Loading...
HomeMy WebLinkAboutContract 26140 U, CITY CONTRACT N�.TAOY CITY SECRETARY 7w 1 -01"- I we** C ENDING �-� D.O.E. FILE CL),, S COPY CONTRACTOR'S BONDING CO. CLIENT DEPARTMENT CONSTRUCTION'S COPY CLIENT DEPARTMENT r F10 PTJ (0 kT H now inumom- SPECIAL CONIRACTDOCUMENTS FOR WATER & SEWER MAIN REPLACEMENTS CONTRACT"99A" "MWSR99A" PROJECTNUMBERS: PW53-060530175680 PS58-070580174840 DOE NO. 2574 Fort Worth Water Department o �� Q� City of Fort Worth, Texas qVIAIJOW And coung"'I consmunicalflon DATE REFERENCE NUMBER LOG NAME PAGE 8/15/00 **C-18185 1 30CLEB 1 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO CLEBURNE UTILITY CONSTRUCTION COMPANY FOR WATER AND SEWER MAIN REPLACEMENTS CONTRACT "99A" RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $605,326.00 from the Water and Sewer operating fund to the Sewer Capital Project Fund; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Project Fund in the amount of$605,326.00 from available funds; and 3. Authorize the City Manager to execute a contract with Cleburne Utility Construction Company in the amount of$1,199,906.00 for Water and Sewer Replacements Contract "99A". DISCUSSION: The work to be performed under this contract consists of replacing deteriorated water and/or sewer mains at various locations throughout the City, which have exhibited recurring maintenance problems. The project was advertised for bid on June 1 and 8, 2000. On June 29, 2000, the following bids were received: BIDDERS BID AMOUNT TIME OF CONTRACT Cleburne Utility Construction Company $ 1.199,906.00 365 Calendar Days William J. Schultz, Inc. d/b/a Circle "C" $ 1,340,900.00 Construction Company B & H Utilities, Inc. $ 1,390,675.00 Texas-Sterling Construction, Inc. $ 2,065,665.00 The engineer's estimate for this project was $ 1,321,120.50. The low bidder, Cleburne Utility Construction Company is in compliance with the City's M/WBE Ordinance by committing to 16% M/WBE participation. The City's goal on this project is 16%. This project is city-wide. In addition to construction costs, $50,000.00 is required for project contingencies, and $83,995.00 is required for design.inspection, and survey services. City of Fort Worth, Texas "aljor and Council Communication - - DATE REFERENCE NUMBER LOG NAME PAGE 8/15/00 **C-18185 30CLE6 2 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO CLEBURNE UTILITY CONSTRUCTION COMPANY FOR WATER AND SEWER MAIN REPLACEMENTS CONTRACT"99A" FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1, and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water and Sewer Capital Projects Fund. - MG:k Submitted for City Manager's FUND I ACCOUNTT CENTER AMOUNT CITY SECRETARY Office by: (to) (1&2)PS58 472045 070580174840 $605,326.00 APPROVED Mike Groomer 6140 (2)PS58 541200 070580174840 $567,360.00 CITY COUNCIL Originating Department Head: (2)PS58 531350 030580174840 $ 37,966.00 J A.Douglas Rademaker 6157 (from) AUG 15 2000 (1)PE45 538070 0709020 $605,326.00 % y Additional Information Contact: (3)PS58 541200 070580174840 $542,360.00 (3)PW53 541200 060530175680 $657,546.00 City Secretary of the A.Douglas Rademaker 6157 city of Fort Worth,Texas Adopted Orth,arft SPECIAL CONTRACT DOCUMENTS FOR WATER & SEWER MAIN REPLACEMENTS CONTRACT "99A" "MWSR99A" PROJECT NUMBER(S): PW53-060530175680 PS58-070580174840 D.O.E. No. 2574 ROBERT TERRELL DALE A. FISSELER, P.E. CITY MANAGER DIRECTOR WATER DEPARTMENT A. DOUGLAS RADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY DEPARTMENT OF ENGINEERING 44a64pQ otl`'�Pi-E OF T e, �Q 0 O* .............................. S KENNETH E. MOSS p % .............39384.................. �pn'`55�/STER�G��dp li nbo o AL Y CY CITY OF FORT WORTH, TEXAS WA TER DEPAR TMENT WATER & SEWER MAIN REPLACEMENTS CONTRACT"99A" "MWSR99A" PROJECT NUMBERS: PW53-060530175680 PS58-070580174840 D.O.E. No. 2574 DALE A. FISSELER, P.E. DIRECTOR WATER DEPARTMENT 2000 APPROVED A.DOUGLAS RADEMAKER,P.E.,DIRECTOR,DEPARTMENT OF ENGINEERING LL APPROVED h� /►���� A d`� FRANK CRUMB,P.E.,ENGINEER! G COORDINATOR,WATER DEPARTMENT APPROVED S IQ GEORGE A. MENES ,P.E. ASSISTANT DIRECTOR,TIPW APPROVED JT TERNUS,P.E.,ASSISTANT DIRECTOR/TRAFFIC ENGINEER,flPW LL -11Z6 on RECOMMENDED AT NOTICE TO BIDDERS Sealed proposals for the following: TITLE: WATER& SEWER MAIN REPLACEMENTS CONTRACT "99A"; "MWSR99A" PROJECT NO. PW53-060530175680 PS58-070580174840 DOE NO. 2574 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M. June 29, 2000, and then publicly opened and read aloud at 2:00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of documents will be provided to prospective bidders for a deposit of $20.00; such deposit will be refunded if the document is returned in good condition within 10 days after bids are opened. Additional sets may be purchased on a non-refundable basis for twenty dollars ($20.00)per set. Bid security is required in accordance with the Special Instructions to Bidders. Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within forty-nine (49) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 871-7910. In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the ordinance from the office of the City Secretary. In order for a bid to be considered responsive, the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with your bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render your bid non- responsive. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall be evidence that the Documentation was received by the City. Failure to comply shall render your bid non-responsive. For additional information, contact Adolfo Lopez @ (817) 871-7829 or Ken Moss @ (817) 871-7989. BOB TERRELL GLORIA PEARSON CITY MANAGER CITY SECRETARY Department of Engineering A. Douglas Rademaker, Director Advertising Dates: 1 By June 1, 2000 t john Firing, P.E. June 8, 2000 Manager, Engineering Services SPECIAL INSTRUCTIONS TO BIDDERS 1. PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be pre-qualified by the Fort Worth Water Department prior to submitting bids. This pre- qualification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. current financial statement, an acceptable experience record, and an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status to the submitting company. This statement must be current and not more than one (1)year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion,may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-pre-qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary pre-qualification. Revised 04/21/2000 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond,payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture. In the event,the successful bidder fails to execute the Contract Documents within ten(10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury List, or (2) the surety must have capital and surplus equal to ten times the, limit of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth (1/10) the total capital and surplus. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%)percent of the contract price will be required, Reference C3-3.7. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents must be paid on this project. