Loading...
HomeMy WebLinkAboutContract 47791 C u y 8 E C R Ei PrAl W, CONTRACT MU FORT WORTH Water & Sewer Main Replacements CONTRACT 2015A City Project No. 02738 e.. r 1 ur OFFICIAL RECORD CITY SECRETARY *a J FT.WORTH,TX "Al CERTIFICATE OF INTERESTED PARTIES C -777/1 FORM 1295 10f1 Complete Nos. 1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-31090 William J Schultz Inc dba Circle C Construction Company Fort Worth, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is03/25/2016 being filed. City of Fort Worth Date Ackn dge 0 0 /1 �16 I 3 Provide the identification number used by the governmental entity or state agency to track or identify the contra t,and pr vide a description of the goods or services to be provided under the contract. 2738 W&SS Main Replacements Contract 2015A 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary Skelly, Teresa hFort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. `o p,Vky PC,",,MICHELE S.LANKFORD Notary Public STATE OF TEXAS tP% Notary ID k 1175946 6 My Comm.E.P.October 7,2019 Signature of authorized ag nt of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said Ti✓►rG s4. JI�,�. l t f this the ZS1*1 day of 1 f�y/ eL , 20 b ,to certify which,witness my hand and seal of office. M m 1, kin W-7n/ Signature of officer administering ath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.312 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WATER & SEWER MAINREPLACEMENTS CONTRACT 2015A PROJECT NUMBERS: City Project No. 02738 JOHN CARMAN DIRECTOR WATER DEPARTMENT 2015 ( V � v v l/! � I APPRO D I 3L15 `� ANDRETV T. CRONBERG,P.E.,ASSIS AN DIRECTOR, DATER DEPART[YIENT APPROVED -J I ,, TONY SHOLOLA,RE, ENGINEERING kL4NAGER, NATER DEPARTMENT (�� i4�& 11y3-15- RECOMMENDS DATE FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Water & Sewer Main Replacements Contract 2015A City Project No. 02738 Betsy Price David Cooke Mayor City Manager John Carman Director, Water Department October 2015 FORTWORTH. City of Fort Worth Standard Construction Specification z Documents Adopted September 2011 000000-2 TABLE OF CONTENTS Page 2 of 6 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 4 00 05 10 Mayor and Council Communication 5 0005 15 Addenda 6 00 11 13 Invitation to Bidders 7 0021 13 Instructions to Bidders 8 0035 13 Conflict of Interest Affidavit 9 00 41 00 Bid Form 10 00 42 43 Proposal Form Unit Price 11 0043 13 Bid Bond 12 00 43 37 Vendor Compliance to State Law Nonresident Bidder 13 0045 11 Bidders Prequalifications 14 00 45 12 Prequalification Statement 15 0045 13 Bidder Prequalification Application 16 004526 Contractor Compliance with Workers' Compensation Law 17 00 45 40 Minority Business Enterprise Goal 18 00 45 41 Small Business Enterprise Goal 19 00 52 43 Agreement 20 0061 13 Performance Bond 21 0061 14 Payment Bond 22 0061 19 Maintenance Bond 23 0061 25 Certificate of Insurance 24 00 72 00 General Conditions 25 00 73 00 Supplementary Conditions 26 27 Division 01 - General Requirements 28 29 01 1100 Summary of Work 30 01 25 00 Substitution Procedures 31 01 31 19 Preconstruction Meeting 32 01 32 33 Preconstruction Video 33 01 33 00 Submittals 34 01 35 13 Special Project Procedures 35 01 45 23 Testing and Inspection Services 36 01 5000 Temporary Facilities and Controls 37 01 55 26 Street Use Permit and Modifications to Traffic Control 38 01 57 13 Storm Water Pollution Prevention Plan 39 01 60 00 Product Requirements 40 01 6600 Product Storage and Handling Requirements 41 01 70 00 Mobilization and Remobilization 42 0171 23 Construction Staking and Survey 43 01 74 23 Cleaning 44 01 77 19 Closeout Requirements 45 01 78 23 Operation and Maintenance Data 46 01 78 39 Project Record Documents CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 000000-3 TABLE OF CONTENTS Page 3 of 6 1 2 Technical Specifications which have been modified by the Engineer 3 specifically for this Project; hard copies are included in the Project's Contract 4 Documents 5 6 Division 02 - Existing Conditions 7 8 0241 14 Utility Removal/Abandonment 9 1 o Division 32 - Exterior Improvements 11 12 3201 17 Permanent Asphalt Paving Repair 13 3201 18 Temporary Asphalt Paving Repair 14 32 11 23 Flexible Base Courses 15 3231 13 Chain Fences and Gates 16 32 31 26 Wire Fences and Gates 17 32 31 29 Wood Fences and Gates 18 19 Division 33 - Utilities 20 21 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 22 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 23 33 1210 Water Services 1-inch to 2-inch 24 33 12 11 Large Water Meters 25 33 1225 Connection to Existing Water Mains 26 33 1230 Combination Air Valve Assemblies for Potable Water Systems 27 33 1240 Fire Hydrants 28 29 Technical Specifications listed below are included for this Project by reference 3o and can be viewed/downloaded from the City's Buzzsaw site at: 31 32 htps://projectpoint.buzzsaw.com/client/fortworthciov/Resources/02%20- 33 %20Construction%2ODocuments/Specifications 34 35 Division 02 - Existing Conditions 36 37 0241 13 Selective Site Demolition 38 02 41 14 Utility Removal/Abandonment 39 0241 15 Paving Removal 40 41 Division 03 - Concrete 42 43 03 30 00 Cast-In-Place Concrete 44 03 34 13 Controlled Low Strength Material (CLSM) 45 03 34 16 Concrete Base Material for Trench Repair 46 03 80 00 Modifications to Existing Concrete Structures 47 48 CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2738 000000-4 TABLE OF CONTENTS Page 4 of 6 1 2 Division 31 - Earthwork 3 4 31 1000 Site Clearing 5 31 23 16 Unclassified Excavation 6 31 23 23 Borrow 7 31 24 00 Embankments 8 31 2500 Erosion and Sediment Control 9 31 36 00 Gabions 10 31 37 00 Riprap 11 12 Division 32 - Exterior Improvements 13 14 3201 17 Permanent Asphalt Paving Repair 15 3201 18 Temporary Asphalt Paving Repair 16 3201 29 Concrete Paving Repair 17 32 11 23 Flexible Base Courses 18 32 1129 Lime Treated Base Courses 19 32 1133 Cement Treated Base Courses 20 32 12 16 Asphalt Paving 21 32 1273 Asphalt Paving Crack Sealants 22 32 13 13 Concrete Paving 23 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 24 32 1373 Concrete Paving Joint Sealants 25 32 14 16 Brick Unit Paving 26 32 16 13 Concrete Curb and Gutters and Valley Gutters 27 32 1723 Pavement Markings 28 32 1725 Curb Address Painting 29 3231 13 Chain Fences and Gates 3o 32 31 26 Wire Fences and Gates 31 32 31 29 Wood Fences and Gates 32 3232 13 Cast-in-Place Concrete Retaining Walls 33 3291 19 Topsoil Placement and Finishing of Parkways 34 32 92 13 Hydro-Mulching, Seeding, and Sodding 35 32 93 43 Trees and Shrubs 36 37 Division 33 - Utilities 38 39 33 01 30 Sewer and Manhole Testing 4o 33 01 31 Closed Circuit Television (CCTV) Inspection 41 3303 10 Bypass Pumping of Existing Sewer Systems 42 33 0410 Joint Bonding and Electrical Isolation 43 33 0411 Corrosion Control Test Stations 44 33 04 12 Magnesium Anode Cathodic Protection System 45 33 04 30 Temporary Water Services 46 33 04 40 Cleaning and Acceptance Testing of Water Mains 47 33 04 50 Cleaning of Sewer Mains 48 3305 10 Utility Trench Excavation, Embedment, and Backfill CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 000000-5 TABLE OF CONTENTS Page 5 of 6 1 33 05 12 Water Line Lowering 2 33 05 13 Frame, Cover and Grade Rings 3 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 4 3305 16 Concrete Water Vaults 5 33 0517 Concrete Collars 6 33 05 20 Auger Boring 7 33 05 21 Tunnel Liner Plate 8 33 05 22 Steel Casing Pipe 9 33 05 23 Hand Tunneling 10 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 11 33 05 26 Utility Markers/Locators 12 33 05 30 Location of Existing Utilities 13 33 11 05 Bolts, Nuts, and Gaskets 14 33 11 10 Ductile Iron Pipe 15 33 11 11 Ductile Iron Fittings 16 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 17 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 18 33 11 14 Buried Steel Pipe and Fittings 19 33 12 10 Water Services 1-inch to 2-inch 20 33 12 11 Large Water Meters 21 33 1220 Resilient Seated Gate Valve 22 33 12 21 AWWA Rubber-Seated Butterfly Valves 23 33 12 25 Connection to Existing Water Mains 24 33 1230 Combination Air Valve Assemblies for Potable Water Systems 25 33 1240 Fire Hydrants 26 33 1250 Water Sample Stations 27 33 1260 Standard Blow-off Valve Assembly 28 3331 12 Cured in Place Pipe (CIPP) 29 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3o 3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 31 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 32 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 33 31 22 Sanitary Sewer Slip Lining 34 33 31 23 Sanitary Sewer Pipe Enlargement 35 33 31 50 Sanitary Sewer Service Connections and Service Line 36 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 37 3339 10 Cast-in-Place Concrete Manholes 38 33 39 20 Precast Concrete Manholes 39 33 39 30 Fiberglass Manholes 40 33 39 40 Wastewater Access Chamber (WAC) 41 33 39 60 Epoxy Liners for Sanitary Sewer Structures 42 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 43 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 44 33 46 00 Subdrainage _ 45 33 46 01 Slotted Storm Drains 46 33 46 02 Trench Drains 47 3349 10 Cast-in-Place Manholes and Junction Boxes 48 33 49 20 Curb and Drop Inlets CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 000000-6 TABLE OF CONTENTS Page 6 of 6 1 33 49 40 Storm Drainage Headwalls and Wingwalls 2 3 Division 34 - Transportation 4 5 3441 10 Traffic Signals 6 3441 11 Temporary Traffic Signals 7 3441 13 Removing Traffic Signals 8 3441 15 Rectangular Rapid Flashing Beacon 9 3441 16 Pedestrian Hybrid Signal 10 34 41 20 Roadway Illumination Assemblies 11 34 41 30 Aluminum Signs 12 3471 13 Traffic Control 13 14 Appendix 15 16 GC-4.01 Availability of Lands 17 GC-4.02 Subsurface and Physical Conditions 18 GC-4.04 Underground Facilities 19 GC-4.06 Hazardous Environmental Condition at Site 20 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 21 GC-6.07 Wage Rates 22 GC-6.09 Permits and Utilities 23 GC-6.24 Nondiscrimination 24 GR-01 60 00 Product Requirements 25 26 END OF SECTION CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2738 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/3/2016 -Ordinance No.22199-05-2016 & 22200-05- 2016 DATE: Tuesday, May 03, 2016 REFERENCE NO.: C-27711 LOG NAME: 60WSR2015A- CIRCLEC SUBJECT: Authorize Execution of a Contract with William J. Schultz Inc. d/b/a Circle C Construction Company, in the Amount of$3,000,000.00 for Water and Sewer Main Replacement Contract 2015A and Adopt Appropriation Ordinances (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$1,750,000.00 and in the Sewer Capital Projects Fund in the amount of$1,750,000.00 from available funds