Loading...
HomeMy WebLinkAboutContract 31368 CITY SECRETARY tiN CONTRACT NO. p�5 SPECIF ,TIONS 0 AND CONTRACT DOCUMENTS ECRETARY GINS FOR D.O.E. FILE WATER &WASTEWATER EXTENSIONCSONT��TO�,S BONM* CO- TO SERVE CONSTRUCTION'S COPY BROADMOOR ADDITION CLIENT DEPART I�E� UNITS I &2 c EWER PROJECT NO. Pl72 070172131420 `� 0�O f 0 k � �I D.O.E. NOS. 4107 AND 4607 IN THE CITY OF FORT WORTH, TEXAS 2004 MIKE MONCRIEF CHARLES BOSWELL MAYOR INTERIM CITY MANAGER DALE FISSELER, P.E. DIRECTOR, WATER DEPARTMENT :--- i -05p03 : 03 RCVU ROBERT D. GOODE, P.E. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING PREPARED FOR i-)'-PA-TMENT OF ENGINEERING CITY OF rCRT V" ORTH � PREPARED BY w�4p � F JIMMY ?tN LIAMS ' :_ dA 9 0 - CONSULTANT-1- �O•, �• r.`f�t717 • ^ L ENooB 1701 River Run, Suite 610, Fort Worth, Tx. 76107 Ph.817-335-9900, FAX 817-33955 , A.N.A. PROJECT NO. 0212222 IGINAL tJlt'I'�'4�t)R`I`11 www■ CFW �° • r -- , ReportHome I Council Agenda I M&C I Employee Directory I Morning Da,. Map „ Print M&C COUNCIL ACTION: Approved on 2/17/2005 DATE: 2/17/2005 REFERENCE NO.: **C-20520 LOG NAME: 30BROADMOORESC CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize the Recession of Contract to Conatser Construction, Inc., and Execute Contract with Conatser Construction, TX, LP for Water and Sanitary Sewer Line Extension for Broadmoor Addition; Units 1 and 2 ----- - RECOMMENDATION: It is recommended that the City Council authorize the City Manager: 1. To rescind the award of contract to Conatser Construction, Inc., in the amount of$1,320,049.00 for water and sanitary sewer line extension for Broadmoor Addition, Unit 1 (Sections A and B) and Unit 2; and 2. To execute a contract with Conatser Construction, TX, LP, in the amount of$1,320,049.00 for water and sanitary sewer line extension for Broadmoor Addition, Unit 1 (Sections A and B) and Unit 2. DISCUSSION: On February 1, 2005 (M&C C-20508), the City Council authorized the City Manager to execute a contract with Conatser Construction, Inc. in the amount of$1,320,049.00 for water and sanitary sewer line extension for Broadmoor Addition, Unit 1 (Sections A and B) and Unit 2. Subsequent to Council approval, it was determined that City staff had inadvertently listed the name of the company as Conatser Construction, Inc., instead of Conatser Construction, TX, LP. The Project is located in COUNCIL DISTRICT 3, Mapsco 73L and Q. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office by.- Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS W-WVWr.C1FWNet.arg Home I Council Agenda I M&C I Employee Directory I Morning Report I Ads IpPRS i rr Lime, i Departments i site map Print M&C COUNCIL ACTION: Approved on 2/1/2005 DATE: 2/1/2005 REFERENCE NO.: **C-20508 LOG NAME: 30BROAD1&2 CODE: C TYPE: CWSENT PUBLIC HEARING: NO J�`ontracfto Conatser C n trOction, Inc. for Water and Sanitary Sewer SUBJECT: Authorize Execution o Line Extension for Broadmoor Addition; Units 1 an�2li RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Conatser Construction, Inc. in the amount of$1,320,049.00 for water and sanitary sewer line extension for Broadmoor Addition, Unit 1 (Sections A and B) and Unit 2. DISCUSSION: On February 24, 2004 (M&C C-19972), the City Council authorized the City Manager to execute an engineering agreement with A.N.A Consultants, L.L.C, to prepare plans and specifications for water and sanitary sewer extensions to serve Broadmoor Addition. UNIT 1 Unit 1 consists of the installation of water and sanitary sewer lines as indicated on the following streets within Broadmoor Addition: Street From To Cherry Lane Doreen Avenue Marydean Avenue (water/sewer) Karen Street Doreen Avenue Marydean Avenue (water/sewer) Marydean Avenue Cherry Lane Broadmoor Drive (sewer) Julie Avenue Karen Street Broadmoor Drive (water/sewer) Arbor Avenue Koren Street West Half Block (sewer) Tanner Avenue Karen Street West Half Block (sewer) Doreen Avenue Half Block East Karen Street West Half Block (sewer) The project was advertised for bid on October 21 and October 28, 2004. On November 18, 2004, the following bids for Unit 1 were received: Bidder Amount