Loading...
HomeMy WebLinkAboutContract 48262 CITY.SECRETARY CITY SECRETARYG �1 D.O.E. FILE CONTRACT No. l CONTRACTOR'S BONDING CO. J CONSTRUCTION'S COPY FORT WORTH 1 CLIENT DEPARTMENT l PROJECT MANUAL FOR THE CONSTRUCTION OF i Paving and Sidewalk Improvements Unit Price Construction Contract i City Project No. TPW-2017-Paving and Sidewalk Improvements Unit Price Construction Contract Betsy Price David Cooke Y Mayor City Manager J Douglas W. Wiersig, P.E. JDirector, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department J2016 Kimley-Horn and Associates,Inc. TBPE Firm Registration No. F-928 801 Cherry Street,Unit 11, Suite 950 JFort Worth, Texas 76102 817-335-6511 Scott R. Arnold, P.E. (#96782) Ja��c�aGpQ l '�. .•. NO 6 bG H*�,,,,,•,,,,,e,av00000009�c� SCOTT R.ARNOLC RECORD . ........................... 01MG14 + g67�2 • v< CITY 3ECRETAR '1� ••...... g ail a �' ss O � WOR'TH,T �,4vttw Q, J FORT WORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 0073 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 0133 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Sheet Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 016600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 74 23 Cleaning 01 7719 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised February 2,2016 Construction Contract s 1 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 I 33 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants 3331 12 Cured in Place Pipe(CIPP) 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 3339 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3341 11 High Density Polyethylene(HDPE)Pipe for Storm Drain 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 34 41 30 Aluminum Signs 3471 13 Traffic Control TxDOT Specifications Applicable specifications listed below can be found on TxDOT's website at the address below: hiip://www.txdot.gov/business/resources/txdot-specifications.html Item 512 Portable Concrete Trak Barrier Item 528 Colored Textured Concrete and Landscape Pavers Item 536 Concrete Medians and Directional Islands Item 644 Small Roadside Sign Assemblies Appendix I GC-6.06.13 Minority and Women Owned Business Enterprise Compliance J GC-6.07 Wage Rates City of Fort Worth Modified Specifications TxDOT Specifications IEND OF SECTION I 1 1 CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price IRevised February 2,2016 Construction Contract M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTWORTH COUNCIL ACTION: Approved on 9/13/2016 REFERENCE20PAVING SIDEWALK UNIT DATE: 9/13/2016 NO.: '**C-27899 LOG NAME: PRICE CONSTRUCTION CONTRACT CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Unit Price Contract with The Fain Group, Inc., in an Amount Not to Exceed $3,000,000.00 for Task Order Construction Services for the Installation of Projects Relating to Paving, Sidewalk, Intersections and Railroad Safety Improvements (2014 BOND PROGRAM) (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of a unit price contract with The Fain Group, Inc., in an amount not to exceed $3,000,000.00 for task order construction services for the installation of paving, sidewalk, intersection and railroad safety improvements on an as-needed basis. DISCUSSION: This contract will provide for construction services on an as-needed (task order) basis for the construction of capital projects relating to paving, sidewalk, and railroad safety improvements. The contract amount is capped at $3,000,000.00, but may be increased or decreased due to the amount of work ordered and through change orders. The project was bid in a low bid format to determine unit prices to be paid when task orders are issued. Notice of bids was published in the Fort Worth Star-Telegram on June 23, 2016 and June 30, 2016. On July 21, 2016; one company submitted a bid as follows: CONTRACTORS BIDS The Fain Group, Inc. $18,366,109.09 The unit prices were compared to other similar projects and Staff feels the unit prices submitted by The Fain Group, Inc., are fair and competitive. Projects identified initially include: US 287 at Bonds Ranch railroad safety improvements, East Lancaster Avenue sidewalk gap improvements, West Vickery Boulevard between Westridge Avenue and SH 183 and Bellaire Drive South from Preston Hollow Road to Bellaire Drive West sidewalk improvements, Forest Park Boulevard from the Chisholm Trail Parkway to Rosedale sidewalk improvements and Ayers Avenue at the UPRR a part of the Winnie Group railroad safety improvements. The total estimated construction cost of these projects is $1,650,000.00. The contract will primarily be funded from the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund, in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014) and the subsequent ordinances authorizing debt (Ordinance No. 22216-05-2016). M/WBE Office - The Fain Group, Inc., is in compliance with the City's BDE Ordinance by committing to 15 percent MBE participation on this task order contract. The City's MBE goal on this task order contract is 15 percent. M&C Review FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds will be available in the various capital projects on a project by project basis and that prior to an expenditure being made, the department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity I Budget I Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# 7AmountID ID Year Chartfield 2 34014 0200431 5330503 C07580 2016 14010204 .0034014 0200431 5330503 C07580 2016 14010206 .0034014 0200431 5330503 C07580 2016 14010207 .00 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wersig (7801) Additional Information Contact: Todd Estes (5448) ATTACHMENTS Location-Map-MC-Pavinq-Sidewalks.pdf The Fain Group Inc 8-16 Form 1295.pdf C - CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 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. 2016-92557 The Fain Group, Inc. 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 is 07/29/2016 being filed. City of Fort Worth Date Acknowledged: �T(� //G 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. TPW-2017 Approximate:minor intersection roadway improvements,curb and gutter, medians, pavement marking and signing,railroad safety improvements, concrete sidewalk, and curb ramps Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Frazier, Larry Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFF I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. " DONNA CHAPPELL * # Notary Public State of Texas 1TE0F1F'� My Comm,Exp.07-12-2018 Ll I/ Sig lure of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said La,L--__n this the day of , 20 _,to certify which,witness my hand and seal of office �—' 6 i ,'` 1 . ° Signature of officer admini to ing oath Printed name of officer adminil6tAring oath Title of officer administering oat Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 FORT NORTH Addendum No. 1 Paving and Sidewalk Improvements Unit Price Construction Contract City of Fort Worth Project No. TPW-2017-Paving and Sidewalk Improvements Unit Price Construction Contract Addendum Issued: July 18, 2016 Bid Date: July 21, 2016 Addendum No. 1 includes the following changes or clarifications to the Project Manual and/or Plans: 1) Questions from Pre-bid Conference a) It will be hard to meet a 15% SBE goal, what happens if we can't? i) Contractor shall do its best to meet this goal, will need to fill out the good faith effort form if needed. b) Will the City pay for material testing? i) Yes, the City pays for the first material test. If the test fails, the Contractor is responsible for paying for subsequent testing. c) What is the lead time from the time the task order is issued to the time the Contractor is expected to start work? i) Can be as little as 48 hours. d) Will multiple task orders be issued at the same time? i) Yes, with different notice to proceeds. Construction days for each task order will be included on the notice to proceed. e) What is the bid based on and how will the contract be awarded? i) Bids will be evaluated based on the total base bid. Contract will be awarded to the Contractor with the lowest base bid, provided they are considered responsive. How many contracts will be issued? i) 1 contract will be issued. g) Is mobilization included? i) Mobilization will be paid on a task order basis. There are 4 bid items for mobilization, items 999.0001 — 9999.0004. Unit prices for these are hard coded in the bid proposal spreadsheet. The individual task order amount dictates which mobilization bid item will be used for the particular task order. h) Do we need to quote all items in the whole proposal pack? i) Yes, unit prices for all bid items need to be filled in, otherwise the bid will be deemed not responsive. K:\FT W_TPTO\061018156-CF W-PROJ-MANUALS\CCA\Addenda\Paving-S idewalks\Addenda-01\Addendum-No 1-TP W-2017-Paving-Sidewalk- Improvements.docx 1 FORT WORTH i) When will work start? i) Main contract is expected to be executed by September and task orders will start in September. j) Who will be the City project manager's? i) Lissette Acevedo, P.E., PTOE and potentially project managers from Martin Phillips team. 2) Specification Change a) The City is now requiring 3MTm Diamond Grade (DG3) sheeting for all signs now. The specification for this sheeting is attached. Please be sure to acknowledge your receipt of this Addendum in your response. Addendum prepared by: At 4*#?J Scott R. Arnold, P.E. 817-335-6511, scott.arnold(Wmley-horn.com Kimley-Horn and Associates, Inc., TBPE Firm No. F-928 KAFTW TPTO\061018156-CFW-PROJ-MANUALS\CCA\Adden da\Paving-Sidewalks\Addenda-OI\Addendum-No1-TPW-2017-Paving-Sidewalk- Improvements.does 2 j a 3M Diamond GradCPA DG3 Re eetive Sheefing SM-e5 4" Product - iii - -- _ January i Description Color Product Code 3MTM Diamond GradeTM DG3 Reflective White - thermal transfer printable . . . . . 4090TT Sheeting Series 4000 is a super-high efficiency, Yellow - thermal transfer printable . . . . 4091TT full cube retroreflective sheeting designed Fluorescent Yellow - TT printable. . . . . . .408ITT for the production of traffic control signs and Fluorescent Yellow-Green-TT printable . . .4083TT delineators that are exposed vertically in service. DG3 sheeting is designed to have the highest Photometrics retroreflective characteristics at medium and short Daytime Color (x, y, Y) road distances as determined by the R values The chromaticity coordinates and total luminance at 0.5° and 1.0° observation angles in Q able B. factor of the retroreflective sheeting conform to Performance at these observation angles represents Table A. the most common nighttime viewing geometries encountered by the driving public. During Color Test-Fluorescent Sheetings the daytime, Diamond Grade DG3 fluorescent Conformance to standard cluomaticity(x, y) and reflective sheeting provides higher visibility than luminance factor (Y%)requirements shall be ordinary (non-fluorescent) colored sheetings. determined by instrumental method in accordance Applied to properly prepared sign substrates with ASTM E 991 on sheeting applied to smooth Diamond Grade DG3 reflective sheeting provides aluminum test panels cut from Alloy 6061-T6 or long-term retroreflectivity and durability. Series 5052-H38. The values shall be determined on a 4000 sheeting is available in the following colors. HunterLab ColorFlex 45/0 spectrophotometer. Computations shall be done for CIE Illuminant Color Product Code D65 and the 2° standard observer.' 1 White. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4090 Yellow. . 4091 Color Test-Ordinary Colored Sheeting Red . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4092 Conformance to standard chromaticity (x, y) and Blue. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4095 luminance factor(Y%)requirements shall be Green. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4097 determined by instrumental method in accordance Brown . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4099 with ASTM E 1164 on sheeting applied to smooth Fluorescent Yellow - FY . . . . . . . . . . . . . . . . 4081 aluminum test panels cut from Alloy 6061-T6 or Fluorescent Yellow Green- FYG . . . . . . . . . . 4083 5052-H38. The values shall be determined on a Fluorescent Orange - FO . . . . . . . . . . . . . . . . 4084 HunterLab ColorFlex 45/0 spectrophotometer. Computations shall be done for CIE Illuminant D65 and the 2°standard observer.' Table A-Daytime Color Sp ecification Limits' Daytime Luminance Limit(Y%) Color x y x y x y x y Min. Max. White 0.303 0.300 0.368 0.366 0.340 0.393 0.274 0.329 27 Yellow 0.498 0.412 0.557 0.442 0.479 0.520 0.438 0.472 15 45 Red 0.648 0.351 0.735 0.265 0.629 0.281 0.565 0.346 2.5 15 Blue 0.140 0.035 0.244 0.210 0.190 0.255 0.065 0.216 1 10 Green 0.026 0.399 0.166 0.364 0.286 0.446 0.207 0.771 3 12 Brown 0.430 0.340 0.610 0.390 0.550 0.450 0.430 0.390 1 9 FY 0.479 0.520 0.446 0.483 0.512 0.421 0.557 0.442 40 FYG 0.387 0.610 0.369 0.546 0.428 0.496 0.460 0.540 60 FO 0.583 0.416 0.535 0.400 0.595 0.351 0.645 0.355 20 The four pairs of chromaticity coordinates determine the acceptable color in terms of the CIE 1931 Colorimetric System. 2The instrumentally determined color values of Printed Colors and Overlay Films retroreflective sheeting can vary significantly For screenprinted or thermally transfer printed depending on the make and model of colorimetric transparent color areas on white sheeting when spectrophotometer as well as the color and processed according to 3M recommendations, retroreflective optics of the sheeting (David M. the coefficients of retroreflection shall not be Burns and Timothy J. Donahue, Measurement less than 70% of the value for the corresponding Issues in the Color Specification of Fluorescent color in Table B. For white sheeting covered Retroreflective Materials for High Visibilitywith 3MTM ElectroCutTM Film Series 1170 when Traffic Signing and Personal Safety Applications, processed according to 3M recommendations, the Proceedings of SPIE: Fourth Oxford Conference coefficients of retroreflection shall not be less than on Spectroscopy, 4826, pp. 39-49, 2003). For 100% of the value for the corresponding color in the purposes of this document, the HunterLab Table B. The color chromaticity and luminance ColorFlex 45/0 spectrophotometer shall be the shall conform to Table A on page 1. referee instrument. Coefficients of Retroreflection (RA) Entrance Angularity Performance in The values in Table B are minimum coefficients Regard to Orientation of retroreflection expressed in candelas per lux per Diamond Grade DG3 Reflective Sheeting is square meter (cd/lux/m ). designed to be an effective wide angle reflective Test for Coefficients of Retroreflection sheeting regardless of its orientation on the Conformance to coefficient of retroreflection substrate or ultimate orientation of the sign after requirements shall be determined by instrumental installation. However, because the efficiency of method in accordance with ASTM E-810 "Test light return from cube corner reflectors is not Method for Coefficient of Retroreflection of equal at all application orientations, especially Retroreflective Sheeting", and per E-810 the with increasing entrance angles, it is possible to values of 0° and 90° rotation are averaged to get the widest entrance angle light return when the determine the Rin sheeting is oriented in a particular manner. When An Table B. high entrance angle (>50°) performance is required Table B-Minimum Coefficient of for given signs (e.g. Keep Right Symbols), it can Retroreflection RA for new sheeting(cd/lux/mZ) be obtained easily by specifying the application orientation of the completed signs. In these -4°Entrance Ang1e3 situations the completed sign should have the Observation Angle' sheeting positioned at the 0° orientation (downweb White 58800 420 120 0 02° i_0° direction perpendicular to the road). Yellow 435 315 90 When the "primary groove line" (or, flat side of Red 87 63 18 the diamond shape) is vertical in the completed Green 58 42 12 sign, sheeting is said to be at a 0° orientation. Blue 26 19 5 When the "primary groove line" (or, flat side of Brown 17 13 4 the diamond shape) is horizontal in the completed Fluorescent Yellow 350 250 72 sign, the sheeting is said to be at a 900 orientation. Fluorescent Yellow Green 460 340 96 (Figure 1) Fluorescent Orange 175 125 36 30°Entrance Angle3 0.20 0_5° 1_00 Fj . _Prima*Unava Lina White 220 150 45 04 9 ° Yellow 165 110 34 Red 33 23 7 } "' Green 22 15 5 Blue 10 7 2 Figure 1 Brown 7 5 1 Unless the sign location and/or position calls for Fluorescent Yellow 130 90 27 extra-wide entrance angularity performance, signs Fluorescent Yellow Green 180 120 36 and applied copy (letters, arrows, borders and Fluorescent Orange 66 45 14 1 shields) can be fabricated and installed using the Entrance Angle—The angle trom the illumination application orientation that most efficiently utilizes axis to the retroreflector axis. The retroreflector axis is the reflective sheeting. an axis perpendicular to the retroreflective surface. Note: For multi-panel signs it is recommended Observation Angle—The angle between the that all background panels be sheeted such that the illumination axis and the observation axis. sheeting direction is the same for all panels. 