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City of Fort Worth reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601G, Tex. Rev. Civ. Stat., the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower :.: than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in this State, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If bid amount is $25,000.00 or less, the contract amount shall be paid within forty-five(45) calendar days after completion and acceptance by the City. Revised 04/21/2000 G 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants, or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement, or discharge of employees in connection with the terms, conditions, or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan, or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statuory requirements. Contractor warrants if will fully comply with the Policy and will defend, indemnify and hold the City harmless against any claims or allegations asserted by third parties or subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA'), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms, and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other state and local laws concerning disability and will defend, indemnify, and hold the City harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPPRISES: In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. In order for a bid to be considered responsive the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with the bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render your bid non-responsive. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom the delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render your bid non-responsive. Revised 04/21/2000 12. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3)years. Revised 04/21/2000 PART B -PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: Robert Terrell City Manager Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of four-inch through sixteen-inch water main, and six-inch through fifteen-inch sanitary sewer mains and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: r- WATER& SEWER MAIN REPLACEMENTS CONTRACT"99A"; "MWSR99A". Water Project No. PW53-060530175680 Sewer Project No. PS58-070580174840 Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City Engineering Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL .- NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to related items in the Part D Special Conditions:) ,t B-1 UNIT I: WATER ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 1. 50 L.F. 4-Inch PVC Pipe(DR-14), D-27; Per Linear Foot: I"& Dollars and Cents $ 'l0.00 $ x000 .0 0 2. 1000 L.F. 6-Inch PVC Pipe(DR-14), D-27; Per Linear Foot: Dollars and Cents $22-00 3. 2500 L.F. 8-Inch PVC Pipe (DR-14), D-27; Per Linear Foot: Dollars and Cents $z .0 b $ S OOD.W 4. 500 L.F. 10-Inch PVC Pipe DR-14 D-27; Per Linear Foot: Dollars and Cents $ Z9.00 $ 14. 000. 60 5. 1000 L.F. 12-Inch PVC Pipe (DR-14), D-27; Per Linear Foot: zk�� Dollars and Cents $ 36.60 $ 36,000.06 6. 50 L.F. 4-Inch Ductile Iron Pipe, Class 51, D-26; Per Linear Foot: Dollars and Cents $ 24.00 $ IZ00.00 B-2 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 7. 100 L.F. 6-Inch Ductile Iron Pipe, Class 51,D-26; Per Linear Foot: A 'L,0�A ff/I A' Dollars and Cents $ Z(0.6C) $ 2(000.00 8. 100 L.F. 8-Inch Ductile Iron Pipe, Class 51,D-26; Per Linear Foot: Dollars and &I-t) v Cents $ 29.00 $ Z900. 6 0 9. 100 L.F. 10-Inch Ductile Iron Pipe, Class 51,D-26; Per Linear Foot: A& -IAC'\& A Dollars and I D (/(,tr) Cents $ .4.6 U $ 3(i00 A 0 10. 100 L.F. 12-Inch Ductile Iron Pipe, Class 51, D-26; Per Linear Foot: 0a�"- Dollars and 1AS Cents $ (10.00 $ 11w.0 0 11. 250 L.F. 16-Inch Ductile Iron Pipe, Class 51, D-26; Per Linear Foot: Dollars and kA Cents $ qg.00 $ )21000.00 12. 50 L.F. 4-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-26; D-28; Per Linear Foot: Dollars and Cents $ 42. 60 $ Z/-60-60 B-3 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 13. 50 L.F. 6-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-26; D-28; Per Linear Foot: Dollars and Cents $ SO.Oo $ 2SOO.00 14. 50 L.F. 8-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-26; D-28; Per Linear Foot: Dollars and 14 a) Cents $ $ 3000.00 15. 50 L.F. 10-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-26; D-28; Per Linear Foot: AI APAA-r. Dollars and utero Cents $ Z.0 0 $ 3(000.U 0 16. 50 L.F. 12-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-26; D-28; Per Linear Foot: Dollars and Cents $ W.0 0 $ 0900.00 17. 50 L.F. 16-Inch Ductile Iron Carrier Pipe, Class 51,with Casing Spacers, D-26; D-28; Per Linear Foot: Dollars and Cents $ I -n a $JrJ?�Q•Q 0 18. 50 L.F. 16-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, D-28; Per Linear Foot: 14jd LAdlw� Dollars and kA) Cents $ 006.0b $ 10,600-06 B-4 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 19. 50 L.F. 18-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, D-28; Per Linear Foot: OW6 WP ':749 Ji,I I, Dollars and //lN Cents $ 025100 $ 1117-0.Oa 20. 50 L.F. 24-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, D-28; Per Linear Foot• CU d Dollars and k143 7 Cents $ 2!(00.00 $ 13,000.00 i 21. 50 L.F. 30-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, D-,28; Per Linear Fo t: Dollars and u,J Cents $ 310-00 $15,06-06 22. 50 L.F. 16-Inch Casing Pipe by Direct Bury, D-28; Per Linear Foot: Dollars and Cents $ 100-00 $ ,,3000 .00 I 23. 50 L.F. 18-Inch Casing Pipe by Direct Bury, D-28; Per Linear Foot: Dollars and 1AA-) Cl Cents $ 120.00 $ AO 24. 50 L.F. 24-Inch Casing Pipe by Direct Bury, D-28; Per Linear Foot: zitf� Dollars and ftlu Cents $ 75-6 0 $,3SSV.6 d B-5 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 25. 50 L.F. 30-Inch Casing Pipe by Direct Bury, D-28; Per Linear Foot: L&AE Dollars and Cents $ 90.0 0 $ 4SDOO 0 26. 5 E.A. 4-Inch Gate Valve w/Cast Iron Box and Lid, DZ2 ; er Each: Dollars and 1 1%A2 Cents $ 0 $ Z125,00 27. 10 E.A. 6-Inch Gate Valve w/Cast Iron Box and Lid, D-25; Pe;Each: Dollars and Cents $ $ s50d•00 28. 10 E.A. 8-Inch Gate Valve w/Cast Iron Box and Lid, D-25; Per Each: Dollars and Cents $ X0.00 $ DOD.�Q 29. 2 E.A. 10-Inch Gate Valve w/Cast Iron Box and Lid, D-25; Per Each: cal::Lk�k Dollars and iil,tj Cents $ /006,06 $ Z00D.00 30. 2 E.A. 12-Inch Gate Valve w/Cast Iron Box and Lid,D-25; P r Ea h: Dollars and V l 6) Cents $ 11A16 4 $ Z300.00 31. 2 E.A. 16-Inch Resilient-Seated Gate Valve and Vault, D-62; Per Each: � �ollars and MAI Cents $ q066-06 $ la,b06 do B-6 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 32. 2 E.A. 16-Inch Double Disk Gate Valve and Vault, D-25; Per Each: AWAk:�(�ZlgaDollars and jAA) Cents $ 0.0 d $ 33. 1 E.A. Cut-In 4" Gate Valve w/Cast Iron Box and Lid, D-25, D-30; Per Each: Dollars �000 . P and kw Cents $ 1000.00 4P 34. 2 E.A. Cut-In 6"Gate Valve w/Cast Iron U Box and Lid, D-25, D-30; Per Each: Dollars and "4-) Cents $ 0 0 0 $ 3(906'0 D 35. 5 E.A. Cut-In 8"Gate Valve w/Cast Iron Box and Lid,D-25, D-30; Per Each: �bIIars and Cents $ Z3 6'00 $ /� O•�b 36. 2 E.A. Cut-In 10"Gate Valve w/Cast Iron Box and Lid,D-25, D-30; Per Eacch- . i�llars and Cents $ $'5DOAlao 37. 2 E.A. Cut-In 12"Gate Valve w/Cast Iron Box and Lid, D-25, D-30; Per Each: AdJL(f� &MLYDollars and "A) Cents $ 200,60 $ M0.06 38. 2 E.A. Remove and Salvage 16"Gate Valve and Vault, D-24; Per Each: LVA U''W �6ollars and PW Cents $ SOW Ab $ /a�000 40 B-7 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 39. 