for a total of$3,500,000.00; and 2. Authorize the City Manager to execute a contract with William J. Schultz Inc. d/b/a Circle C Construction Company, in the amount of$3,000,000.00 for the Water and Sewer Main Replacement Contract 2015A, including the option to renew for up to two additional terms. DISCUSSION: The work to be performed under this contract consists of extending,replacing and/or relocating water and sewer mains, services and other pertinent construction required to provide water and sewer service to individual customers or developers. The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and that the amount budgeted for the project is $3,000,000.00. Final payments will be made based on the unit prices established by the bid and actual measured quantities installed. The bid documents also included a stipulation giving the City the option to renew (subject to appropriated funding)this contract two times under the same terms, conditions and unit prices. The project was advertised on November 5, 2015 and November 12,2015 in the Fort Worth Star-Telegram. On December 3, 2015 the following bids were received: BIDDER AMOUNT TIME William J Schultz,Inc.D/B/A Circle C Construction Company �5,069,120.00F65DaysJ onatser Construction TX,LP 5,397,775.00 tkins Brothers Equipment Co.,Inc. 6,423,890.00 In addition to the contract amount, $440,000.00 (water: $220,000.00; sewer: $220,000.00) is required for project management,real property acquisitions, construction staking,material testing and inspection and $60,000.00 (water: $30,000.00; sewer: $30,000.00) is required for project contingencies. This contract will have no impact on the Water Department's operating budget when complete. Appropriations for the Water and Sewer Main Replacement Contract 2015A Project will consist of the following: Existing Additional Future Project Description ppropriations ppropriations ppropriations Total* Construction $0.00 $3,000,000.00 $0.00 3,000,000.00 roject anagement, nspection, aterial esting and ontingencies $0.00 $ 500,000.00 $0.00 500,000.00 Project Total 1 $0.00 $3,500,000.00 $0.00 3,500,000.00 *Number rounded for presentation purposes. Appropriations for the Water and Sewer Main Replacement Contract 2015A Project by fund will consist of the following: FUND ppropriations* ater Capital Projects Fund 596011 $1,750,000.00 Sewer Capital Projects Fund 59607$1,750,000.00 Project Total $3,500,000.00 *Numbers rounded for presentation purposes. M/WBE OFFICE - William J. Schultz, Inc. d/b/a Circle C Construction Company, is in compliance with the City's BDE Ordinance by committing to zero percent MBE participation and documenting good faith effort. William J. Shultz, Inc. d/b/a Circle C Construction Company, identified several subcontracting and supplier opportunities. However,the MBE's contacted in the areas identified did not submit the lowest bids. The City's MBE goal on this project is ten percent. This project is located city-wide in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budget, as appropriated, of the Water Capital Projects Fund and of the Sewer Capital Projects Fund. The Fiscal Year 2016 Water Operating Budget includes appropriations of $26,068,353.00 for the purpose of providing pay-as-you-go funding for Water Capital Projects. After this transfer for Fiscal Year 2016, the balance will be $9,144,769.00. The Fiscal Year 2016 Sewer Operating Budget includes appropriations of$26,300,046.00 for the purpose of providing pay-as-you-go funding for the Sewer Capital Projects Fund. After this transfer for Fiscal Year 2016, the balance will be$17,771,660.00. FUND Existing Additional Future Project �Appropriations[Appropriations�Appropriations Total' ater Capital rojects Fund $0.00 $1,750,000.00 $0.00 $1,750,000.00 59601 Sewer Capital Projects Fund $0.00 $1,750,000.00 $0.00 1,750,000.00 59607 roject Total $0.00 $3,500,000.00 r $0.00 3,500,000.00 *Numbers rounded for presentation purposes. FUND IDENTIFIERS (FIDS): TO Fund Department Account Project ProgramActivity Budget Reference# Amount ID ID Year (Chartfield 2) 1)59601 0600430 4956001 CO2738 C017ZZ 2016 $1,750,000.00 1)59601 0600430 5740010 CO2738 C01783 2016 $1,530,000.00 1)59601 0600430 5110101 CO2738 C01730 2016 $102,750.00 1)59601 0600430 5710010 CO2738 C01741 2016 $10,000.00 1)59601 0600430 5310350 CO2738 C01742 2016 $5,000.00 1)59601 0600430 5310350 CO2738 C01751 2016 $10,000.00 1)59601 0600430 5310350 CO2738 C01752 2016 $25,000.00 1)59601 0600430 5540101 CO2738 C01781 2016 $650.00 1)59601 0600430 5310350 CO2738 C01784 2016 $6,000.00 1)59601 0600430 5330500 CO2738 C01784 2016 $20,000.00 1)59601 0600430 5310350 CO2738 C01785 2016 $40,600.00 1)59607 0700430 4956001 CO2738 C017ZZ 2016 $1,750,000.00 1)59607 0700430 5740010 CO2738 C01783 2016 $1,530,000.00 1)59607 0700430 5110101 CO2738 C01730 2016 $102,750.00 1)59607 0700430 5710010 CO2738 C01741 2016 $10,000.00 1)59607 0700430 5310350 CO2738 C01742 2016 $5,000.00 1)59607 0700430 5310350 CO2738 C01751 2016 $10,000.00 1)59607 0700430 5310350 CO2738 C01752 2016 $25,000.00 1)59607 0700430 5540101 CO2738 C01781 2016 $650.00 1)59607 0700430 5310350 CO2738 C01784 2016 $6,000.00 1)59607 0700430 5330500 CO2738 C01784 2016 $20,000.00 1)59607 0700430 5310350 CO2738 C01785 2016 $40,600.00 FROM Fund Department Account project ProgramActivity Budget Reference# Amount ID ID Year (Chartfield 2) 2)59601 0600430 5740010 CO2738 C01783 2016 $1,500,000.00 2)59607 0700430 5740010 CO2738 C01783 2016 $1,500,000.00 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) OridnatinLy Department Head: John Carman (8246) Additional Information Contact: Adolpho Lopez (7829) ATTACHMENTS 1. 60WSR2015A - CIRCLEC sewer AO.docx (Public) 2. 60WSR2015A - CIRCLEC water AO.docx (Public) 3. 60WSR2015A Circlec 1295 Form.pdf (Public) 4. 60WSR2015A CIRCLEC MWBE.pdf (CFW Internal) 5. 60WSR2015A CIRCLEC SAM.pdf (CFW Internal) 6. Fund 56001.docx (CFW Internal) 000515-1 ADDENDA Page 1 of I SECTION 00 OS IS 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 END OF SECTION CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised July 1,2011 0011 13-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Water & Sewer Main Replacements Contract 2015A, 6 City Proj. No. 02738 will be received by the City of Fort Worth Purchasing Office: 7 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth, Texas 76102 13 until 1:30 P.M. CST, Thursday, December 3,2015, and bids will be opened publicly and 14 read aloud at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the (approximate) following: 6"- 24"water mains and 18 water services &4"— 15"sewer mains and sewer services. 19 20 OPTION TO RENEW 21 The City has the right to renew this contract for two (2) one-year terms/expenditures of 22 $2,000,000.00 under the same terms, conditions and unit prices. The City shall give at least 23 sixty (60) days notice prior to the expiration of this contract, determined as one year from 24 the date of execution, or of an option period, or a like notice at such a time as there is less 25 than $20,000.00 left unexpended. 26 27 PREQUALIFICATION 28 The improvements included in this project must be performed by a contractor who is 29 pre-qualified by the City at the time of bid opening. The procedures for qualification and 30 pre-qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 31 32 DOCUMENT EXAMINATION AND PROCUREMENTS 33 The Bidding and Contract Documents may be examined or obtained on-line by visiting 34 the City of Fort Worth's Purchasing Division website at 35 http://www.fortworth_oq v.org/purchasiWL and clicking on the Buzzsaw link to the 36 advertised project folders on the City's Buzzsaw site. The Contract Documents may be 37 downloaded, viewed, and printed by interested contractors and/or suppliers. 38 39 Copies of the Bidding and Contract Documents may be picked up from Fort Worth Water 40 Dept., Design Services Section, 927 Taylor St., Fort Worth, Texas, 76102 41 42 There is no cost for the Bidding and Contract Documents 43 44 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 45 City reserves the right to waive irregularities and to accept or reject bids. 46 CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised July 1,2011 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 INQUIRIES 2 All inquiries relative to this procurement should be addressed to the following: 3 Attn: Adolfo Lopez, City of Fort Worth 4 Email: adolfo.lopez@fortworthtexas.gov s Phone: 817-392-7829 6 AND/OR 7 8 Attn: Jim Deeter, City of Fort Worth 9 Email: jim.deeter@fortworthtexas.gov 10 Phone:817-392-7803 11 12 ADVERTISEMENT DATES 13 14 November 5, 2015 15 November 12, 2015 16 17 END OF SECTION CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised July 1,2011 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 11 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 6 00 72 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural 10 thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company, association, or 13 corporation acting directly through a duly authorized representative, 14 submitting a bid for performing the work contemplated under the Contract 15 Documents. 16 17 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, 18 or corporation acting directly through a duly authorized representative, 19 submitting a bid for performing the work contemplated under the Contract 20 Documents whose principal place of business is not in the State of Texas. 21 22 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to 23 whom City (on the basis of City's evaluation as hereinafter provided) makes 24 an award. 25 26 2. Copies of Bidding Documents 27 28 2.1. Neither City nor Engineer shall assume any responsibility for errors or 29 misinterpretations resulting from the Bidders use of incomplete sets of Bidding 30 Documents. 31 32 2.2. City and Engineer in making copies of Bidding Documents available do so only 33 for the purpose of obtaining Bids for the Work and do not authorize or confer a 34 license or grant for any other use. 35 36 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 37 38 3.1. All Bidders and their subcontractors are required to be prequalified for the work 39 types requiring prequalification at the time of bidding. Bids received from 40 contractors who are not prequalified (even if inadvertently opened) shall not be 41 considered. Prequalification requirement work types and documentation are as 42 follows: 43 44 45 46 47 CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2738 Revised November 27, 2012 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 11 1 3.1.1. Water and Sanitary Sewer— Requirements document located at; 2 https://projectpoint.buzzsaw.com/fortworth(iov/Resources/02%20- 3 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%20 4 and%20Sanitary%20Sewer%20Contractor%20PrequaIification%20Program 5 /WSS%20prequal%20requirements.doc?public 6 7 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City 8 within seven (7) calendar days prior to Bid opening, the documentation 9 identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 10 11 3.3. Submission of and/or questions related to prequalification should be addressed 12 to the City contact as provided in Paragraph 6.1. 