1 2 Fabrication Lines Remeasure RA. The manufacture of prismatic sheeting results in Requirement—The sheeting shall retain a lines being present in the product. In Diamond minimum of 85% and a maximum of 115% of the Grade DG3 sheeting these lines are slightly thicker original coefficient of retroreflection. than the seal pattern legs. Fabrication lines are noticeable in shop light but are not observable on Sign Fabrication Methods the road either in daylight or at night under typical use conditions (Figure 2). Application Diamond Grade DG3 sheeting incorporates a pressure sensitive adhesive and should be applied to the sign substrate at temperature of 65°F/18°C or higher by any of the following methods: Mechanical squeeze roll applicator—refer to 3M Information Folder (IF) 1.4. Application II to extrusions that are edge wrapped requires 1 sufficient softening of the sheeting. This can Across the roll width. be accomplished by directing additional heat to Figure 2-Fabrication Lines the "next to last" edge roller. This practice will increase productivity and minimize cracking. Adhesive Hand squeeze roll applicator—refer to 3M IF 1.6. Diamond Grade DG3 sheeting has a pressure- Application of Diamond Grade DG3 sheeting for sensitive adhesive that is recommended for complete signs or backgrounds must be done with application at temperatures of 65°F (18°C) or a roll laminator, either mechanical or hand driven. higher. Hand Application Hand application is recommended for legend and Adhesive and Film Properties copy only. Refer to 3M Information Folder 1.5 for Standard Test Panels more details. Unless otherwise specified herein, sheeting shall Hand applications will show some visual be applied to test panels and conditioned in irregularities, which are objectionable to accordance with ASTM D4956 and test methods aesthetically critical customers. These are more and conditions shall conform to ASTM D4956. noticeable on darker colors. To obtain a close-up Properties uniform appearance, a roll laminator must be used. The following properties shall conform to the All direct applied copy and border MUST be cut at requirements in ASTM D4956. all metal joints and squeegeed at the joints. 1. Adhesion Splices 2. Outdoor weathering Series 4000 sheeting must be butt spliced when - retained coefficient of retroreflection more than one piece of sheeting is used on one - colorfastness piece of substrate. The sheeting pieces should not 3. Shrinkage touch each other. This is to prevent buckling as 4. Flexibility the sheeting expands in extreme temperature and 5. Liner removal humidity exposure. 6. Impact resistance Double Faced Signs 1 7. Night time color The sheeting on the bottom side of a double J In addition, DG3 sheeting will conform to the faced sign can be damaged if rolled through a following properties. squeeze roll applicator with an unprotected steel 1. Gloss bottom roller. The use of a semi-soft flat sheet Test Method—Test in accordance with ASTM between the steel roller and the applied sign face D523 using a 60° glossmeter. will provide protection from damage. A material Requirement—Rating not less than 50. such as a rubber mat, tag board or cardboard is recommended. 2. Optical Stability Test Method—Apply a 3-inch x 6-inch sample to a test panel. Measure R then place it in an oven at 71° C ± 3° C (160°F I N) for 24 hours followed by conditioning at standard conditions for two hours. 3 I Substrates Care should be taken to avoid flexing DG3 For traffic sign use, substrates found to be sheeting before and especially after screening most reliable and durable are properly prepared to eliminate the possibility of cracking from aluminum sheets and extrusions. Users are urged improper handling techniques. to carefully evaluate all other substrates for Thermal Transfer Printing adhesion and sign durability. Other substrates Diamond Grade DG3 TT sheeting may be that may be satisfactory for proper application of imaged with 3MTM Thermal Transfer Ribbon sheeting will have the following characteristics: Series TTR2300 in conjunction with the Matan — Clean SprinG3 or Matan Spot4 thermal transfer printers. — Smooth For regulated traffic signs, Series TTR2300 —Flat Spot Traffic Colors are to be applied using —Rigid these printers and must be covered with 3MTM —Dimensionally stable ElectroCutTM Film 1170. Refer to Product Bulletin —Weather resistant TTR2300 for more information. —Non-porous 3M1ElectroCutTM Film —High surface energy (passes water break test) 3MTM ElectroCutTM Film Series 1170 may be Refer to Information Folder 1.7 for surface used to provide transparent colored background 1 preparation recommendations. Substrates with low copy for traffic control signs on Diamond Grade surface energy may require additional preparation DO sheeting. Refer to Product Bulletin 1170 for such as flame treatment, mechanical abrasion or use fabrication procedures. of adhesion promoters prior to sheeting application. Applied Cut-Out Copy Guide sign extrusions may be edge wrapped. Flat Diamond Grade DO cut letters may be applied panels or unwrapped extrusions are to be carefully to a DG sheeting background to create a sign trimmed so that sheeting from adjacent panels does legend. Such cut-out copy may be directly applied not touch on assembled signs. to the background sheeting, or may be applied in Diamond Grade DG sheeting is designed primarily a demountable form. Direct applied copy must be for applications to flat substrates. Any use that cut at all panel scams and carefully trimmed back requires a radius of curvature of less than five so that sheeting from adjacent panels does not inches should also be supported by rivets or bolts. touch on assembled signs. Refer to Information Plastic substrates are not recommended where Folder 1.10 for more information. cold shock performance is required. Sign failures Note: It is recommended to fabricate all but the caused by the substrate or improper surface largest signs using 1170 electronic cuttable overlay preparation are not the responsibility of 3M. film instead of direct applied copy. Imaging Cutting 3 sheeting may be cut into Diamond Grade DO sheeting may be processed Diamond Grade DG letters and shapes of at least three inches in height into traffic signs by any of the imaging methods and stroke widths of at least one half inch. Smaller ' described below. 3M assumes no responsibility for sizes are not recommended. Sealing cut edges of failure of sign face legends or backgrounds that DO sheeting is not required. have been processed with non-3M process colors or matched component imaging materials other Plotter Cutting than those listed below. Programmable knife cut (electronic cutting) Screen Processing 1. Flat bed plotters can either die cut or kiss Diamond Grade DG3 sheeting may be screen cut and offer the most consistent and reliable processed into traffic signs before or after performance. mounting on a sign substrate, using 3M Process 2. Friction Fed plotter. Kiss cut only. Success has Colors Series 880I or Series 880N. Series 880I or been achieved using plotters that have 600 grams 88ON process colors can be screened at 60-100°F of down force and a 60° cutting blade. Additional (16-38°C) at relative humidity of 20-50%. A PE drive wheels may need to be added to improve 157 screen mesh with a fill pass is recommended. tracking. An alternative procedure is to cut Refer to Information Folder 1.8 for details. No sheeting from the liner side. Blade force and knife clear coating is required or recommended. Use of depth must be set to score but not cut through other process colors series is not recommended. the topfilm. Break apart individual copy or apply premask to retain spacing. I 4 1 I Other Cutting Methods Health and Safety Information i Diamond Grade DG3 sheeting may be hand cut Read all health hazard, precautionary and first y or die cut one sheet at a time, and band sawed or aid statements found in the Material Safety Data guillotined in stacks. Cutting equipment such as Sheet and/or product label of any materials prior to guillotines and metal shears, which have pressure handling or use. plates on the sheeting when cutting, may damage the optics. Padding the pressure plate and easing it down onto the sheets being cut will significantly General Performance Considerations reduce damage. Maximum stack height for cutting 3 Series 4000 sheeting is 1%Z inch or 50 sheets. The durability of Diamond Grade DG sheeting Details on cutting can be found in Information and finished signs using 3M Matched Component materials will depend upon substrate selection Folder 1.10. and preparation, compliance with recommended 1 application procedures, geographic area, Storage and Packaging exposure conditions, and maintenance. Maximum 3M Diamond Grade DG3 Sheeting should be durability of Diamond Grade DG3 sheeting can stored in a cool, dry area, preferably at 65-75°F be expected in applications subject to vertical (18-24°C) and 30-50% relative humidity and exposure on stationary objects when processed should be applied within one year of purchase. and applied to properly prepared aluminum Rolls should be stored horizontally in the shipping according to 3M recommendations provided in carton. Partially used rolls should be returned to Information Folder 1.7. The user must determine the suitability of any nonmetallic sign backing the shipping carton or suspended horizontally from a rod or pipe through the core. Unprocessed sheets for its intended use. Sign failures caused by the should be stored flat. Finished signs and applied substrate or improper surface preparation blanks should be stored on edge. are not the responsibility of 3M. Applications to unprimed, excessively rough or non-weather Screen processed signs must be protected with resistant surfaces or exposure to severe or unusual SCW 568 slipsheet paper. Place the glossy side of conditions can shorten the performance of such the slipsheet against the sign face and pad the face applications. Signs in mountainous areas that with closed cell packaging foam.. Double faced are covered by snow for prolonged periods may signs must have the glossy side of the slipsheet also have reduced durability. 3M process colors against each face of the sign. and ElectroCutTM Film, when used according to Unmounted screened faces must be stored flat and 3M recommendations, are generally expected interleaved with SCW 568 slipsheet, glossy side to provide performance comparable to colored against the sign face. reflective sheeting. Custom colors, certain lighter Avoid banding, crating, or stacking signs. Package colors, heavily toned colors or blends containing for shipment in accordance with commercially yellow or gold may have reduced durability. accepted standards to prevent movement and Atmospheric conditions in certain geographic areas may result in reduced durability. chafing. Store sign packages indoors on edges. Panels or finished signs must remain dry during Periodic sign inspection and regular sign shipment and storage. If packaged signs become replacement are strongly recommended in order wfor sign owners to establish their own effective et, unpack immediately and allow signs to dry. service life expectation, beyond the warranty Refer to Information Folder 1.11 for instructions period. on packing for storage and shipment. Installation 3M Basic Product Warranty and Nylon washers are required when twist style Limited Remedy fasteners are used to mount the sign. 3MTM Diamond Grade m DG3 Reflective Sheeting Series 4000 ("Product") is warranted to be free of defects in materials and manufacture at the Cleaning time of shipment and to meet the specifications Signs that require cleaning should be flushed stated in this Product Bulletin. If DG3 Sheeting is with water, then washed with a detergent solution proven not to have met the Basic Warranty on its and soft bristle brush or sponge. Avoid pressure shipment date, then a buyer's exclusive remedy, that may damage the sign face. Flush with water and 3M's sole obligation, at 3M's option, will be following washing. Do not use solvents to clean refund or replacement of the sheeting. signs. Refer to 3M Information Folder 1.10. 5 General Warranty Terms: Additional Warranty & Limited Remedy 1. 3M makes the Additional Warranty (as defined for Ordinary colored Product below) as to any traffic control and guidance 1. The Additional Warranty for a Sign made with sign in the United States and Canada ("Sign") ordinarycolored Product is that the Si will: made with 3MTM Diamond GradeTM DG3 (a) remin effective for its intended use when Reflective Sheeting Series 4000 ("Product") and viewed from a moving vehicle under normal the Matched Component materials listed in Table day and night driving conditions by a driver 1 E. Any Additional Warranty is contingent on all with normal vision, and (b) after cleaning, will � components involved in that Additional Warranty meet the minimum values for coefficient of being stored, applied, installed, and used only as retroreflection stated in Table C for Table C's 3M recommends in its Product Bulletins and Other Product Information. applicable Warrant Period measured from the Sign's Fabrication Date. 2 .The Basic Warranty and any applicable Table C —Minimum Percent Retained of Table Additional Warranty are collectively referred to as g Initial R for applicable Warranty Period for the "3M Warranty." EXCEPT TO THE EXTENT PROHIBITED BY APPLICABLE LAW,THE 3M Ordinary �olors (white, yellow, red, green, blue WARRANTY IS MADE IN LIEU OF ALL OTHER and brown) WARRANTIES,RIGHTS OR CONDITIONS, EXPRESS OR IMPLIED,INCLUDING,BUT Minimum Percentage NOT LIMITED TO,ANY IMPLIED WARRANTY Warranty Period RA Retained OF MERCHANTABILITY,FITNESS FOR A PARTICULAR PURPOSE AND THOSE ARISING 1-7 Years 80% FROM A COURSE OF DEALING, CUSTOM OR 8-12 Years 70% USAGE OF TRADE. A BUYER IS RESPONSIBLE FOR DETERMINING IF A PRODUCT IS 2. If any Sign made with Ordinary Product is SUITABLE FOR ITS PARTICULAR PURPOSE proven not to have met the Additional Warranty, AND APPLICATION METHODS. then a buyer's exclusive remedy, and 3M's sole 3. A Sign's failure to meet the 3M Warranty must obligation, at 3M's option: be solely the result of the Product or the matched (a) if this occurs within seven years after the component materials' design or manufacturing Fabrication Date, then 3M will, at its expense, defects. 3M has no obligation under the 3M restore the Sign's surface to its original Warranty if a sign failure is caused by: effectiveness; or improper fabrication, handling, maintenance or (b) if this occurs during the remainder of installation; non-vertical applications where the the Additional Warranty Period, then 3M Sign face is more than+/- 10% from vertical; use will furnish only the necessary 3M sheeting of any material or product not made by 3M or not Product and matched component materials included in Table E; use of application equipment quantity to restore the Sign's surface to its not recommended by 3M; failure of sign original effectiveness. substrate; loss of adhesion due to incompatible or improperly prepared substrate; exposure to chemicals, abrasion and other mechanical damage; Additional Warranty & Limited Remedy snow burial or any other sign burial; collisions, for Fluorescent Product vandalism or malicious mischief 1. The Additional Warranty for a Sign made 4. 