m COVER LT., 0.51m COVER FIT. BOX AND CURB STOP. CONNECT SERVICES ON EAST SIDE OF M 1812+04.8 NAT. GAS X-ING G-5 0.67m COVER MAIN STREET TO 500mcW WATER MAIN AND SERVICES ON WEST— G-6 0.87m COVER SIDE OF MAIN STREET TO 250mm WATER MAIN, co 1813+27.0 STORM DR. X-ING DEPTH UNKNOWN 00 QREPLACE EXISTING 19mm WTR. SERVICE CONNECTION 1814+23.0 STORM DR. MANHOLE 7m 2 RT. WITH NEW 25mm WTR. SERVICE, SEE SPECIAL PROVISIONS 1814+31.0 STORM DR. X-ING 0.74m COVER LT., 0.99m COVER RT. 4 3QNEW 50mm WTR. SERVICE CONNECTION, SEE SPECIAL PROVISIONS i sq 4QREPLACE EXISTING 38mm WTR. SERVICE CONNECTION WITH NEW 38mm, WTR. SERVICE. SEE! _$PLC IAL PROVISIONS �= SQREPLACE EXISTING 50mm WTR, SERVICE CONNECTIONJA , WITH NEW SOmm WTR. SERVICE, SEE SPECIAL PROVISIONS ,t 1Qx ull =-- --- --i- +To-------- 5 •: -- _ - -----"r .NEW-2 0m1r�"-1tTR---------t�---- -- - 6' VTR 1A UON EX. 150mm wTR) 6 "TR 6' aTR IS' VTR 18 WTR _ . 450mm WTRI (ABANDON X 18"a'R •N£w s00mm WTR— -t - ----- MAIN. S T E E T --- _ Q - U - - - - - - - .'C i l-1-- - - - - j �o- I 1 N ! NEW SOOmm WTR x I r �._ — I I 11 ABANDON Q Q(01 }t € �l, E I :t = LNG ii€IW C 0. ! ( E E Z E ic4i_n 1i; E \ z r 2. ' ;win. iwNN� ; _O >- w > r W I > > >co co >E Ec Wj N< tor �O h o w M1win O .. z .. <0 C> @ ~ � J <t��NN 1- <H-� 9 OZrrx o Z¢x o OE of 02K X EE (A of 00«E6 In Ir of E cr E E EE o o 00 00 of a 60 uio ,:0 -oocc a: <O no u 0<O N U+N + X o0 in n n +XoNN W JN n < of < M TO ; ;Z a1W O STATE I PRO.ECT NUMBER IyEET )p. WCNTANA M-NH 5-3(51))12 fj}• WATER SUMMARY QUANTITY UNIT DESCRIPTION ! REMARKS 2370 M3 SPECIAL BOR4C'•' SEE SPECIAL PGw SIONS 4500 M3 EXCAVATION- ``-NCH 205 M3 BEDDING MATE^::AL - TYPE 2 2020 M3 NON -SHRINK 3A.�-KFILL ! 242 MT PLANT MIX BIT. SURF. CR. 8 j SURFACE REPLAC_TIENT 3 MT HYDRATED LAE (SURFACE REPLACEWENT 14.5 MT JASPHALT CEtEdT PC 64-22 SURFACE REPLACEWENT 14 EACH WATER SERVICE 19 MM 20 EACH WATER SERVICE 25 MM i 2 EACH WATER SERVICE 38 MM 5 EACH WATER SERVICE 50 MM I EACH WATER SERVICE 75 WA I 13 EACH FIRE HYDRANT I INCLUDES AU%:L'�-:7 GATE VALVES AND i TAPPMG TEE 6 EACH CONNECT TO EtSTINC WATER MAIN - DISCONNECT EXSTINC MAIN (2 LOCATIONS] INCL. IN COST CF OTHER ITEMS 15 M PIPE-PV CHLCRIOE 200 WY AWWA C-900 CL 150 660 M PIPE-PV CHLORIDE 250 uA AWWA C-900 CL 150 780 M PIPE-PV CHLCRBE 500 W AWWA C-905 CL 165 6990 KG DUCTILE IRON =ITTINCS SEE TABLE 15 M STEEL CASING SOO MM X 9.5 Wv SEE SPECIAL PROVISIONS IS m SPECIAL INSTALLATION OF PIPE SEE SPECIAL PROVISIONS I EACH 150 MI GATE VALVE 14CLUDES VALVE BOX 3 EACH 200 Ml GATE VALVE INCLUDES VALVE BOX 11 EACH 250 MI GATE VALVE INCLUDES VALVE 50X I EACH 300 MI GATE VALVE INCLUDES VALVE BOX 6 TAPPING TEE I EACH 450 MIA GATE VALVE INCLUDES VALVE 30X 6 TAPPING TEE 7 EACH 500 JAM GATE VALVE INCLUDES VALVE BOX 60 1 M2 SIDEWALK-CONC_SETE 100 MM SEE SPECIAL PRCVISIONS 39 M CURB 6 CUTTER -CONCRETE SEE SPECIAL PROVISIONS € I E j 1 900 ass 898 900 -- -- -.---- -- �_. _ DETAIL CM -NH 5-3 (51) 1 12 F _- WATER L INE DETAIL I __ _ SCALE = 1 r 500 0 LEGEND UTILITY CROSSING • INSTALL NEW WATER SERVICE CONNECTION INCLUDING CURB 1815+35.4 300 nwn WATER LINE X-ING 1. SOm COVER BOX AND CURB STOP. CONNECT SERVICES ON EAST SIDE OF MAIN STREET TO 500mm WATER MAIN AND SERVICES ON WEST Ln 1815+37. 