13 14 The City reserves the right to require any pre-qualified contractor who is the 15 apparent low bidder(s) for a project to submit such additional information as the 16 City, in its sole discretion may require, including but not limited to manpower 17 and equipment records, information about key personnel to be assigned to the 18 project, and construction schedule, to assist the City in evaluating and assessing 19 the ability of the apparent low bidder(s) to deliver a quality product and 20 successfully complete projects for the amount bid within the stipulated time 21 frame. Based upon the City's assessment of the submitted information, a 22 recommendation regarding the award of a contract will be made to the City 23 Council. Failure to submit the additional information, if requested, may be 24 grounds for rejecting the apparent low bidder as non-responsive. Affected 25 contractors will be notified in writing of a recommendation to the City Council. 26 27 3.4. In addition to prequalification, additional requirements for qualification may be 28 required within various sections of the Contract Documents. 29 3.5. 30 Special qualifications required for this project include the following: 31 The Time of Completion of each individual work order in an essential element of 32 this contract. Each work order issued will have the maximum allowed number of 33 calendar days allowed for the completion of that specific work. 34 Single or several Work Orders may be issued at one time. The Contractor shall 35 initiate work within seven (7) working days of the date the Work Order is issued 36 to the Contractor, and continue work on the Work Order until it has been 37 completed, not including paving. The Contractor shall furnish and supply 38 sufficient equipment and personnel to complete the Work Order in the amount of 39 time provided for in the Work Order. Should the Contractor fail to start any Work 40 Order within the time specified, he shall add the necessary work crews and 41 equipment to prosecute the work to complete the Work Order or Work Orders in 42 the time provided therefore. Should the contractor fail to complete an individual 43 work order in the given amount of calendar days as specified on each individual 44 work order, liquidated damage charges will be subtracted from the final pay 45 estimate of that particular work order. The estimated amount for each particular 46 work order will be used for determining the amount of damages charged per 47 calendar day of time exceeding the specified amount. 48 CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2738 Revised November 27,2012 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 11 1 4. Examination of Bidding and Contract Documents, Other Related Data, and 2 Site 3 4 4.1. Before submitting a Bid, each Bidder shall: s _ 6 4.1.1. Examine and carefully study the Contract Documents and other related 7 data identified in the Bidding Documents (including "technical data" referred 8 to in Paragraph 4.2. below). No information given by City or any 9 representative of the City other than that contained in the Contract 10 Documents and officially promulgated addenda thereto, shall be binding 11 upon the City. 12 13 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, 14 local and site conditions that may affect cost, progress, performance or Is furnishing of the Work. 16 17 4.1.3. Consider federal, state and local Laws and Regulations that may affect 18 cost, progress, performance or furnishing of the Work. 19 20 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions 21 at or contiguous to the Site and all drawings of physical conditions relating 22 to existing surface or subsurface structures at the Site (except Underground 23 Facilities) that have been identified in the Contract Documents as containing 24 reliable "technical data" and (ii) reports and drawings of Hazardous 25 Environmental Conditions, if any, at the Site that have been identified in the 26 Contract Documents as containing reliable "technical data." 27 28 4.1.5. Be advised that the Contract Documents on file with the City shall 29 constitute all of the information which the City will furnish. All additional 30 information and data which the City will supply after promulgation of the 31 formal Contract Documents shall be issued in the form of written addenda 32 and shall become part of the Contract Documents just as though such 33 addenda were actually written into the original Contract Documents. No 34 information given by the City other than that contained in the Contract 35 Documents and officially promulgated addenda thereto, shall be binding 36 upon the City. 37 38 4.1.6. Perform independent research, investigations, tests, borings, and such 39 other means as may be necessary to gain a complete knowledge of the 40 conditions which will be encountered during the construction of the project. 41 On request, City may provide each Bidder access to the site to conduct such 42 examinations, investigations, explorations, tests and studies as each Bidder 43 deems necessary for submission of a Bid. Bidder must fill all holes and 44 clean up and restore the site to its former conditions upon completion of 45 such explorations, investigations, tests and studies. 46 ` CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised November 27,2012 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 11 1 4.1.7. Determine the difficulties of the Work and all attending circumstances 2 affecting the cost of doing the Work, time required for its completion, and 3 obtain all information required to make a proposal. Bidders shall rely 4 exclusively and solely upon their own estimates, investigation, research, 5 tests, explorations, and other data which are necessary for full and 6 complete information upon which the proposal is to be based. It is 7 understood that the submission of a proposal is prima-facie evidence that 8 the Bidder has made the investigation, examinations and tests herein 9 required. Claims for additional compensation due to variations between 10 conditions actually encountered in construction and as indicated in the 11 Contract Documents will not be allowed. 12 13 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in 14 or between the Contract Documents and such other related documents. The 15 Contractor shall not take advantage of any gross error or omission in the 16 Contract Documents, and the City shall be permitted to make such 17 corrections or interpretations as may be deemed necessary for fulfillment of 18 the intent of the Contract Documents. 19 20 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for 21 identification of: 22 23 4.2.1. those reports of explorations and tests of subsurface conditions at or 24 contiguous to the site which have been utilized by City in preparation of the 25 Contract Documents. The logs of Soil Borings, if any, on the plans are for 26 general information only. Neither the City nor the Engineer guarantee that 27 the data shown is representative of conditions which actually exist. 28 29 4.2.2. those drawings of physical conditions in or relating to existing surface 30 and subsurface structures (except Underground Facilities) which are at or 31 contiguous to the site that have been utilized by City in preparation of the 32 Contract Documents. 33 34 4.2.3. copies of such reports and drawings will be made available by City to any 35 Bidder on request. Those reports and drawings may not be part of the 36 Contract Documents, but the "technical data" contained therein upon which 37 Bidder is entitled to rely as provided in Paragraph 4.02. of the General 38 Conditions has been identified and established in Paragraph SC 4.02 of the 39 Supplementary Conditions. Bidder is responsible for any interpretation or 40 conclusion drawn from any "technical data" or any other data, 41 interpretations, opinions or information. 42 CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised November 27,2012 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 11 1 4.3. The submission of a Bid will constitute an incontrovertible representation by 2 Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, 3 (ii) that without exception the Bid is premised upon performing and furnishing 4 the Work required by the Contract Documents and applying the specific means, 5 methods, techniques, sequences or procedures of construction (if any) that may 6 be shown or indicated or expressly required by the Contract Documents, (iii) _ 7 that Bidder has given City written notice of all conflicts, errors, ambiguities and 8 discrepancies in the Contract Documents and the written resolutions thereof by 9 City are acceptable to Bidder, and when said conflicts, etc., have not been 10 resolved through the interpretations by City as described in Paragraph 6., and 11 (iv) that the Contract Documents are generally sufficient to indicate and convey 12 understanding of all terms and conditions for performing and furnishing the 13 Work. 14 15 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, 16 Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive 17 Material covered by Paragraph 4.06. of the General Conditions, unless 18 specifically identified in the Contract Documents. 19 20 S. Availability of Lands for Work, Etc. 21 22 5.1.The lands upon which the Work is to be performed, rights-of--way and 23 easements for access thereto and other lands designated for use by Contractor 24 in performing the Work are identified in the Contract Documents. All additional 25 lands and access thereto required for temporary construction facilities, 26 construction equipment or storage of materials and equipment to be 27 incorporated in the Work are to be obtained and paid.for by Contractor. 28 Easements for permanent structures or permanent changes in existing facilities 29 are to be obtained and paid for by City unless otherwise provided in the 30 Contract Documents. 