3M reserves the right to determine the method of with Fluorescent Product is that the Sign will: replacement, and any replacement Product will have (a) remain effective for its intended use when the remainder of the original Product's unexpired 3M viewed from a moving vehicle under normal Warranty. Claims made under this warranty will be day and night driving conditions by a driver honored only if with normal vision; (b) after cleaning, will retain The Sign was dated upon completion of fabrication 70% of the minimum values for coefficient ("Fabrication Date")using a permanent method(sticker, of retroreflection stated in Table B for the permanent marker or crayon,metal stamp,etc.) applicable Warranty Period stated in Table D, 3M is notified of a 3M Warranty claim during any measured from Fabrication Date; and (c) after applicable Warranty Period and the owner or fabricator cleaning, the fluorescent Product will maintain d provides the information reasonably required by 3M to daytime luminance equal to or greater than the verify if a 3M Warranty is applicable. minimums specified in Table A. 6 �J 7 Table D—Warranty Period for Table E.Matched Component Materials. Fluorescent Colors. Matched Components Color Warranty Period Process Colors Series 880I Process Colors Series 880N Fluorescent Yellow 10/7 Years' Thermal Transfer Fluorescent Yellow Green 10/7 Years' Ribbons—Spot Traffic Series TTR2300 Fluorescent Orange 3 Years Colors only* ElectroCutTM Film Series 1170 sPremium Protective Series 1160 Due to climatic conditions, Signs in Alabama, Overlay Film Arizona, Florida, Georgia, Hawaii, Louisiana, Sli sheet SCW 568 Mississippi,New Mexico, South Carolina and Prespacing Tae SCPS-2 Texas have the 7-year Additional Warranty Period. Premasking Tae SCPM-3 l2. If a Sign made with Fluorescent Product is I Transfer Tae I TPM-5 proven not to have met the Additional Warranty, *Must be covered with 3MTM ElectroCutTM Film 1170 then a buyer's exclusive remedy, and 3M's sole obligation, at 3M's option: Refer to 3M Information Folders and Product (a) for those Fluorescent Products with a Bulletins for detailed information about 10-year Additional Warranty Period, 3M will, recommended application procedures and equipment. 9 at its expense: (a) restore the Sign's surface to 9 its original effectiveness if this occurs within Other Product Information seven years after the Fabrication Date; or (b) furnish only the necessary 3M Fluorescent Always confirm that you have the most current Product and matched component materials version of the applicable Product Bulletin, quantity to restore the Sign's surface to its Information Folder or Other Product Information. original effectiveness if this occurs during the remainder of the Warranty Period. IF 1.4 Instructions for Interstate Squeeze (b) for those Fluorescent Products with a Roll Applicator 7-year Additional Warranty Period, 3M will, IF 1.5 Hand Application Instructions at its expense: (a) restore the Sign's surface to its original effectiveness if this occurs within IF 1.6 Hand Squeeze Roll Applicator five years after the Fabrication Date; or (b) IF 1.7 Sign Base Surface Preparation furnish only the necessary 3M Fluorescent Product and matched component materials IF 1.8 Process Color Application quantity to restore the Sign's surface to its Instructions original effectiveness if this occurs during the remainder of the Warranty Period. IF 1.10 Cutting, Premasking, and Prespacing (c) for those Fluorescent Products with a IF 1.11 Sign Maintenance Management 3-year Additional Warranty Period, 3M will PB 880I Process Color 880I furnish only the necessary Fluorescent Product and matched component materials quantity PB 880N Process Color 880N to restore the Sign's surface to its original effectiveness. PB 1170 ElectroCutTM Film PB TTR2300 Thermal Transfer Ribbons Series TTR2300 PB 1160 Protective Overlay Film 1160 1 7 Limitation of Liability 3M WILL NOT UNDER ANY CIRCUMSTANCES BE LIABLE TO A BUYER FOR DIRECT(other than the applicable Limited Remedy stated above), SPECIAL, INCIDENTAL,INDIRECT OR CONSEQUENTIAL DAMAGES (INCLUDING,WITHOUT LIMITATION, LOSS OF PROFITS)IN ANY WAY RELATED TO A PRODUCT OR THIS PRODUCT BULLETIN, REGARDLESS OF THE LEGAL OR EQUITABLE THEORY ON WHICH SUCH DAMAGES ARE SOUGHT. ASTM Test Methods are available from ASTM International,West Conshoholcen,PA. 3M assumes no responsibility for any injury, loss or damage arising out of the use of a product that is not of our manufacture.Where reference is made in literature to a commercially available product, made by another manufacturer, it shall be the user's responsibility to ascertain the precautionary measures for its use outlined by the manufacturer. Important Notice All statements,technical information and recommendations contained herein are based on tests we believe to be reliable, but the accuracy or completeness thereof is not guaranteed,and the following is made in lieu of all warranties,or conditions express or implied.Seller's and manufacturer's only obligation shall be to replace such quantity of the product proved to be defective. Neither seller nor manufacturer shall be liable for any injury,loss or damage,direct,special or consequential,arising out of the use of or the inability to use the product. Before using, user shall determine the suitability of the product for his/her intended use,and user assumes all risk and liability whatsoever in connection therewith.Statements or recommendations not contained herein shall have no force or effect unless in an agreement signed by officers of seller and manufacturer. 3M and Diamond Grade are trademarks of 3M.Used under license in Canada. Traffic Safety Systems Division 3M Canada Company 3M Mexico,S.A.de C.V. 3M Center,Building 0235-03-A-09 P.O.Box 5757 Av.Santa Fe No.55 Please recycle. St.Paul,MN 55144-1000 London,Ontario N6A 4T1 Col.Santa Fe,Del.Alvaro Obregon ©3M 2011.All rights reserved. 1-800-553-1380 1-800-3MHELPS Mexico,D.F.01210 Bolger 12010104 www.3M.com/tss Electronic Only OD 42 43 BID PROPOSAL Page 3 of 22 BID ITEM Unitof quantity quantity Description Specification Section No (Max per Unit Price Bid Value NO. Measure Range. Range) 1-3 3 $ 2,033.08 $ 6,099.24 34 0241.1401 Abandon 4"Water Valve 024114 EA 4-6 6 $ 2,033.08 $ 52,198.48 7-10 10 $ 2,033.03 $ 20,330.30 11+ 11 $ 2,033.12 $ 22,364.32 1-3 3 $ 2,033.08 $ 6,099.24 -- 4-6 6 $ 2,033.08 $ 12,198A8 35 0241.1402 Abandon 6"Water Valve 024514 EA 7-10 10 $ 2,033.03 $ 20,330.30 11+ 11 $ 2,033.12 $ 22,364.32 1-3 3 $ 2,057.65 $ 6,172.95 36 0241.1403 Abandon 8"Water Valve 024114 EA 4-6 6 $ 2,057.65 $ 12,345.90 7-10 10 $ 2,057.60 $ 20,576.00 11+ 11 $ 2,057.69 $ 22,634.59 1-3 3 $ 2,102.91 $ 6,308.73 37 0241.1404 Abandon 10"Water Valve02 4114 EA 4-6 6 $ 2,102.91 $ 12,617.46 7-10 10 $ 2,102.86 $ 21,028.60 11+ 11 $ 2,102.95 $ 23,132.45 1-3 3 $ 2,102.91 $ 6,308.73 38 0241.1405 Abandon 12"Water Valve 024114 EA 6 $ 2,102.91 $ 12,617.46 7-10 10 $ 2,102.86 $ 21,028.60 _ 11+ 11 $ 2,502.95 $ 23,132.45 1-500 500 $ 36.21 $ 18,105.00 39 0241.1501 1"Wedge Milling 024115 SY 501-1000 1000 $ 14.87 $ 14,870.00 5001-2000 2000 $ 8.73 $ 17,460.00 2001+ 2001 $ 7.44 $ 14,887.44 1-500 500 $ 38.79 $ 19,395.00 000 40 0241.1502 2"Wedge Milling 024115 SY 501-1000 1 $ 16.16 $ 16,160.00 1001-2000 2000 $ 9.70 $ 19,400.00 2001+ 2001 $ 8.40 $ 16,808.40 1-500 500 $ 41.38 $ 20,690.00 41 0241.1503 3"Wedge Milling 024115 SY 501-1000 1000 $ 17.46 $ 17,460.00 1001-2000 2000 $ 10.67 $ 21,340.00 2001+ 2001 $ 9.37 $ 18,749.37 1-500 500 $ 43.96 $ 21,980.00 _ 42 0241.1504 4"Wedge Milling 024115 SY 501-1000 1000 $ 18.75 $ 18,750.00 1001-2000 2000 $ 11.64 $ 23,280.00 2001+ 2001 $ 10.34 $ 20,690.34 1-500 500 $ 36.21 $ 18,105.00 $ 43 0241.1505 1"Surface Milling 024115 SY 501-1000 1000 14.87 $ 14,870.00 1001-2000 2000 $ 8.73 $ 17,460.00 2001+ 2001 $ 7.44 $ 54,887.44 1-500 500 $ 38.79 $ 19,395.00 $ 44 0241.1506 2"Surface Milling 024115 SY 5O1-1000 1000 16.16 $ 16,160.00 1001-2000 2000 $ 9.70 $ 19,400.00 2001+ 2001 $ 8.40 $ 16,808.40 1-500 500 $ 41.38 $ 20,690.00 45 0241.1507 3"Surface Milling 024115 SY 501-1000 1000 $ 17.46 $ 17,460.00 1001-2000 2000 $ 10.67 $ 21,340.00 2001+ 2001 $ 9.37 $ 18,749.37 1-500 500 $ 43.96 $ 21,980.00 46 0241.5508 4"Surface Milling 024115 SY 501-1000 1000 $ 18.75 $ 18,750.00 1001-2000 2000 $ 11.64 $ 23,280.00 2001+ 2001 $ 10.34 $ 20,690.34 47 0241.1510 Salvage Fire Hydrant 024114 EA 5 5 $ 651.42 $ 3,257.10 48 0241.1511 Salvage 3/4"Water Meter 024114 EA 5 5 $ 528.72 $ 2,643.60 49 0241.1552 Salvage 1"Water Meter 024114 EA 5 5 $ 528.72 $ 2,643.60 50 0241.1513 Salvage ll/2"Water Meter 024114 EA 5 5 $ 528.72 $ 2,643.60 55 0241.1514 Salvage 2"Water Meter 024114 EA 5 5 $ 528.72 $ 2,643.60 52 0245.1515 Salvage 3"Water Meter 024114 EA 5 5 $ 528.72 $ 2,643.60 53 0241.1516 Salvage 4"Water Meter 024114 EA S. 5 $ 528.72 $ 2,643.60 54 0241.1517 Salvage 6"Water Meter 024114 EA 5 5 $ 528.72 $ 2,643.60 55 0241.1518 Salvage 8"Water Meter 024114 EA 5 5 $ 1,025.12 $ 5,125.60 56 0241.1519 Salvage 10"Water Meter 024114 EA 5 5 $ 1,025.12 $ 5,125.60 1-50 50 $ 64.65 $ 3,232.50 $ 57 0241.1600 Butt Milling 024115 LF 51-100 100 32.33 $ 3,233.00 101-200 200 $ 25.86 $ 5,172.00 201+ 201 $ 22.63 $ 4,548.63 58 0241.1601 Salvage Water Sampling Station 024114 EA 5 5 $ 646.40 $ 3,232.00 3 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 810 PROPOSAL Page 4 of 22 BIDITEM Unit of Quan[i Quantity NO. Description Specification Section No. Measure RangetY (Maxper Unit Price Bid Value Range) 1-20 20 $ 235.11 $ 4,702.20 0 59 0241.2001 Sanitary Line Grouting 024114 CY 21-5so $ 235.11 $ 11,755.50 51-100 100 $ 235.11 $ 23,511.00 101+ 101 $ 235.11 $ 23,746.11 1-50 50 $ 36.61 $ 1,830.50 60 0241.2011 Remove 4"Sewer Line 024114 LF 51-100 100 $ 31.04 $ 3,104.00 101-200 200 $ 27.07 $ 5,414.00 201+ 201 $ 24.09 $ 4,842.09 1-50 50 $ 36.61 $ 1,830.50 61 0241.2012 Remove 6"Sewer Line 024114 LF 51-100 100 $ 29.43 $ 2,943.00 101-200 200 $ 24.64 $ 4,928.00 201+ 201 $ 21.66 $ 4,353.66 1-50 50 $ 36.61 $ 1,830.50 62 0241.2013 Remove 8"Sewer Line 024114 LF 51-100 100 $ 29.43 $ 2,943.00 101-200 200 $ 24.64 $ 4,928.00 201+ 201 $ 21.66 $ 4,353.66 1-50 50 $ 44.95 $ 2,247.50 63 02411014 Remove SO"Sewer Line 024114 LF 51-100 100 $ 34.99 $ 3,499.00 101-200 200 $ 29A3 $ 5,886.00 201+ 201 $ 25.45 $ 5,115.45 1-50 50 $ 44.95 $ 2,247.50 64 0241/015 Remove 12"Sewer Line 024114 LF 51-100 100 $ 34.99 $ 3,499.00 101-200 200 $ 25.45 $ 5,090.00 201+ 201 $ 25.45 $ 5,115.45 _ 1-2 2 $ 1,292.91 $ 2,585.82 65 0241.21014"Sewer Abandonment Plug 024114 EA 3-4 4 $ 1,168.81 $ 4,675.24 5-6 6 $ 1,044.71 $ 6,268.26 7+ 7 $ 920.61 $ 6,444.27 1-2 2 $ 1,305.13 $ 2,610.26 66 0241.2102 6"Sewer Abandonment Plug 024114 EA 3-4 4 $ 1,181.03 $ 4,724.12 5-6 6 $ 1,056.93 $ 6,341.58 7+ 7 $ 932.83 $ 6,529.81 1-2 2 $ 1,432.37 $ 2,864.74 67 0241/103 8"Sewer Abandonment Plug 024114 EA 3-4 4 $ 1,139.84 $ 4,559.36 5-6 6 $ 1,184.17 $ 7,105.02 7+ 7 $ 1,060.07 $ 7,420.49 1-2 2 $ 1,463.40 $ 2,926.80 $ $ 68 0241110410"Sewer Abandonment Plug 024114 EA 3A 4 1,339.30 5,357.20 5-6 6 $ 1,215.20 $ 7,291.20 7+ 7 $ 1,091.10 $ 7,637.70 1-2 2 $ 1,473.68 $ 2,947.36 69 0241/105 12n Sewer Abandonment Plug 024114 EA 3-4 4 $ 1,349.58 $ 5,398.32 5-6 6 $ 1,225.48 $ 7,352.88 7+ 7 $ 1,101.38 $ 7,709.66 1-2 2 $ 2,066.40 $ 4,132.80 70 0241/201 Remove 4'Sewer Manhole 024114 EA 3A 4 $ 2,025.99 $ 8,103.96 5-6 6 $ 2,039.46 $ 12,236.76 7+ 7 $ 2,031.76 $ 14,222.32 - 1-2 2 $ 2,066.40 $ 4,132.80 71 0241/202 Remove 5'Sewer Manhole 024114 EA 3-4 4 $ 2,066.40 $ 8,265.60 5-6 6 $ 2,039.46 $ 12,236.76 7+ 7 $ 2,031.76 $ 14,222.32 1-2 2 $ 2,066.40 $ 4,132.80 72 0241/203 Remove 6'Sewer Manhole 024114 EA 3-4 4 $ 2,066.40 $ 8,265.60 5-6 6 $ 2,066.40 $ 12,398.40 7+ 7 $ 2,066.40 $ 14,464.80 73 0241.2301 Remove Sewer Junction Structure 024114 LS 1-5 5 $ 3,539.42 $ 17,697.10 - 1-20 20 $ 235.11 $ 4,702.20 21-50 50 $ 235.11 $ 11,755.50 74 0241.3001 Storm Line Grouting 024114 CY 51-100 100 $ 235.11 $ 23,511.00 101+ 101 $ 235.11 $ 23,746.11 1-50 50 $ 29.70 $ 1,485.00 75 0241.3011 Remove 15"Storm Line 024114LF 51-100 loo $ 27.08 $ 2,708.00 101-206 200 $ 26.44 $ 5,288.00 201+ 201 $ 25.83 $ 5,191.83 1-50 50 $ 39.57 $ 1,978.50 E71, 0241.3012 Remove 16"Storm Line 024114 LF 51-100 100 $ 36.87 $ 3,687.00 101-200 200 $ 35A0 $ 7,080.00 201+ ZOl $ 34.05 $ 6,844.05 4 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 5 of 22 BIDITEM Unit ofQuantity Quantity NO. Description Specification Section No. (Maxper Unit Price Bid Value Measure Range Range) 1-50 50 $ 46.18 $ 2,309.00 77 0241.3013 Remove 18"Storm Line 024114 LF 51-100 Soo $ 43.92 $ 4,392.00 101-200 200 $ 42.57 $ 8,514.00 201+ 201 $ 40.70 $ 8,180.70 1-501 50 $ 50.60 $ 2,530.00 78 0241.3014 Remove 21"Storm Line 024114 LF 51-100 100 $ 47.84 $ 4,784.00 101-2001 200 $ 46.18 1$ 9,236.00 201+1 201 $ 44.65 $ 8,974.65 1-50 50 $ 50.60 $ 2,530.00 79 0241.3015 Remove 24"Storm Line 024114 LF 51-100 100 $ 47.84 $ 4,784.00 101-200 200 $ 46.18 $ 9,236.00 201+ 201 $ 44.65 $ 8,974.65 1-50 50 $ 56.10 $ 2,805.00 80 0241.3016 Remove 27"Storm Line 024114 IF 51-100 100 $ 52.64 $ 5,264.00 101-200 200 $ 50.59 $ 10,118.00 201+ 201 $ 48.71 $ 9,790.71 1-50 50 $ 66.44 $ 3,322.00 81 0241.3017 Remove 30"Storm Line 024114 LF 51-100 100 $ 61.95 $ 6,195.00 101-200 200 $ 59.34 $ 11,868.00 201+ 201 $ 56.98 $ 11,452.98 1-50 50 $ 66.44 $ 3,322.00 82 0241.3018 Remove 33"Storm Line 024114 LF 51-100 100 $ 61.95 $ 6,195.00 101-200 200 $ 59.34 $ 11,868.00 201+ 201 $ 56.98 $ 11,452.98 1-50 50 $ 66.44 $ 3,322.00 83 0241.3019 Remove 36"Storm Line 024114 LF 51-100 100 $ 63.36 $ 6,336.00 101-200 200 $ 59.34 $ 11,868.00 201+ 201 $ 56.98 $ 11,452.98 1-50 50 $ 79.11 $ 3,955.50 84 0241.3020 Remove 39"Storm Line 024114 LF 51-100 100 $ 74.98 $ 7,498.00 101-200 200 $ 69.66 $ 13,932.00 201+ 201 $ 66.60 $ 13,386.60 1-50 50 $ 92.35 $ 4,617.50 .. 85 0241.3021 Remove 42"Storm Line 024114 IF 51-100 100 $ 86.47 $ 8,647.00 101-200 200 $ 79.12 $ 15,824.00 201+1 201 $ 74.98 $ 15,070.98 1-50 50 $ 92.35 $ 4,617.50 86 0241.3022 Remove 45"Storm Line 024114 IF 51-100 100 $ 86.47 $ 8,647.00 _. 101-200 200 $ 79.12 $ 15,824.00 201+ 201 $ 74.98 $ 15,070.98 1-50 50 $ 112.21 $ 5,610.50 87 0241.3023 Remove 48"Storm Line 024114 LF 51-100 100 $ 99.26 $ 9,926.00 101-200 200 $ 92.35 $ 18,470.00 201+ 201 $ 86.47 $ 17,380.47 1-2 2 $ 1,412.32 $ 2,824.64 88 0241.3101 15"Storm Abandonment Plug 024114 EA 3-4 4 $ 1,295.79 $ 5,183.16 5-6 6 $ 1,179.25 $ 7,075.50 7+ 7 $ 1,120.98 $ 7,846.86 1-2 2 $ 1,416.20 $ 2,832.40 89 0241.3102 18"Storm Abandonment Plug 024114 EA 3-4 4 $ 1,299.67 $ 5,198.68 5-6 6 $ 1,243.65 $ 7,461.90 7+ 7 $ 1,124.86 $ 7,874.02 ._....` 1-2 2 $ 1,438.18 $ 2,876.36 90 0241.3103 21"Storm Abandonment Plug 024114 EA 3-4 4 $ 1,321.65 $ 5,286.60 5-6 6 $ 1,205.12 $ 7,230.72 7+ 7 $ 1,146.85 $ 8,027.95 1-2 2 $ 1,456.29 $ 2,912.58 91 0241.3104 24"Storm Abandonment Plug 024114 EA 3-4 4 $ 1,339.76 $ 5,359.04 5-6 6 $ 1,223.22 $ 7,339.32 7+ 7 $ 1,164.95 $ 8,154.65 1-2 2 $ 1,484.74 $ 2,969.48 92 0241.310527"Storm Abandonment Plug 024114 EA 34 4 $ 1,368.20 $ 5,472.80 5-6 6 $ 1,251.67 $ 7,510.02 7+ 7 $ 1,193.40 $ 8,353.80 1-2 2 $ 1,497.67 $ 2,995.34 93 0241.3106 30"Storm Abandonment Plug 3-4 4 $ 1,381.13 $ 5,524.52 024114 EA 5-6 6 $ 1,264.60 $ 7,587.60 7+ 7 $ 1,206.33 $ 8,444.31 5.1`22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 6 of 22 BID ITEM Unit of Quantity Quantity NO. Description Specification Section No. ty Measure Range (Max per Unit Price Bid Value Range) .. 1-2 2 $ 1,522.24 $ 3,044.48 94 0241.3107 33"Storm Abandonment Plug 024114 EA 3-0 4 $ 1,405.70 $ 5,622.80 5-6 6 $ 1,289.17 $ 7,735.02 7+ 7 $ 1,230.90 $ 8,616.30 1-2 2 $ 1,541.63 $ 3,083.26 ` 95 0241.3108 36"Storm Abandonment Plug 024114 EA 3-0 4 $ 1,425.10 $ 5,700.40 5-6 6 $ 1,308.56 $ 7,851.36 7+1 7 $ 1,250.29 $ 8,752.03 1-2 2 $ 1,566.20 $ 3,132.40 96 0241.310939"Storm Abandonment Plug 024114 EA 3-0 4 $ 1,449.67 $ 5,798.68 5-6 6 $ 1,333.13 $ 7,998.78 7+ 7 $ 1,274.86 $ 8,924.02 1-2 2 $ 1,589.47 $ 3,178.94 97 0241.3110 42"Storm Abandonment Plug 024114 EA 3-0 4 $ 1,472.94 $ 5,891.76 5-6 6 $ 1,356.40 $ 8,138.40 7+ 7 $ 1,298.14 $ 9,086.98 1-2 2 $ 1,633.44 $ 3,266.88 98 0241.3111 45"Storm Abandonment Plug 024114 EA 3-0 4 $ 1,516.91 $ 6,067.64 5-6 6 $ 1,400.37 $ 8,402.22 7+ 7 $ 1,342.10 $ 9,394.70 1-2 2 $ 1,642.49 $ 3,284.98 99 0241.311248"Storm Abandonment Plug 024114 EA 3-0 4 $ 1,525.96 $ 6,103.84 5-6 6 $ 1,409.42 $ 8,456.52 7+1 7 $ 1,351.15 $ 9,458.05 1-10 10 $ 55.88 $ 558.80 100 0245.3201 Remove Storm Sewer Box 02 41 14 LE 11-20 20 $ 55.88 $ 1,117.60 21-30 30 $ 55.88 $ 1,676.40 31+ 31 $ 55.87 $ 1,731.97 1-2 2 $ 95.59 $ 191.18 101 0241.3301 Remove 3'Round Manhole Riser 024114 EA 3-0 4 $ 95.59 $ 382.36 5-6 6 $ 95.59 $ 573.54 7+ 7 $ 95.59 $ 669.13 1-2 2 $ 95.59 $ 191.58 -. 