10 Tons Cast Iron/Ductile Iron Fittings, D-26; Per Ton: -Ya Dollars and 14-0 Cents $ ,kod.00 $ 30,000.00 40. 10 E.A. Standard Fire Hydrant, 3'-6" Bury Depth; Per Each: a- WAL Dollars and /i(,() Cents $jZ00.00 $ 12t000.00 41. 10 V.F. Fire Hydrant Bbl. Extension, " Per Vertical Foot: Dollars and LILId Cents $ .300.0 0 $ '3006,00 42. 5 E.A. Remove Existing Fire Hydrant, D-24; Per Each: C � Dollars and Cents $ 45b.00 $ 22.50 PO 43. 1 E.A. Install 1-Inch Air and Vacuum Release Valve w/Vault; Per Each: Dollars and Cents $ 2(p00.00$ Z(v00.00 44. 1 E.A. Install 2-Inch Air and Vacuum Release Valve w/Vault; Per Each: iollazs and Cents $ $ 0.60 45. 1 E.A. Install 4-Inch Blow Off w/4" Gate Valve & Sump Manhole, Per Each: ai�f'�Yvollars ' andy PW Cents $ 5(506,6d $ —qW . 0 0 B-8 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ` NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT T 46. 1 E.A. 16"X 12"Tapping Sleeve and 12-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: s and Cents $ 9,—qLz,Q v$ 25,106-00 47. 1 E.A. 16"X 10"Tapping Sleeve and 10-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: I' ars and yL() Cents $ Noo.0 d $ 200.0 0 H 48. 1 E.A. 16"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: lmwmw aars and PW Cents $ f300,0 0 $ 2306.00 49. 1 E.A. 16"X 6"Tapping Sleeve and 6-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: �o Lars and t1W Cents $ 23oa,0 0 $ 2 300.o v 50. 1 E.A. 16"X 4"Tapping Sleeve and 4-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: JA) (�� Dollars and M—i Cents $ 2000,00 $ 2600. 0 �,. 51. 1 E.A. 12"X 12"Tapping Sleeve and 12-Inch Valve wBox;For C.I.,D.I., or Concrete Main; Per Each: J&4'6AW',d6M(ars and U j/t,U Cents $Z,96o tD $ 2800 .00 B-9 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 52. 1 E.A. 12"X 10"Tapping Sleeve and 10-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: ollars andol �_�� Cents $ 26000.0 0 $ 2(000.00 � 53. 1 E.A. 12"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: Jinrb I Jj�,, h 11,0144Z rs and `�t ,�) Cents $ N00-00 $ Z(160 00 54. 1 E.A. 12"X 6"Tapping Sleeve and 6-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: 16fl,�- Auj kmaollars and Cents $ 1300.00 $ Z300.0 0 55. 1 E.A. 12"X 4"Tapping Sleeve and 4-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: "Dollars and 0 Cents $ /900,00 $ 00.0 56. 1 E.A. 10"X 10"Tapping Sleeve and 10-Inch Valve wBox; For C.I.,D.I., or Concrete Main;Per Each: �j Dollars and Cents $_Z00016 $ 0000.0 0 57. 1 E.A. 10"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: X11PA4401larsG and Cents $ ,66 $ Wo.Q0 B-10 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 58. 1 E.A. 10"X 6"Tapping Sleeve and 6-Inch Valve w/Box; For C.I.,D.I., or Concrete Main; Per Each: Dollars anjA Cents $ /56U,06 $ mo,o0 59. 1 E.A. 10"X 4"Tapping Sleeve and �) 4-Inch Valve w/Box; For C.I., D.I., or Concrete Main; Per Each: 0&&" &MJAA Dollars and 1A. J Cents $ 400,00 $ /�D0.00 60. 1 E.A. 8"X 8"Tapping Sleeve and 8-Inch Valve w/Box; For C.I., D.I., kor Concrete Main; Per Each: A A(A-6,j Dollars and "-k) Cents $ ��00 D•00 $1(�pD.0 D 61. 1 E.A. 8"X 6"Tapping Sleeve and 6-Inch Valve w/Box; For C.I., D.I., or Concrete Main; Per Each: V14k/Dollars and1AA) Cents $ /20.00 $ 62. 1 E.A. 8"X 4"Tapping Sleeve and 4-Inch Valve w/Box; For C.I.,D.I., or Concrete Main; Per Each: a&j& A"Z&jDollars ,� and 14 A ) Cents $ N00 00 $ 1*6,0 0 63. 1 E.A. 6"X 6"Tapping Sleeve and I 6-Inch Valve w/Box;For C.I.,D.I., or Concrete Main; Per Each: awf t&M kyd&Aollars and L4.4j Cents $ 60.6 $ ��04•�� B-11 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 64. 1 E.A. 6"X 4"Tapping Sleeve and 4-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: Lm �� Dollars and JA A3 Cents $ LL&.00 $ / om c 65. 10 E.A. 2-Inch Service Taps to Main, -23, D-68; Per Each: 310� Dollars and Cents $ Sa.0 0 $ 55M, 0 66. 10 E.A. 1-1/2-Inch Service Taps to Main, D-23, D-68; Per Each: %,� hwiAd Dollars and (i[) Cents $ 0. z) $ sy00.00 67. 10 E.A. 1-Inch Service Taps to Main, D-23; Per Each: Dollars and Cents $ Q 0 $ -0-60 68. 10 E.A. 3/4-Inch Service Taps to Main, -23; Pe Each: Dollars and Cents $ $1 �0 0 69. 200 L.F. Install 2-Inch Copper Service, D-23, D-68; Per Linear Foot: Dollars and Cents $ ZZ 5 $ Q.QO ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 70. 200 L.F. Install 1-1/2-Inch Copper Service, D-23, D-68; Per Linear Foot: _ (itPjL1 Dollars and Cents $ ZQ.0 0 $ 0000.D 0 71. 1000 L.F. Install 1-Inch Copper Service, D-23;Per Linear Foot: Dollars and "w Cents $ 40. 0 0 $ /(o,600.0 O 72. 200 L.F. Install 3/4-Inch Copper Service, D-23; Per Linear Foot: ak1LZL Dollars and L4-43 Cents $ lZ.0 a $ Z 4 60.6 a 73. 5 E.A: Relocate 2-Inch Service Meters, and nMeter Boxes, D-23 D-68- Per Each: �_ _ Dollars and Cents $ $ 74. 5 E.A. Relocate 1-1/2-Inch Service Meters, and Meter Bo es,D-23 D-68- Per Each: Dollars and 1A ) Cents $ ���6y $ 25D.6 0 75. 5 E.A. Relocate 1-Inch Service Meters, and Meter Boxes,D-23; Per Each: auz) &LdLl Dollars and 41,4j Cents $ zod'o0 $ QD,Oa 76. 5 E.A. Relocate 3/4-Inch Service Meters, and eter Boxes, 2�Per Each: Dollars and Cents $ ISO.b 0 $ -70-60 B-13 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 77. 5 E.A. Install Multiple Service Branches For 2-Inch Copper Service, D-23, D-68; Per Each Dollars and `A Cents $ 200-o0 $ 000-dD 78. 5 E.A. Install Multiple Service Branches For 1-1/2-Inch Copper Service, D-23, D-68; Per Each: A4j-j &4dd Dollars and 6(-16 Cents $ 200 w $ /000-00 79. 5 E.A. Install Multiple Service Branches For 1-Inch Copper Service, DG2�er Each: Dollars andCents $ / 6 6 $ 6z) 80. 50 E.A. Furnish and Set Class `B' Meter oxes, D- 3; Per ch: Dollars and Cents $ SSD.6Q $ '726.6b 81. 50 E.A. Furnish and Set Class `A' Meter oxes, D-23; Per ch- Dollars and A fJ Cents $ .S�b_0 $ 7.SDO-60 82. 5000 L.F. Furnish and Lay 2-Inch Pipe and Fittings for Temporary Service, D-32; PerrLinear Foot: ;' /(fy Dollars and Mj Cents $ �2-inn $ �f7, 00 Q•0 B-14 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 83. 5 E.A. Water Sample Station Installation, Fig. 33 or 34,D-53 Per ch: Dollars and Cents $ :?9 .00 $ 84. 5 E.A. Relocate Sprinkler System stem Backflow P Preventor or Control Valve&Box, D-61; Per Each: Z4L�Z IUL�d Dollars boo and L4.4) b 1 Cents $ oo.0 0 $ 3LOO.00 85. 10 E.A. Cut and Plug Existing Mains in Separate Trenches,All sizes, D-24; Per Each: (fes Dollars and 1A j.) Cents $ /200-00 $ /Z000.00 86. 1000 L.F. Trench Safety System, D-20; Per Linear Foot: Dollars and Cents $ 2-60_ $ 9000'6D 87. 100 L.F. Extra Depth of Water Mains; Per Linear Foot: Dollars and 14 At r44 Cents $ $ X.00 88. k%L.F. 12-Inch C1. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-10; Per Linear Foot: && Dollars and Cents $ $ �b 0 1 1 B-15 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 89. 18 L.F. 10-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-10; Per Linear Foot: 2U6 _r&D Dollars and jAA) Cents $ X2.0 0 $ ',�,6 0 90. 18 L.F. 8-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-10; Per Linear Foot: 3�j)k&t/t��_Dollars and J MAJ Cents $ 37 6 0 $ 91. 18 L.F. 6-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-10; Per Linear Foot: Dollars andalt.) Cents $ 3,S-,OD $ Q Oa 92. 5 E.A. Dehole, 0 ft. - 5 ft. in Depth, D-33; Per Each: _ n1A I, &VYAOebollars and l�_,U Cents $ Q66.00 $ ,QO 93. 2 E.A. Dehole, 5 ft. - 10 ft. in Depth, D-33; Per Each: 10114 Dollars and hAJ Cents $ /Z00.66 $ 2VO0.40 94. 