31 32 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City 33 are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event 34 the necessary right-of--way, easements, and/or permits are not obtained, the 35 City reserves the right to cancel the award of contract at any time before the 36 Bidder begins any construction work on the project. 37 38 5.3. The Bidder shall be prepared to commence construction without all executed 39 right-of-way, easements, and/or permits, and shall submit a schedule to the City 40 of how construction will proceed in the other areas of the project that do not 41 require permits and/or easements. 42 43 44 45 46 47 CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2738 Revised November 27,2012 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 11 1 6. Interpretations and Addenda 2 3 6.1. All questions about the meaning or intent of the Bidding Documents are to be 4 directed to City in writing on or before 2 p.m., the Monday prior to the Bid 5 opening. Questions received after this day may not be responded to. 6 Interpretations or clarifications considered necessary by City in response to such 7 questions will be issued by Addenda delivered to all parties recorded by City as 8 having received the Bidding Documents. Only questions answered by formal 9 written Addenda will be binding. Oral and other interpretations or clarifications 10 will be without legal effect. 11 12 Address questions to: 13 14 City of Fort Worth 15 1000 Throckmorton Street 16 Fort Worth, TX 76102 17 Attn: Adolfo Lopez, Fort Worth Water Dept. 18 Fax: 817-392-2527 19 Email: adolfo.lopez@fortworthtexas.gov 20 Phone: 817-392-7829 21 22 23 6.2. Addenda may also be issued to modify the Bidding Documents as deemed 24 advisable by City. 25 26 6.3. Addenda or clarifications may be posted via Buzzsaw at: 27 https://projectpoint.buzzsaw.com/client/fortworthgov/Infrastructure 28 Projects/02037-Water Main Replacement Contract 2013A 29 30 6.4. A prebid conference may be held at the time and place indicated in the 31 Advertisement or INVITATION TO BIDDERS. Representatives of City will be 32 present to discuss the Project. Bidders are encouraged to attend and participate 33 in the conference. City will transmit to all prospective Bidders of record such 34 Addenda as City considers necessary in response to questions arising at the 35 conference. Oral statements may not be relied upon and will not be binding or 36 37 7. Bid Security 38 39 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount 40 of five (5) percent of Bidder's maximum Bid price on form attached, issued by a 41 surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 42 CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2738 Revised November 27,2012 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 11 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of 2 Award have been satisfied. If the Successful Bidder fails to execute and deliver 3 the complete Agreement within 10 days after the Notice of Award, City may 4 consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond 5 of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy } 6 if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have 7 a reasonable chance of receiving the award will be retained by City until final 8 contract execution. 9 to 8. Contract Times 11 The number of days within which, or the dates by which, Milestones are to be 12 achieved in accordance with the General Requirements and the Work is to be 13 completed and ready for Final Acceptance is set forth in the Agreement or 14 incorporated therein by reference to the attached Bid Form. 1s 16 9. Liquidated Damages 17 Provisions for liquidated damages are set forth in the Agreement. 18 19 10.Substitute and "Or-Equal" Items 20 The Contract, if awarded, will be on the basis of materials and equipment described 21 in the Bidding Documents without consideration of possible substitute or "or-equal" 22 items. Whenever it is indicated or specified in the Bidding Documents that a 23 "substitute" or "or-equal" item of material or equipment may be furnished or used by 24 Contractor if acceptable to City, application for such acceptance will not be 25 considered by City until after the Effective Date of the Agreement. The procedure 26 for submission of any such application by Contractor and consideration by City is set 27 forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is 28 supplemented in Section 0125 00 of the General Requirements. 29 30 11.Subcontractors, Suppliers and Others 31 32 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 33 20020-12-2011 (as amended), the City has goals for the participation of 34 minority business and/or small business enterprises in City contracts. A copy 35 of the Ordinance can be obtained from the Office of the City Secretary. The 36 Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier 37 Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort 38 Form with documentation and/or Joint Venture Form as appropriate. The 39 Forms including documentation must be received by the City no later than 40 5:00 P.M. CST, five (5) City business days after the bid opening date. The 41 Bidder shall obtain a receipt from the City as evidence the documentation 42 was received. Failure to comply shall render the bid as non-responsive. 43 44 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other 45 person or organization against whom Contractor has reasonable objection. 46 47 CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised November 27,2012 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 11 1 12.Bid Form 2 3 12.1. The Bid Form is included with the Bidding Documents; additional copies may 4 be obtained from the City. 5 6 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid 7 Form signed in ink. Erasures or alterations shall be initialed in ink by the 8 person signing the Bid Form. A Bid price shall be indicated for each Bid item, 9 alternative, and unit price item listed therein. In the case of optional 10 alternatives, the words "No Bid," "No Change," or "Not Applicable" may be 11 entered. Bidder shall state the prices, written in ink in both words and 12 numerals, for which the Bidder proposes to do the work contemplated or 13 furnish materials required. All prices shall be written legibly. In case of 14 discrepancy between price in written words and the price in written 15 numerals, the price in written words shall govern. 16 17 12.3. Bids by corporations shall be executed in the corporate name by the 18 president or a vice-president or other corporate officer accompanied by 19 evidence of authority to sign. The corporate seal shall be affixed. The 20 corporate address and state of incorporation shall be shown below the 21 signature. 22 23 12.4. Bids by partnerships shall be executed in the partnership name and signed by 24 a partner, whose title must appear under the signature accompanied by 25 evidence of authority to sign. The official address of the partnership shall be 26 shown below the signature. 27 28 12.5. Bids by limited liability companies shall be executed in the name of the firm 29 by a member and accompanied by evidence of authority to sign. The state 30 of formation of the firm and the official address of the firm shall be shown. 31 32 12.6. Bids by individuals shall show the Bidder's name and official address. 33 34 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 35 indicated on the Bid Form. The official address of the joint venture shall be 36 shown. 37 38 12.8. All names shall be typed or printed in ink below the signature. 39 40 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the 41 numbers of which shall be filled in on the Bid Form. 42 43 12.10. Postal and e-mail addresses and telephone number for communications 44 regarding the Bid shall be shown. 115 CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised November 27,2012 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 11 1 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the 2 state of Texas shall be provided in accordance with Section 00 43 37 — 3 Vendor Compliance to State Law Non Resident Bidder. 4 5 13.Submission of Bids 6 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding 7 Documents, at the time and place indicated in the Advertisement or INVITATION TO 8 BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque 9 sealed envelope, marked with the City Project Number, Project title, the name and 10 address of Bidder, and accompanied by the Bid security and other required 11 documents. If the Bid is sent through the mail or other delivery system, the sealed 12 envelope shall be enclosed in a separate envelope with the notation "BID 13 ENCLOSED" on the face of it. 14 15 14.Modification and Withdrawal of Bids 16 17 14.1. Bids addressed to the City Manager and filed with the Purchasing Office 18 cannot be withdrawn prior to the time set for bid opening. A request for 19 withdrawal must be made in writing by an appropriate document duly 20 executed in the manner that a Bid must be executed and delivered to the 21 place where Bids are to be submitted at any time prior to the opening of 22 Bids. After all Bids not requested for withdrawal are opened and publicly read 23 aloud, the Bids for which a withdrawal request has been properly filed may, 24 at the option of the City, be returned unopened. 25 26 14.2. Bidders may modify their Bid by electronic communication at any time prior 27 to the time set for the closing of Bid receipt. 28 29 15.Opening of Bids 30 Bids will be opened and read aloud publicly at the place where Bids are to be 31 submitted. An abstract of the amounts of the base Bids and major alternates (if 32 any) will be made available to Bidders after the opening of Bids. 33 34 16.Bids to Remain Subject to Acceptance 35 All Bids will remain subject to acceptance for the time period specified for Notice of 36 Award and execution and delivery of a complete Agreement by Successful Bidder. 37 City may, at City's sole discretion, release any Bid and nullify the Bid security prior to 38 that date. 39 40 41 42 43 44 45 46 47 CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised November 27,2012 00 21 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 11 1 17.Evaluation of Bids and Award of Contract 2 3 17.1. City reserves the right to reject any or all Bids, including without limitation 4 the rights to reject any or all nonconforming, nonresponsive, unbalanced or 5 conditional Bids and to reject the Bid of any Bidder if City believes that it 6 would not be in the best interest of the Project to make an award to that 7 Bidder, whether because the Bid is not responsive or the Bidder is unqualified 8 or of doubtful financial ability or fails to meet any other pertinent standard or 9 criteria established by City. City also reserves the right to waive informalities 10 not involving price, contract time or changes in the Work with the Successful 11 Bidder. Discrepancies between the multiplication of units of Work and unit 12 prices will be resolved in favor of the unit prices. Discrepancies between the 13 indicated sum of any column of figures and the correct sum thereof will be 14 resolved in favor of the correct sum. Discrepancies between words and 15 figures will be resolved in favor of the words. 