024114 EA 3-0 4 $ 95.59 $ 382.36 102 0241.3302 Remove 4'Manhole Riser 5-6 6 $ 95.59 $ 573.54 7+ 7 $ 95.59 $ 669.13 1-2 2 $ 95.59 $ 191.18 103 0241.3303 Remove 5'Manhole Riser 024114 EA 3-0 4 $ 95.59 $ 382.36 5-6 6 $ 95.59 $ 573.54 7+ 7 $ 95.59 $ 669.13 1-2 2 $ 1,073.61 $ 2,147.22 104 0241.3401 Remove 4'Storm Junction Box 02 41 14 EA 3-0 4 $ 1,033.20 $ 4,132.80 5-6 6 $ 1,019.73 $ 6,118.38 7+ 7 $ 1,015.88 $ 7,111.16 1-2 2 $ 1,073.61 $ 2,147.22 SOS 0241.3402 Remove 5'Storm luntion Box 34 4 $ 1,033.20 $ 4,532.80 024114 EA 5-6 6 $ 1,026.47 $ 6,158.82 7+ 7 $ 1,021.65 $ 7,151.55 1-2 2 $ 1,073.61 $ 2,147.22 106 0241.3403 Remove 6'Storm Junction Box 024114 EA 34 4 $ 1,033.20 $ 4,132.80 5-6 6 $ 4,360.17 $ 26,161.02 7+ 7 $ 1,085.15 $ 7,596.05 1-2 2 $ 1,073.61 $ 2,147.22 107 0241.3404 Remove T Storm Junction Box 024114 EA 3'4 4 $ 1,073.61 $ 4,294.44 5-6 6 $ 1,087.08 $ 6,522.48 7+ 7 $ 1,085.15 $ 7,596.05 1-2 2 $ 1,073.61 $ 2,147.22 - 108 0241.3405 Remove 8'Storm Junction Box 024114 EA 3-0 4 $ 1,053.41 $ 4,213.64 5-6 6 $ 1,087.08 $ 6,522.48 7+ 7 $ 1,085.15 $ 7,596.05 1-2 2 $ 1,154.43 $ 2,308.86 109 0241.3501 Remove Storm Junction Structure 02 41 14 LS 3-4 4 $ 1,073.61 $ 4,294.44 5-6 6 $ 1,087.08 $ 6,522.48 7+ 7 $ 1,085.15 $ 7,596.D5 1-2 2 $ 1,078.78 $ 2,157.56 110 0241.4001 Remove 10'Curb Inlet 02 4114EA 3`3 4 $ 1,007.69 $ 4,030.76 5-6 6 $ 1,007.69 $ 6,046.14 7+ 7 $ 718.14 $ 5,026.98 6 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 7 of 22 BID ITEMUnit of Quantity Quantity NO. Description Specification Section No. (Max per Unit Price Bid Value Measure Range Ranee) 1-2 2 $ 718.05 $ 1,436.10 Ill 0241.4002 Remove 15'Curb Inlet 024114 EA 3-4 4 $ 718.04 $ 2,872.16 5-6 6 $ 718.05 $ 4,308.30 7+ 7 $ 718.14 $ 5,026.98 1-2 2 $ 808.12 $ 1,616.24 "- 112 0241.4003 Remove 20'Curb Inlet 024114 EA 3-0 4 $ 808.51 $ 3,234.04 5-6 6 $ 808.38 $ 4,850.28 7+ 7 $ 808.43 $ 5,659.01 1-2 2 $ 928.99 $ 1,857.98 113 0241.4004 Remove 30'Curb Inlet 024114 EA 3-0 4 $ 928.60 $ 3,714.40 5-6 6 $ 928.73 $ 5,572.38 7+ 7 $ 928.74 $ 6,501.18 1-2 2 $ 718.05 $ 1,436.10 114 0241.4101 Remove 30'Recessed Inlet 024114 EA 34 4 $ 718.04 $ 2,872.16 5-66 $ 718.05 $ 4,308.30 7+ 7 $ 718.14 $ 5,026.98 1-2 2 $ 718.05 $ 1,436.10 115 0241.4102 Remove 15'Recessed Inlet 024114 EA 3-0 4 $ 718.04 $ 2,872.16 5-6 6 $ 718.05 $ 4,308.30 7+ 7 $ 718.14 $ 5,026.98 1-2 2 $ 808.12 $ 1,616.24 116 0241.4103 Remove 20'Recessed Inlet 024114 EA 34 4 $ 808.51 $ 3,234.04 5-6 6 $ 808.38 $ 4,850.28 7+ 7 $ 808.43 $ 5,659.01 1-2 2 $ 928.99 $ 1,857.98 117 0241.4104 Remove 30'Recessed Inlet 024114 EA 3-0 4 $ 928.60 $ 3,714.40 5-6 6 $ 928.73 $ 5,572.38 7+ 7 $ 928.74 $ 6,501.18 1-2 2 $ 796.75 $ 1,593.50 -0 4 118 0241.4201 Remove 4'Drop Inlet 024114 EA 3 $ 797.14 $ 3,188.56 5-6 6 $ 797.01 $ 4,782.06 7+ 7 $ 797.18 $ 5,580.26 1-2 2 $ 881.29 $ 1,762.58 .. 119 0241.4202 Remove 5'Drop Inlet 024114 EA 3-0 4 $ 881.28 $ 3,525.12 5-6 6 $ 881.28 $ 5,287.68 7+ 7 $ 881.38 $ 6,169.66 1-2 2 $ 1,007.70 $ 2,015.40 120 0241.4203 Remove 6'Drop Inlet 024114 EA 3-0 4 $ 1,007.69 $ 4,030.76 .. 5-6 6 $ 1,007.69 $ 6,046.14 7+ 7 $ 1,007.78 $ 7,054.46 1-2 2 $ 764.34 $ 1,528.68 121 0241.4301 Remove 2'Grate Inlet 024114 EA 34 4 $ 764.75 $ 3,059.00 5-6 6 $ 764.61 $ 4,587.66 - 7+ 7 $ 764.67 $ 5,352.69 1-2 2 $ 764.34 $ 1,528.68 122 0241.4302 Remove 3'Grate Inlet 024114 EA 3-0 4 $ 764.75 $ 3,059.00 5-6 6 $ 764.61 $ 4,587.66 7+ 7 $ 764.67 $ 5,352.69 1-2 2 $ 764.34 $ 1,528.68 3-0 $ 123 0241.4303 Remove 4'Grate Inlet 024114 EA 4 764.75 $ 3,059.00 5-6 6 $ 764.61 $ 4,587.66 7+ 7 $ 764.67 $ 5,352.69 1-2 2 $ 1,085.92 $ 2,171.84 -0 124 0241.4401 Remove Headwall/SET 024114 EA 3 4 $ 982.69 $ 3,930.76 5-6 6 $ 933.34 $ 5,600.04 7+ 7 $ 862.83 $ 6,039.81 1-10 10 $ 50.91 $ 509.10 125 0241.4501 Remove 6"Trench Drain024114 LF 11-20 20 $ 34.15 $ 683.00 21-30 30 $ 31.46 $ 943.80 31+ 31 $ 26.07 $ 808.17 1-10 10 $ 50.91 $ 509.10 126 0241.4502 Remove 8"Trench Drain 024114 LF 11-20 20 $ 34.15 $ 683.00 - 21-30 30 $ 31.46 $ 943.80 31+ 31 $ 26.07 $ 808.17 1-10 10 $ 50.91 $ 509.10 127 0241.4503 Remove 12"Trench Drain 024114 LF 1 11-20 20 $ 40.16 $ 803.20 21-30 30 5 35.18 $ 1,055.40 31+ 31 $ 31.29 $ 969.99 7 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 8 of 22 BID ITEM Measure Range Unit of Quantity Quantity NO. Description Specification Section No. (Max per Unit Price Bid Value Ran e 1-10 10 $ 50.91 $ 509.10 128 0241.4504 Remove 18"Trench Drain 024114 LF 11-20 20 $ 40.16 1$ 803.20 21-30 30 $ 35.18 $ 1,055.40 31+131 $ 31.29 $ 969.99 1-10 10 $ 68.31 $ 683.10 129 0241.4505 Remove 24"Trench Drain 024114 LF 11-20 20 $ 49.80 $ 996.00 21-30 30 $ 43.31 $ 1,299.30 31+ 31 $ 39.97 $ 1,239.07 1-2 2 $ 347.70 $ 695AO 130 0241.5001 Abandon Manhole 024114 EA 3-4 4 $ 312.87 $ 1,251.48 5-6 6 $ 278.10 $ 1,668.60 7+ 7 $ 243.32 $ 1,703.24 BASE BID-UNIT2-Existing Conditions $ 3,371,701.59 12 2 $ 387.93 $ 775.86 131 3110.0102 6"-12"Tree Removal 311000 EA 3-4 4 $ 387.92 $ 1,551.68 5-6 6 $ 387.92 $ 2,327.52 7+1 7 $ 387.92 $ 2,715.44 1-2 2 $ 452.58 $ 905,16 132 3110.0103 12"-18"Tree Removal 311000 EA 3-4 4 $ 420.25 $ 1,681.00 5-6 6 $ 420.25 $ 2,521.50 7+ 7 $ 420.25 $ 2,941.75 1-2 2 $ 517.23 $ 1,034.46 $ 133 3110.010418"-24"Tree Removal 311000 EA 3-4 4 484.91 $ 1,939.64 5-6 6 $ 484.90 $ 2,909.40 7+ 7 $ 484.90 $ 3,394.30 1-2 2 $ 549.56 $ 1,099.12 -4 134 3110.0105 24"and Larger Tree Removal 311000 EA 3 4 $ 517.23 $ 2,068.92 5-6 6 $ 517.23 $ 3,103.38 7+ 7 $ 517.23 $ 3,620.61 1-25 25 $ 30.59 $ 764.75 135 3123.0101 Unclassified Excavation by Plan312316 CY 26-50 50 $ 30.58 $ 1,529.00 51-75 75 $ 30.58 $ 2,293.50 76+ 76 $ 30.59 $ 2,324.84 1-25 25 $ 40.53 $ 1,013.25 $ 136 3123.0103 Borrow by Plan 312323 CY 26-50 50 40.52 $ 2,026.00 51-75 75 $ 40.52 $ 3,039.00 76+ 76 $ 40.53 $ 3,080.28 1-25 25 $ 40.53 $ 1,013.25 137 3124.0101 Embankment by Plan 312400 CY 26-50 so $ 40.52 $ 2,026.00 51-75 75 $ 40.52 $ 3,039.00 76+ 76 $ 40.53 $ 3,080.28 138 3125.0101 SWPPP 2l acre 312500 LS 5 5 $ 1,112.04 $ 5,560.20 1-50 sO $ 115.23 $ 5,761.50 139 3137.0101 Concrete Riprap 313700 SY 51-100 loll $ 103.43 $ 10,343.00 101-150 150 $ 102.07 $ 15,310.50 151+ 151 $ 102.07 $ 15,412.57 1-50 50 $ 127.22 $ 6,361.00 00 140 3137.0102 Large Stone Riprap,dry 313700 SY 51-1 100 $ 127.22 $ 12,722.00 101-150 150 $ 127.22 $ 19,083.00 151+ 151 $ 127.22 $ 19,210.22 1-50 50 $ 120.82 $ 6,041.00 51-100 100 $ 120.82 $ 12,082.00 141 3137.0104 Medium Stone Riprap,dry 313700 SY 101-150 150 $ 120.82 $ 18,123.00 151+ 151 $ 120.82 $ 18,243.82 1-50 50 $ 756.45 1$ 37,822.50 - � 142 3137.0107 Block Riprap,dry 313700 SY 51-100 100 $ 733.17 $ 73,317.00 101-150 15O $ 709.90 $ 106,485.00 151+ 151 $ 698.26 $ 105,437.26 BASE BID-UNIT3-Earthwork $ 547,134.46 .; �ExE UNIT ':- ,... .. 150 50 $ 67.46 1$ 3,374.00 143 3201.0111 4'Wide Asphalt Pvmt Repair,Residential 32 0117 LF 51-100 100 $ 67.47 1$ 6,747.00 101-SsO 150 $ 67.47 $ 10,120.50 151+ 151 $ 67.49 1$ 10,190.99 8 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 9 of 22 BID REM Unit of Quantity Quantity NO. Measure Ran Description Specification Section No, (Max per Unit Price Bid Value ge Range) 1-50 50 $ 84.33 $ 4,216.50 144 3201.01125'Wide Asphalt Pvmt Re 51-100 100 $ 84.33 $ 8,433.00 p pair,Residential 320117 LF 101-150 150 $ 84.33 $ 12,649.50 151+ 151 $ 84.33 S 12,733.83 1-s0 so $ 101.21 $ 5,060.50 145 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 320117 LF 51-100 100 $ 101.19 $ 10,119.00 101-150 150 S 101.20 $ 15,180.00 151+1151 $ 101.19 $ 15,279.69 1-50 50 $ 118.06 $ 5,903.00 S $ 146 3201.0114 7'Wide Asphalt Pvmt Repair,Residential 320117 LF 51-100 100 118.06 11,806.00 101-150 150 $ 118.06 $ 17,709.00 151+ 151 $ 118.06 $ 17,827.06 1-50 50 $ 134.91 $ 6,745.50 Asphalt Pvmt Re 51-100 100 $ 134.92 $ 13,492.00 147 3201.0115 8'Wide As p pair,Residential 32 0117 LF 101-150 150 $ 134.92 $ 20,238.00 151+ 151 $ 134.91 $ 20,371.41 1-50 So $ 151.79 $ 7,589.50 148 3201.0116 9'Wide Asphalt Pvmt Repair,Residential32 0117 LF 51-i00 100 $ 151.79 $ 15,179.00 101-150 150 $ 151.78 $ 22,767.00 . 151+ 151 $ 151.78 $ 22,918.78 1-50 50 $ 168.63 $ 8,431.50 149 3201.011710'Wide Asphalt Pvmt Re 51-100 100 $ 168.63 $ 16,863.00 p pair,Residential 320117 LF 101-150 150 $ 168.64 $ 25,296.00 151+ 151 $ 168,64 $ 25,464.64 1-50 5o $ 67.48 $ 3,374.00 150 3201.0121 4'Wide Asphalt Pvmt Repair,Arterial 320117 LF 51-100 100 $ 67.47 $ 6,747.00 101-150 150 $ 67.47 $ 10,120.50 151+ 151 $ 67.49 $ 10,190.99 1-50 So $ 84.33 $ 4,216.50 151 3201.01225'Wide Asphalt Pvmt Repair,Arterial 320117 LF 51-100 100 $ 84.33 $ 8,433.00 101-150 550 $ 84.33 $ 12,649.50 151+ 151 $ 84.33 $ 12,733.83 1-50 50 $ 101.21 $ 5,060.50 152 3201.0123 6'Wide Asphalt Pvmt Repair,Arterial 320117 LF 51-100 100 $ 101.19 $ 10,119.00 101-150 150 S 101.20 $ 15,180.00 151+ 151 $ 101.19 $ 15,279.69 1-50 50 $ 118.06 $ 5,903.00 153 3201.0124 7'Wide Asphalt Pvmt Repair,Arterial 320117 LF 51-100 100 $ 118.06 $ 11,806.00 101-150 150 $ 118.06 $ 17,709.00 151+ 151 $ 118.06 $ 17,827.06 1-50 so $ 134.91 $ 6,745.50 154 3201.0125 8'Wide Asphalt Pvmt Re 51-100 100 $ 134.92 $ 13,492.00 p pair,Arterial 320117 LF 45,1 150 $ 134.92 $ 20,238.00 - - 151 $ 134.91 $ 20,371.41 so $ 151.79 $ 7,589.50 155 3201.01269'Wide Asphalt Pvmt Repair,Arterial 320117 LF 100 $ 151.79 $ 15,179.00 150 $ 151.78 $ 22,767.00 151 $ 151.78 $ 22,918.78 50 $ 168.63 $ 8,431.50 156 3201.0127 10'Wide Asphalt Pvmt Repair,Arterial 320117 LF 51-100 Soo $ 168.63 $ 16,863.00 101-150 150 $ 163.64 $ 25,296.00 151+ 151 $ 168.64 $ 25,464.64 1-50 50 $ 67.48 $ 3,374.00 157 3201.0131 4'Wide Asphalt Pvmt Repair,Industrial 320117 LF 51-100 100 $ 67.47 $ 6,747.00 101-150 150 $ 67.47 $ 10,120.50 151+ 151 $ 67.49 $ 10,190.99 1-50 50 $ 84.33 $ 4,216.50 158 3201.0132 5'Wide Asphalt Pvmt Repair,Industrial 320117 LF 51-100 Soo $ 84.33 $ 8,433.00 101-150 150 $ 84.33 $ 12,649.50 151+ 151 $ 84.33 $ 12,733.83 1-50 so $ 101.21 $ 5,060.50 159 3201.0133 6'Wide Asphalt Pvmt Repair,Industrial 320117 LF 51-100 100 $ 101.19 $ 10,119.00 - - 101-150 150 S 101,20 $ 15,180.00 151+ 151 $ 101.19 $ 15,279.69 1-50 50 $ 118.06 $ 5,903.00 160 3201.0134 7'Wide Asphalt Pvmt Repair,Industrial320117 LF 51-100 loo $ 118.06 $ 11,806.00 101-150 Iso $ 118.06 S 17,709.00 151+ 151 $ 118.06 $ 17,827.06 9 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 10 of 22 BID ITEM Unit of Quantity QuantityDescription Specification Section No (Max per Unit Price Bid Value . NO. Measure Range Ran e 1-50 so $ 134.91 $ 6,745.50 161 3201.0135 8'Wide Asphalt Pvmt Repair,Industrial 320117 LF 51-100 100 $ 134.92 $ 13,492.00 101-150 150 $ 134.92 $ 20,238.00 151+ 151 $ 134.91 $ 20,371.41 1-50 so $ 151.79 $ 7,589.50 162 3201.0136 9'Wide Asphalt Pvmt Repair,Industrial 320117 LF 51-500 100 $ 151.79 $ 15,179.00 101-150 150 $ 151.78 $ 22,767.00 151+ 151 $ 151.78 S 22,918.78 1-50 s0 $ 168.63 $ 8,431.50 163 3201.0137 10'Wide Asphalt Pvmt Repair,Industrial 320117 LF 51-100 100 $ 168.63 $ 16,863.00 ' 101-150 150 $ 168.64 $ 25,296.00 151+ 151 $ 168.64 $ 25,464.64 1-50 So $ 118.06 $ 5,903.00 164 3201.0150 Asphalt Pvmt Repair,Sewer Service 320117 LF 51-100 100 $ 118.06 $ 11,806.00 101-150 150 $ 118.06 $ 17,709.00 151+ 151 $ 118.06 $ 17,827.06 1-50 SO $ 118.06 $ 5,903.00 51-100 100 $ 118.06 $ 11,806.00 165 3201.0151 Asphalt Pvmt Repair,Water Service 320117 LF 101-150 ISO $ 118.06 $ 17,7o9.D0 151+ 151 $ 118.06 $ 17,827.06 1-100 100 $ 151.80 $ 15,180.00 166 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 320117 SY 101-200 200 $ 151.79 $ 30,358.00 201-300 300 $ ISi.79 $ 45,537.00 301+ 301 $ 151.79 $ 45,688.79 - 1-100 100 $ 151.80 $ 15,180.00 167 3201.0202 Asphalt Pvmt Repair Beyond Defined Width,Arterial 330117 SY 101-200 200 $ 151.79 $ 30,358.00 201-3D0 300 $ 151.79 $ 45,537.00 301+1 301 $ 151.79 $ 45,688.79 1-100 100 S 151.80 $ 15,180.00 168 3201.0203 Asphalt Pvmt Repair Beyond Defined Width,Industrial 340117 SY 101-200 200 $ 151.79 $ 30,358.00 201-300 300 $ 151.79 $ 45,537.00 301+ 301 $ 151.79 $ 45,688.79 1-50 50 $ 30.72 $ 1,536.00 169 3201.0301 2"Extra Width Asphalt Payment Repair 320117 SY 51-100 100 $ 30.72 $ 3,072.00 101-150 ISO $ 30.72 $ 4,608.00 151+ 151 $ 30.72 $ 4,638.72 1-50 50 $ 46.09 $ 2,304.50 170 3201.0302 3"Extra Width Asphalt Pavment Re 51-100 100 $ 46.09 $ 4,609.00 p pair 320117 SY 101-150 150 $ 46.09 $ 6,913.50 151+ 151 $ 46.09 $ 6,959.59 1-50 50 $ 61.45 $ 3,072.50 171 3201.0303 4"Extra Width Asphalt Pavment Repair 320117 SY 51-100 100 $ 61.45 $ 6,145.00 101-150 ISO $ 61.45 $ 9,217.50 151+ 1S1 $ 61.44 $ 9,277.44 1-50 So $ 17.08 $ 8S4.00 172 3201.0400 Temporary Asphalt Paving Repair 320118 LF 51-1DO 100 $ 17.08 $ 1,708.00 101-150 150 $ 17.08 $ 2,562.00 151+ 151 $ 17.08 $ 2,579.08 1-50 SO $ 78.23 $ 3,911.50 173 3201.0614 Conc Pvmt Repair,Residential 320129 SY 51-100 100 $ 73.23 $ 7,323.00 101-150 150 $ 71.21 $ 10,681.50 151+ 151 $ 70.65 $ 10,668.15 1-50 50 $ 92.66 $ 4,633.00 • 174 3201.0616 Conc Pvmt Repair,Arterial/Industrial 320129 SY 51-100 100 $ 86.04 $ 8,604.00 101-150 150 $ 83.48 $ 12,522.00 151+ 151 $ 84.16 $ 12,708.16 1-50 SO $ 93.67 $ 4,683.50 175 3201.0654 Conc Pvmt Repair,HES,Residential 320129 SY 51-100 100 $ 88.66 $ 8,866.00 101-150 150 $ 86.64 $ 12,996.00 151+ 151 $ 87.33 $ 13,186.83 1-50 50 $ 113.24 $ 5,662.00 176 3201.0656 Conc Pvmt Repair,HES,Arterial/Industrial32 0129 SY 51-100 100 $ 108.00 $ 10,800.00 - 101-150 150 $ 104.06 $ 15,609.00 151+ 151 $ 104.74 $ 15,815.74 1-100 100 $ 18.50 $ 1,850.00 101-500 500 $ 16.68 $ 8,340.00 177 3211.0112 6"Flexible Base,Type A,GR-1 321123 SY 501-1000 1000 $ 14.40 $ 14,400.00 1001+ 1001 $ 14.40 $ 14,414.40 10 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 11 of 22 BID ITEM Measure Range Unit of Quantity Quantity -- NO. Description Specification Section No. (Max per Unit Price Bid Value Range) 1-100 100 $ 21.08 $ 2,108.00 178 3211.0113 8"Flexible Base,Type A,GR-1 321123 SY 101-500 500 $ 19.26 $ 9,630.00 501-1000 1000 $ 16.98 $ 16,980.00 1001+ 1001 $ 16.98 $ 16,996.98 1-100 100 $ 23.58 $ 2,358.00 179 3211.0114 10"Flexible Base,Type A,GR-1 321123 SY 101-500 500 $ 23.58 $ 11,790.00 501-1000 1000 $ 19.47 $ 19,470.00 1001+ 1001 $ 19.47 1$ 19,489.47 1-100 100 $ 21.97 $ 2,197.00 180 3211.0115 12"Flexible Base,Type A,GR-1 321123 SY 101500 500 $ 24.25 $ 12,125.00 501-1000 1000 $ 21.97 $ 21,970.00 1001+ 1001 $ 21.97 $ 21,991.97 1-100 100 $ 28.45 $ 2,845.00 101-500 500 $ 28.45 $ 14,225.00 181 3212.0302 2"Asphalt Pvmt Type D 321216 SY 501-1000 1000 $ 28.45 $ 28,4So.00 1001+ 1001 $ 28.45 $ 28,478.45 1-100 100 $ 41.38 $ 4,138.00 182 3212.0303 3"Asphalt Pvmt Type D 101-500 500 $ 41.38 $ 20,690.00 P YP 321216 SY 501-1000 1000 $ 41.38 $ 41,380.00 1001+ 1001 $ 41.38 $ 41,421.38 i-100 100 $ 54.31 $ 5,431.00 183 3212.0304 4"Asphalt Pvmt Type D 321216 SY 101-500 500 $ 54.31 $ 27,555.00 501-1000 1000 $ 54.31 $ 54,310.00 1001+ 5001 $ 54.31 $ 54,364.31 1-20 20 $ 258.61 $ 5,172.20 184 3212.0401 HMAC Transition 321216 TN 2140 40 $ 258.62 $ 10,344.80 41-60 60 $ 258.61 $ 15,516.60 61+ 61 $ 258.62 $ 55,775.82 1-100 100 $ 56.90 $ 5,690.00 185 3212.05014"Asphalt Base Type 321216 SY 101-500 500 $ 56.90 $ 28,450.00 501-1000 1000 $ 56.90 $ 56,900.00 1001+ 1001 $ 56.90 $ 56,956.90 1-100 100 $ 69.83 $ 6,983.00 Asphalt Base Type 101-500 500 $ 69.83 $ 34,915.00 186 3212.0502 5"As yP B 321216 SY P 501-1000 1000 $ 69.83 $ 69,830.00 1001.1 1001 $ 69.83 $ 69,899.83 1-100 100 $ 82.76 $ 8,276.00 187 3212.0503 6"Asphalt Base Type B 101-500 500 $ 82.76 $ 41,380.00 P YP 321216 SY 501-1000 1000 $ 82.76 $ 82,760.00 1001+ 1001 $ 82.76 $ 82,842.76 1-100 100 $ 95.69 $ 9,569.00 $ 188 3212.0504 7"Asphalt Base Type 321216 SY 101-500 500 $ 95.69 47,845.00 501-1000 1000 $ 95.69 $ 95,690.00 1001+ 1005 $ 95.69 $ 95,785.69 1-100 100 $ 108.62 $ 10,862.00 501-500 500 $ 108.62 $ 54,310.00 189 3212.0505 8"Asphalt Base Type 321216 SY 501-1000 1000 $ 108.62 $ 108,620.00 1001+ 1001 $ 108.62 $ 108,728.62 5-100 100 $ 59.04 $ 5,904.00 190 3213.0101 6"Conc Pvmt 321313 SY 101-500 500 $ 58.65 j$ 29,325.00 501-1000 1000 $ 58.30 $ 58,300.00 1001+ 1001 $ 57.87 S 57,927.87 1-100 100 5 62.54 $ 6,254.00 191 3253.0102 7"Conc Pvmt 321313 SY 101-500 500 $ 62.15 $ 31,075.00 501-1000 1000 $ 61.80 S 61,800.00 1001+ 1001 S 61.21 $ 61,271.21 1-100 100 $ 67.24 $ 6,724.00 - 192 3213.0103 8"Conc Pvmt 321313 SY 101-500 500 $ 66.85 $ 33,425.00 501-1000 1000 $ 66.50 $ 66,500.00 1001+ 1001 $ 65.91 $ 65,975.91 1-100 100 $ 72.06 $ 7,206.00 193 3213.0104 9"Conc Pvmt 321313 SY 101-500 500 $ 71.67 $ 35,835.00 -- 501-1000 1000 $ 71.32 $ 71,320.00 1001+ 1001 $ 70.73 $ 70,800.73 1-100 100 $ 79.07 $ 7,907.00 194 3213.0105 10"Conc Pvmt 321313 SY 101-500 500 $ 78.63 $ 39,315.00 501-1000 1000 $ 78.24 $ 78,240.00 1001+ 1001 $ 77.58 $ 77,657.58 11022 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 12 of 22 BID ITEM Description Unit of Quantity Quantity Specification Section No, (Max per Unit Price Bid Value NO. Measure Range Ran e 1-100 loo $ 87.62 $ 8,762.00 195 3213.0106 11"Conc Pvmt 321313 SY 101-500 500 $ 87.18 $ 43,590.00 501-1000 1000 $ 86.79 $ 86,790.00 1001+ 1001 $ 86.13 $ 86,216.13 1-100 100 $ 92.28 $ 9,228.00 196 3213.0107 12"Conc Pvmt 321313 SY 101-500 500 $ 91.84 $ 45,920.00 501-1000 1000 $ 91.45 $ 91,450.00 1001+ 1001 $ 90.79 $ 90,880.79 1-100 100 $ 75.07 $ 7,507.00 101-500 500 $ 74.71 $ 37,355.00 197 3213.0201 6"Conc Pvmt HES 3213 13 SY 501-1000 1000 $ 74.12 $ 74,120.00 1001+ 1001 $ 74.12 $ 74,194.12 1-100 100 $ 82.95 $ 8,295.00 198 3213.0202 7"Conc Pvmt HES 321313 SY 101-500 500 $ 82.45 $ 41,225.00 501-1000 1000 $ 82.01 $ 82,010.00 1001+ 1001 $ 82.01 $ 82,092.01 1-100 100 $ 90.34 $ 9,034.00 199 3213.0203 8"Conc Pvmt HES 321313 SY 101-500 500 $ 92.43 $ 46,215.00 501-1000 1000 $ 91.99 $ 91,990.00 1001+ 1001 $ 91.99 $ 92,081.99 1-100 loo $ 100.45 $ 10,045.00 200 3213.0204 9"Conc