2 E.A. Dehole, 10 ft. - 20 ft. in Depth, D-33; Per Each: kwt ollars 3�oc�_ 00 and Cents $ /6W.00 $ •3600.00 U � B-16 r^ ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTIT-1' BID PRICES WRITTEN IN WORDS PRICE AMOUNT 95. 10 E.A. Job Move In, D-41; Per Each: llars and IAA) Cents $ 15DO.W $ 96. 10 E.A. Emergency Situation Job Move In, pp D-64; Per Each: iL 44IU4 rs and 4AA) Cents $ 1YOQ-66 $ 18 000.Oa 97. 100 L.F. Hydro Mulch Seeding, D-50; Per Linear Foot: Gy Dollars 00 and PIA) Cents $ Z' $ 200. 0 0 98. 100 L.F. Sodding, D-50; Per Linear Foot: Dollars and Cents $ &.60 $ 600-0z) 99. 25 L.F. Concrete Encasement, Per Fig. 20, D-34; Per Linear Foot: �k�' ' Dollars and Cents $ 2,06 $ Z Od 100. 5 C.Y. Concrete Riprap, D-43; Per Cubic Yard: Dollars and Cents $ 0,0 0 $ (4-0D.0'0 101. 10 C.Y. Crushed Limestone, M D-16; Per Cubic Yard: 1fj_A4&4'x_ Dollars and Cents $ $ 090100 E + B-17 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 102. 10 C.Y. Class `B' Concrete(2500#); Per Cu is Yard: Dollars and Cents 103. 10 C.Y. Class `E' Concrete(1500#); Per Cubic Yard: Dollars and Cents $ 70 $ 104. 100 L.F. Concrete Curb and Gutter Replacement, D-15, D-65; Per Linear Foot: Dollars and !'jet) Cents $ X0.00 $ 11600.60 105. 25 S.Y. Concrete Sidewalk or Driveway Replacement, D-15;Per Square Yard: e_�azr VV o Dollars and ; Cents $ Z S 0 o $ 6zS0 o 106. 100 S.Y. Replace Paving in Parking Areas, D-19; Per Square Yard: Dollars and Cents $ zs 00 $ z860.00 107. 500 L.F. Concrete Pavement on 2:27 Concrete Base, Fig. 1, D-17; D-18; Per Linear Foot: Dollars and Cents $ 410,0 D $ Z0,000.00 B-18 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 108. 100 L.F. Brick on Reinforced Concrete Base,Fig. 3, D-17, D-18; Per Linear Foot: Dollars and Cents $ 109. 500 L.F. Min 2-Inch HMAC on 2:27 Concrete Base,Fig. 4, D-17; D-18; Per Linear Foot: An I A'�7-' -ru Dollars and �� Cents $ _32.0o $ 10, 600. 0 110. 500 L.F. 2-Inch HMAC on 2:27 Concrete Base, Fig. 5, D-17; D-18; Per Linear Foot: Dollars II and Cents $ 3?_-da $ l�j�000-at 111. 100 L.F. Min 1-1/2-Inch HMAC on Reinforced Concrete Base, Fig. 2, D-17; D-18;Per Linear Foot: m Dollars and Cents $ 36-00 $ 3600.OD 112. 100 L.F. 2-Inch HMAC on 8-Inches Crushed Stone Base (Temp. Pvmt.)Fig. 5R, D-17; D-18; Per Linear Foot: Dollars and bA ) Cents $ 7.0 6 $ 7Q0.60 113. 1000 L.F. 2-Inch Hot or Cold Mix Rolled Temporary Pavement,Fig. A, D-44; Per Linear Foot: Z" Dollars n and AAA Cents $ /.00 $ '1000-a B-19 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 114. 1000 L.F. Flex Base Material,Temporary Paving Repair, Fig. A, D-44; Per Linear Foot: Dollars and Cents $ b.00 $ (000a DO TOTAL AMOUNT BID $ * Type of Pipe Used PVC DR-14: DIP Class 51: I i I B-20 UNIT II: SEWER ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 1. 50 L.F. 6-Inch PVC Pipe, 0 Ft. - 6 Ft. Trench Depth, D-27;Per Linear Foot: JI I Dollars and ubvj Cents $ 2s. d $ 2. 50 L.F. 6-Inch PVC Pipe, 6 Ft. - 8 Ft. Trench Depth, D-27; Per Linear Foot: Dollars and Cents $ 06-00 $ 30d.0 0 3. 50 L.F. 6-Inch PVC Pipe, 8 Ft. - 10 Ft. Trench Depth, D-27; Per Linear Foot: Q�Dollars and k4YCents $ Z g,00 $ 14166,40 . 4. 50 L.F. 6-Inch PVC Pipe, 10 Ft. - 12 Ft. Trench Depth, D-27; Per Linear Foot: J AA-1 Dollars and A2 Cents $ 30.00 $ /Sm Oa, 5. 750 L.F. 8-Inch PVC Pipe, 0 Ft. - 6 Ft. Trench Depth, D-27;Per Linear Foot: - '4 AO Ji P1 IAA and Cents $ ZY'00 $ Z1, 600,60 B-21 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 6. 750 L.F. 8-Inch PVC Pipe, 6 Ft. - 8 Ft. Trench Depth, D-27;Per Linear Foot: Dollars and i Cents $30.0o $ 20„20•a 0 - 7. 200 L.F. 8-Inch PVC Pipe, 8 Ft. - 10 Ft. Trench Depth, D-27; Per Linear Foot: Dollars and Cents $ 32.00 $ c00.Oa 8. 100 L.F. 8-Inch PVC Pipe, 10 Ft. - 12 Ft. Trench Depth, D-27; Per Linear Foot: Dollars and Cents $ 3 4 $ 0 0-0 0 9. 100 L.F. 8-Inch PVC Pipe, 12 Ft. - 14 Ft. Trench Depth, D-27; Per Linear Foot: IV Dollars and Cents $ 3g.4y $ .3360-00 10. 100 L.F. 8-Inch PVC Pipe, 14 Ft. - 16 Ft. Trench Depth, D-27; Per Linear Foot: &� Dollars and Cents $ �4 66 $ VV46,00 11. 100 L.F. 8-Inch PVC Pipe, 16-Ft. - 18 Ft. Trench Depth, D-27; Per Linear Foot: Dollars and lil,✓ Cents $ 52-60 $ B-22 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 12. 200 L.F. 10-Inch PVC Pipe, 0 Ft. - 6 Ft. Trench Depth, D-27; Per Linear Foot: Dollars and Cents $ . 0 0 $ 0 13. 200 L.F. 10-Inch PVC Pipe, 6 Ft. - 8 Ft. Trench Depth, D-27;Per Linear Foot: Dollars and Cents $ 3 .00 $koo.0 D, 14. 200 L.F. 10-Inch PVC Pipe, 8 Ft. - 10 Ft. Trench Depth, D-27; Per Linear Foot: ()-ku A4(j 7" Dollars and Cents $ J7-6 0 $ Wbo-00 15. 100 L.F. 10-Inch PVC Pipe, 10 Ft. - 12 Ft. Trench Depth, D-27; Per Linear Foot: "' Dollars and I rta.4) Cents $ 00 $ 300.60 16. 100 L.F. 10-Inch PVC Pipe, 12 Ft. - 14 Ft. Trench Depth, D-27; Per Linear Foot:' Dollars 2 and Cents $ ✓7.0 $ U60.06 17. 100 L.F. 10-Inch PVC Pipe, 14 Ft. - 16 Ft. Trench Depth, D-27;Per Linear Foot: Dollars '/ and Cents $� $ �Y Q 0•d o B-23 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 18. 100 L.F. 10-Inch PVC Pipe, 16-Ft. - 18 Ft. Trench Depth, D-27; Per Linear Foot: e�)to�� lw"o// Dollars and Cents $ .0 b $ 00.00 . 19. 100 L.F. 12-Inch PVC Pipe, 0 Ft. - 6 Ft. Trench Depth, D-27; Per Linear Foot: LID Dollars and GW Cents $ Z-0Q $ ZOO.OQ 20. 100 L.F. 12-Inch PVC Pipe, 6 Ft. - 8 Ft. Trench Depth, D-27; Per Linear Foot: - aza 94/ l,�l� Dollars and Cents $ 34 60 $ 3 (30.0 21. 100 L.F. 12-Inch PVC Pipe, 8 Ft. - 10 Ft. Trench Depth, D-27;Per Linear Foot: f - 94 A& /-U, Dollars and Cents $ 36-06 $ 3600.01) 22. 100 L.F. 12-Inch PVC Pipe, 10 Ft. - 12 Ft. Trench Depth, D-27; Per Linear Foot: Dollars and Cents $ X06 $ 300.00. 23. 100 L.F. 15-Inch PVC Pipe, 0 Ft. -6 Ft. Trench Depth, D-27; Per Linear Foot: Dollars and Cents $ /O(1 $ AM..00 B-24 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 24. 100 L.F. 15-Inch PVC Pipe, 6 Ft. - 8 Ft. Trench Depth, - D-27; Per Linear Foot: Dollars and Cents $ 3WO-0 O $ 3660-0Q 25. 100 L.F. 15-Inch PVC Pipe, 8 Ft. - 10 Ft. Trench Depth, D-27; Per Linear Foot: Dollars and Lt.() Cents $ N G 0 $ 3900.00 26. 100 L.F. 15-Inch PVC Pipe, 10 Ft. - 12 Ft. Trench Depth, D-27; Per Linear Foot: and A&It'd Dollars 4200- 60 and 1^� Cents $ 42-00 $ 27. 100 L.F. 6-Inch Ductile Iron Pipe, 0 Ft. - 6 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and /k"t) Cents $ 3Z.G 0 $ '3206-0Q 28. 100 L.F. 6-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth, D-26; Per Linear Foot: 11 Dollars and t4,A_) Cents $ 33.00 $ 3366.6a. 29. 50 L.F. 6-Inch Ductile Iron Pipe, 8 Ft. - 10 Ft. Trench Depth, D-26; Per Linear Foot: — �)A� C4� Dollars and J JhLAJ Cents $ 3�l 00 $ �7Q0.00 B-25 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTE.,IN WORDS PRICE AMOUNT 30. 50 L.F. 6-Inch Ductile Iron Pipe, 10 Ft. - 12 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and f L4_6 Cents $ 31. 200 L.F. 8-Inch Ductile Iron Pipe, 0 Ft. - 6 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and /LffA Cents $ 30.00 $J200-00 32. 200 L.F. 8-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth, D-26; Per Linear Foot:. "a�E Dollars and vi�k . Cents $ a0 $ 7000.00 33. 200 L.F. 8-Inch Ductile Iron Pipe, 8 Ft. - 10 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and Cents $ Q-01) $ gd 00.0 34. 