16 17 17.1.1.Any or all bids will be rejected if City has reason to believe that collusion 18 exists among the Bidders, Bidder is an interested party to any litigation 19 against City, City or Bidder may have a claim against the other or be 20 engaged in litigation, Bidder is in arrears on any existing contract or has 21 defaulted on a previous contract, Bidder has performed a prior contract in 22 an unsatisfactory manner, or Bidder has uncompleted work which in the 23 judgment of the City will prevent or hinder the prompt completion of 24 additional work if awarded. 25 26 17.2. City may consider the qualifications and experience of Subcontractors, 27 Suppliers, and other persons and organizations proposed for those portions 28 of the Work as to which the identity of Subcontractors, Suppliers, and other 29 persons and organizations must be submitted as provided in the Contract 30 Documents or upon the request of the City. City also may consider the 31 operating costs, maintenance requirements, performance data and 32 guarantees of major items of materials and equipment proposed for 33 incorporation in the Work when such data is required to be submitted prior to 34 the Notice of Award. 35 36 17.3. City may conduct such investigations as City deems necessary to assist in the 37 evaluation of any Bid and to establish the responsibility, qualifications, and 38 financial ability of Bidders, proposed Subcontractors, Suppliers and other 39 persons and organizations to perform and furnish the Work in accordance 40 with the Contract Documents to City's satisfaction within the prescribed time. 41 42 17.4. Contractor shall perform with his own organization, work of a value not less 43 than 35% of the value embraced on the Contract, unless otherwise approved 44 by the City. 45 CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2738 Revised November 27,2012 0021 13-11 INSTRUCTIONS TO BIDDERS Page 11 of 11 1 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 2 responsive Bidder whose evaluation by City indicates that the award will be in 3 the best interests of the City. 4 5 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not 6 award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is 7 lower than the lowest bid submitted by a responsible Texas Bidder by the 8 same amount that a Texas resident bidder would be required to underbid a 9 Nonresident Bidder to obtain a comparable contract in the state in which the 10 nonresident's principal place of business is located. 11 12 17.7. A contract is not awarded until formal City Council authorization. If the 13 Contract is to be awarded, City will award the Contract within 90 days after 14 the day of the Bid opening unless extended in writing. No other act of City 15 or others will constitute acceptance of a Bid. Upon the contractor award a 16 Notice of Award will be issued by the City. 17 18 17.8. Failure or refusal to comply with the requirements may result in rejection of 19 Bid. 20 21 18.Signing of Agreement 22 23 When City issues a Notice of Award to the Successful Bidder, it will be accompanied 24 by the required number of unsigned counterparts of the Agreement. Within 14 days 25 thereafter Contractor shall sign and deliver the required number of counterparts of 26 the Agreement to City with the required Bonds, Certificates of Insurance, and all 27 other required documentation. City shall thereafter deliver one fully signed 28 counterpart to Contractor. 29 30 31 32 END OF SECTION CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised November 27,2012 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent (hereinafter also referred to as"you'd to a City of 5 Fort Worth (also referred to as"City') procurement are required to complete Conflict of 6 Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts 7 Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit s will certify that the Bidder has on file with the City Secretary the required documentation 9 and is eligible to bid on City Work. The referenced forms may be downloaded from the 10 website links provided below. 11 12 http://www.ethics.state.tx.us/forms/­­CIQ.pd 13 14 http://www.ethics.state.b(.us/forms/CIS.pd 15 16 0 CIQ Form is on file with City Secretary 17 18 CIQ Form is being provided to the City Secretary 19 20 0 CIS Form is on File with City Secretary 21 22 CIS Form is being provided to the City Secretary 23 24 25 26 BIDDER: 27 28 C•rcl� CCo��s¢i�� 7ia s? By: 7'er,esa fS _ e11v 29 Company (Please Print) 30 31 r" r� �4a' ��32 Signature: 4 32 Address 33 ,� 1 34 `,dor �///a1 141 7410 /f�D Title: !i/G e 35 City/State/Zip (Please Print) 36 37 38 END OF SECTION ii i CITY OF FORT WORTH MWSR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,2738 Revised March 27,2012 i � 9 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Water&Sewer Main Replacements Contract 2015A City Project No.: 2738 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. _ 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or-entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. i c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook.xls � n 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and r subcontractors: a. Water Improvements 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 days days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid - The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid$ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook.xls 9 0041 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on Jr- / S by the entity named below. Respectfully submitted, [Addendum eceipt is acknowledged of the lowing Addenda: Initial By:. / dendum N0. 1; (Signature) dendum No.2: ® No. 3: Addendum No. 4: (PrintName) Title: cTcSG�wIAC Company: C--c% Corporate Seal: Address: �avf LJo�f1, TX 7G//D State of Incorporation: ZZXq J Email: llyla'C/i°c le`C 711✓6 1D/7l 0iY7 Phone: p/7-z9, -/8/O END OF SECTION i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook.xls ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT UNIT 1:WATER 1. 0170.0102 40 Ea. Work Order Mobilization 01 70 00 $ 2000 Per Each: Iwo ThBUSo n o/ Dollars and o Cents 2. 0170.0103 5 Ea. Work Order Emergency Mobilization 01 7000 DU O $3000 $ 'E�®OO Per Each: !/ J`jj®r Th®ud'on 01 Dollars and 010 Cents 3. 3311.0061 50 Lf. 4"PVC Water Pipe 33 1112 $ 30 ® $ C)C) Per Linear Foot: Th i'/Tia Dollars and Cents 4. 3311.0161 800 Lf.- 6" PVC Water Pipe 33 1112 0 $ 31 �On Per Linear Foot: A In-e, Dollars and /70 Cents ® U p® 5. 3311.0261 1600 Lf. 8" PVC Water Pipe 33 1112 $ �1 $ 7S co Per Linear Foot: TOrTa fPU�� Dollars and n U Cents j 6. 3311.0361 200 Lf. 10"PVC Water Pipe 33 11 12 $ L5,3 $ O UO Per Linear Foot: Dollars and D Cents 7. 3311.0461 200 Lf. 12" PVC Water Pipe 33 11 12 $ �3 ® ® $ Per Linear Foot: Th/.-& Dollars and I!U Cents 8. 3311.0561 200 Lf. 24" PVC Water Pipe 33 it 12 $ 77, ® $ 1 S1400C'® Per Linear Foot: Dollars and Cents B-1 7 9 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 9. 3311.0051 100 Lf, 4" DIP Water 33 1110 �� a Per Linear Foot: —�— Dollars - andno Cents 10. 3311.0151 100 Lf, 6"DIP Water 33 11 10 ® $ 5®®00 Per Linear Foot: Dollars and Iry a Cents a 11. 3311.0251 100 Lf. 8"DIP Water 33 1110 �-® ® O®v®® Per Linear Foot: Dollars and no Cents 12. 3311.0351 100 Lf. 10" DIP Water33 11 10 S–S� ®® Per Linear Foot: Ti�tc, /i✓ Dollars and na Cents O 13. 3311.0451 100 Lf. 12"DIP Water 33 11 10 ® ®�® O� Per Linear Foot: s /y Dollars and h6 Cents � f 14. 3311.0551 100 Lf. 16"DIP Water 33 1110 B 9s^ 9 ®O Per Linear Foot: amino V-- Dollars and n0 Cents 15, 3311.0551 100 Lf. 24"DIP Water 33 11 10 ®® Per Linear Foot: f Ong hsrn a✓i�P/T ®aIc ollars and n 6 nts 16, 3305.2002 50 Lf, 4"Water Carrier Pipe(DI w/SS Casing 33 05 24 '6 U® Spacers) 4/(5' �® Per Linear Foot: 16-1 / xf,;S Dollars and Cents B-2 m ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY, PRICES WRITTEN IN WORDS SECTION NO, PRICE AMOUNT 17. 3305.2002 50 Lf, 6"Water Carrier Pipe(DI w/SS Casing 33 05 24 0 U Spacers) ASO ®O Per Linear Foot: we Dollars and n® Cents 18. 3305.2002 50 Lf. 8"Water Carrier Pipe(DI w/SS Casing 33 05 24 ® U Spacers) S $ Z-'7��00 Per Linear Foot: Dollars and 1220 Cents 19. 3305.2003 50 Lf. 10"Water Carrier Pipe(DI w/SS Casing 33 05 24 U Spacers) $ C/o 5-- ® $ J.2 rJ G 00 Per Linear FFo�oot: Dollars and no Cents 20. 3305.2004 50 Lf. 12"Water Carrier Pipe(DI w/SS Casing 33 05 24 p Spacers) $ 73— $ 3-7S-000 Per Linear Foot: ' Dollars and h 0 Cents 21, 3305.2005 50 Lf. 16"Water Carrier Pipe(DI w/SS Casing33 05 24 o U _ G® Spacers) $ //0 $ SJ oo Per Linear Foot: /1 D/2P hL!/7�i�U /01'2 Dollars and 170 Cents 22. 3305.2005 50 Lf. 24"Water Carrier Pipe(DI w/SS Casing 33 05 24 p C30 Spacers) $ /3D $ S00 Per Linear Foot: / TN Dollars and n a Cents 23. 3305.1002 50 Lf. 16"Casing By Open Cut(Welded Steel) 33 05 22 °p ®0 70 $ 3S00 Per Linear Foot: ,S?1/PrlTy Dollars and Wo Cents B-3 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 24. 3305.1003 50 Lf. 20"Casing By Open Cut(Welded Steel) 33 05 22 0 $ �o o $ Wsoo®o Per Linear Foot: Dollars and / n0 Cents 25. 3305.1004 50 Lf. 24"Casing By Open Cut(Welded Steel) 33 05 22 D $ ��® � $ S500 00 Per Linear Foot: One hu,-;,c!/ovcI744 Dollars and /I0 Cents 26. 3305.1005 50 Lf. 30"Casing By Open Cut(Welded Steel) 33 05 22 0 U $ Vo $ °o Per Linear Foot: D/7P f1u/?c�i�c� r f�a Dollars and ri o Cents 27. 3305.1006 50 Lf. 36"Casing By Open Cut(Welded Steel) 33 05 22 - c9 O $ 170 $ J®U �0 Per Linear Foot: ®rlt /►un c/,r 4ollars and Cents i i 28. 3305.1102 50 Lf. 16"Casing By Other Than Open Cut 33 05 22 0 U (Welded Steel w/Grout) $ L D0 $1Z0000 Per Linear Foot: 7dyr hunt�ire� Dollars and a Cents 29. 3305.1103 50 Lf. 20"Casing By Other Than Open Cut 33 05 22 ® 0 (Welded Steel w/Grout) $ 20 ®oo®®� Per Linear Foot: { Dur un ry1 Dollars cl � and O Cents 30, 3305.1104 50 Lf. 24"Casing By Other Than Open Cut 33 05 22 O G 00 (Welded Steel w/Grout) $ io0 Per Linear//Foot: 7"C�ur d�u�rc�i�c� Dollars and !I a Cents B-4 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL. NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 31. 