Pvmt HES 321313 SY 101-500 500 $ 99.95 $ 49,975.00 501-1000 1000 $ 99.51 $ 99,510.00 1001+ 1001 $ 99.41 $ 99,509.41 1-100 100 $ 110.30 $ 11,030.00 201 3213.0205 SO"Conc Pvmt HES 321313 SY 101-500 500 $ 109.74 $ 54,870.00 501-1000 1000 $ 109.24 $ 109,240.00 1001+ 1001 $ 109.23 $ 109,339.23 1-100 100 $ 118.95 $ 11,895.00 $ 202 3213.0206 11"Conc Pvmt HES 321313 SY 101-500 500 118.38 $ 59,190.00 501-1000 1000 $ 117.89 $ 117,890.00 1001+ 1001 $ 117.89 $ 118,007.89 1-100 100 $ 126.30 $ 12,630.00 101-500 500 $ 125.74 $ 62,870.00 203 3213.0207 12"Conc Pvmt HES 321313 SY 501-1000 1000 $ 125.24 $ 125,240.00 1001+ 1001 $ 125.24 $ 125,365.24 1-2500 2500 $ 5.56 $ 13,900.00 2501-5000 5000 $ 5.36 $ 26,800.00 204 3213.0301 4"Conc Sidewalk 3213 20 SF 5001-7500 7500 $ 5.20 $ 39,000.00 7501+ 7501 $ 5.17 $ 38,780.17 1-2500 2500 $ 6.04 $ 15,100.00 205 3213.0302 5"Conc Sidewalk 321320 SF 2501-5000 5000 $ 5.85 $ 29,250.00 5001-7500 7500 $ 5.68 $ 42,600.00 7501+ 7501 $ 5.65 $ 42,380.65 1-2500 2500 $ 6.55 $ 16,375.00 $ 206 3213.0303 6"Conc Sidewalk 321320 SF 2501-5000 5000 $ 6.36 31,800.00 5001-7500 7500 $ 6.19 $ 46,425.00 7501+ 7501 $ 6.16 $ 46,206.16 1-2500 2500 $ 7.92 $ 19,800.00 207 3213.0311 4"Conc Sidewalk,Adjacent to Curb 2501-5000 5000 $ 7.40 $ 37,000.00 3213 20 SF 5001-7500 7500 $ 7.56 $ 56,700.00 7501+ 7501 $ 7.53 $ 56,482.53 `- 1-2500 2500 $ 8.40 $ 21,000.00 208 3213.0312 5"Conc Sidewalk,Adjacent to Curb 321320 SF 2501-5000 5000 $ 8.21 $ 41,050.00 5001-7500 7500 $ 8.04 $ 60,300.00 7501+ 7501 $ 8.01 $ 60,083.01 1-2500 2500 $ 851 $ 22,275.00 209 3213.0313 6"Conc Sidewalk,Adjacent to Curb 321320 SF 2501-5000 5000 $ 8.72 $ 43,600.00 5001-7500 7500 $ 8.55 $ 64,125.00 7501+ 7501 $ 8,52 $ 63,908.52 1-500 500 $ 7.50 $ 3,750.00 210 3213.0401 6"Concrete Driveway 321320 SF 501-1000 1000 $ 7.16 $ 7,160.00 1001+ 1001 $ 7.13 $ 7,137.13 1-500 500 $ 7.73 $ 3,865.00 211 3213.0402 7"Concrete Driveway 321320 SF 501-1000 1000 $ 7.70 $ 7,700.00 1001+ 1001 $ 7.70 $ 7,707.70 1-500 500 $ 8.24 $ 4,120.00 212 3213.0403 8"Concrete Driveway 321320SF 501-1000 1000 $ 8.22 $ 8,220.00 1001+ 1001 $ 8.21 $ 8,218.21 12 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 13 of 22 BID ITEM Unit of Quantity Quantity NO. Measure Range Description Specification Section No. (Max per Unit Price Bid Value Range) 1-5 s $ 2,094.11 $ 10,470.55 $ 213 3213.0501 Barrier Free Ramp,Type R-1 321320 EA 6-10 10 $ 2,094.26 20,942.60 11-15 15 $ 2,094.21 $ 31,413.15 16+ 16 $ 2,094.20 $ 33,507.20 1-s1 5 $ 2,740.80 $ 13,704.00 214 3213.0502 Barrier Free Ramp,Type U-1 321320 EA 6-10 10 $ 2,740.65 $ 27,406.50 11-15 15 $ 2,740.70 1$ 41,110.50 16+1 16 $ 2,740.69 $ 43,851.04 1-5 5 $ 1,669.94 $ 8,349.70 215 3213.0503 Barrier Free Ramp,Type M-1 321320 EA 6-10 10 $ 1,670.10 $ 16,701.00 11-15 15 $ 1,670.04 S 25,050.60 16+ 16 $ 1,670.04 $ 26,720.64 1-5 5 $ 5,871.45 $ 9,357.25 0 216 3213.0504 Barrier Free Ramp,Type M-2 321320 EA 6-1 10 $ 1,871.60 $ 18,716.00 11-15 15 $ 1,871.55 $ 28,073.25 16+ 16 $ 1,871.54 $ 29,944.64 1-5 5 $ 1,809.51 $ 9,047.55 217 3213.0505 Barrier Free Ramp,Type M-3 321320 EA 6-10 10 $ 1,809.66 S 18,096.60 11-15 15 $ 1,809.61 $ 27,144.15 .. 16+ 16 $ 1,809.61 $ 28,953.76 1-5 5 $ 1,720,68 $ 8,603.40 218 3213.0506 Barrier Free Ramp,Type P4 321320 EA 6-10 10 $ 1,720.83 $ 17,208.30 11-15 15 $ 1,720.78 $ 25,811.70 16+ 16 $ 1,720.77 $ 27,532.32 1-5 5 $ 1,720.68 $ 8,603.40 219 3213.0507 Barrier Free Ramp,Type P-2 321320 EA 6-10 10 $ 1,720.83 $ 17,208.30 11-15 15 $ 1,720.78 $ 25,811.70 16+ 16 $ 1,720.77 $ 27,532.32 1-5 5 $ 2,315.24 $ 11,576.20 220 3213.0508 Barrier Free Ramp,Type C-1 321320 EA 6-10 10 $ 2,315.39 $ 23,153.90 11-15 15 $ 2,315.34 $ 34,730.10 16+ 16 $ 2,315.33 $ 37,045.28 1-5 5 $ 1,521.67 $ 7,608.35 _ 221 3213.0509 Barrier Free Ramp,Type C-2 321320 EA 6-10 10 $ 1,521.82 $ 15,218.20 11-15 15 $ 1,521.77 $ 22,826.55 16+ 16 $ 1,521.77 $ 24,348.32 1-5 5 $ 1,521.67 $ 7,608.35 222 3213.0510 Barrier Free Ramp,Type C-3 321320 EA 6-10 10 $ 1,521.82 $ 15,218.20 11-15 1s $ 1,521.77 $ 22,826.55 16+ 16 $ 1,521.77 $ 24,348.32 1-250 250 $ 24.10 $ 6,025.00 223 3216.0101 6"Conc Curb and Gutter 321613 LF 251-500 500 $ 24.10 $ 12,050.00 501-750 750 $ 22.98 $ 17,235.00 751+ 751 $ 22.80 $ 17,122.80 1-250 250 $ 30.41 $ 7,602.50 00 $ 224 3216.0102 7"Conc Curb and Gutter 321613 LF 251-5 500 30.41 $ 15,205.00 501-750 750 $ 29.12 $ 21,840.00 751+ 751 $ 23.05 $ 17,310.55 1-20 20 $ 191.79 $ 3,835.80 225 3216.0301 9"Conc Valley Gutter,Residential 321613 SY 21AO 40 $ 156.37 $ 6,254.80 41-60 60 $ 110.82 $ 6,649.20 61+ 61 $ 110.83 $ 6,760.63 +l 1-20 20 $ 148.68 $ 2,973.60 226 3216.0302 11"Conc Valley Gutter,Arterial/Industrial 321613 SY 2140 40 $ 135.03 $ 5,405.20 41-60 60 $ 120.81 $ 7,248.60 61+ 61 $ 120.81 $ 7,369.41 1-300 300 $ 155 $ 465.00 " 227 3217.0001 4"SLD Pvmt Markin HAS 301-600 600 $ 1.55 $ 930.00 Marking (4V) 3217 23 LF 601-900 900 $ 1.55 $ 1,395.00 901+ 901 $ 1.55 $ 1,396.55 1-200 200 $ 1.55 $ 310.00 228 3217.0002 4"SLD Pvmt Markin HAS 201A00 400 $ 1.55 $ 620.00 Marking (n 321723 LF 401-600 600 $ 1.55 $ 930.00 601+ 601 $ 1.55 $ 931.55 1-100 100 $ 1.75 $ 175.00 101-200 200 $ 1.75 $ 350.00 229 3217.0003 4"BRK Pvmt Marking HAS(W) 321723 LF 201-300 300 $ 1.75 $ 525.00 301+ 301 $ 1.75 $ -T26 711 13 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 14 of 22 BID ITEM Description Unit of Quantity Quantity NO. P Specification Section No. Measure Range (Max per Unit Price Bid Value Ran a 1-100 100 $ 1.75 $ 175.00 230 3217.0004 4"BRK Pvmt Markin HAS 101-200 200 $ 1.75 $ 350.00 Marking (Yj 321723 LF 201-300 300 $ 1.75 $ 525.00 301+ 301 $ 1.75 $ 526.75 1-50 50 $ 3.88 $ 194.00 $ $ 231 3217.0005 4'DOT Pvmt Marking HAS(W) 321723 LF 51-100 100 3.88 388.00 101-150 ISO $ 3.88 $ 582.00 551+ 151 $ 3.88 $ 585.88- 1-50 50 $ 3.88 $ 194.00 51-100 $ 232 3217.0006 4"DOT Pvmt Marking HAS(Y) 3.88 $ 388.00 3217 23 LF 100 101-150 150 $ 3.88 $ 582.00 151+ 151 $ 3.88 $ 585.88 1-200 200 $ 3.23 $ 646.00 233 3217.0007 4"5LD Pvmt Markin Ta 201-400 400 $ 3.23 $ 1,292.00 Marking Pe 100) 321723 LF 401-600 6001 3.23 $ 1,938.00 601+ 601 $ 3.23 $ 1,941.23 1-200 200 $ 3.23 $ 646.00 234 3217.0008 4"SLD Pvmt Marking Tape(1) 321723 LF 201-000 400 $ 3.23 $ 1,292.00 401-600 600 $ 3.23 $ 1,938.00 601+ 601 $ 3.23 $ 1,941.23 1-200 200 $ 2.13 $ 426.00 235 3217.0101 6"SLD Pvmt Marking HAS 201-400 400 $ 2.13 $ 852.00 (W) 325723 LF 405-600 600 $ 2.13 $ 1,278.00 601+ 601 $ 2.13 $ 1,280.13 .. 1-200 200 $ 2.13 $ 426.00 236 3217.0102 6"SLD Pvmt Marking HAS(h 321723 LF 201-000 400 $ 2.13 $ 852.00 401-600 600 $ 2.53 $ 5,278.00 601+ 601 $ 2.13 $ 1,280.13 5-100 100 $ 2.46 $ 246.00 237 3217.0103 6"BRK Pvmt Marking HAS ) 32ll23 LF 101-200 200 $ 2.46 $ 492.00 (W 201-300 300 $ 2.46 $ 738.00 601+ 601 $ 2.46 $ 1,478.46 1-50 50 $ 2.59 $ 129.50 ,,. 238 3217.0104 6"DOT Pvmt Marking HAS(W) 321723 LF 51-100 100 $ 2.59 $ 259.80 101-150 150 $ 2.59 $ 388.50 151+1151 $ 2.59 $ 391.09 1-200 200 $ 5.17 $ 5,034.00 239 3217.0505 6"SLD Pvmt Marking Tape(W) 321723 LF 201-000 400 $ 5.17 $ 2,068.00 401-600 600 $ 5.17 $ 3,102.00 601+ 601 $ 5.17 $ 3,107.17 1-200 200 $ 5.17 $ 1,034.00 240 3217.0106 6"5LD Pvmt Marking Tape(Y) 321723 LF 201-400 400 $ 5.17 $ 2,068.00 401-600 600 $ 5.17 $ 3,102.00 601+ 601 $ 5.17 $ 3,107.17 5-250 250 $ 3.10 $ 775.00 241 3217.0201 8"SLD Pvmt Marking HAS(W) 321723 LF 251-500 500 $ 3.10 $ 1,550.00 505-750 750 $ 3.10 $ 2,325.00 751+ 751 $ 3.10 $ 2,328.10 .. 1-200 200 $ 3.10 $ 620.00 242 3217.0202 8"SLD Pvmt Marking HAS(Y) 321723 LF 201A00 400 $ 3.10 $ 1,240.00 401-600 600 $ 3.10 $ 1,860.00 601+ 601 $ 3.10 $ 1,863.10 1-200 200 $ 6.47 $ 1,294.00 243 3217.0203 8"SLD Pvmt Markin Ta 201-400 400 $ 6.47 $ 2,588.00 8 Pe 100) 321723 LF 401-600 600 $ 6.47 $ 3,882.00 601+ 601 $ 6.47 $ 3,888.47 1-200 200 $ 6.47 $ 1,294.00 201-000 400 $ 6.47 $ 2,588.00 - 244 3217.0204 8"SLD Pvmt Marking Tape(Y) 321723 LF 401-600 600 $ 6.47 $ 3,882.00 601+ 601 $ 6.47 $ 3,888.47 1-200 200 $ 4.33 $ 866.00 HAE W 201-400 400 $ 4.33 $ 1,732.00 245 3217.0301 12"5LD Pvmt Marking ( ) 321723 LF ' 401-600 600 $ 4.33 $ 2,598.00 601+ 601 $ 4.33 $ 2,602.33 1-200 200 $ 4.33 $ 866.00 246 3217.0302 12"SLD Pvmt Marking HAE(Y) 321723 LF 201-400 400 $ 4.33 $ 5,732.00 401-600 600 $ 4.33 $ 2,598.00 601+ 601 $ 4.33 $ 2,602.33 14 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 15 of 22 BID ITEM Measure Unit of Quantity Quantity NO. Description Specification Section No, (Max per Unit Price Bid Value Range) 1-200 200 $ 6.72 $ 1,344.00 $ 247 3217.0303 12"SLD Pvmt Marking Tape(W) 321723 LF 201-400 400 6.72 $ 2,688.00 401-600 600 $ 6.72 $ 4,032.00 601+ 601 $ 6.72 $ 4,038.72 1-200 200 $ 6.72 $ 1,344.00 - 248 3217.0304 12"SLD Pvmt Marking Tape(Y) 321723 LF 201-400 400 $ 6.72 $ 2,688.00 401-600 (500 $ 6.72 $ 4,032.00 601+ 601 $ 6.72 $ 4,038.72 1-100 100 $ 5.30 $ 530.00 101-200 200 $ 5.30 $ 1,060.00 249 3217.0401 18"SLD Pvmt Marking HAE(W) 321723 LF 201-300 300 $ 5.30 $ 1,590.00 301+ 301 $ 5.30 $ 1,595.30 1-100 100 $ 8.41 $ 841.00 250 3217.0402 18"SLD Pvmt Marking Tape(W) 321723 LF 101-200 200 $ 8.41 $ 1,682.00 201-300 300 $ 8.41 $ 2,523.00 301+ 301 $ 8.40 $ 2,528.40 1-300 300 $ 12.93 $ 3,879.00 251 3217.0501 24"SLD Pvmt Marking HAE(W) 321723 LF 301-600 600 $ 12.93 $ 7,758.00 601-900 900 $ 12.93 $ 11,637.00 901+ 901 $ 12.93 $ 11,649.93 1-2 2 $ 549.56 $ 1,099.12 252 3217.1001 Lane Legend RR 321723 EA 3-4 4 $ 549.56 $ 2,198.24 5-6 6 $ 549.56 $ 3,297.36 7+ 7 $ 549.56 $ 3,846.92 1-4 4 $ 148.70 $ 594.80 253 3217.1002 Lane Legend Arrow 321723 EA 5-8 8 $ 148.70 $ 1,189.60 9-12 12 $ 148.70 $ 1,784.40 13+ 13 $ 148.70 $ 1,933.10 1-2 2 $ 181.04 $ 362.08 $ 254 3217.1003 Lane Legend DBL Arrow 321723 EA 34 4 181.03 $ 724.12 5-6 6 $ 181.03 $ 1,086.18 7+1 7 $ 181.03 $ 1,267.21 1-4 4 $ 193.96 $ 775.84 . 255 3217.1004 Lane Legend Only 321723 EA 5-8 8 $ 193.96 $ 1,551.68 9-12 12 $ 193.96 $ 2,327.52 13+ 13 $ 193.96 $ 2,521.48 1-4 4 $ 226.29 $ 905.16 5-8 8 $ 226.29 $ 1,810.32 256 3217.1005 Lane Legend Bus Lane 321723 EA 9-12 12 $ 226.29 $ 2,715.48 13+ 13 $ 226.29 $ 2,941.77 1-10 10 $ 271.55 $ 2,715.50 11-20 20 $ 271.55 $ 5,431.00 257 3217.1006 Lane Legend Bike 3217 23 EA 21-30 30 $ 271.55 $ 8,146.50 31+ 31 $ 271.55 $ 8,418.05 1-20 20 $ 374.99 $ 7,499.80 258 3217.1007 Lane Legend Sharrow 321723 EA 2140 40 $ 374.99 $ 14,999.60 41-60 60 $ 374.99 $ 22,499.40 61+ 61 $ 374.99 $ 22,874.39 1-5 5 $ 252.15 $ 1,260.75 259 3217.1008 Parking Lot Legend HC 321723 EA 6-10 10 $ 252.15 $ 2,521.50 11-15 15 $ 252.15 $ 3,782.25 16+ 16 $ 252.15 $ 4,034.40 1-200 200 $ 7.76 $ 1,552.00 260 3217.2001 Raised Marker N W 321723 EA 201-400 400 $ 7.76 $ 3,104.00 401-600 600 $ 7.76 $ 4,656.00 601+ 601 $ 7.76 $ 4,663.76 1-200 200 $ 7.76 $ 1,552.00 - 261 3217.2002 Raised Marker TYY 321723 EA 201-400 400 $ 7.76 $ 3,104.00 401-600 600 $ 7.76 $ 4,656.00 601+ 601 $ 7.76 $ 4,663.76 1-50 50 $ 7.76 $ 388.00 262 3217.2101 REFI Raised Marker TY l-A 321723 EA 51-100 100 $ 7.76 $ 776.00 101-150 150 $ 7.76 $ 1,164.00 151+ 151 $ 7.76 $ 1,171.76 1-50 50 $ 7.76 $ 388.00 $ $ 263 3217.2102 REFL Raised Marker TY l-C 321723 EA 51-100 100 7.76 776.00 101-150 150 $ 7.76 $ 1,164.00 .. 151+ 151 $ 7.76 $ 1,171.76 15 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 16 of 22 BID ITEMUnit of quantity quantity NO. Description Specification Section No. Measure Range (Max per Unit Price Bid Value Range) 1-50 50 $ 7.76 $ 388.00 264 3217.2103 REFL Raised Marker TY II-A-A 321723 EA 51-100 100 $ 7.76 $ 776.00 101-150 150 $ 7.76 $ 1,164.00 151+ 151 $ 7.76 $ 1,171.76 1-50 50 $ 7.76 $ 388.00 265 3217.2104 REFL Raised Marker TY 11-C-R 321723 EA 51-100 100 $ 7.76 $ 776.00 101-iso iso $ 7.76 $ 1,164.00 151+ 151 $ 7.76 $ 1,171.76 1-50 50 $ 3.23 $ 161.50 266 3217.3001 Raised Marker,Work Zone 3217 23 EA 51-100 100 $ 3.23 $ 323.00 101-150 150 $ 3.23 $ 484.50 151+ 151 $ 3.23 $ 487.73 1-100 100 $ 6.47 $ 647.00 267 3217.3101 Tab Marker TY W 321723 EA 101-200 200 $ 6.47 $ 1,294.00 201-300 300 $ 6.47 $ 1,941.00 301+ 301 $ 6.47 $ 1,947.47 1-100 100 $ 6.47 $ 647.00 268 3217.3102 Tab Marker TYY 321723 EA 101-200 200 $ 6.47 $ 1,294.00 201-300 300 $ 6.47 $ 1,941.00 301+ 301 $ 6.47 $ 1,947.47 1-100 100 $ 0.65 $ 65.00 269 3217.4201 Fire Lane Marking 321723 LF 101-200 200 $ 0.65 $ 130.00 201-300 300 $ 0.65 $ 195.00 301+ 301 $ 0.65 $ 195.65 1-000 400 $ 1.29 $ 516.00 270 3217.4301 Remove 4"Pvmt Marking 321723 LF 401-800 800 $ 1.29 $ 1,032.00 801-1200 1200 $ 1.29 $ 1,548.00 1201+ 1201 $ 1.29 $ 1,549.29 1-200 200 $ 1.62 $ 324.00 $ $ 271 3217.4302 Remove 6"Pvmt Marking 321723 LF 201-400 400 1.62 648.00 401-600 600 $ 1.62 $ 972.00 601+ 601 $ 1.62 $ 973.62 1-400 400 $ 2.59 $ 1,036.00 00 00 272 3217.4303 Remove 8"Pvmt Marking 321723 LF 401-8 8 $ 2.59 $ 2,072.00 801-1200 1200 $ 2.59 $ 3,108.00 1201+ 1201 $ 2.59 $ 3,110.59 i-000 400 $ 2.84 $ 1,136.00 273 3217.4304 Remove 12"Pvmt Marking 321723 LF 401-800 800 $ 2.84 $ 2,272.00 801-1200 1200 $ 2.84 $ 3,408.00 1201+ 1201 $ 2.84 $ 3,410.84 1-200 200 $ 2.84 $ 568.00 274 3217.4305 Remove 18"Pvmt Marking 321723 LF 201-400 400 $ 2.84 $ 1,136.00 401-600 600 $ 2.84 $ 1,704.00 601+ 601 $ 2.84 $ 1,706.84 1-400 400 $ 4.01 $ 1,604.00 275 3217.4306 Remove 24"Pvmt Marking 321723 LF 401-800 Boo $ 4.01 $ 3,208.00 801-1200 1200 $ 4.01 $ 4,812.00 1201+ 1201 $ 4.01 $ 4,816.01 1400 400 $ 1.29 $ 516.00 276 3217.4307 Remove Raised Marker 321723 EA 401-800 800 $ 1.29 $ 1,032.00 801-1200 1200 $ 1.29 $ 1,548.00 1201+ 1201 $ 1.29 $ 1,549.29 1-4 4 $ 96.98 $ 387.92 277 3217.4401 Remove Lane Legend RR 321723 EA 5-8 8 $ 96.98 $ 775.84 9-12 12 $ 96.98 $ 1,163.76 13+ 13 $ 96.98 $ 1,260.74 1-5 5 $ 58.19 $ 290.95 $ $ ` 278 3217.4402 Remove Lane Legend Arrow 321723 EA 6-10 10 58.19 581.90 11-15 SS $ 58.19 $ 872.85 16+ 16 $ 58.19 $ 931.04 1-4 4 $ 64.66 $ 258.64 $ 279 3217.4403 Remove lane Legend DBL Arrow 321723 EA 5-8 8 $ 64.65 517.20 9-12 12 $ 64.65 $ 775.80 13+ 13 $ 64.65 $ 840.45 1-5 5 $ 64.65 $ 323.25 280 3217.4404 Remove Lane Legend Only 3217 23 EA 6-10 10 $ 64.65 $ 646.50 11-15 15 $ 64.65 $ 959.75 16+1 16 $ 64.65 $ 1,034.40 16 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 17 of 22 BID ITEM Unit of Quantity Quantity NO. Description Specification Section No. (Max per Unit Price Bid Value Measure Range Range) 1-5 5 $ 96.98 $ 484.90 $ 281 3217.4405 Remove Lane Legend Bus Lane 321723 EA 6-10 10 96.98 $ 969.80 11-15 15 $ 96.98 $ 1,454.70 16+ 16 $ 96.98 $ 1,551.68 1-10 10 $ 71.12 $ 711.20 282 3217.4406 Remove Lane Legend Bike 321723 EA 11-20 20 $ 71.12 $ 1,422.40 21-30 30 $ 71.12 $ 2,133.60 31.1 31 $ 71.12 $ 2,204.72 1-10 10 $ 71.12 $ 711.20 $ 283 3217.4407 Remove Lane Legend Sharrow 321723 EA 11-20 20 $ 71.12 1,422.40 21-30 30 $ 71.12 $ 2,133.60 31+ 31 $ 71.12 $ 2,204.72 1-5 5 $ 71.12 $ 355.60 $ 284 3217.4408 Remove Lane Legend HC 321723 EA 6-10 10 71.12 $ 711.20 11-15 is $ 71.12 $ 1,066.80 16+ 16 $ 71.12 $ 1,137.92 285 3231.0111 4'Chain Link,Steel 323113 LF 200 200 $ 19.40 $ 3,880.00 286 3231.0112 5'Chain Link,Steel 323113 LF 200 200 $ 20.69 $ 4,138.00 287 3231.0113 6'Chain Link,Steel 323113 LF 200 200 $ 25.86 $ 5,172.00- 288 3231.0114 8'Chain Link,Steel 323113 LF 200 200 $ 29.74 $ 5,948.00 289 3231.011510'Chain Link,Steel 323113 LF 200 200 $ 32.33 $ 6,466.00 290 3231.01214'Chain Link,Aluminum 323113 LF 200 200 $ 58.19 $ 11,638.00 291 3231.0122 5'Chain Link,Aluminum 323113 LF 200 200 $ 62.07 $ 12,414.00 292 3231.0123 6'Chain Link,Aluminum 323113 LF 200 200 $ 64.65 $ 12,930.00 293 3231.01248'Chaln Link,Aluminum 323113 LF 200 200 $ 84.05 $ 16,810.00 294 3231.0125 10'Chain Link,Aluminum 32 3113 LF 200 200 $ 96.98 $ 19,396.00 295 3231.0211 Barbed Wire Fence,Metal Posts 323126 LF 200 200 $ 6.47 $ 1,294.00 296 3231.0221 Barbed Wire Fence,Wood Posts 323126 LF 200 200 $ 9.05 $ 1,810.00 297 3231.04114'Fences,Wood 323129 LF 200 200 $ 23.28 $ 4,656.00 298 3231.0412 6'Fences,Wood 323129 LF 200 200 $ 32.33 $ 6,466.00 299 3231.0413 8'Fences,Wood 323129 LF 200 200 $ 41.38 $ 8,276.00 300 3232.0100 Conc Ret Wall with Sidewalk,Face 323213 SF 200 200 $ 55.73 $ 11,146.00 301 3232.0101 Conc Ret Wall with Sidewalk,Sidewalk 323213 SF 200 200 $ 55.73 $ 11,146.00 1-100 100 $ 54.31 $ 5,431.00 1 302 3291.0100 Topsoil 329119 CY 01-200 200 $ 51.08 $ 10,216.00 201-300 300 $ 51.08 $ 15,324.00 301+ 301 $ 47.84 $ 14,399.84 1-1000 1000 $ 5.50 $ 5,500.00 303 3292.0100 Block Sod Placement 329213 SY 1001-2000 2000 $ 5.17 $ 10,340.00 2001-3000 3000 $ 4.66 $ 13,980.00 3001+ 3001 $ 4.66 $ 13,984.66 1-1000 1000 $ 5.28 $ 5,280.00 304 3292.0500 Seeding,Soil Retention Blanket 32 92 13 SY 1001-2000 2000 $ 4.96 $ 9,920.00 2001-3000 3000 $ 4.83 $ 14,490.00 3001+ 3001 $ 4.76 $ 14,284.76 305 3293.0102 Plant 2"Tree 329343 EA 10 10 $ 640.07 $ 6,400.70 306 3293.0103 Plant 3"Tree 329343 EA 1 10 10 $ 775.85 $ 7,758.50 307 3293.0104 Plant 4'Tree 329343 EA 10 10 $ 1,196.09 $ 11,960.90 308 3293.0105 Plant S"Tree 32 93 43 EA 10 SO $ 1,777.98 $ 17,779.80 309 3293.0106 Plant 6"Tree 329343 EA 101 10 $ 2,456.84 $ 24,568.40 BASE BID-UNIT 4-Exterior Improvements $ 9,493,359.01 -Uttl(ties.