100 L.F. 8-Inch Ductile Iron Pipe, 10 Ft. - 12 Ft. Trench Depth, D-26; Per Linear Foot: K961tk4 44A) Dollars and Cents $ 35. 100 L.F. 8-Inch Ductile Iron Pipe, 12 Ft. - 14 Ft. Trench Depth, D-26; Per Linear Foot: 4'du- J�4 Dollars and ,AA-) Cents $_ B-26 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 36. 100 L.F. 8-Inch Ductile Iron Pipe, 14 Ft. - 16 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and Cents $ 5b.00 $ 06,00 37. 100 L.F. 8-Inch Ductile Iron Pipe, 16 Ft. - 18 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and Cents $ D. 0 $ 000.00 38. 100 L.F. 8-Inch Ductile Iron Pipe, 18 Ft. - 20 Ft. Trench Depth, D-26; Per Linear Foot: Aem- .1 J Ln' /A Dollars �� and Cents $ 7`f•00 $ '/ 00.00, 39. 200 L.F. 10-Inch Ductile Iron Pipe, 0 Ft. - 6 Ft. Trench Depth, D-26; Per Linear Foot: 2� Dollars and Cents $ 3SSoo $ 7 Od.d 0. 40. 200 L.F. 10-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth, D-26; Per Linear Foot: - Z6 L A-LI gyas:e Dollars and t11 A-) Cents $ 7 OD $ 7 �•OQ 41. 200 L.F. 10-Inch Ductile Iron Pipe, 8 Ft. - 10 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and lit.. Cents $ 39,00 $ '7906,0b B-27 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 42. 100 L.P. 10-Inch Ductile Iron Pipe, 10 Ft. - 12 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and Cents $ Z •0 0 $ 200 .Oa 43. 100 L.F. 10-Inch Ductile Iron Pipe, 12 Ft. - 14 Ft. Trench Depth, D-26; Per Linear Foot: 2 IAA Dollarsd" and Cents 0o $ 44. 100 L.F. 10-Inch Ductile Iron Pipe, 14 Ft. - 16 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and Cents $ 52'.00 $ 5200-00 45. 100 L.F. 10-Inch Ductile Iron Pipe, 16 Ft. - 18 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and Cents 60 $ svoo. 0 0 46. 100 L.F. 10-Inch Ductile Iron Pipe, 18 Ft. - 20 Ft. Trench Depth, D-26; Per Linear Foot: Af,.,�� tL-) Dollars and Cents $ 7 2' •ad $ 72,0o-61) 47. 50 L.F. 12-Inch Ductile Iron Pipe, 0 Ft. - 6 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and Cents $ ` •bb $ 2000.00 B-28 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 48. 50 L.F. 12-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth, D-26; Per Linear Foot: 101) i�— y Dollars and Cents $ 49. 50 L.F. 12-Inch Ductile Iron Pipe, 8 Ft. - 10 Ft. Trench Depth, D-26; Per Linear Foot: Dollars r and Cents $ 0�0 0 $ L 200.QO 50. 50 L.F. 12-Inch Ductile Iron Pipe, 10 Ft. - 12 Ft. Trench Depth, D-26; Per Linear Foot: Dollars and Cents $ 07.6 0 $ Z 35D" 60 51. 25 L.F. Bore & Jack 6"DIP w/Pressure Grout, D-26; Per Linear Foo Dollars and 04 Y Cents $ /2,60 $ 372-60 52. 25 L.F. Bore &Jack 8"DIP w/Pressure Grout, P-26; Per Linear Foot: (�,`,�— Dollars and 0 `A,)P Cents $ i 00 $ (oZS 6 D 53. 25 L.F. Bore & Jack 10"DIP w/Pressure Grout, D-26; Per Linear oo Dollars and vw Cents $ 22500 $ S�ZS.00 B-29 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 54. 25 L.F. Bore & Jack 12"DIP w/Pressure Grout, D-26; Per Linear Foot: C�CkT ASW Dollars and /it.0 Cents $ 200.00 $ .00. 55. 25 L.F. Bore & Jack 15"DIP w/Pressure Grout, D-26; Per Linear Foot: Dollars and Cents $ 0 56. 20 E.A. Vacuum Test for Sanitary Sewer Manhole, Der Each: Toj= Dollars and t_tlk) Cents $ $ 2-000.06 57. 20 E.A. Standard 4-Foot Diameter Manhole to 6 Feet Depth, D-21; Per Each: kz/Dollars �"�� and J A A) Cents $ /000-Ob $ ZSR, 000.00 58. 20 V.F. Additional Depth Over 6 Foot of Standard 4-Foot Diameter Manhole, D-21; Per Vertical Foot: Qk / Dollars and 14laJ Cents $ 59. 5 E.A. Standard 4-Foot Diameter Drop Manhole to 6 Feet Depth, D-21; Per Each: 'k jn� Aollars n and Cents $ �OQ OD $ 9(aU0.66 B-30 r rITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 60. 5 V.F. Additional Depth Over 6 Foot of 4-Foot Diameter Drop Manhole, D-21; Per Vertical Foot: ! - G� -m& Dollars andCents $ 7_s,6 0 $ 61. 5 E.A. Shallow Manhole Per Fig. 106, D-21; Per Each: 11,1,mduel Dollars and "A) Cents $ 9000•d 0. 62. 20 E.A. Concrete Collar for Manhole, Per Fig. 121, D-21; Per Each: Lw l Dollars and 144 Cents $ 300.00 $ (0600- 00 63. 20 E.A. Watertight Manhole Inserts, D-21; Per Each: Q Gtt GtttA" Dollars and I A-41 Cents $ /00.00 $ 0000.0.0 64. 5 E.A. Adjust& Seal Existing Manhole, D-21;Per Ea ch:air Dollars and fA-J Cents $ .00 $ O-Zo,00. 65. 5 E.A. Remove Existing Sewer Manhole, D-24; Per Each: I ,/ �= Dollars and Cents B-31 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 66. 5 E.A. Abandon Existing Sewer Manhole, D-24; Per Each: Azu/ Dollars andCents $ .0 0 $ 2000.0 a 67. 100 E.A. 4-Inch Sanitary Sewer Service Tap, D�-2,2,;,rPer Each: ,, A Dollars and 124A Cents $ Z25700 $ 00).ZO.00 68. 25 E.A. 6-Inch Sanitary Sewer Service Tap, D-22; Per Each Dollars and Cents $ 3Z5-,60 $ �?/2.f 0 0. 69. 25 E.A. 8-Inch Sanitary Sewer Service Tap, D-22; Per Each: a�y &gA a Dollars and L �. Cents $ SZ0,00 $/Mzo-00 70. 500 L.F. 4-Inch Sanitary Sewer Service Line Replacement or Installation, D-22; Per Linear Foot: Dollars and Cents $ A Z; •.0 71. 100 L.F. 6-Inch Sanitary Sewer Service Line Replacement or Installation, D-22; Per Linear Foot: Dollars and Cents $ 2(100 $ ;e*0.00 r B-32 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 72. 100 L.F. 8-Inch Sanitary Sewer Service Line Replacement or Installation, D-22; Per Linear Foot: Dollars and L Cents $ 9&.00 $ 1600,60 73. 5 E.A. Cut and Plug Existing Mains All Sizes; Per Each: Dollars and VA) Cents $ 4&o0 $ 2000 .6.0 74. 1500 L.F. Trench Safety System, D-20; Per Linear Foot: avi) Dollars and vt t) Cents $ 9 -00 $ 3o00.00 75. 15 E.A. Job Move-in; D-41; Per Each: Dollars and LAA) Cents $ 26.00 $ Z2,,1Q" 00 76. 10 E.A. Emergency Situation Job Move-In, D-64; Per Each: ' Dollars and Add) Cents $ zoo o.6 0 $ ZD,000;66 77. 25 L.F. Hydro Mulch Seeding, D-50; Per Linear Foot: AWDollars and WAW Cents $ 3.06 $ ��Q B-33 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 78. 25 L.F. Sodding, D-50; Per Linear Foot: OL Dollars and f I&D Cents $ le-6 0 $ Sd•b 79. 25 L.F. Concrete Encasement, Fig. 113, D-34; Per Linear Foot: Dollars and Cents $ '�Z•bd $ Z3ZA 80. 20 C.Y. Concrete Riprap, D-43; Per Cubic Ygd:e� Dollars and vw Cents $ /0.60 $ 2000.00 81. 5 C.Y. Crushed Limestone, D-16; Per Cubic Yard: CJVIlTX.I.c,� Dollars and t A ) Cents $ 12, -00 $ 82. 5 C.Y. Class `B' Concrete(#2500); Per Cubic Yard: Dollars and Cents $ 66 $ 2S,0 D . 83. 5 C.Y. Class `E' Concrete(#1500); Per Cubic Yard: Dollars and Cents $ gSO6 $ 2.�4d B-34 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 84. 10 S.Y. Concrete Sidewalk or Driveway Replacement, D-15; Per Square Yard: Juk�' z Dollars and Cents $ 100,06 $ 4?Qa• ya 85. 100 L.F. Concrete Curb and Gutter Replacement, D-15, D-69; Per Linear Foot: 420-A Dollars and btl. Cents $ 1/000.00 86. 100 L.F. Concrete Pavement on 2:27 Concrete Base, Fig. 1, D-17; D-18; Per Linear Foot: A—Wlt - Dollars and A Aj Cents $ (/4 (30 87. 50 L.F. Brick on Reinforced Concrete Base,Fig. 3; D-18 Per Linear Foot: SZ,Dollars ��--77 and AhA/",Q Cents $ J •ba $ Z�UO.Od 88. 250 L.F. Min 2-Inch HMAC on 2:27 Concrete Base,Fig. 4, D-17; D-18; Per Linear Foot: Dollars and Cents $ 3Z.6 D $ ?0O0,b 0. 89. 500 L.F. 2-Inch HMAC on 2:27 Concrete Base,Fig. 5, D-17; D-18; Per Linear Foot: 1�& JL� Dollars and Cents $ $ 17,60o'00 ilr^ B-35 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 90. 100 L.F. Min 1-1/2-Inch HMAC on Reinforced Concrete Base, Fig. 2, D-17; D-18; Per Linear Foot: 111,1,41 Dollars and 6Q_40 _Cents $ ,00 $ Y/00.00 . 91. 