3305.1105 50 Lf, 30"Casing By Other Than Open Cut 33 05 22 p G (Welded Steel w/Grout) $ s'jv F Per Linear Foot: l 7 yhr un o/sof c/ Dollars and rnD Cents 32. 3305.1106 50 Lf. 36"Casing By Other Than Open Cut 33 05 22 06 (Welded Steel w/Grout) $ `�'®U $�so®®®O Per Linear Foot: F/ / �de 021a,*c%,o d Dollars and yJ d Cents 33. 3312.3001 20 Ea. 4"Gate Valve 33 1220 $ ®0®OU Per Each: J-41-�/L�i7d/P��J'r� Dollars and A O Cents 00 34. 3312.3002 25 Ea. 6"Gate Valve 33 1220 $ 0 AY0 $ Z f sn®® Per Each::/ � Dollars nd /2 to Cents O 35. 3312.3003 25 Ea. 8"Gate Valve / 33 1220 $ /,?o C-) $ 300n®co Per Each: 0I7e ��®uS®rye { 11 // { Til® h0nDollars and 440 Cents Dd 36. 3312.3004 10 Ea. 10"Gate Valve 33 1220 $ Igo® $ 113000 ®® Per Each: OAC 40USaA0/ Dollars � and //D Cents _ b 37. 3312.3005 10 Ea. 12"Gate Valve 33 12 20 c $ 26®o $ aD®®U Per Each: //// 7Z&/0 7-1170 /J41? o/ Dollars and 40 Cents ® d 38. 3312.3006 5 Ea. 16"Gate Valve w/Vault 33 1220 $ ®®®d $ C)®00 Od Per Each: A!h 1h1,9u,S4912 0/ Dollars and Cents B-5 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT o ® Qp 39, 3312.3006 5 Ea. 24"Gate Valve w/Vault 33 1220 $ ASO O U $ 0 C)® Per Each:: 1/ �`i's�/®vh ThDasO� e/Dollars and h U Cents 40. 3312.3101 5 Ea. 4"Cut-in Gate Valve// 33 1220 p$ $ Per Each: 017v 7�h®u,rez,n �O(�U $ ®®®OCA �� h�hurid/p� Dollars Cents 41. 3312.3102 5 Ea. 6"Cut-in Gate Valve// 33 1220 ® 0 00 Per Each: 71;10 T'hDuLf,04, / 1/`'-00 hum�r� `� Dollars and h d Cents U 42. 3312.3103 5 Ea. 8"Cut-in Gate Valve ) 33 12 20 $ ®O d,,,� $ L�®®® Per Each: AWto Ih o u S O✓'� 6�w d1119,04 o� Dollars and "7 D Cents 0 0 43. 3312.3104 5 Ea. 10"Cut-in Gate Valve 33 1220 Per Each: L/ Thi®� T/+ov�tQ c�Dollars and /20 Cents D O 44, 3312.3105 5 Ea. 12"Cut-in Gate Valve 33 1220 $ $ Per Each: 3��iDuS®/7df'i✓/ h�r�o''P�jollars and o Cents 00 45. 3312.3106 1 Ea. 16"Cut-in Gate Valve wj Vault 33 1220 $ 8 pd p $ g C90 Per Each: 74/ heaX-0/'CDollars and p o Cents d� 46. 3312.3106 1 Ea. 24"Cut-in Gate Valve w/Vault 33 1220 9 $ G Z®OD s.2-2000 CD Per Each: �l�y/7fy�ieiDhOGiS4n G Dollars and sy Cents B-6 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 47. 0241.1301 5 Ea. Remove 4"Water Valve 024114 $ 2 41 14D U go v � o00 00 Per Each: elQ�4ZLaclimd Dollars and no Cents 48. 0241.1302 5 Ea. Remove 6"Water Valve 0241 14 b y o v (1000 00 Per Each: / Pte/ hl h un n�iwo o/ Dollars ane n u Cents 49. 0241.1303 5 Ea. Remove 8"Water Valve 02 41 14 O®® 0 ® ®O® O® Per Each: e fil/1//u4ee/� �� Dollars ane ri 0 Cents o 0 50. 0241:1304 5 Ea. Remove 10"Water Valve 02 41 14 800 14o®®®® Per Each: Dollars anK �o Cents 51, 0241.1305 5 Ea. Remove 12"Water Valve 0241 14 O G 00 $ ®®0L4000 Per Each: 40/ h I hun®1 P dr,'l Dollars an h o Cents 52. 0241.1351 2 Ea. Remove&Salvage 16"Water Valve 0241 14 200 `7 0®® 00 Per//Each::!/ TSO/h®LiS4� Dollars and 46 Cents 0 53. 0241.1351 2 Ea. Remove&Salvage 24"Water Valve 0241 14 200c) �(000O0 Per Each: Ida/® 1,61wu no.4 ®/ Dollars and 40 Cents 0C) 54. 3311.0001 10 Tn. Ductile Iron Water Fittings < 16"Dia. 33 1111 00 $ 7®®® $ — 0®00 Pei'Ton: / cse!/Y/77 I� OLI S,9n e5/ Dollars and n 0 Cents B-7 e a ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 55. 3311.0001 10 Tn. Ductile Iron Water Fittings 16"Dia. & 33 1111 a v Larger $ 0,5—Do $8s000� Per �� r Ton:g��j�7ouSOn _ 71e1 -e V/40,1?c.�i�� Dollars and 4, a Cents 56. 3312.0001 20 Ea. Fire Hydrant 33 1240 $ DSD 00$ ��o0�00 Peer//Each: Tli®1 T�ouSOr�G' Dollars and Cents 57. 3305.0101 20 Vf. Fire Hydrant Stem Extension 33 05 14 $ 20 0-® O $ q®0000 Per Vertical JFoot: 7 11ls10 hUn c�iPo� Dollars and h0 Cents ® U 58. 0241.1510 5 Ea. Salvage Fire Hydrant 02 41 14 $ 8®v $ L100®00 Per Each: 21Qh�` huncfioof Dollars and //D Cents 59. 3312.1002 1 Ea. 1"Combination Air Valve Assembly for 33 1230 00 Water1// $ ,�cs00 $ 35 Co c) Per Each: //7�hi o 7ZI�111"oy ®0'/ Dollars - andy Cents 60. 3312.1002 1 Ea. 2"Combination Air Valve Assembly for 33 1230 d Water $ OOO $ L4000 Per Each: tour T�ousanl Dollars and /7 d Cents 61. 3312.1002 1 Ea. 3"Combination Air Valve Assembly for 33 1230 '/ 0® Water L!!--// $ 7��0 $ Per Each: E �ach: / 4,,' rHOU.f4s7e'1 7`/dam dlurra�i�� Dollars and Cents ® 0 62. 3312.6602 1 Ea. 4"Blow Off Valve / 33 1260 $ ��®® $ s Per Each: li ti'v� 7��i®uS4n a� U-e �un o�,of/ Dollars and !iJ b Cents i B-8 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT o p 63. 3312.6002 1 Ea. 6"Blow Off Valve // / 33 12 60 $ Per Each: �S/e 7'r 40uson d A'Ve- hurNar-e-cJ Dollars and r%O Cents da 64. 3312.6002 1 Ea. 8"Blow Off Valve 33 1260 $ 7S®DU $ -i Soo Per Each: Se;Ven +416U�d PI'VC, Dollars and ho Cents 00 d0 65. 3312.4001 1 Ea. 6"x 4"Tapping Sleeve&Valve 33 1225 $ $ 1 800 Per Each: o+1er -ph x:) el %4`° h �`�'� Dollars and tit v Cents 66, 3312.4002 1 Ea. 6"x 6"Tapping Sleeve&Valve 33 12 25 $ 20 D U o �$ .20®® 00 Per Each: 4100'5 Dollars and k=j C) Cents o O 67. 3312.4003 1 Ea. 8"x 4"Tapping Sleeve&Valve 33 1225 $ z p p p $ e200000 Per Each: +tOO 41005cq rid Dollars and 0 Cents d 68. 3312.4004 1 Ea. 8"x 6"Tapping Sleeve&Valve 33 1225 $ Z�Oo o $ o2,q0Q®0 Per Each: +wo - 1hcu T�l�✓ �'11t-�p�Dollars and vtG, Cents 69. 3312.4005 1 Ea, 8"x 8"Tapping Sleeve&Valve 33 1225 $ 6®U $ oc) ®® j Per Each:` U)O ;1 151 x Dollars and r\0 Cents 1 d I 70. 3312.4101 1 Ea. 10"x 4"Tapping Sleeve&Valve 33 1225 $ 00 $ 00�O Per Each: i Dollars and kl\0 Cents i i B-9 s ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT O 71. 3312.4102 1 Ea. 10"x 6"Tapping Sleeve&Valve 33 12 25 $,F000 O $ 30OV O Per Each: 4kL�m>S Dollars and )n O Cents O 72. 3312.4103 1 Ea. 10"x 8"Tapping Sleeve&Valve 33 12 25 $,?Z®O d $ 32-0000 Per Each:+k, hLu-)6-eJ Dollars and Y1 O Cents 73. 3312.4104 1 Ea. 10"x 10"Tapping Sleeve&Valve 33 1225 ® ® Up $ 3Z0y $ 3�C70 Per Each: 4tt.D KUr,.6re.G1 Dollars and no Cents 74. 3312.4105 1 Ea. 12"x 4"Tapping Sleeve&Valve 33 1225 $ Z9O0 ® ®$ G® Per Each:`�4)0 Dollars and r,�b Cents 00 75. 3312.4106 1 Ea. 12"x 6"Tapping Sleeve +&Valve 33122500$ 3i®y $ ®® Per Each: +-h e, c>ne- hUY'JDollars and rL O Cents O d 76. 3312.4107 1 Ea. 12"x 8"Tapping Sleeve&Valve33 1225 $ y®v $ 3yvo Per Each: vv' hLA ,dv*QA Dollars and no Cents OQ 77. 3312.4108 1 Ea. 12"x 10"Tapping Sleeve&Valve 33 1225 Per Each:`Vr�e_�,, SAX hyrre� Dollars and no Cents DO 78. 3312.4109 1 Ea. 12"x 12"Tapping Sleeve&Valve 33 1225 $ ®0 $ ®0 00 Per Each:i -m + .� hUx-\6v1tJ Dollars and5 1'10 Cents B-10 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT _ 79. 3312.4110 1 Ea. 16"x 4"Tapping Sleeve&Valve 33 122500 2 25 $�/®0 0 ® $ 3 ®� O 0 Per Each:'\re_P_ Ovle_ hU Dollars and n O Cents 80, 3312.4111 1 Ea. 16"x 6"Tapping Sleeve&Valve 33 12 25 $ sll- o D od $ ®® 00 Per Each: +YIQ FpUr l-tc�rres Dollars and Cents 00 81, 3312.4112 1 Ea. 16"x 8"Tapping Sleeve&Valve 33 1225 $26 00 $ 3(c00 00 Per Each:` V-\V 4 U GAG C�Y Ex� Dollars and r1G Cents a � 82. 3312.4113 1 Ea. 16"x 10"Tapping Sleeve&Valve 33 12 25 $ [l/�D U $ Per Each: � OUSq rld, Dollars and nb Cents i a0 83. 3312.4114 1 Ea. 16"x 12"Tapping Sleeve&Valve 33 12 25 $ ,30U $ L1 ,3®D ®® Per Each: �Our+�-\Ou Dollars and r1® - Cents a0 84. 3312.4114 1 Ea. 16"x 16"Tapping Sleeve&Valve 33 12 25 $ ®®®C) $ ®®®® ®® Per Each: _f� s ' I `�E✓r'1 T� `OlfbCk - Dollars and r-\ Cents 00 i 85. 3312.4203 1 Ea. 20"x 8"Tapping Sleeve&Valve 33 12 25 $ ®�j00 $ ®o��(0® Per Each: 41bUt)C�-Y\d Dollars and r Cents 6 i 86. 1 Ea. 21"x 8"Tapping Sleeve&Valve $ A?QOD $ 1000 Per Each: , 1 +W@.i V@ �'1 ollars !i and O Cents s-11 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 87. 3312.4209 1 Ea. 24"x 6"Tapping Sleeve&Valve 33 12 25 $. ��®OD $ � LPer Each: ++16 � T w�Ue i�►6ollars and P1® Cents 88. 3312.4209 1 Ea. 24"x 8"Tapping Sleeve&Valve 33 1225 00$ ®®®O® Per Each: Dollars and nO Cents oU 89. 3312.4209 1 Ea. 24"x 10"Tapping Sleeve&Valve 33 1225 $ O $ W 000 U Per Each: � Ilars and rNo Cents ® 0 00 90. 3312.4209 1 Ea. 24"x 12"Tapping Sleeve&Valve 33 1225 $ 45-10®v $ ' 50DO Per Each: Dollars and ttid Cents O � 91. 3312.4209 1 Ea. 24"x 16"Tapping Sleeve&Valve 33 1225 ®® i $ 20000 $ 000 Per Each: -�Le>enA yU Dollars and hd Cents C) O® 92. 3312.4212 1 Ea. 24"x 24"Tapping Sleeve&Valve 33 12 25 $ 2®� $ ®®O Per Each: !�� �w® _ USS-tom Dollars and ✓10 Cents 93. 50 Ea. 3/4"Water Tap to Main ®U ®® $ yoo $� rPer Each: �f_hUY_Z-6 Dollars and ►10 Cents 94. 100 Lf, 3/4"Copper Service Line $ Jc' $ OO O 0 Per Linear Foot: Q1,C� Dollars and Cents B-12 . 3. ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 95. 50 Ea. 1"Water Tap to Main $L�`�000 00 Per Each: nine- h��r�� Dollars and rN O Cents 96. 100 Lf. 1"Copper Service Line $ 25- U $ c2 o®Ov Per Linear Foot: Tw -n'1 4 YC Dollars and d Cents G 97. 3312.2004 100 Lf, 1"Private Water Service 33 12 10 $ S,5- $ ss®U OCD Per Lin'e'ar Foot: Dollars and nU Cents 98. 3312.2002 50 Lf. 1" Bored Water Service 3312 10 $ S^ 00 00$ CJU Per Linear Foot: b (, /'e- Dollars and r" Cents 00 99, 50 Ea. 1 1/2"Water Tap to Main v® 'I $ Ile® $ 650C)o Per Each: OyNe- A-\--\C>0 rid j O'rlP� �lur\6�,� Dollars !1 and mn Cents 1 i 100. 100 Lf. 1 1/2"Copper Service Line $ Z7 $ ®270 °a Per Linear Foot: �-n Dollars and no Cents i I 101. 3312.2104 100 Lf. 11/2" Private Water Service 33 12100 G $ 5800c) 0 i rPer Linear Foot: �1 O Dollars and ►'1n Cents i U 102. 3312.2102 50 Lf. 11/2" Bored Water Service 33 12 10 $ ® � $ OE50000 Per Linear Foot: -0(R.,j t_I Dollars and rLC) �`-Cents B-13 , ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 103, 50 Ea. 2 Water Tap to Main 00 $ /ZoC) $ GO®®O a® Per Each: O►r1� C�U VC, hUncly-� Dollars and y Cents O O 104. 100 Lf, 2"Copper Service Line 00 $ JOOo Per Linear Foot: +b� r- 6=4 Dollars and 1'1® Cents 105. 3312.2204 100 Lf. 2"Private Water Service 33 12 10 $ ® O ® $ -7000 00 Per Linear Foot: Se-Vern 64 Dollars and n® Cents pU 106. 3312.2202 50 Lf. 2"Bored Water Service 33 12100�� $ t�®®®00 Per Linear Foot: e I Dollars and no Cents O 107. 25 Ea. Class A PVC Meter Box(Furnish&Set) ® ®® $ 2®0 $ SO®o Per Each: Dollars and rt O - Cents _ 00 108. 25 Ea. Class B PVC Meter Box(Furnish&Set) $ ®® $ -75000c:) Per Each: ((\omnf Dollars and r)o Cents d® 109. 10 Ea. Class C PVC Meter Box(Furnish&Set) Z�c-d $ $®Z SUv':�o Per Each: and nO Cents i 6 110. 2 Ea., 1"Multiple Service Branch $ [y o O $ I 00 Per Each: `O ✓� UY1C� Dollars and r\ Cents l B-14 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT ;- 111. 2 Ea. 1 1/2" Multiple Service Branch ® ® OQ $ Tod I LI DO Per Each: 'E-)e.Ue n h Ur\6V'es<. Dollars and M d Cents 112. 2 Ea. 2" Multiple Service Branch 600 ®O Per Each: hur'e_j=1 Dollars and rti® Cents 113. 