� n. ..... 310 3305.0001 4"Waterline Lowering 330512 - EA - 5 5 $ 5,172.16 $$ 25,860.0. 80 311 3305.0002 6"Waterline Lowering 330512 EA 5 5 $ 5,172.16 $ 25,860.80 312 3305.0003 8"Waterline Lowering 330512 EA 5 5 $ 6,465.13 $ 32,325.65 313 3305.0004 10"Waterline Lowering 330512 EA 5 5 $ 7,758.09 $ 38,790.45 1 34 3305.0005 12"Waterline Lowering 33 0512 EA 5 5 .. $ 9,051.18 $ 45,255.90 315 3305.0101 Fire Hydrant Stem Extension 330514 EA 5 5 $ 1,203.44 $ 6,017.20 1-10 10 $ 323.23 $ 3,232.30 316 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 11-50 50 $ 323.26 $ 16,163.00 51-100 100 $ 290.93 $ 29,093.00 - 100+ 100 $ 258.61 $ 25,861.00 317 3305.0105 Inlet Adjustment 330514 EA 10 10 $ 1,939.51 $ 19,395.10 318 3305.0106 Manhole Adjustment,Major 330514 EA 10 10 $ 1,939.51 $ 19,395.10 319 3305.0107 Manhole Adjustment,Minor 330514 EA 10 10 $ 969.80 $ 9,698.00 320 3305.0108 Miscellaneous Structure Adjustment 330514 EA 10 10 $ 1,939.51 $ 19,395.10 321 13305.0109 Trench Safety 330510 LF 100 100 $ 2.59 $ 259.00 322 13305.0110 Utility Markers 33 05 26 LS 11 1 $ 646.54 $ 646.54 17 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 18 of 22 BID ITEM Unit of Quantity Quantity NO. Description Specification Section No. (Max per Unit Price Bid Value Measure Range Renee) 323 3305.0111 Valve Box Adjustment 330514 EA 10 30 $ 452.55 $ 4,525.50 324 3305.0112 Concrete Collar 330517 EA 10 10 $ 866.56 $ 8,665.60 325 3305.0114 Manhole Adjustment,Major w/Cover 330514 EA 10 10 $ 2,884.06 $ 28,840.60 1-10 10 $ 323.23 $ 3,232.30 326 3305.0115 Vacuum Excavation 330530 EA 11-50 50 $ 323.26 $ 16,163.00 51-100 100 $ 290.93 $ 29,093.00 100+ 100 $ 258.61 $ 25,861.00 327 3305.0203 Imported Embedment/Backfill,CLSM 330510 CY 20 20 $ 43.03 $ 860.60 328 3311.0001 Ductile Iron Water Fittings w/Restraint 331111 TON 1 1 $ 8,871.20 $ 8,871.20 329 3311.0041 4"Water Pipe 33 1110,331112 LF 100 100 $ 28.00 $ 2,800.00 330 3311.0141 6"Water Pipe 33 1110,331112 LF 100 100 $ 30.00 $ 3,000.00 331 3311.0241 8"Water Pipe 33 1110,33 1112 LF 100 100 $ 35.00 $ 3,500.00 332 3311.0341 10"Water Pipe 33 1110,331112 LF 100 100 $ 52.00 $ 5,200.00 333 3311.0441 12"Water Pipe 33 1110,331112 LF 100 100 $ 65.00 $ 6,500.00 334 3312.0001 Fire Hydrant 331240 EA 10 10 $ 3,79336 $ 37,933.60 335 3312.0117 Connection to Existing 4"-12"Water Main 331225 EA 10 10 $ 4,040.79 $ 40,407.90 336 3312.2001 1"Water Service,Meter Reconnection 331210 EA 10 10 $ 737.82 $ 7,378.20 337 3312.2003 1"WaterService 331210 EA 10 10 $ 963.66 $ 9,636.60 338 3312.2203 2"Water Service 331210 EA 10 10 $ 2,167.21 $ 21,672.10 " 339 3312.3001 4Gate Valve 3312 20 EA 5 5 ,. $ 1,073.43 $ 5,367.15 340 3312.3002 6"Gate Valve 331220 EA 5 5 $ 1,322.51 $ 6,612.55 341 3312.3003 8"Gate Valve 331220 EA 5 5 $ 1,745.17 $ 8,725.85 342 3312300410"Gate Valve 331220 EA 5 5 $ 2,648.82 $ 13,244.10 343 3312.3005 12"Gate Valve 331220 EA 5 5 $ 2,821.14 $ 14,105.70 = 344 3312.3101 4"Cut-in Gate Valve 331220 EA 5 5 $ 1,210.88 $ 6,054.40 345 3312.3102 6"Cut-in Gate Valve 331220 EA 5 5 $ 1,502.80 $ 7,514.00 346 3312.3103 8"Cut-in Gate Valve 331220 EA 5 5 $ 2,003.72 $ 10,018.60 347 3312.3104 10"Cut-in Gate Valve 331220 EA 5 5 $ 2,996.49 $ 14,982.45 348 3312.3105 12"Cut-in Gate Valve 331220 EA 5 5 $ 3,209.90 $ 16,049.50 "- 349 3331.0101 4"Sewer Pipe,Point Repair 33 3122,33 3123 LF 50 50 $ 70.00 $ 3,500.00 350 3331.0102 6"Sewer Pipe,Point Repair 33 3122,33 3123 LF 50 50 $ 75.00 $ 3,750.00 351 3331.0103 8"Sewer Pipe,Point Repair 33 3122,33 3123 LF 50 50 $ 85.00 $ 4,250.00 352 3331.0104 10"Sewer Pipe,Point Repair 33 3122,33 3123 LF 50 50 $ 100.00 $ 5,000.00 353 3331.0105 12"Sewer Pipe,Point Repair 33 3122,33 3123 LF 50 50 $ 125.00 $ 6,250.00 354 3331.3101 4"Sewer Service 333150 EA 5 5 $ 1,437.83 $ 7,189.15 355 3331.3201 6"Sewer Service 333150 EA 5 5 $ 1,957.65 $ 9,788.25 356 3331.33114"Sewer Service,Reconnection 333150 EA 5 5 $ 1,696,47 $ 8,482.35 357 3331.3312 6"Sewer Service,Reconnection 333150 EA 5 5 $ 2,087.02 $ 10,435.10 358 3331.3313 8"Sewer Service,Reconnection 333150 EA 5 5 $ 2,456.83 $ 12,284.15 359 3331.4101 4"Sewer Pipe 331110,33 3120 LF 100 100 $ 42.00 $ 4,200.00 360 3331.4108 6"Sewer Pipe 33 1110,33 3112,33 3120 LF 100 100 $ 50.00 $ 5,000.00 361 3331.4115 8"Sewer Pipe 331110,33 3112,33 3120 LF 100 100 $ 65.00 $ 6,500.00 362 3331.4201 10"Sewer Pipe 33 1110,33 3112,33 3120 LF 100 100 $ 75.00 $ 7,500.00 363 3331.4208 12"Sewer Pipe 331110,33 3112,33 3120 LF 100 100 $ 85.00 $ 8,500.00 364 3339.10014'Manhole 33 39 10,33 39 20 EA 5 5 $ 7,039.54 $ 35,197.70 365 3339.1002 4'Drop Manhole 33 3910,33 39 20 EA 5 5 $ 7,215.65 $ 36,078.25 366 3339.1003 4'Extra Depth Manhole 33 3910,33 39 20 VF 15 15 $ 728.95 $ 10,934.25 367 3339.10044'Shallow Manhole 33 39 10,33 39 20 EA 5 5 $ 4,99634 $ 24,981.70 368 3339.11015'Manhole 33 39 10,33 39 20 EA 5 5 $ 8,001.63 $ 40,008.15 369 3339.1102 5'Drop Manhole 33 3910,33 39 20 EA 5 5 $ 9,175.93 $ 45,879.65 370 3339.11035'Extra Depth Manhole 33 39 10,33 39 20 VF 15 15 $ 877.67 $ 13,165.05 371 3339.1104 5'Shallow Manhole 33 3910,33 39 20 EA 5 5 $ 6,106.93 $ 30,534.65 +` 372 3339.1201 6'Manhole 33 3910,33 39 20 EA 5 5 $ 11,536.13 $ 57,680.65 373 3339.1202 6'Drop Manhole 33 3910,33 39 20 EA 51 5 $ 13,652.86 $ 68,264.30 374 3339.1203 6'Extra Depth Manhole 33 3910,33 3920 VF 15 15 $ 1,293.05 $ 19,395.75 375 3339.1204 6'Shallow Manhole 33 39 10,33 39 20 EA 5 5 $ 8,301.93 $ 41,509.65 376 3341.0101 15"HDPE Pipe 334111 LF 100 100 $ 46.95 $ 4,695.00 377 3341.0102 18"HDPE Pipe 334111 LF 100 100 $ 53.18 $ 5,318.00 378 3341.0103 18"RCP,Class III 334110 LF 100 100 $ 78.51 $ 7,851.00 379 3341.0201 21"RCP,Class III 334110 LF 100 100 $ 95.14 $ 9,514.00 380 3341.0204 24"HDPE Pipe 334111 LF 100 100 $ 64.90 $ 6,490.00 381 3341.0205 24"RCP,Class III 334110 LF 100 100 $ 103.17 $ 10,317.00 - 382 3341.0208 27"RCP,Class 111 334110 LF 100 100 $ 121.41 $ 12,141.00 363 3341.030130"HDPE Pipe 334111 LF 100 100 $ 81.45 $ 8,145.00 384 3341.0302 30"RCP,Class III 334110 LF 100 100 $ 137.26 $ 13,726.00 385 3341.0305 33"RCP,Class 111 334110 LF 100 100 $ 135.54 $ 13,554.00 386 3341.030836"HDPE Pipe 334111 100 100 $ 101.95 $ 10,195.00 387 3341.0309 36"RCP,Class III 334110 100 100 $ 194.05 $ 19,405.00 388 3341.0312 39"RCP,Class 111 334110 fl3LqF 1001100 $ 224.87 1$ 22,487.00 18 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 19 of 22 BID ITEM Unit ofQuantity Quantiiy Description Specification Section No. (Max per Unit Price Bid Value NO. Measure Range Range) 389 3341.0402 42"RCP,Class 111 334110 LF 100 100 $ 250.75 $ 25,075.00 390 3341.0405 45"RCP,Class III 334110 LF 100 100 $ 299.91 $ 29,991.00 391 3341.0409 48"RCP,Class Ill 334110 LF 100 100 $ 333.95 $ 33,395.00 392 3341.0901 15"HDPE Lateral Line 334111 IF 100 100 $ 198.31 $ 19,831.00 393 3341.0902 18"HDPE Lateral Line 334111 LF 100 100 $ 50.99 $ 5,099.00 394 3341.0903 21"HDPE Lateral Line 334111 LF 100 100 $ 69.04 $ 6,904.00 395 3341.0904 24"HOPE Lateral Line 334111 IF 100 100 $ 68.73 $ 6,873.00 396 3341.0905 27"HDPE Lateral Line 334111 LF 100 100 $ 88.17 $ 8,817.00 397 3341.0906 30"HDPE Lateral Line 334111 LF 100 100 $ 87.66 $ 8,766.00 398 3341.0907 36"HDPE Lateral Line 334111 LF 100 100 $ 101.95 $ 10,195.00 399 3349.00014'Storm Junction Box 334910 EA 5 5 $ 3,376.75 $ 16,883.75 400 3349.00025'Storm Junction Box 334910 EA 5 5 $ 4,852.86 $ 24,264.30 401 3349.00036'Storm Junction Box 334910 EA 5 5 $ 7,488.17 $ 37,440.85 402 3349.1001 18"Flared Headwall,1 pipe 33 49 40 EA 5 5 $ 2,122.22 $ 10,611.10 403 3349.1002 21"Flared Headwall,l pipe 33 49 40 EA 5 5 $ 2,648.50 $ 13,242.50 404 3349.1003 24"Flared Headwall,1 pipe 334940 EA 5 5 $ 2,691.17 $ 13,455.85 405 3349.1004 27"Flared Headwall,1 pipe 33 49 40 EA 5 5 $ 3,445.04 $ 17,225.20 406 3349.1005 30"Flared Headwall,l pipe 334940 EA 5 5 $ 3,701.06 $ 18,505.30 407 3349.1006 33"Flared Headwall,1 pipe 33 49 40 EA 5 5 $ 4,945.65 $ 24,728.25 408 3349.1007 36"Flared Headwall,1 pipe 33 49 40 EA 5 5 $ 5,087.89 $ 25,439.45 409 3349.100839"Flared Headwall,1 pipe 334940 EA 5 5 $ 6,545.83 $ 32,729.15 410 3349.1009 42"Flared Headwall,1 pipe 33 49 40 EA 5 5 $ 7,680.86 $ 38,404.30 411 3349.1010 45"Flared Headwall,l pipe 33 49 40 EA 5 5 $ 8,201.32 $ 41,006.60 412 3349.101148"Flared Headwall,1 pipe 334940 EA 5 5 $ 8,647.86 $ 44,239.30 .. 413 3349.1101 18"Flared Headwall,2 pipes 33 49 40 EA 5 5 $ 2,854.75 $ 14,273.75 414 3349.1102 21"Flared Headwall,2 pipes 334940 EA 5 5 $ 3,907.31 $ 19,536.55 415 3349.1103 24"Flared Headwall,2 pipes 334940 EA 5 5 $ 3,992.65 $ 19,963.25 416 3349.1104 27"Flared Headwall,2 pipes 33 49 40 EA 5 5 $ 5,500.38 $ 27,501.90 417 3349.1105 30"Flared Headwall,2 pipes 334940 EA 5 5 $ 7,005.23 $ 35,026.15 --' 418 3349.2001 18"Parallel Headwall,i pipe 334940 EA 5 5 $ 2,055.63 $ 10,278.15 419 3349.2002 21"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 2,534.06 $ 12,670.30 420 3349.2003 24"Parallel Headwall,l pipe 33 49 40 EA 5 5 $ 2,572.86 $ 12,864.30 421 3349.2004 27"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 2,055.63 $ 10,278.15 422 3349.2005 30"Parallel Headwall,l pipe 334940 EA 5 5 $ 3,490.94 $ 17,454.70 423 3349.200633"Parallel Headwall,1 pipe 334940 EA 5 5 $ 4,622.38 $ 23,111.90 424 3349.2007 36"Parallel Headwall,1 pipe 334940 EA 5 5 $ 4,751.69 $ 23,758.45 425 3349.2008 39"Parallel Headwall,1 pipe 334940 EA 5 5 $ 7,069.88 $ 35,349.40 426 3349.2009 42"Parallel Headwall,1 pipe 33 49 40 EA 5 5 $ 7,199.19 $ 35,995.95 427 3349.2010 45"Parallel Headwall,1 pipe 334940 EA 5 5 $ 7,942.71 $ 39,713.55 428 3349.2011 48"Parallel Headwall,1 pipe 334940 EA 5 5 $ 8,589.24 $ 42,946.20 429 3349.2101 18"Parallel Headwall,2 pipes 33 49 40 EA 5 5 $ 2,721.56 $ 13,607.80 430 3349.2102 21"Parallel Headwall,2 pipes 334940 EA 5 5 $ 3,678.44 $ 18,392.20 431 3349.2103 24"Parallel Headwall,2 pipes 33 49 40 EA 5 5 $ 3,756.02 $ 18,780.10 432 3349.2104 27"Parallel Headwall,2 pipes 33 49 40 EA 5 5 $ 5,126.68 $ 25,633.40 433 3349.2105 30"Parallel Headwall,2 pipes 334940 EA 5 5 $ 6,584.98 $ 32,924.90 434 3349.3001 18"Straight Headwall,1 pipe 33 49 40 EA 5 5 $ 2,055.63 $ 10,278.15 435 3349.3002 21"Straight Headwall,l pipe 334940 EA 5 5 $ 2,534.06 $ 12,670.30 436 3349.3003 24"Straight Headwall,l pipe 334940 EA 5 5 $ 2,572.86 $ 12,864.30 437 3349.3004 27"Straight Headwall,1 pipe 33 49 40 EA 5 5 $ 3,258.18 $ 16,290.90 438 3349.3005 30"Straight Headwall,l pipe 334940 EA 5 5 $ 3,490.94 $ 17,454.70 439 3349.3006 33"Straight Headwall,1 pipe 334940 EA 5 5 $ 4,622.38 $ 23,111.90 440 3349.3007 36"Straight Headwall,l pipe 33 49 40 EA 5 5 $ 4,751.69 $ 23,758.45 441 3349.3008 39"Straight Headwall,l pipe 334940 EA 5 5 $ 6,077.09 $ 30,385.45 442 3349.3009 42"Straight Headwall,l pipe 334940 EA 5 5 $ 3,048.42 $ 15,242.10 443 3349.3010 45"Straight Headwall,1 pipe 33 49 40 EA 5 5 $ 3,048.42 $ 15,242.10 444 3349.3011 48"Straight Headwall,l pipe 334940 EA 5 5 $ 3,048.42 $ 15,242.10 445 3349.3101 18"Straight Headwall,2 pipes 334940 EA 5 5 $ 2,390.56 $ 11,952.80 446 3349.3102 21"Straight Headwall,2 pipes 33 49 40 EA 5 5 $ 3,347.43 $ 16,737.15 447 3349.3103 24"Straight Headwall,2 pipes 334940 EA 5 5 $ 3,756.02 $ 18,780.10 448 3349.3104 27"Straight Headwall,2 pipes 334940 EA 5 5 $ 5,126.68 $ 25,633.40 449 3349.3105 30"Straight Headwall,2 pipes 33 49 40 EA 5 5 $ 6,584.98 $ 32,924.90 450 3349.4103 18"SET,1 pipe 334940 EA 5 5 $ 1,327.72 $ 6,638.60 -_' 451 3349.4114 21-SET,l pipe 334940 EA 5 5 $ 1,806.16 $ 9,030.80 452 3349.4105 24"SET,1 pipe 33 49 40 EA 5 5 $ 2,175.95 $ 10,879.75 453 3349.4106 27"SET,1 pipe 334940 EA 5 5 $ 2,861.28 $ 14,306.40 454 3349.4107 30"SET,1 pipe 33 49 40 EA 5 5 $ 4,086.83 $ 20,434.15 455 3349.4108 33"SET,1 pipe 334940 EA 5 5 $ 5,218.27 $ 26,091.35 456 3349.4109 36"SET,l pipe 334940 EA 5 5 5 5,347.58 $ 26,737.90 457 3349.4110 39"SET,1 pipe 334940 EA 5 5 $ 5,183.79 $ 25,918,95 458 3349.4111 42"SET,1 pipe 33.49 40 EA 5 5 $ 5,313.10 1$ 26,565.50 19 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 ' BID PROPOSAL Page 20 of 22 BID ITEM Unit ofQuantity Quantity Description Specification Section No. (Max per Unit Price Bid Value NO. Measure Range Range) 459 3349. , pipe 334940 EA 5 5 ., 4112 45"SET1 $ 7,208.53 $ 36,042.65 460 3349.4113 48"SET,1 pipe 33 49 40 EA 5 5 $ 7,596.45 $ 37,982.25 461 3349.4203 18"SET,2 pipes 334940 EA 5 5 $ 3,042.24 $ 15,211.20 462 3349.4204 21"SET,2 pipes 33 49 40 EA 5 5 $ 2,055.63 $ 10,278.15 463 3349.4205 24"SET,2 pipes 334940 EA 51 5 $ 3,756.02 1$ 18,780.10 „ 464 3349.4206 27"SET,2 pipes 334940 EA 5 S $ 5,126.68 $ 25,633.40 465 3349.4207 30"SET,2 pipes 33 49 40 EA 5 5 $ 6,584.98 $ 32,924.90 466 3349.500110'Curb Inlet 334920 EA 5 5 $ 4,633.15 $ 23,165.75 467 3349.500215'Curb Inlet 334920 EA 5 5 $ 7,447.56 $ 37,237.80 468 3349.5003 20'Curb Inlet 334920 EA 5 5 $ 9,266.31 $ 46,331.55 469 3349.600110'Recessed Inlet 334920 EA 5 5 $ 4,633.15 $ 23,165.75 470 3349.600215'Recessed Inlet 334920 EA 5 5 $ 7,447.56 $ 37,237.80 471 3349.6003 20'Recessed Inlet 334920 EA 5 5 $ 9,266.31 $ 46,331.55 472 3349.70014'Drop inlet 334920 EA 5 5 $ 4,317.15 $ 21,585.75 473 3349.70025'Drop Inlet 334920 EA 5 5 $ 6,733.51 $ 33,667.55 474 3349.7003 6'Drop inlet 334920 EA 5 5 $ 8,886.67 $ 44,433.35 475 3349.8001 10'Type 2 Inlet 33 49 20 EA 5 5 $ 4,633.15 $ 23,165.75 476 3349.8002 15'Type 2Inlet 334920 EA 5 5 $ 7,447.56 $ 37,237.80 477 3349.8003 20'Type 2 Inlet 33 49 20 EA5 5 $ 9,266.31 $ 46,331.55 478 3349.9001 2'Grate Inlet 33 49 20 EA 5 5 $ 4,959.65 $ 24,798.25 479 13349.9002 3'Grate Inlet 33 49 20 EA 5 5 $ 6,058.77 $ 30,293.85 480 3349.90034'Grate Inlet 334920 EA 5 5 $ 7,536.46 $ 37,682.30 BASE BID-UNITS-Utilities $ 3,512,035.34 1-5 5 $ 581.88 $ 2,909.40 481 3441.4001 furnish/Install Alum Sign Mast Arm Mount 6-10 10 $ 581.88 $ 5,818.80 344130 EA Slay 15 $ 581.88 $ 8,728.20 16+ 16 $ 581.88 $ 9,310.08 1-5 5 $ 969.80 $ 4,849.00 482 3441.4002 Furnish/Install Alum Sign Ground Mount TxDOT Std. 344130 EA 6-10 10 $ 969.81 $ 9,698.10 11-15 15 $ 969.81 $ 14,547.15 16+ 16 $ 969.81 $ 15,516.96 1-5 5 $ 517.23 $ 2,586.15 483 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 344130 EA 6-10 10 $ 517.23 $ 5,172.30 11-15 15 $ 452.58 $ 6,788.70 16+ 16 $ 452.58 $ 7,241.28 1-5 5 $ 323.27 $ 1,616.35 484 3441.4004 furnish/Install Alum Sign Ex.Pole Mount 344130 EA 6-10 10 $ 323.27 $ 3,232.70 11-15 15 $ 258.62 $ 3,879.30 16+1 16 $ 258.62 $ 4,137.92 1-5 5 $ 64.65 $ 323.25 6-10 10 $ 64.65 $ 646.50 485 3441.4108 Remove Sign Panel and Post 344130 EA 11-15 15 $ 64.65 $ 969.75 16+ 16 $ 64.65 $ 1,034.40 1-5 5 $ 64.65 $ 323.25 6-10 10 $ 32.33 $ 323.30 486 3441.4109 Remove Sign Panel 344130 EA 51-15 15 $ 32.33 $ 484.95 16+ 16 $ 32.33 $ 517.28 1-5 5 $ 129.31 $ 646.55 _ 487 3441.4110 Remove and Reinstall Sign Panel and Post 344130 EA 6-10 10 $ 129.31 $ 1,293.10 11-15 15 $ 109.91 $ 1,648.65 -*' 16+ 16 $ 109.91 $ 1,758.56 1-2 2 $ 3,232.69 $ 6,465.38 488 3471.0001 Traffic Control 347113 MO 34 4 $ 3,232.69 $ 12,930.76 5-6 6 $ 3,232.69 $ 19,396.14 7+ 7 $ 3,232.69 $ 22,628.83 1-10 10 $ 646.54 $ 6,465.40 489 3471.0002 Portable Message Sign 347113 WK 11-20 20 $ 646.54 $ 12,930.80 21-30 30 $ 646.54 $ 19,396.20 31+ 31 $ 646.54 $ 20,042.74 s BASE BID-UNIT 6-Transportation $ 236,258.18 20 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract OD 42 43 ' BID PROPOSAL Page 21 of 22 BID ITEM Uni[of Quantity Quantity Description Specification Section No. (Max per Unit Price Bid Valve NO. Measure Range Range) '. UNIT 7-NonStandartllfetns 490 9999.0001 Work Order Mobilization(SO-$100,000) 017000 EA 1 1 $ 5,000.00 $ 5,000.00 491 9999.0002 Work Order Mobilization($100,001-$300,000) 017000 EA 1 1 $ 15,000.00 $ 15,000.00 492 9999.0003 Work Order Mobilization($300,001-$600,000) 017000 EA 1 1 $ 30,000.00 $ 30,000.00 493 9999.0004 Work Order Mobilization($600,001+) 017000 EA 1 1 $ 40,000.00 $ 40,000.00 1-100 100 $ 14.40 $ 1,440.00 494 9999.0005 Site Clearing 311000 SY 101-200 200 $ 14.40 $ 2,880.00 201-300 300 $ 14.40 $ 4,320.00 301+1 301 $ 14.40 $ 4,334.40 0-25 25 $ 48.49 $ 1,212.25 495 9999.0006 Furnish/Install Sign Panel 344130 SF 26-50 50 $ 48.49 $ 2,424.50 51-75 75 $ 48.49 $ 3,636.75 76+ 76 $ 48.49 $ 3,685.24 1-4 4 $ 840.50 $ 3,362.00 496 9999.0007 TxDOT Sign and Support-TY 10BWG(1)SA(P) TxDOT Item 644 Small EA 5-8 8 $ 840.50 $ 6,724.00 Roadside Sign Assemblies 9-12 12 $ 840.50 $ 10,086.00 13+ 13 $ 840.50 $ 10,926.50 1-4 4 $ 969.81 $ 3,879.24 497 9999.0008 TxDOT Sign and Support-TY lOBWG(1)SA(f) TxDOT Item 644 Small EA 5-8 8 $ 969.81 $ 7,758A8 Roadside Sign Assemblies 9-12 12 $ 969.81 $ 11,637.72 13+ 13 $ 969.81 $ 12,607.53 1-4 4 $ 1,077.13 $ 4,308.52 498 9999.0009 TxDOT Sign and Support-TY 10BWG(1)SA(U) TxOOT Item 644 SmallEA 5-8 8 $ 1,077.13 $ 8,617.04 Roadside Sign Assemblies 9-12 12 $ 1,077.13 $ 12,925.56 13+ 13 $ 1,077.13 $ 14,002.69 1-4 4 $ 969.81 $ 3,879.24 499 9999.0010 