1500 L.F. 2-Inch HMAC on 8"Crushed Stone Base (Temp. Pvmt.),Fig. 5R, D-44; Per Linear Foot: C39aAA4 Dollars and [.t,rJ Cents $ 14. 00 $ Z/,0 00.0 P 92. 1500 L.F. 2-Inch Hot or cold Mix Rolled Temporary Pavement Fig. A, D-44; Per Linear Foot: I.L_ UA J-11 Dollars and -ucJ Cents 93. 1500 L.F. Flex Base Material for Temporary Pavement Repair,Fig. A, D-44; Per Linear Foot: L Dollars / and lit�U Cents $ l .O D $ 7�D•00. 94. 100 S.Y. Replace Paving in Parking Areas, D-19; Per Square Yard: Dollars and )A A) Cents $ 76100 $ Z000 00 95. 1000 L.F. Pre-Construction Cleaning and Television Inspection of Sanitary Sewer Line, D-52; Per Liner Foot: Dollars and Cents $ 3 00 $ 3000•QO B-36 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 96. 1000 L.F. Post-Construction Television Inspection of Sanitary Sewer Lines, D-56; Per Linear Foot: Q4-( Dollars and L44 amu Cents $ 1.2 $ 17-sz-0. TOTAL AMOUNT BID $ L 3 �• * Type of Pipe Used / PVC Pipe(SDR-35, Per E1-25, 6- 15 inch): PVC Pipe(PS-46, Per E1-27, 6 - 15 inch): PVC Pipe (Composite Pipe, Per E1-29, 8 - 15 inch): PVC Pipe (Corrugated Pipe, Per E1-31, 6 - 15 inch): 00 ,v TOTAL AMOUNT BID WATER $ • TOTAL AMOUNT BID SEWER $ S Z GRAND TOTAL AMOUNT BID $ (A��n B-37 PART B -PROPOSAL(Cont.) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 365 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Non resident bidders in the State of , our principal lace of business, are not required to underbid resident bidders. IB. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B-38 I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) Respectfully submitted, By: Title: Ad14.1r- . Telephone: (Seal) wI2 r I Date: '7 B-39 06/02/1996 00:20 3325478 FW WW PRGM YCH PAGE 01 1 _; .c7car;.;.g..•, - ��ry fL .. ..., i23. .1' I��:�r _ l_ c:.. � `,• . Qr •` _6V:'�-. . -...__ . City of Fort.Worth 'Nlinority-and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS f. APPLICATION OF POLICY If the total dollar value of the contract Is $25,000 or more,the MNVBE goal Is applicable. If the total dollar value ofthe contract Is less than$25,000,the MIWBE goal Is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business Enterprises(M/WBE)in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to Increase the use of M/WBE firms to a level comparable to the availability of M/WBEs that provide goods and services,directly or indirectly to the City. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is '/.of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25.000 or more,bidders are required to comply with the intent of the City's MIWBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or; 2, Good Faith Effort documentation,or; .3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents mugt be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. M/WBE Utilization Form. received by 5:00 p.m.,five(5)City business days after the �. bid opening date,exclusive of the bid opening date. 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. 3. Good Faith Effort Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. FAILMRE.TO cOMFLY WITH THEcITY's MMIBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. i Any questions,please contact the MIWBE Office at(617)871-6104. Rev.612198 I 06/02/1996 00:20 3325478 FW WW PRGM YCH PAGE 02 l}�N I5A�TTACHMEN°r 1�_A i 4 V!• � !Mn.�+ll . . z.x,, Rags1'of2 Cit of Fort Worth BUT�T !�F Minority and Women,Ousiness Enterprise Specificationsz7,11NEE +M,i/6 F W MBE/WBE UTILIZATION y� 1 i _�9_a o '00 JUN 36 An 11 31 E CO PANY N ME �� DID DATE k4j53- 0(,053,01 75'b80''' * a( qq � P5 59- o=os&01744 TM Q7JECT NAME mlO5Rg9A PROJECT NUMBER IS MVWBE PROJECT COAL: C ZWBE PERCENTAGE ACHIEVED: It.c7b litre to complete this form, in its entirety with supporting documentation,and received by the Managing Department 4r before 5:00.p.m.five(5)City business days after bid opening,exclusive of bid opening date,will result in the bid ling considered non-responsive to bid specifications. s undersigned bidder agrees to enter Into a formal agreement with the MBE and/or WBE firms for work listed In this hedule, conditioned upon execution of a contract with the City of Fort Worth. The Intentional and/or knowing 2. representation of facts Is grounds for consideration of disqualification and will result in the bid being considered n-responsive to specifications, Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work(') Supplied(') r ai3 Z� G a F 4 •� � i'� 2���3/3 N An .Q1 A IMM. `� �iJ[ �- ll4pd .UU Esmust be located in the 9(nine)county marMtpiace or currently doing business In the marketplace at the time of bid. ry all areas In which MWBE's are to be utilised and/or Items to be supplied: plate listing of hems to be supplied Is required in order to realty reedit toward the MM SE goal. fY each Tier level. Tier.Means the level of subcontracting below the prime contrsctodconsultant,i.e.,a direct payment from the prime contractor to a subcontractor Is considered 1R tier,a payment by a subcontractor to Its supplier Is considered 2"°'tier. FORM MUST BE RECEIVED.BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.612/90 w Pages 1.and 2 of AtLchment 1A must be received by the Managing Department Ub/UZ/ly7b UU:ZU jjL74 fu f W WW rKUM YUi rAUt bj 'ATTACHMENT 't/t i. r'T 'Page 2 of 27- C R 7Ci otFartWorth INIINEERINC/G_r V/ Minority and Women Business Enterprise Specifications MBEIWBE UTILIZATOhO JUS; 36 AR 1131 ,Company Name,Contact Name, Certified I Specify All Contracting Specify Ail Items to be Dollar Amount Address,and Telephone No. Scope of Work(•) Supplied(') CX r V V F y i bidder further agrees to provide, directly to the City upon request, complete and accurate Information regarding work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submltted with this bid. (dder also agrees to allow an audit and/or examination of any books, records and flies held-by'their company that substantiate the actual work performed by the MSE(s) andlor WBE(s) on this contract, by an authorized officer or oyes of the City. Any Intentional and/or knowing misrepresentation of facts will be grounds for terminating the tract.or debarment from City work for a period of not less than three(3)years and for Initiating,action under Federal, or Local laws concerning false statements. °Any failure to-comply with this ordinance and creates a material eh of contract may result In a determination of an irresponsible offeror and barred from participating in City work period of time not less than one(1)year. ALL MBEs and WBEs T BE CERTIFIED BY THF,CITY BEFORE CONTRACT AWARD Shaw raze %ur, e ' C� Printed Slgnat e C060-57S94990 ntact Name and Title(if different) OJA-,03', 60-7S9- 59 D any Marne Telephone Number(s) y 5 -7 ss Fax Number dt4/Z1p Code Date r„ r FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.GIM9 Pages 1 and 2 of Attachment 1A must be received by the Managing Department Vb/t9[/1"b tIU LF7 JJZi q lb f WHAUL 04 ..., .. - - WW F'KhM YI.H .. --- —. r 'M•.a , `, Page 7 of•1`­ City of Fort Worth Minority and Women Business Enterprise Specifications Prime Cont/r�actor Waiver & 99,441 4,(Z&&_44JC'5* Prime impany Name Project Name y- fyxb.Z qq4 —o —tl u PA S3 -01005-3017S%&Q e- Bid Opening Date Project Number -07D3W/734940 If both-answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. if the answer to either question is NO,then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. F o complete this form In its entirety and;be received by the Manacling Department on or 00 p.m., five (5) City business days affei bid oeenlno, exclusive of the bid opening date, t In the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? Yes If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. r Will you perform this entire contract without suppliers? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s)on•this.contract;'tbe•payment,therefore.and any proposed changes to the original MBE(s) and/or WOE (s) arrangements submitted,with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBE(s)and/or WBE(s)on this contract,by an authorized officer or employee of the City.Any Intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal,State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an Irresponsible offeror and barred from participating in City work for a period of time'not less than one(1)year. Au ze Signature Printed Signature T' Contact Name(if different) nI_7 -SSS - /S96 Company Name Contact Telephone Number (s) N?q or, 19 0- SSS (x703 Address 0" , -U Fax Number Rev.612198 bb/UZ11"b UU:ZU JJzn41U h W WW F W13M YU'1 F'AbL b5 Page i'of 3 City of Fort Worth Minority and Women Business Enterprise GOOD FAITH EFFORT 1= Prime Company Name Bid Date Project Name Project Number F /INyou have failed to secure MBE participation and you have subcontracting and/or supplier opportunities or if our MMSE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each Item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, Intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. E complete this-form, In Its entirety with supporting documentation, and received by the Department on or before'S:00 p.m.five(5)Clty business days after bid opening,exclusive of bid ate,will result in the bid being considered non-responsive to bid specifications. 1.). Please list each and every subcontracting and/or supplier opportunity(DO NOT LIST NAMES OF FIRMS)which will be used In the completion of this project,regardless of whether it Is to be provided d., by a MANSE or non-MANSE. (Use additional sheets,N necessary) List of: Subcontracting Opportunities List of: Supplier Opportunities i 1 Rev.WM6 06/02/1996 00:20 3325478 FW WW PRGM YCH PAGE 06 ,ATTA�CHMENT IC :1: r1e, Page 2 of 3 2.) Did you obtain a curient list of M/WBE firms from the City's M/WBE Office? The list Is considered In compliance,If it is not more thaw3 months old,from the date of bid opening. Yes Date of Listing No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least torr calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes Wyes,attach M/WBE mail listing to Include name of firm-and address and a dated No copy of letter mailed. 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes If yes,attach list to Include name of M/WBE firm,person contacted, No phone number and date and time of contact. NOTE: A facsimile may be used to comply with either 3 or 4,but may not be used for both. If a facsimile is used, attach the fax confirmation, which Is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE; I If a SIC list of M/WBE Is tenor less,the bidder must contact the entire list to be in compliance with questions 3 and* If a sic list,of M/WBE Is more than ten,the bidder must contact at least two-thirds of tha ICat buQnof less tnan''ton to•be in compliance wlth`questions 3 and 4. 5.) Did you provide plans'and specifications to potential M/WBEs or information regarding the location of plans_andspscifications In-order to assist the M/WBEs?. Yes No 6.) If M/WBE bids were received and rejected,you must: (1) List the M1WBE firms and the reason(s)for rejection(i.e.,quotation not commercially reasonable, qualifications,etc.)and (2) Attach affldavit andlor documentation to support the reason(s)listed below(i.e..letters,memos, bids,telephone calls,meetings,etc.) (Pro"*use addlt/onal shoots,if necessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev.MMS 06/02/1996 00:20 3325478 FW WW PRGM YGH PAGE 07 .A ��;ItTT CHMENT_tt :_:;:L... Page 3 o1F3 . ADDITIONAL INFORMATION: Please provide additional Information you feel will further explain your good and honest efforts to obtaln M/WBE participation on this project. The bidder further agrees to provide, directly to the.City upon request, complete and accurate Information regarding actual .work performed on- this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or.debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the Information provided and the M/WBE(s) listed was/were contacted In good faith. It is understood that any M/WBE(s) -listed in Attachment IC will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Telephone Number(s) t Address Fax Number city/Statemp bate y r Rev.MAS PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1. 1 Definition of Terms C1-1 (1) C1-1. 2 Contract Documents Cl-1 (1) C1-1. 3 Notice to Bidders C1-1 ( 2) C1-1.4 Proposal Cl-1 (2) C1-1. 5 Bidder C1-1 (2) C1-1.6 General Conditions C1-1 ( 2) C1-1. 7 Special Conditions C1-1 ( 2) C1-1.8 Specifications C1-1 (2 ) C1-1.9 Bond C1-1 ( 2) C1-1.10 Contract C1-1 (3) C1-1.11 Plans C1-1 (3 ) C1-1.12 City Cl-1 ( 3 ) C1-1.13 City Council C1-1 ( 3 ) C1-1.14 Mayor Cl-1 ( 3 ) C1-1.15 City Manager C1-1 (3 ) C1-1.16 City Attorney C1-1 ( 3 ) C1-1.17 Director of Public Works C1-1 (4 ) C1-1.18 Director, City Water Department Cl-1 (4) C1-1.19 Engineer C1-1 (4 ) C1-1. 20 Contractor C1-1 (4 ) C1-1. 21 Sureties C1-1 ( 4 ) C1-1. 22 The Work or Project C1-1 ( 4) I� C1-1. 23 Working Day C1-1 (4 ) C1-1.24 Calendar Day C1-1 (4 ) C1-1. 25 Legal Holiday C1-1 (4 ) C1-1. 26 Abbreviations C1-1 (5 ) C1-1. 27 Change Order Cl-1 (6 ) C1-1. 28 Paved Streets and Alleys C1-1 (6 ) C1-1. 29 Unpaved Streets and Alleys C1-1 (6 ) C1-1. 30 City Streets C1-1 (6) C1-1. 31 Roadway C1-1 (6) C1-1. 32 Gravel Street C1-1 (6 ) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2. 2 Interpretation of Quantities C2-2 (1) C2-2. 3 Examination of Contract Documents and Site C2-2 (2) C2-2. 4 Submitting of Proposal C2-2 (3 ) C2-2.5 Rejection of Proposals C2-2 (3 ) C2-2.6 Bid Security C2-2 (3 ) (1) C2-2.7 Delivery of Proposal C2-2 (4) C2-2.8 Withdrawing Proposals C2-2 (4) C2-2.9 Telegraphic Modification of Proposals C2-2 (4) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4 ) C2-2.12 Disqualification of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS 4 C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3-3 (1) C3-3.3 Equal Employment Provisions C3-3 (1) C3-3 . 4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 (2) C3-3 . 6 Return of Proposal Securities C3-3 (2) C3-3. 7 Bonds C3-3 (2 ) C3-3.8 Execution of Contract C3-3 (4 ) C3-3.9 Failure to Execute Contract C3-3 ( 4) C3-3.10 Beginning Work C3-3 (4 ) C3-3.11 Insurance C3-3 (4 ) C3-3 .12 Contractor ' s Obligations C3-3 (7 ) C3-3.13 Weekly Payroll C3-3 (7 ) C3-3.14 Contractor ' s Contract Administration C3-3 (7 ) C3-3.15 Venue C3-3 (8 ) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4. 2 Special Provisions C4-4 (1 ) C4-4. 3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Schedule of Operations C4-4 (3 ) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4 ) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1 ) C5-5. 2 Conformity with Plans C5-5 (1 ) C5-5. 