5 Ea. Relocate 3/4"Water Meter 00 ® U ®d Per Each: Gpr- Y-Q-8 Dollars and n® Cents o U 114, 5 Ea. Relocate 1"Water Meter $ ®0 S;0 C) ��Per Each: r'1►/� �l ur�►-� Dollars and rl b Cents O ® 115. 5 Ea. Relocate 11/2"Water Meter /D® ®0� Per Each: 0/00 � i iX �f 1Ur�r-�pb Dollars and Cents 116. 5 Ea. Relocate 2"Water Meter $ 70 4) $ -3Soo I Per Each: ;I U�1 �ll�v�r Dollars and r\® Cents 117. 3304.0102 1500 Lf. 2"Temporary Water Services 33 04 30 O f 0~700a� Per Linear Foot: V Gf 1 Dollars and in n Cents �D 118. 3312.2801 5 Ea. 3"Water Meter and Vault.- 33 12 11S 60 L� cJ—®O d Per Each: i Dollars and n b Cents B-15 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 119. 3312.2802 5 Ea. 4"Water Meter and Vault 33 1211 o$ �5®Q $ y-7 SOP 00 Per Each: r\ir�,e, vv q*Ve- k Vh6 a-2J Dollars and r10 Cents 00 0c) 120. 3312.2803 5 Ea. 6"Water Meter and Vault 33 12 11 $ //®®o $ Per Each: ���✓ uU�a r�CQ Dollars and ►tib Cents 06 121. 3312.2804 5 Ea. 8"Water Meter and Vault 33 12 11 - 00 $ /2 00( $ 60000 Per Each: Dollars and r% Cents j Dd { 122. 3312.2805 5 Ea. 10"Water Meter and Vault 33 12117$ -7 c Per Each: �rs and no Cents da 123. 3312.0002 5 Ea. Water Sampling Station 33 12 50 $ DD O $ Per Each: ev�� yU Dollars and r O Cents ( 00 124. 0241.1602 5 Ea. Remove Concrete Water Vault 02411400$ 200 U $ 'O®©o Per Each: Dollars and rl0 Cents 125. 5 Ea. Sprinkler System Backflow Preventer 00 ®® Relocation $ /Q®U $ Per Each: O�Gy Dollars and r-1 CI-) Cents 06 126. 0241.1218 10 Ea. 3/4"-12"Water Pressure Plug 02 41 14 $ 0000 C)o Per Each: ®►'��- lL?U` _C� Dollars and r1,® Cents B-16 r a ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 127. 0241,1218 5 Ea. 16"-24"Water Pressure Plug 02 41 14 O 00 $ ,?000 $ SOC)O Per Each: Dollars and r%o Cents 128. 3305.0109 1000 Lf. Trench Safety 33 05 10 $ :;0000U Per Linear Foot: Dollars and no Cents 129. 50 Lf. Water Main Extra Depth (> than 1') U Per Linear Foot: A-\-w- Dollars and r%0 Cents 130. 3305.0103 5 Ea. Exploratory Excavation of Existing 33 05 30 06 CO Utilities(0'-5') $ 15 oo $ 1 jC)o Per Each: C ne AA-1bu Dollars and r\O Cents 131. 3305.0103 5 Ea. Exploratory Excavation of Existing 33 05 30 O co Utilities(5'-10') $ 2006 $ 10000 Per Each: A-tt 2O ilhC ' Dollars and CN O Cents 132. 3305.0103 5 Ea. Exploratory Excavation of Existing 33 05 30 Utilities(10'-20') $ ®®(� $ ®®0 Per Each: 1^� US Dollars and ® Cents 133. 3305.0116 25 Cy. Concrete Encasement for Utility Pipes 3305 10 $ 1,5-0 $ ®(-) Per CublclYard,: or%e VlUv\.due � Dollars and h O Cents 00 134, 3292.0100 20 Sy. Block Sod Placement 3292 13 $ / $ -300 Per Square Yard: e,e-n Dollars and M 0 Cents j B-17 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 135. 3292.0400 20 Sy. Seeding, Broadcast 32 92 13 $ .J 00 $ 100 ®CJ Per Square Yard: V C'- Dollars and ►'1 C) Cents 136. 3292.0400 20 Sy. Seeding,Hydromulch 32 92 13 $ S ® 0 $ (®® OO Per Square Yard: Dollars and MCD Cents 137. 3292.0400 20 Sy. Seeding,Soil Retention Blanket 32 92 13 $ o $ ®D Per Square Yard: �'�-►' Dollars and r\.® Cents ® O 138. . 3137.0101 20 Cy. Concrete Riprap 31 37 00 Per Cubic Yard: Oh 2., h l> ►��J Dollars and Cents a p 139. 3137.0102 20 Cy. Large Stone Riprap,dry 31 37 00 $ 15-0 $ O® Peerr Cubic Yard: trip_ hur,8 l� f Dollars and vl�lO Cents - C) O - 140. 3137.0103 20 Cy. Large Stone Riprap,grouted 31 37 00 Cid $ /S� $ Per Cubic Yard: O+n@. �hc,w-,J G' Y 41 Dollars and Cents 141. 3305.0203 100 Cy, Imported Embedment/Backfill,CLSM 33 05 10 G Ob (Flowabie Fill) /S D $ 16000 Per Cubic pYard: �� `►-t 1 Dollars and Irl,p Cents i 142. 3305.0203 50 Cy. Imported Embedment/Backfill,Crushed 33 05 10 ® ° UO Rock $ Z'5 $ rJ® s Per Cubic Yard: Dollars and nn Cents B-18 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 143, 50 Cy. Type B Concrete(#2500) 7 Q 00 Per Cubic Yard: Dollars and rt O Cents J 144. 50 Cy, Type E Concrete(#1500) v a $ o® Per Cubic Yard: Dollars and Cents 145. 3213.0301 40 Sy. 4"Conc Sidewalk 32 13 20 d - ®O $ to S $ a6000 Per Square Yard: Dollars and h® Cents 146. 3213.0351 20 Sy. 4"Conc Sidewalk,Exposed Aggregate 32132000 a $ 70 $ NCO 0O Per Square Yard: SC.V Dollars and V%0 Cents 147. 3213.0401 50 Sy. 6"Concrete Driveway 32 13 20 $ 76 os S 00 0 Per Square Yard: a11eC� Dollars and m 0 Cents 148. 3213.0451 20 Sy. 6"Concrete Driveway,Exposed 32 13 20 p O Aggregate $ Q Q $ (ted® o® Per Square Yard: e-,Q Dollars and r1� Cents 1 i oG 149. 3216,0101 100 Lf. 6"Conc Curb and Gutter(Replaced) 32 16 13 $ $ Per Linear Foot: Dollars l and r1® Cents j 150. 100 Lf. 6"Conc Curb and Gutter Attached to d d ®® Conc. Pvmt(Replaced) $ Q $ S C ;7 Per Linear Foot:, r tt L Dollars and fry U Cents i B-19 i f ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT o O 151. 3216.0301 20 Sy. 9"Conc Valley Gutter, Residential 3216 136S O® O0 Per Square"Yard: _ dJ 1 X`Yt1 t/'e-- Dollars and 1—%0 Cents 152. 3216.0302 20 Sy. 11"Conc Valley Gutter, 3216 13 ® G Arterial/Industrial $ �� $ -Too ®® Per Square Yard: to I C7r�.. -LJ M V Dollars and r'1 b Cents 6 153. 3201.0151 100 Lf. Asphalt Pvmt-Repair,Water Service 3201 17 �/D $ L.I®�®O Per Linear Foot: 1 Dollars and Cents 154, 3201.0111 100 Lf. 4'Wide Asphalt Pvmt Repair, 32011740/ / a Residential _ 7S $-LIS000 Per Linear Foot: Dollars and f ►O Cents 155. 3201.0112 300 Lf. 5'Wide Asphalt Pvmt Repair, 3201 17 0 ®® Residential Q rJ Per Linear Foot: 1 Dollars and Ir►U Cents 156. 3201.0113 300 Lf. 6'Wide Asphalt Pvmt Repair, 32 01 17 d �p Residential $ $ 6,500 Per Linear Foot: Dollars and r�C-) Cents I ® d 157. 3201.0121 300 Lf. 4'Wide Asphalt Pvmt Repair,Arterial 32 01 17 S®®®CJ® Per Linear Foot: n� Dollars and i'1® Cents 0 158, 3201.0122 300 Lf. 5'Wide Asphalt Pvmt Repair,Arterial 3201 17 1 - O ' 0 ®00 Per Linear Foot: Dollars and ►'l[� Cents B-20 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT D 159. 3201.0123 300 Lf. 6'Wide Asphalt Pvmt Repair,Arterial 32011700 $ U $ ®®® Per Linear Foot: S I X ' Dollars and n ® Cents 160. 3201.0131 300 Lf. 4'Wide Asphalt Pvmt Repair, Industrial 32 01 17 00 00 $ �o $ 18o00 Per Linear Foot: tJ l X i"t_I Dollars and n%C7) Cents 161. 3201.0132 300 Lf. 5'Wide Asphalt Pvmt Repair,Industrial 3201 17 0 O $ GS $ Per Linear Foot: IX kJ PV C-- Dollars and Cents 162. 3201.0133 300 Lf. 6'Wide Asphalt Pvmt Repair,Industrial 32 01 17 p D $ ®® 7 $ o21®oo Per Linear Foot: U�`�U Dollars and n6 Cents 163. 3201.0201 300 Sy. Asphalt Pvmt Repair Beyond Defined 3201 17 00 Width,Residential $ (� $ Per Square Yard: - `� Le Dollars and ki® Cents 164. 3201.0202 300 Sy. Asphalt Pvmt Repair Beyond Defined 3301 17 p '` Width,Arterial $ Z3 $ coq 00 Per Square Yard: IIa 41,— Dollars and rt Cents 165. 3201.0203 300 Sy. Asphalt Pvmt Repair Beyond Defined 3401 17 p d O Width,Industrial $ $ Per Square Yard: Dollars and r%c-j Cents i B-21 r , a ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 166. 3201.0301 100 Sy. 2"Thick Extra Width Asphalt Over 32 01 17 p O 00 Existing Base $ /� $ I ®® Per Square Yard: Oi e e-rt Dollars and 0 nn Cents 167. 3201.0302 100 Sy. 3"Thick Extra Width Asphalt Over 3201 17 v Existing Base $ D $ ®®®�O Per Square Yard: +tom e.,_}k! Dollars and h Cents 168, 3201.0303 100 Sy. 4"Thick Extra Width Asphalt Over 32 01 17 4P O Existing Base $ � � $ ®O Per Square Yard: Dollars and noo Cents 00 o � 169. 3201.0400 75 Lf. Temporary Asphalt Paving Repair 3201 18 $ /v $ �Jr� Per Linear Foot: !i Dollars !! and ® Cents 170, 3211.0211 40 Sy. 6" Flexible Base,Type B,GR-1 321123 Per Square Yard: Dollars and rl\n Cents C D 171. 3211.0212 40 Sy. 6"Flexible Base,Type B, GR-2 32 11 23 $ $ (00000 Per Square Yard: P11 Dollars and D Cents d d 172. 3201.0614 300 Sy. Conc Pvmt Repair,Residential 32 01 29 $ ® $ 100®®® Per Square Yard`:' Dollars and r1 n Cents O � 173. 3201.0616 300 Sy. Conc Pvmt Repair,Arterial/Industrial 32 01 29 $ $ oz-?soo Per Square Yard: V �► V Dollars and V-% P-I Cents B-22 i ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 174. 300 Sy. Conc. Pvmt Repair Over Exist, Base, O ® 00 Residential $ � _ $ OS00 Per Square Yard:'� y— 1"'1'V(f, Dollars and n oo Cents 175. 100 Sy. Conc. Pvmt Repair Over Exist. Base, �� O y50000 ArteriaVIndustrial $ Per Square Yard: � V Dollars and no Cents ® 0 176. 3214.0300 100 Sy. Brick Pvmt Repair 32 14 16 $ l��r $ s60 00 Per Square Yard: Dollars and rl0 Cents � G 177. 3214.0600 100 Sy. Brick Pvmt Repair(City Supplied Brick) 32 14 16 $ $ ®®®O® Per Square Yard: Dollars and r1® Cents 178. 50 Ea. Street Use Permit $ 100.00 $ 5000.00 Per Each: One Hundred Dollars and No Cents 0 179. 3471.0003 50 Ea. Traffic Control 3471 13 $ 7 $ `�so® Per Each: �� hUr���, Dollars and Irt b Cents TOTAL UNIT I BID $ d i B-23 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT r UNIT II: SEWER 1. 0170.0102 30 Ea. Work Order Mobilization 01 70 00 d o Per Each: L,,'O -h0U54-1SC1 Dollars and N ® Cents � U 2. 0170.0103 10 Ea. Work Order Emergency Mobilization 01 7000 ,�D OU J®®®®®a Per Each: and V\ n, Cents 3. 3331.5301 750 Lf. 8"PVC Sewer Pipe,0'to 6' 3331 20c�Q G --2 o® Per Linear Foot: Dollars t and rl.® Cents 4. 3331.5304 800 Lf.- 8"PVC Sewer Pipe, 6'to 8' 33 31 20 cJz o 0 $ 33600 J600 Per Linear Foot: �aY-4U +L,-L-n Dollars and nn Cents U 5. 3331.5307 800 Lf. 8"PVC Sewer Pipe, 8'to 10' 33 31 20 Ile- Per Linear Foot: # t� Vc. Dollars and Cents 6. 3331.5310 400 Lf. 8"PVC Sewer Pipe, 10'to 12' 33 31 20 q 00 Per Linear Foot: i Dollars and r-\6 Cents 7. 3331.5313 100 Lf. 8"PVC Sewer Pipe, 12'to 14' 33 31 20 $ JC� $ se(OC)OO Per Linear Foot: P4II u q'Ve- Dollars and 1'l C] Cents - � o 8. 3331.5316 100 Lf. 8" PVC Sewer Pipe, 14'to 16' 33 31 20 �S CJ'co®® Per Linear Foot:(n� J I IC h�1 1/e. Dollars and 6 Cents B-24 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 9. 3331.5319 100 Lf. 8"PVC Sewer Pipe, 16'to 18' 33 31 20 S o & ®®� Per Linear Foot: Pi'V e— Dollars and n Cents � U 10. 3331.5401 100 Lf. 10"PVC Sewer Pipe, 0'to 6' 33 31 20 Lqs�®U Per Linear'Foot: Dollars and n® Cents v 11. 3331.5404 100 Lf. 10" PVC Sewer Pipe,6'to 8' 33 31 20 C) $ 14-70C) 00 Per Linear Foot: Q 4Je l/efA Dollars and ® Cents O 12, 3331.5407 100 Lf. 10"PVC Sewer Pipe,8'to 10' 33 31 20 j 0 $ '3000 O® Per Linear Foot: t-1 Dollars and Cents d G 13, 3331.5410 50 Lf. 10" PVC Sewer Pipe, 10'to 12' 33 31 20 JY s a 7S7(0®® Per Linear Foot: �`"► �w f2l,V e— Dollars and r1 p Cents - 14. 3331.5413 50 Lf. 10"PVC Sewer Pipe, 12'to 14' 33 31 20 Q 00 00 Per Linear Foot: �J 1iL Dollars and ►'10 Cents 00 15, 3331.5416 50 Lf. 10"PVC Sewer Pipe, 14'to 16' 333120 $ O $ Per Linear Foot: Dollars and r V0 Cents 8 16. 3331.5419 50 Lf. 10" PVC Sewer Pipe, 16'to 18' 33 31 20 5' Per Linear Foot: —,�Z— r-\lV\Ej-i 1 q'V'C_, Dollars an ►'ldan b Cents i B-25 v ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 17. 