TxDOT Sign and Support-T(580(11 SA(P) TxDOT Item 644 Small EA 5-8 8 $ 969.81 $ 7,758.48 Roadside Sign Assemblies 9-12 12 $ 969.81 $ 11,637.72 13+ 13 $ 969.81 $ 12,607.53 1-4 4 $ 969.81 $ 3,879.24 500 9999.0011 TxDOTSign and Support-TY S80(1)SA(T) TxDOT Item 644 SmallEA 5-8 8 $ 969.81 $ 7,758.48 Roadside Sign Assemblies 9-12 12 $ 969.81 $ 11,637.72 13+ 13 $ 969.81 $ 12,607.53 1-4 4 $ 1,099.12 $ 4,396.48 501 9999.0012 TxDOT Sign and Support-TY S80(1)SA(U) TxDOT Item 644 Small EA 5-8 8 $ 1,099.11 $ 8,792.88 Roadside Sign Assemblies 9-12 12 $ 1,099.11 $ 13,189.32 13+ 13 $ 1,099.11 $ 14,288.43 20.100 loo $ 168.10 $ 16,810.00 502 9999.0018 Low Profile Concrete Barrier(Type 1) TxDOT Item 512 Portable LF 101-200 200 $ 168.10 $ 33,620.00 Concrete Traffic Barrier 201-300 300 $ 168.10 $ 50,430.00 301+ 301 $ 168.10 $ 50,598.10 20-40 40 $ 174.57 $ 6,982.80 503 9999.0019 Low Profile Concrete Barrier(Type 2) TxDOT Item 512 Portable IF 41-60 60 $ 174.57 $ 10,474.20 Concrete Traffic Barrier 61-80 80 $ 174.57 $ 13,965.60 81+ 81 $ 174.57 $ 14,140.17 504 9999.0023 TCP Detour Route 347113 EA 5 5 $ 3,232.69 $ 16,163.45 1-50 50 $ 38.30 $ 1,915.00 51-100 100 $ 38.30 $ 3,830.00 505 9999.0024 Concrete Street Header 000000 LF 101-200 200 $ 38.30 $ 7,660.00 201+ 201 $ 38.30 $ 7,698.30 1-20 20 $ 128.30 $ 2,566.00 TxDOT Item 536 Concrete 21-40 40 $ 127.28 $ 5,091.20 506 9999.0025 Monolithic Median Nose Medians and Directional SY Islands 41-60 60 $ 126.41 $ 7,584.60 61+ 61 $ 126.39 $ 7,709.79 1-100 100 $ 140.39 $ 14,039.00 TxDOT Item 528 Colored 101-200 200 $ 140.40 $ 28,080.00 507 9999.0026 Stamped Concrete Textured Concrete and SY Landscape Pavers 201-300 300 $ 125.91 $ 37,773.00 301+ 301 $ 122.69 $ 36,929.69 1-100 100 $ 107.36 $ 10,736.00 TxDOT Item 528 Colored 101-200 200 $ 107.37 $ 21,474.00 508 9999.0027 Colored Concrete Textured Concrete and SY Landscape Pavers 201-300 300 $ 102.05 $ 30,615.00 301+ 301 $ 102.05 $ 30,717.05 14 4 $ 193.96 $ 775.84 509 9999.0028 Lane Legend Yield 5-8 8 $ 193.96 $ 1,551.68 3217 23 EA 9-12 12 $ 193.96 $ 2,327.52 13.1 13 $ 193.96 $ 2,521.48 21 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 004243 BID PROPOSAL Page 22 of 22 BID ITEM Unit of Quantity Quantity Description Specification Section No. (Max per Unit Price Bid Value NO. Measure Range _Range) 1-75 75 $ 78.53 $ 5,889.75 TxDOT Item 536 Concrete 76-150 150 $ 77.52 $ 11,628.00 510 9999.0030 Concrete Median Medians and Directional SY Islands 151-225 225 $ 76.64 $ 17,244.00 226+ 226 $ 76.63 $ 17,318.38 1-100 100 $ 14.22 $ 1,422.00 511 9999.0031 8"DOT Contrast Pvmt Marking(W) 321723 LE 101-200 200 $ 14.22 $ 2,844.00 201-300 300 $ 14.22 $ 4,266.00 301+ 301 $ 14.22 $ 4,280.22 1-100 100 $ 19.40 $ 1,940.00 101-200 200 $ 19.40 $ 3,880.00 512 9999.0032 18"DOT Contrast Pvmt Marking(W) 321723 LF 201-300 300 $ 19.40 $ 5,820.00 301+ 301 $ 19.40 $ 5,839.40 1-100 100 $ 27.15 $ 2,715.00 513 9999.0033 24"SLD Contrast Pvmt Markin 101-200 200 $ 27.15 $ 5,430.00 S(W) 321723 LF 201-300 300 $ 27.15 $ 8,145.00 301+ 301 $ 27.15 $ 8,172.15 1-5 5 $ 9.70 $ 48.50 - 514 9999.0034 2'Diameter(W)Contrast Circle 32 17 23 EA 6-10 10 $ 9.70 $ 97.00 11-15 15 $ 9.70 $ 145.50 16+ 16 $ 9.70 $ 155.20 1-10 10 $ 420.25 $ 4,202.50 515 9999.0035 Lane Legend(W)Contrast Arrow 321723 EA 11-20 20 $ 420.25 $ 8,405.00 21-30 30 $ 420.25 $ 12,607.50 31+ 31 $ 420.25 $ 13,027.75 1-10 10 $ 530.16 $ 5,301.60 $ 516 9999.0036 Lane Legend(W)Contras[Double Arrow 321723 EA 11-20 20 530.16 $ 10,603.20 21-30 30 $ 530.16 $ 15,904.80 31+ 31 $ 530.16 $ 16,434.96 1-10 10 $ 711.19 $ 7,111.90 517 9999.0037 Lane Legend(W Contrast Triple Arrow 3217 23 EA 11-20 20 $ 711.19 $ 14,223.80 21-30 30 $ 711.19 $ 21,335.70 31+ 31 $ 711.19 $ 22,046.89 1-10 10 $ 420.25 $ 4,202.50 518 9999.0038 Lane Legend W Contrast Word 11-20 20 $ 420.25 $ 8,405.00 8 ( ) 32 17 23 EA 21-30 30 $ 420.25 j$ 12,607.50 31+ 31 $ 420.25 $ 13,027.75 1-10 10 $ 51.72 $ 517.20 11-20 20 $ 51.72 $ 1,034.40 519 9999.003918"Yiaid Triangles 321723 EA 21-30 30 $ 51.72 $ 1,551.60 31+ 31 $ 51.72 $ 1,603.32 BASE BID-UNIT 7-Non-Standard Items $ 1,109,415.91 BASE BID SUMMARY UNIT TOTAL BASE BID BASE BID-UNIT 1-General Conditions $ 96,204.60 BASE BID-UNIT 2-Existing Conditions $ 3,371,701.59 BASE BID-UNIT 3-Earthwork $ 547,134.46 BASE BID-UNIT 4-Exterior Improvements $ 9,493,359.01 BASE BID-UNITS-Utilities $ 3,512,035.34 BASE BID-UNIT 6-Transportation $ 236,258.18 BASE BID-UNIT 7-Non-Standard Items $ 1,109,415.91 TOTAL BASE BID $ 18,366,109.09 22 of 22 Paving and Sidewalk Improvements Unit Price Construction Contract 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) The Fain Group,Inc. hereinafter called the Principal, and(Surety Name) Westfield Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID and No/100 Dollars ($5% GAB .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves,our heirs, executors, administrators,successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Paving and Sidewalk Improvements Unit Price Construction Contract NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 21st day of July 2016. By, The Fain Group,Inc. ignature nd Tide'of Principal) *By: Westfield Insurance fmpan2y hnny Moss (Signature of Attorney-of-Fact) *Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Paving and Sidewalk Improvements Unit Price Construction Contract IMPORTANT NOTICE STATE OF TEXAS COMPLAINT PROCEDURES 1. IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: 2. You may contact your agent. Puede comunicarse con su (title) al (telephone number). 3. You may call Westfield Insurance Company, Usted puede Ilamar al numero de telefono gratis de Westfield National Insurance Company, and/or Westfield Insurance Company, Westfield National Ohio Farmers Insurance Company's toll-free Insurance Company, and/or Ohio Farmers telephone number for information or to make a Insurance Company's para informacion o para complaint at: someter una queja al: 1-800-243-0210 1-800-243-0210 4. You may also write to Westfield Insurance Usted tambien puede escribir a Westfield Insurance Company, Westfield National Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company, and/or Ohio Farmers Insurance Company at: Company: Attn: Bond Claims Attn: Bond Claims One Park Circle One Park Circle P O Box 5001 P O Box 5001 Westfield Center, OH 44251-5001 Westfield Center, OH 44251-5001 Fax#330-887-0840 Fax#330-887-0840 5. You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Sequros de Texas para obtener informacion acerca coverages, rights or complaints at: de companies, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 6. You may write to the Texas Department of Puede escribir al Departamento de Seguros de Insurance: Texas: P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax: (512)475-1771 Fax: (512)475-1771 Web: hftp://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(cDtdi.state.tx.us E-mail: ConsumerProtection(a)tdi.state.tx.us 7. PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim, you should contact the agent, reclamo, debe comunicarse con el agente, Westfield - Westfield Insurance Company, Westfield National Insurance Company, Westfield National Insurance Insurance Company, or Ohio Farmers Insurance Company, o Ohio Farmers Insurance Company Company first. If the dispute is not resolved, you primero. Si no se resuelve la disputa, puede may contact the Texas Department of Insurance. entonces comunicarse con el departamento(TDI). 8. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es This notice is for information only and does not solo para proposito de informacion y no se convierte become a part or condition of the attached document. en parte o condicion del documento adjunto. BD5430 (07-07) THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER#AND ISSUED PRIOR TO 05127114,FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220012 01 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio,and having its principal office in Westfield Center, Medina County,Ohio, do by these presents make, constitute and appoint TONY FIERRO,JOHNNY MOSS,JAY JORDAN,MISTIE BECK,JEREMY BARNETT,JADE PORTER,ROBERT G.KANUTH, JOINTLY OR SEVERALLY of ROCKWALL and State of TX its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in Its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - • - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE,OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President,any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Cbmpany subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances,contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any sower of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile eal shall be valid and binding upon the Company with respect to any bond or undertaking to which It is attached." (Each adopted at a meeting held on February 8,2000). In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 27th day of MAY A.D.,2014 . Corporate �� ""�•, WESTFIELD INSURANCE COMPANY Seals ��a5. �Ct'k� ,.aP���N �vs''', 'p�SS1MSUt ;�„ WESTFIELD NATIONAL INSURANCE COMPANY Affixed v: .t3+ '+ G'= `v C'�'� `•" ' a. z= t4�,•''�NAATE �'� OHIO FARMERS INSURANCE COMPANY SEAL :"' NP.C Rfp'.�� ;• I �i :m= =o: VIM 18413 ea= t �:,�''ti,••�era ':y'• .,,.......•.•',.0, '.��'•..4.,•'•A!-' ..o/�,�A„_ (� . By State of Ohio Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 27th day of MAY A.D.,2014 ,before me personally came Dennis P. Baus to me known,who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio;that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY,the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial Seal ,," �l A L Affixed State of Ohio "pi�,y ' David A. Kotnik,Attorney at Law, Notary Public =;�'� �o County of Medina ss.: My Commission Does Not Expire(Sec.147.03 Ohio Revised Code) r .9reoF ° I, Frank A.Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS 111 INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors, set out in the Power of Attor ey/;are in full force and effect. r In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this./' ay of guftdp�w �tONn� r'r ..o =�;•�HWERE o �_9� SEL vim 'o74C1 .ro =ps 1848 - Z�fw— Secretary Frank A. Carrino, Secretary BPOAC2 (combined) (06.02) I 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: 0 T tai (400 t,(4c , By: 0 0 0 (Signature) 0 Title: 0 Date: ((� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Paving and Sidewalk Improvements Unit Price Construction Contract 004511-1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter,Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun& Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised July 1,2011 Construction Contract 004511-2 BIDDERS PREQUALMICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None"or'N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised July 1,2011 Construction Contract 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised July 1,2011 Construction Contract 004512-1 j PREQUALIFICATION STATEMENT yJ Page I of 1 1 SECTION 00 4512 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s)listed. 6 Major Work Type Contractor/Subcontractor Prequalification Company Name Expiration Date Water Distribution,Urban and Renewal, 12 inch diameter or smaller The Fain Group,Inc. 04/30/17 CCTV, 12-inches and smaller The Fain Group,Inc. 04/30/17 Sewer Collection System, Urban/Renewal, 12-inches and smaller The Fain Group,Inc. 04/30/17 Sewer Cleaning, 12-inches and smaller The Fain Group,Inc. 04/30/17 Asphalt Paving Construction/Reconstruction LESS THAN(15,000 squareyards) Reynolds Asphalt 06/01/17 1 Concrete Paving 9V Construction/Reconstruction LESS THAN(15,000 squareyards) The Fain Group, Inc. 04/30/17 7 8 The undersigned hereby certifies that the contractors and/or subcontractors described in 9 the table above are currently prequalified for the work types listed. 10 11 BIDDER: 12 13 The Fain Group,Inc. By: Larry Frazier 14 Company (Please Print) 15 16 1616 N.Sylvania Signature: 17 Address 18 19 Fort Worth,Texas 76111 Title: President 20 City/State/Zip (Please Print) 21 22 Date: 07/21/16 23 24 END OF SECTION d CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised July 1,2011 Construction Contract FORT WORTH J _ SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company 4 Post Office Box City State Zip Code Street Address (required) City State Zip Code l I Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) I MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: l CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 1 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring- Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches, and 350 LF or less Tunneling- 36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller X Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development,24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development, 42-inches and smaller Water Transmission,Urban/Renewal, 42-inches and smaller Water Transmission, Development,All Sizes Water Transmission, Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller X CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised December 20,2012 Construction Contract 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIDP, 12-inches and smaller Sewer CIDP, 24-inches and smaller Sewer CIDP, 42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller X Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller X Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works X Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) X Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised December 20,2012 Construction Contract 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised December 20,2012 Construction Contract 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised December 20,2012 Construction Contract 0045 13-6 BIDDER PREQUALIFICATI0N APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised December 20,2012 Construction Contract 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised December 20,2012 Construction Contract 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly Sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised December 20,2012 Construction Contract 1 i 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No.TPW-2017-Paving and Sidewalk Improvements Unit Price Construction Contract 6 Contractor further certifies that,pursuant to Texas Labor Code, Section 406.096(b), as amended, 7 it will provide to City its subcontractor's certificates of compliance with worker's compensation 8 coverage. 9 10 CONTRACTOR: 11 12 The Fain Group,Inc. By: Larry Frazier 13 Company Please Print) V 14 15 1616 N.Sylvania Signature: 16 Address 17 18 Fort Worth,Texas 76111 Title: President 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the undersigned authority,on this day personally appeared 27 Larry Frazier ,known to me to be the person whose name is 28 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 29 the act and deed of The Fain Group,Inc. for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 21st day of 33 July ,2016. 34 35 - 36 MARY GAIL HENDERSON 37 * Notary Public,State of Texas Notary P lic in and for the State of Texas My Commission Expires 38 'Js� c+ 12-17-2019 39 END OF SECTION 40 CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised July 1,2011 Construction Contract 004541-1 SMALL BUSINESS ENTERPRISE GOAL Pagel oft 1 SECTION 00 45 41 2 SMALL BUSINESS ENTERPRISE GOAL 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $50,000 or more, then a SBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small 9 Business Enterprises (SBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 SBE PROJECT GOAL 13 The City's SBE goal on this project is 15% of the base bid (Base bid applies to Parks and 14 Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an 17 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed 18 responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a SBE subcontracting goal is applied Offerors are required 22 to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the 23 following: 24 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation, or 25 2. Meet or exceed the above stated SBE goal through SBE Joint Venture participation, or 26 3. Good Faith Effort documentation, or; 27 4. Prime Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 The applicable documents must be received by the Purchase Division, within the following times 31 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror 32 shall deliver the SBE documentation in person to the appropriate employee of the purchasing 33 division and obtain a date/time receipt. Such receipt shall be evidence that the City received the 34 documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form,if goal is received no later than 2:00 p.m., on the second City business met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business _ Utilization Form, if participation is less than days after the bid opening date, exclusive of the bid opening stated goal: date. 