4 STORM DR. MANHOLE - 7. 72m RT. SIDE OF MAIN STREET TO 250mm WATER MAIN. — 1814+42.0 STORM OR. X-ING 0.52m COVER LT., 0.64m COVER RT. (DREPLACE EXISTING 38mm WTR. SERVICE CONNECTION CO WITH NEW 18 WTR crovlCr crc cperu pon—Inuc — 00 1816+62.2 — STORM OR. X-ING 8.6m LT. DEPTH UNKNOWN mm ©REPLACE EXISTING 75mm WTR. SERVICE CONNECTION WITH NEW 75mm WTR. SERVICE, SEE SPECLAJ_ PROVISIONS REPLACE ExiSTWGI 9mm WTR. SERVICE CONNECTION WITH NEW 19mm WTR. SERVICi, SEE' SPECIAL PROVISIONS (j- 0 ......... . T — — — — — - — — — — — — — — — NEW 250mm WTR — — — — — — — — — — ------ — — — — — (ABANDON Ex. i5offirn -WTR) (ABANOCIN Ex. 450mm WTR) ................ .... 7, M A IN T RE E T r ---NEW 500ffwn WTR--- cj — — — — — — — — — NEW 500mm WTR-- 7 . . . . .......... . . . ........... . 7 D7 _(D 70 7 A \-ABANDON — — --- — — — — — — — — — — I - - - - - - - - - - - - - - - - - - - - - - j MAIN STREET -Fi Luw ujuj E r= e r 0 Vw> XX 2I>J ui 0- 3uC > L > > (r 0 C3 w .......... w 39 > X E E E E E -.cj -cj E > ww an co > E > uw 00 lw E > > c- E w uj 5" uj uj In � 0 In w w Ln 0 L5 tn.< m"C4 � <o m , In-g tA -c < o0a. X X 3c" m I -c X cm 0 X X C. E Z<mc e E E exzl 0 0 ozw 0 < 2s r: 0 rm a: o o o o o o cm;i n 0 on 0 0 E E E E ln0000� 7j 000 o Q �-;c 60 0; o wo Do cc E 23::� o 7? cm csj c%l Cj c%j C%I:r + un Ln In m ,w Ln �n �n + Ln 39 z 3c .0 u) wz Lz" 0 0- — u z w z — — — ---- ------------ --------- ------- ......... .. . ...... .. . ......... .. . ...... . ... . ..... . . . . . ............. ................ .. ...... . . . . . . . . . . . . . . . . . . . . . . . . . ... . . .. . . . . . . . . . . . . . 0 426, 902 901 ...... ..... ... 300/mmm .. ..... 900 ZtC) . . ....... .... .. ........ - . ............. . . ........... . . ........... zQ 899 .902 26 +0. 901 3 0 0 fnrh WT' 4! goo .. . .. ....... 1010 o.... 8-99 .......... . .. ..... - ---- - ..................... .... ............. ............... .. .. . . ........... . ............. .. . . ................ . - -- --------- f40 160 480 18 15*00 *20 440 480 ...... ... . .... . NEW 500mm WTR cc w O > v) czz n > w uj I — § ca C3 0 w -Jocnw Xwz 0 EEEE 00 E E E E C4 0 0 0 0 co coUnulrnou < + ry (NI cm ry w C, co 0 6— o O ac z > � 0 o Z "I Z w > , a -,, co wo C3 cr b c rm E W CLZ ' cmo , X CL ( '� E r= 0 E E E E IF 0 F"co ' w~ z, C40000 � > I , m GO 00 0 0 u a -c ui,n o 0 w , L, T. . . , IWO 0 Q G. G. STATE I PROJECT NIUUBER ISHEET NO. MONTANAtM7H 5- 3 IS I )1 12 1 W3 I DUCTILE IRON FITTINGS OLJANTITY (EACH) WE)CMT I kg) - ITEM OESCRPTXM I 3 69 200 — PLUG 3 237 200 mm X 200 — X 150 rwn TEE 1 29 250 mm PLUG 4 452 250 mm X 250 mm x 150 awn TEE 3 T 354 250 mm X 250 — X 200 mm TEE 1 141 250 mm X 250 — X 250 xwrl TEE 2 104 250 mm X 150 mm REDUCER 2 140 250 mm 45- SEND 2 172 250 mm 90* BEND 1 68 300 mm X 150 mm REDUCER 2 1 462 450 mm X 500 mm tNCRE ALSE R /REDUCER 5 1645 500 mm X 500 mm X 150 a TEE 1 1 333 1500 mm X 500 ;m X 200 > TEE 2 684 500 mm X 500 mm X 250 im TEE 1 352 500 mm X 500 m X 300 a TEE 6 1440 500 mm 45' BEND 1 308 500 min 90' BEND 6990 , TOTAL (INCL. tN WATER SUM&AAR Y)