3331.5501 50 Lf. 12" PVC Sewer Pipe,0'to 6' 33 31 20 $ S—U 00 00 $ Per Linear Foot: (-4q Dollars and nen Cents 18. 3331.5504 50 Lf. 12" PVC Sewer Pipe, 6'to 8' 33 31 20 Per Linear Foot: � Y .! ir'�, Dollars and nb Cents � O 19. 3331.5507 50 Lf. 12"PVC Sewer Pipe,8'to 10' 33 3120 $ �-S_ $ °7—�-,O� Per Linear Foot: Dollars and M10 Cents v 20. 3331.5510 50 Lf. 12" PVC Sewer Pipe, 10'to 12' 3331 20 Per Linear Foot: x Dollars and ►'1.0 Cents O 21. 50 Lf. 12" PVC Sewer Pipe, 12'to 14' 33312000$ �S $ 3�5® Per Linear Foot: Dollars and Y1 rti Cents jl ® 22. 50 Lf. 12" PVC Sewer Pipe, 14'to 16' 33 31 20 $ 75 $ -7 Per Linear Foot: �+ I BJP—�J t—i VP Dollars and n Cents ® O 23, 50 Lf. 12" PVC Sewer Pipe, 16'to 18' 33 31 20 $ $ ��C7 Per Linear Foot: one, h LU►-�,.ed _ Dollars and nQ Cents i 24. 3331.5601 50 Lf. 15"PVC Sewer Pipe,0'to 6' 33 31 20 $ s� $e2_T50co Per Line'a'r Foot: Dollars and Cents i 8-26 P ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 25. 3331.5604 50 Lf. 15"PVC Sewer Pipe,6'to 8' 33 31 20 $ '5-8 O ®$a g®®O Per Linear Foot: Q Dollars and r1.ti Cents 26. 3331.5607 50 Lf, 15"PVC Sewer Pipe,8'to 10' 33 31 20 $ d '0$ J�®®O 0 Per Linear Foot: Dollars and V%c�j Cents 27. 3331.5610 50 Lf. 15" PVC Sewer Pipe, 10'to 12' 33 31 20 $ s- 00$ cJ�® Per Linear Foot. V'(t— Dollars and NL n Cents 28. 50 Lf. 15"PVC Sewer Pipe, 12'to 14' 3331 20 $ O $35®o®® Per Linear Foot: �JCV Dollars and no Cents 0 6 29. 50 Lf. 15"PVC Sewer Pipe, 14'to 16' 3331 20 $ D $ q000 CO Per Linear Foot: E_; a,t-1 Dollars and n® -Cents _ _ l O O® 30, 50 Lf. 15"PVC Sewer Pipe, 16'to 18' 33 31 20 $ /�Q $ ®®® Per Linear Foot: Dollars 1 and Cents 31, 3331.5331 50 Lf. 8" DIP Sewer Pipe, 0'to 6' 33 11 10 ® ® $ $ Per Linear Foot: CJ fx 4-u Dollars and rth Cents 32, 3331.5334 50 Lf. 8" DIP Sewer Pipe, 6'to 8' 33 1110 $ Per Linea_rI Foot. Dollars and n(o Cents I i B-27 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 33. 3331.5337 50 Lf. 8"DIP Sewer Pipe,8'to 10' 33 11100® ® �� ®® Per Linear Foot:nn 1'X. 'U Dollars r' and r1rp Cents D 34. 3331.5340 50 Lf. 8"DIP Sewer Pipe, 10'to 12' 33 11 10 7D ® $ 5CO Per Linear Foot: `Jk.Ve-*-t J Dollars and Cents 35. 3331.5343 50 Lf. 8"DIP Sewer Pipe, 12'to 14' 33 11 10 $ 7,5. C� O s 3-7 St) :'o Per Linear Foot: Dollars and n b Cents r 36. 3331.5346 50 Lf. 8" DIP Sewer Pipe, 14'to 16' 3311 10 d ® (.too®®� Per Linear Foot: Dollars and Qno 6 Cents 1 C) d 37. 3331.5349 50 Lf. 8"DIP Sewer Pipe, 16'to 18' 33 11 10 ®® $ /a D $ Per Linear Foot: C� Dollars and Y\0 Cents _ c� d 38. 3331.5431 50 Lf. 10"DIP Sewer,0'to 6' 33 11 10 s S®®® Per Linear Foot:+ 4-u cl.V P Dollars and (\V Cents 39. 3331.5434 50 Lf. 10"DIP Sewer,6'to 8' 33 11 10 a ®O �g $ BOO Per Linear Foot: ►X Dollars and O Cents O � 40. 3331.5437 50 Lf. 10" DIP Sewer,8'to 10' 33 11 10 �b (00 Per Linear Foot: w L) Dollars and r\o Cents B-28 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT v O 41. 3331.5440 50 Lf. 10" DIP Sewer, 10'to 12' 33 1110 $ 7S s5-715()00 5-1S()®O Per Linear Foot: '5e-4)e-vvA-LJ lq'y'e. Dollars and n O Cents U 42. 3331.5444 50 Lf, 10" DIP Sewer, 12'to 14' 33 1110 $ $ Hoco00 Per Linear Foot: o 1j:W Dollars and I r\U Cents 43. 3331.5446 50 Lf. 10"DIP Sewer, 14'to 16' 33 11 10 $ - � L4,2 5-0 O Per Linear Foot: Dollars and V\O Cents O 44. 3331.5449 50 Lf. 10"DIP Sewer, 16'to 18' 3311 10 $ $ Ste® Per Linear Foot: Cv-\e V1 L) Alp,r'` Dollars and r\O Cents D 45. 3331.5531 50 Lf. 12"DIP Sewer,0'to 6' 33 11 10 ;7® 70yOO Per Linear Foot: SE'-V e►'t`�'u Dollars and Cents 46. 3331.5534 50 Lf. 12"DIP Sewer,6'to 8' 33 11 10 Per Linear Foot: 73 ® s 36�oo and rt a Cents d d 47. 3331.5537 50 Lf. 12"DIP Sewer, 8'to 10' 33 11 10 -7 �-7� b Per Linear 1Foot: C. Dollars and (, Cents D C) 48. 3331.5540 50 Lf. 12"DIP Sewer, 10'to 12' 33 1110 �® !�0� (00 Per Linear Foot: P i n .kA:1 r' Dollars and Cents B-29 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 49. 50 Lf. 12" DIP Sewer, 12'to 14' 33 11 10 0 - ® G ®U f $ ®S $LI SCS Per Linear Foot: e V e , Dollars and n Cents 50, 50 Lf. 12"DIP Sewer, 14'to 16' 33 11 10 Per Linear Foot: \i v-,e-�i Dollars and r-\o Cents 51. 50 Lf. 12" DIP Sewer, 16'to 18' 33 11 10 p O $ /Zo Co®o0®® Per Linear Foot:C)np_ hUr� � Dollars and rNo Cents 52. 3331.5731 50 Lf. 16"DIP Sewer,0'to 6' 33 1110 $ 7S- D $ j-7 S® 0 Per Linear Foot: `JeV9=VnT J C-N'V C, Dollars and n® Cents 53, 3331.5734 50 Lf. 16"DIP Sewer,6'to 8' 33 11 10 $ 7® G $ ®®� Per Linear Foot: 5e-y Dollars and ►'ln Cents 54. 3331.5737 50 Lf. 16"DIP Sewer,8'to 10' 33 11 10 $ d $ Per Linear Foot: Dollars and n® Cents C9 O 55. 3331.5740 50 Lf. 16"DIP Sewer, 10'to 12' 3311 10 $ �' $ C)® Per Linear Foot: �It? VC- Dollars and r-vo Cents U 56, 50 Lf. 16"DIP Sewer, 12'to 14' 33 1110 Per Linear Foot: Yl l V-x Dollars and 1'10 Cents B-30 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 57. 50 Lf. 16"DIP Sewer, 14'to 16' 33 1110 ® G $ (4-7SO®o Per Linear Foot: rA I h e-+(4 ►"i VC- Dollars and Yti O Cents 58. 50 Lf. 16"DIP Sewer, 16'to 18' 33 11 10 $ ® $ 6500®U Per Linear Foot:Qne_ Ur,8r-eA 4-11 r A4 Dollars and n 0 Cents 59. 3331.5815 50 Lf. 8"PVC Sewer Pipe,0'to 6',CLSM 33 31 20 ® O Backfill _ $ �� $- OQO� Per Linear Foot: Dollars and Cents 60. 3331.5816 50 Lf. 8" PVC Sewer Pipe,6'to 8',CLSM 33 31 20 a 00 Backfill $ d 6 $ o0c) Per Linear Foot: -1 Dollars and tna Cents 61. 3331.5817 50 Lf. 8"PVC Sewer Pipe, 8'to 10',CLSM 33 31 20 O O Backfill $ ss $ L I L10011) Per Linear Foot: w4t4 Ej, Dollars an /1� Cents 62. 3331.5818 50 Lf. 8" PVC Sewer Pipe, 10'to 12',CLSM 33 31 20 d U C) Backfill Per Linear Foot: n i rip-4A (�n'V e- Dollars and Cents 63. 3331.5819 50 Lf. 8"PVC Sewer Pipe, 12'to 14',CLSM 33 31 20 ® U Backfill $ $ Per Linear Foot: !i One- huw-�dY-1--d Dollars and rf7 Cents B-31 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 64, 3331.5820 50 Lf. 8"PVC Sewer Pipe, 14'to 16', CLSM 33 31 20 ® O Backfill ?0 $ Per Linear Foot: y%C_ rl u�d Dollars and via Cents 65. 3331.5821 50 Lf. 8"PVC Sewer Pipe, 16'to 18',CLSM 33 31 20 o O Backfill �® $ $ �®�® Per Linear Foot:O rye, r�U y78 fI ® Dollars and no Cents 66. 3331.5830 - 50 Lf. 10"PVC Sewer Pipe, 0'to 6',CLSM 33 31 20 00 Backfill $ 6 f $ Per Linear Foot: e-10 V e, Dollars and 6 mn Cents 67. 3331.5831 _ 50 Lf. 10"PVC Sewer Pipe,6'to 8',CLSM 33 31 20 ®O Co Backfill $ 8 7 $ Per Linear Foot: '.Ve-y-\ Dollars and nc) Cents 68. 3331.5832 50 Lf. 10"PVC Sewer Pipe,8'to 10',CLSM 33 31 20 00 Backfill $ Q $ L4S'00� Per Linear Foot: r1 i h e_�-W Dollars and MID Cents 69. 3331.5833 50 Lf. 10"PVC Sewer Pipe, 10'to 12',CLSM 33 31 2000 ®® Backfill $ $ Per Linear Foot: n( e (2A, 0 Dollars and Cents 70. 3331.5834 50 Lf. 10"PVC Sewer Pipe, 12'to 14', CLSM 33 31 20 O Backfill00 $ ��o $ 5��d Per Linear Foot: One by Dollars and Cents i I B-32 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 71. 3331.5835 50 Lf. 10"PVC Sewer Pipe, 14'to 16',CLSM 33 31 20 Backfill $ m ®$ Per Linear Foot: pnp, V"lUr`d"Qd t nl ee.n Dollars and 6 f1O Cents 72. 3331.5836 50 Lf. 10"PVC Sewer Pipe, 16'to 18',CLSM 33 31 20 d d Backfill $ " $ Per Linear Foot: dy-,p VNVy\_dve_d t►� C_ Dollars and— R Cents 73. 3331.5845 50 Lf. 12" PVC Sewer Pipe, 0'to 6', CLSM 33 31 20 0 Backfill $ ® $ L{,5®000 Per Linear Foot: n Dollars and n O Cents 74. 33315846 50 Lf. 12"PVC Sewer Pipe, 6'to 8',CLSM 33 31 20 0 Backfill $ 5 5 $ L1 TSO Per Linear Foot: (1i tryE V'C--- Dollars and 0 b Cents 75, 3331.5847 50 Lf. 12"PVC Sewer Pipe,8'to 10', CLSM 33 31 20 D CJ Co Backfill $ /00 $ Per Linear Foot: �Nt)r,dv-e_jd) Dollars j and 1'1® Cents 'i 76. 3331.5848 50 Lf. 12"PVC Sewer Pipe, 10'to 12',CLSM 3331 20 O Backfill $ ®�' $ Per Linear Foot: Qy— t--u V' Dollars and nz) Cents 77. 50 Lf. 12"PVC Sewer Pipe,12'to 14',CLSM 33 31 20 d G Backfill $�j�oo 130 Per Linear Foot: One- UY-'8y'-0A Dollars and nO Cents B-33 3 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 78. 50 Lf. 12"PVC Sewer Pipe, 14'to 16',CLSM 33 31 20 00 O® Backfill Per Linear Foot: OY%e, hL.)V-"Clv Dollars and n6 Cents 79. 50 Lf. 12" PVC Sewer Pipe, 16'to 18', CLSM 33 31 20 v U Backfill $ $ &G-co ® Per Linear Foot: OY\C_ VUtr"dv� Dollars and Cents 80, 3331.5853 50 Lf. 15"PVC Sewer Pipe,0'to 6',CLSM 33 31 20 D Backfill $ 90 $ ySoo o® Per Linear Foot: Yl r>C'.�Ftl Dollars and n 0 Cents 81. 333_1.5854 50 Lf. 15"PVC Sewer Pipe,6'to 8',CLSM _ 33 31 20 ® ® U Backfill $ /L) 04750 Per Linear Foot: rr '' n ( 5'yc, Dollars and no Cents 82, 3331.5855 50 Lf. 15"PVC Sewer Pipe,8'to 10',CLSM 33 31 20 D C� Backfill $ D® $ S000 - Per Linear Foot: Orle— h0v\8Y-f-JC� Dollars and fl® Cents 83. 3331.5856 50 Lf. 15"PVC Sewer Pipe, 10'to 12', CLSM 33 31 20 ® ® Backfill $� $ Per Linear Foot:Once �-\t,.w-"C C--t V Dollars and r\® Cents 84. 50 Lf. 15"PVC Sewer Pipe, 12'to 14',CLSM 33 31 20 Backfill $ �� $ G506 Per Linear Foot: Dollars and no Cents B-34 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 85, 50 Lf. 15"PVC Sewer Pipe, 14'to 16',CLSM 33 31 20 - ® Backfill G $ Per Linear Foot: OY1e- hUY1d,v� Dollars and—�lr� Cents 86, 50 Lf. 15"PVC Sewer Pipe, 16'to 18', CLSM 33 31 20 ® G Backfill $ � _ $ ,erPer Linear Foot: U\e hUr� �T h'j V- t"1 V Dollars and f\n Cents 87. 3331.5822 50 Lf. 8"DIP Sewer Pipe,0'to 6',CLSM 00 00 Backfill $ A $ (n0O0 Per Linear Foot: C>ne, YNu Dollars and ncp Cents 88, 3331.5823 50 Lf. 8"DIP Sewer Pipe,6'to 8',CLSM ® O Backfill $ (v� Per Linear Foot: cx'\e, hur� 't1 t eve— Dollars and ice►e� Cents 89. 3331.5824 50 Lf. 8" DIP Sewer Pipe, 8'to 10',CLSM 00 O® Backfill $ ® $ Per Linear Foot: O r1-- w - Dollars and Y)6 Cents 90. 3331.5825 50 Lf. 8" DIP Sewer Pipe, 10'to 12',CLSM ® ® UG7 Backfill $ Per Linear Foot: 6vle— hU � 11�l'La c-1 ✓� Dollars and ✓11, Cents 91. 3331.5826 50 Lf. 8"DIP Sewer Pipe, 12'to 14', CLSM p ® ®® Backfill $ ��® $ --l®0® Per � Linear Foot: OYl A r' i4 Dollars and Y1 0 Cents 8-35 a ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 92, 3331.5827 50 Lf. 8"DIP Sewer Pipe, 14'to 16', CLSM _ ' ®® Backfill Per Linear Foot: Ohl- hur'd' ( rY4X l Y�` V�'-- Dollars and X10 Cents 93. 3331.5828 50 Lf. 8" DIP Sewer Pipe,16'to 18', CLSM o Backfill $ sc'o®� Per Linear Foot: one— `'1 and GJ i X Dollars and Yl C7 Cents 94. 3331.5837 50 Lf. 10"DIP Sewer,0'to 6',CLSM Backfill ��O U GO Per Linear Foot: dy-p Dollars and n O Cents ® G 95. 3331;5838 50 Lf. 10"DIP Sewer,6'to 8',CLSM Backfill / -75-0 00 Per Linear Foot:dam, Yll�r Ltt, CO �-�}►1r `ve— Dollars andCents 96. 3331.5839 50 Lf. 10"DIP Sewer,8'to 10', CLSM Backfill ® U Per Linear Foot:C7r't(!, huy%cir-e—d Dollars and Cents 97. 3331.5840 50 Lf. 10" DIP Sewer, 10'to 12',CLSM Backfill $ Per Linear Foot:p Ylu \a Dollars and 1'lh Cents 98. 3331.5841 50 Lf. 10" DIP Sewer, 12'to 14', CLSM ® � 0 Backfill $ Per Linear Foot: @, h\-)Y1�ck Dollars and n b Cents B-36