3 Coordination of Contract Documents C5-5 ( 2) C5-5.4 Cooperation of Contractor C5-5 (2) C5-5. 5 Emergency and/or Rectification Work C5-5 (3 ) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) C5-5.8 Authority and Duties of Inspectors C5-5 (4 ) C5-5.9 Inspection C5-5 (5) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (5 ) C5-5.11 Substitute Materials or Equipment C5-5 (5) C5-5.12 Samples and Tests of Materials C5-5 (6 ) C5-5.13 Storage of Materials C5-5 (6) C5-5.14 Existing Structures and Utilities C5-5 (7 ) C5-5.15 interruption of Service C5-5 (7 ) C5-5.16 Mutual Responsibility of Contractors C5-5 (8 ) C5-5.17 Cleanup C5-5 (8 ) C5-5.18 Final Inspection C5-5 (9 ) (2) rC6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1 ) C6-6. 2 Permits and Licenses C6-6 (1) C6-6. 3 Patented Devices, Materials and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (2) C6-6. 5 Public Safety and Convenience C6-6 (2 ) C6-6.6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3 ) C6-6.7 Railway Crossings C6-6 (4) C6-6.8 Barricades, Warnings and Watchmen C6-6 (4 ) C6-6.9 Use of Explosives, Drop Weight, etc. C6-6 (5 ) C6-6.10 Work Within Easements C6-6 (6) C6-6.11 Independent Contractor C6-6 (8 ) C6-6.12 Contractor ' s Responsibility for Damage Claims C6-6 (8 ) C6-6.13 Contractor ' s Claim for Damages C6-6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10 ) C6-6. 15 Temporary Sewer Drain Connections C6-6 (10) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6 (11 ) C6-6.17 Use of a Section of Portion of the Work C6-6 (11 ) C6-6.18 Contractor 's Responsibility for Work C6-6 (11) C6-6. 19 No Waiver of Legal Rights C6-6 (12) C6-6. 20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6-6 (12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1 ) C7-7. 3 Prosecution of the Work C7-7 (1) C7-7. 4 Limitations of Operations C7-7 (2 ) C7-7.5 Character of Workman and Equipment C7-7 (2 ) C7-7.6 Work Schedule C7-7 (3 ) C7-7.7 Time of Commencement and Completion C7-7 (4 ) C7-7.8 Extension of time of Completion. C7-7 (4 ) C7-7.9 Delays C7-7 (4) C7-7. 10 Time of Completion C7-7 (5 ) C7-7. 11 Suspension by Court Order C7-7 (6 ) C7-7.12 Temporary Suspension C7-7 (6 ) C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) C7-7.15 Fulfillment of Contract C7-7 (9 ) C7-7.16 Termination for Convenience of the Onwer C7-7 (10 ) C7-7.17 Safety Methods and Practices C7-7 (13 ) ir C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8 (1) C8-8. 2 Unit Prices C8-8 (1) (3 ) C8-8. 3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2 ) C8-8.6 Withholding Payment C8-8 ( 3 ) C8-8.7 Final Acceptance C8-8 (3 ) z C8-8.8 Final Payment C8-8 ( 3 ) C8-8.9 Adquacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4 ) C8-8.11 Subsidiary Work C8-8 (5 ) C8-8.12 Miscellaneous Placement of Material C8-8 (5 ) C8-8.13 Record Documents C8-8 (5 ) (4) PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C1-1 . 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS : The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue ' PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White - b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include -the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1) C1-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1 . 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and } read and not rejected by the Owner. C1-1 . 5 BIDDER : Any person , persons , firm, partnership , company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1. 6 GENERAL CONDITIONS : The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes , and requirements of the City of Fort Worth ' s charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1-1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1 . $ SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project . Whenever reference is made to standard specifications, regulations, requirements , statutes , etc . , such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1 . 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and Cl-1 (2 ) faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3 .7) b. Payment Bond (see paragraph C3-3.7 ) C, Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions - to Bidders, Part A and C2-2. 6) C1-1. 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents . C1-1 . 11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner ' s representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner . The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract A Documents just as though they were bound therein. C1-1 . 12 CITY : The City of Fort Worth , Texas , a municipal corporation, authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manger , each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . The terms City and Owner are synonymous. C1-1 . 13 CITY COUNCIL : The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1 . 14 MAYOR: The officially elected Mayor , or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1. 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. C1-1. 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative. C1-1 (3 ) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1 . 18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative, assistant', or agents. C1-1 . 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. C1 -1 . 20 CONTRACTOR: The person , persons , partnership , company, firm, association , or corporation , entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative . A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor , supplying labor and materials or only labor, for work at the site of the project. C1-1 . 21 SURETIES : The Corporate bodies which are bound by such bonds are required with and for the Contractor . The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1. 22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents , including but not limited to the furnishing of all labor , materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. C1-1 . 23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays , and legal holidays , in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven ( 7 ) hours between 7 : 00 a.m. and 6 : 00 p.m. , with exceptions as permitted in paragraph C7-7. 6. C1-1 . 24 CALENDAR DAYS : A calendar day is any day of the week s or month, no days being excepted. C1-1 . 25 LEGAL HOLIDAYS : Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: C1-1 (4 ) n 1. New Year ' s Day January 1 2. M. L. King, Jr. Birthday, Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 8. Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council , falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those r employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1 . 26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents , the intent and meaning shall be as follows: AASHTO - American Association of MGD Million Gallons Per State Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - In Accordance With ASTM - American Society of Min. - Minimum Testing Materials Mono.- Monolithic AWWA - American Water Works % - Percentum Association R - Radius ASA - American Standards Association I.D. - Inside Diameter HI - Hydraulic Institute O. D . - Outside Diameter Asph. - Asphalt Elev.- Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St. - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D. I. - Ductile Iron Cl-1 (5)