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business Utilization Form, if no MBE participation: days after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm received no later than 2:00 p.m., on the second City business will perform all subcontracting/supplier work: days after the bid opening date, exclusive of the bid opening date. 35 - CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised June 9,2015 Construction Contract 004541-2 SMALL BUSINESS ENTERPRISE GOAL Paget oft 1 5. Joint Venture Form,if goal is met or received no later than 2:00 p.m.,on the second City business exceeded: days after the bid opening date, exclusive of the bid opening date. 2 3 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE 4 ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO 5 SPECIFICATIONS. 6 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN 7 THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL 8 RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. 9 THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A 10 DISQUALIFICATION PERIOD OF THREE YEARS. 11 Any questions,please contact the M/WBE Office at(817)212-2674 12 13 END OF SECTION CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised June 9,2015 Construction Contract 005243-1 Agreement Page 1 of 2 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on September 13, 2016 is made by and between the City of 4 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 5 Manager, ("City"), and The Fain Group, Inc., authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Paving and Sidewalk Improvements Unit Price Construction Contract 16 TPW-2017-Paving and Sidewalk Improvements Unit Price Construction Contract 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 This contract shall be valid for one full calendar year beginning on the date executed in this 20 agreement. All work shall be defined through task orders to be identified prior to the 21 completion of one full year from the contract execution date.Actual Work completed per 22 this agreement may extend beyond the one year time limit as long as the task order 23 pertaining to the Work is executed prior to the agreement closing date. 24 3.2 Final Acceptance. 25 The Work will be complete for Final Acceptance within the number of days specified in 26 each task order. 27 3.3 Liquidated damages 28 Contractor recognizes that time is of the essence of this Agreement and that City will 29 suffer financial loss if the Work is not completed within the times specified in each task 30 order, plus any extension thereof allowed in accordance with Article 12 of the General 31 Conditions. The Contractor also recognizes the delays, expense and difficulties involved 32 in proving in a legal proceeding the actual loss suffered by the City if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay City five 35 hundred dollars ($500) for each day that expires after the time specified in each task 36 order for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised February 2,2016 Construction Contract 005243-2 Agreement Page 2 of 2 37 Article 4. CONTRACT PRICE 38 City agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of as determined in each task order supplemental to this 40 agreement. At no time shall the contract total exceed$3,000,000.00 without written approval i 41 from the City of Fort Worth City Council. 1 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between City and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form 49 1) Proposal Form 50 2) Vendor Compliance to State Law Non-Resident Bidder 51 3) Prequalification Statement 52 4) State and Federal documents(project specific) 53 b. Current Prevailing Wage Rate Table 54 c. Insurance ACORD Form(s) 55 d. Payment Bond 56 e. Performance Bond 57 f. Maintenance Bond 58 g. Power of Attorney for the Bonds 59 h. Worker's Compensation Affidavit 60 i. SBE Commitment Form 61 j. Form 1295 Certification No. 62 3. General Conditions. 63 4. Supplementary Conditions. 64 5. Specifications specifically made a part of the Contract Documents by attachment 65 or, if not attached, as incorporated by reference and described in the Table of 66 Contents of the Project's Contract Documents. 67 6. Drawings. 68 7. Addenda. 69 8. Documentation submitted by Contractor prior to Notice of Award. 70 9. The following which may be delivered or issued after the Effective Date of the 71 Agreement and, if issued,become an incorporated part of the Contract Documents: 72 a. Notice to Proceed. 73 b. Field Orders. 74 c. Change Orders. 75 d. Letter of Final Acceptance. 76 77 I CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised February 2,2016 Construction Contract 005243-3 Agreement Page 3 of 3 78 Article 6.INDEMNIFICATION 79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 80 expense, the city, its officers, servants and employees, from and against any and all 81 claims arising out of, or alleged to arise out of, the work and services to be performed 82 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 83 under this contract. This indemnification provision is specifically intended to operate 84 and be effective even if it is alleged or proven that all or some of the damages being 85 sought were caused, in whole or in part, by any act, omission or negligence of the city. 86 This indemnity provision is intended to include, without limitation, indemnity for 87 costs, expenses and legal fees incurred by the city in defending against such claims and 88 causes of actions. 89 90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 91 the city,its officers,servants and employees,from and against any and all loss, damage 92 or destruction of property of the city,arising out of, or alleged to arise out of,the work 93 and services to be performed by the contractor, its officers, agents, employees, 94 subcontractors, licensees or invitees under this contract. This indemnification 95 provision is specifically intended to operate and be effective even if it is alleged or 96 proven that all or some of the damages being sought were caused, in whole or in part, 97 by any act,omission or negligence of the city. 98 99 Article 7.MISCELLANEOUS 100 7.1 Terms. 101 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 102 have the meanings indicated in the General Conditions. 103 7.2 Assignment of Contract. 104 This Agreement, including all of the Contract Documents may not be assigned by the 105 Contractor without the advanced express written consent of the City. 106 7.3 Successors and Assigns. 107 City and Contractor each binds itself, its partners, successors, assigns and legal 108 representatives to the other party hereto, in respect to all covenants, agreements and 109 obligations contained in the Contract Documents. 110 7.4 Severability. 111 Any provision or part of the Contract Documents held to be unconstitutional, void or 112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 113 remaining provisions shall continue to be valid and binding upon CITY and 114 CONTRACTOR. 115 7.5 Governing Law and Venue. 116 This Agreement, including all of the Contract Documents is performable in the State of 117 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 118 Northern District of Texas,Fort Worth Division, CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised February 2,2016 Construction Contract 005243-4 Agreement Page 4 of 4 119 7.6 Other Provisions. 120 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 121 classified, promulgated and set out by the City, a copy of which is attached hereto and 122 made a part hereof the same as if it were copied verbatim herein. 123 7.7 Authority to Sign. 124 Contractor shall attach evidence of authority to sign Agreement, if other than duly 125 authorized signatory of the Contractor. 126 127 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple i 128 counterparts. JI 129 130 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 131 Contractor: City of Fort Wojlk �� The Fain Group,Inc. By: �J 1 By: Assistant City Manager Signature) // Date LW Attest: "P- (Printed P-(Printed Name) City S retary L (Seal) ®°�o� �o ,► Title: to % I Address: �(z�(g Al ° Date: R— 13-16 ,�� A50op ; City/State/Zip: ��, VAj}1-\ ,11( Reil I Approved as to Form and Legality: r Date Douglas W. Black Assistant City Attorney 1 132 133 134 A PROVAL RECOMMENDED: 135 136 ! j 137 138 DIRECT 139 I OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX CITY OF FORT WORT Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-Paving and Sidewalk Improvements Unit Price Revised February 2,2016 Construction Contract 0061 13-1 PERFORMANCE BOND Page 1 of2 Bond#4913880 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, THE FAIN GROUP,INC., known as"Principal"herein and 8 Westfield Insurance Company , a corporate surety(sureties, if more than 9 one)duly authorized to do business in the State of Texas, known as"Surety"herein(whether one 10 or more),are held and firmly bound unto the City of Fort Worth,a municipal corporation created 11 pursuant to the laws of Texas,known as"City"herein, in the penal sum of, THREE MILLION 12 AND 00/100 Dollars($3,000,000.00), lawful money of the United States,to be paid in Fort 13 Worth,Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 14 ourselves,our heirs, executors,administrators,successors and assigns,jointly and severally, 15 firmly by these presents. 16 WHEREAS,the Principal has entered into a certain written contract with the City 17 awarded the 13'h day of September,2016 which Contract is hereby referred to and made a part 18 hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and 19 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 20 as provided for in said Contract designated as Paving and Sidewalk Improvetnents Unit Price 21 Construction Contract ON Proiect Number TPW-2017-Paving and Sidewalk Improvements 22 Unit Price Construction Contract; 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall 24 faithfully perform it obligations under the Contract and shall in all respects duly and faithfillly 25 perform the Work, including Change Orders, under the Contract,according to the plans, 26 specifications, and contract documents therein referred to,and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void,otherwise to remain in full force and effect, 29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 31 Worth Division. 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 33 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 34 accordance with the provisions of said statue. CITY OF FORT WORTH Paving and Sidewalk Improvennenis Uni/Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.77'7 �2017-Paving and Sidewalk Improvements Revised July 1,2011 Unit Price Construction Contract 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this 13th day of September,2016. 3 PRINCIPAL: 4 The Fain Groun Inc 5 6 7 BY: 8 is atu 9 ATT T: 10 / �,� 11 �1114`(�' Z � P"f n , 1_ I2 Iridpalicretary Name and Title 13 14 Address: 1616 N.Sylvania 15 Fort Worth TX 76111 16 17 18 Witness as to Principal 19 SURETY: 20 Westfield Insurance Company 21 22 23 BY: 24 gnature 25 l 26 Johnny Moss, Attorney-in-fact 27 Name and Title 28 29 Address: 2255 Ridge Rd#333 30 Rockwall,TX 75087 Il 31 32 33i e as to a ar n Branc Telephone Number: 972-772-7220 34 35 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract f 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shal l not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.TP61'--2017-Paving and Sidewalk hmprovementr Revised July 1,2011 Unit Price Construction Contract 0061 14-1 PAYMENTBOND Page I of 2 1 SECTION 00 6114 Bond#4913880 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, THE FAIN GROUP, INC., known as "Principal" herein, and 8 Westfield Insurance Company a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum up to THREE MILLIONAND 00/100 Dollars ($3,000,000.00), lawful money of the 13 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 14 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 15 assigns,jointly and severally,firmly by these presents: 16 WHEREAS,Principal has entered into a certain written Contract with City,awarded the 17 13'h day of September,2016,which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein,to furnish all materials,equipment, labor and other 19 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 20 designated as Paving and Sidefvalk Improvements Unit Price Construction Contract City 21 Proiect Number TPW-2017-Pavia-and Sideivalk Improvements Unit Price Construction 22 Contract; 23 24 NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any(and all)payment bond beneficiary(as defined in 26 Chapter 2253 of the Texas Government Code,as amended)in the prosecution of the Work under 27 the Contract,then this obligation shall be and become null and void; otherwise to remain in Rill 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.TP1V--2017-11aving and Sideu alk Improvements Revised July 1,2011 Unit Price Construction Contract 0061 14-2 PAYMENTBOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 13'h day of September,2016. 3 PRINCIPAL: The Fain Group,Inc. ATTEST: BY: /?a—M-r-4 4W tuLeit!—(9 ( inal) cretary Name and itle�r c' Address: 1616 N.Sylvania Fort Worth,TX 76111 Witness as to Principal SURETY: Westfield Insurance Company ATTEST: BY: Si ature Johnny Moss,Attorney-in-fact (Surety) Secretary Kesha Crites Name and Title Address: 2255 Ridge Rd.#333 ` Rockwall,TX 75087 i e as to tr tyMarilyn Br Telephone Number: 972-772-7220 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address, both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 1 CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. TPII12017-Paving and Sidewalk Improvements Revised July 1,2011 Unit Price Construction Contract 0061 19-1 MAINTENANCE BOND Pale I of 3 1 SECTION 00 61 19 Bond#4913880 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we THE FAIN GROUP,INC., known as"Principal"herein and 9 Westfield Insurance Company , a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas,known as'`Surety"herein(whether one 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as"City"herein, in the sum up to THREE 13 MILLIONAND 00/100 Dollars($3,000,000.00),lawful money of the United States,to be paid 14 in Fort Worth,Tarrant County,Texas,for payment of which sum well and truly be made unto the 15 City and its successors,we bind ourselves,our heirs,executors, administrators,successors and 16 assigns,jointly and severally,firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 19 13'h day of September,2016,which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 23 designated as Paving and Sidewalk Improvements Unit Price Construction Contract City 24 Proiect Number TPfV 2017-Paving and Sidewalk Improvefnettts Unit Price Construction 25 Contract and 26 27 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 31 repair or reconstruct the Work in whole or in part 32 WHEREAS,Principal binds itself to 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. 35 CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construclion Conlrad STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.TPP2017-Paving and Sidewalk Improvements Revised Lily 1,2011 Unit Price Construction Contract 0061 19-2 MAINTENANCE BOND Page 2 of 3 i NOW THE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work,for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Consiruction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.TPH'--20/7-Paving and Sidewalk Improvements Revised July 1,2011 Unit Price Construction Contract 0061 19-3 MAINTENANCE BOND Page 3 of 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this thele day of September,2016. 3 4 PRINCIPAL: 5 The Fain Group Inc. 6 7 8 BY: 9 i ture 10 ATTEST l 12 Z{tle /Q :SptirJi 13 (Prin pa Secr ry Name and Title 14 15 Address: 1616 N.Sylvania 16 Fort Worth,TX 76111 17 18 19 Witness as to Principal 20 SURETY: 21 Westfield Insurance Company 22 23 24 BY: 25 �-Signature 26 27 Johnny Moss, Attorney-in-fact 28 ATTEST: Name and Title 29 30 Address: 2255 Ridge Rd.#333 31 S ty)Secretary Kesha Crites Rockwall,TX 75087 32 33 34 1 ss as any r nc Telephone Number: 972-772-7220 35 36 *Not : If signed by an officer of the Surety Company,there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 (I) 1 I ICITY OF FORT WORTH Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.TPIY-2017-Paving and Sidewalk Improvements Revised July 1,2011 Unit Price Construction Contract