Time of Completion Conatser Construction, Inc. $769,416.50 180 Calendar Days Tri-Tech Construction, Inc. $848,383.00 UNIT 2 Unit 2 consists of the installation of sanitary sewer lines on the following streets within Broadmoor Addition: Street From To Francis Drive Hwy 80 Julie Avenue Arbor Avenue Half block West of Broadmoor Drive Francis Drive Tanner Avenue Half block West of Broadmoor Drive Francis Drive Doreen Avenue Half block West of Broadmoor Drive Francis Drive Broadmoor Drive Doreen Avenue Tanner Avenue West Elizabeth Francis Drive Half Block West of Karen Lane Karen Lane Elizabeth Lane Hwy 80 The project was advertised for bid on October 21 and October 28, 2004. On November 18, 2004, the following bids for Unit 2 were received: Bidder Amount Time of Completion Conatser Construction, Inc. $550,632.50 160 Calendar Days Tri-Tech Construction, Inc. $823,697.00 Units 1 and 2 consist of the installation of 2,834 linear feet of 8-inch water pipe, 242 linear feet of 12-inch water pipe and 5,810 linear feet of 8-inch sewer pipe. All the streets in Units 1 and 2 are scheduled for asphalt overlay after water and sanitary sewer installation is complete. Since Conatser Construction, Inc. is the low bidder on both units, construction of both units will begin simultaneously and the contractor shall be allowed a total of 180 calendar days to complete construction of both units as stipulated in the project contract documents. In addition to the contract cost, $94,000.00 is required for inspection and survey as follows: - Unit 1: $55,000.00 (water$21,000.00; sewer $34,000.00); and - Unit 2: $39,000.00 (sewer); Furthermore, $40,085.00 is required for project contingencies as follows: - Unit 1: $23,085.00 (water$8,775.00; sewer$14,310.00); and - Unit 2: $17,000.00 (sewer) Conatser Construction, Inc. is in compliance with the City's M/VVBE Ordinance by committing to 4% M/WBE participation on Unit 1 and 4% M/WBE participation and documenting a good faith effort on Unit 2. Conatser Construction, Inc. identified several subcontracting and supplier opportunities on Unit 2. However, the M/WBE's contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 17% for Unit 1 and 16% for Unit 2. The project is located in COUNCIL DISTRICT 3, Mapsco 73L and Q. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Water and Sewer Capital Project Funds. TO Fund/Account/Centers FROM Fund/Account/Centers P164 541200 06164015279 $292,482.00 P174 541200 07174013277 $1,027,567.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 to the Specifications & Contract Documents For WATER & WASTEWATER EXTENSIONS TO SERVE BROADMOOR ADDITION, UNITS I & 2 WATER PROJECT NO. P162-060162152380 SEWER PROJECT NO. P172-070172131420 D.O.E. NOS. 4107 AND 4607 Bid submittal Due Date: November 11, 2004 Addendum No. 1 Issued: November 8, 2004 Prospective Bidders are hereby notified of the following revisions: Bid Submittal /Bid Opening Date-In the "NOTICE TO BIDDERS", and in the "COMPREHENSIVE NOTICE TO BIDDERS", the Bid submittal date and Bid opening date shall be postponed 1 week. The new date is November 18, 2004. 2. Permanent Pavement (Asphalt) Repair& Backfill per TxDOT Standards— Unit 2, Pay Item No. 24, shall conform to the accompanying TxDOT Asphalt Pavement Repair Exhibit. This Exhibit should be inserted into Appendix 'A' of the Contract Documents. 3. Figure 'A' shown on plan sheet number 25 is obsolete. Please refer to appropriate Pavement Repair Detail included in Appendix 'A'of the Contract Documents. 4. The prospective bidder is advised that the following bid items have been either modified OF added to the Proposal. Revised proposal pages, which include the additional pay item, are included and shall be inserted at the appropriate location in the Proposal. The unit of measure for Permanent Reinforced Concrete Pavement Repair, per, Figure 2000-2; and the approximate quantities has been revised from per Linear Foot to per Square Yard. (Applies to Unit 1, Sections A & B, & Unit 2) /. Type 'B' Backfill; per Cubic Yard has been included and is pre-bid at $15.00 per C.Y. (Applies to Unit 1, Sections A& B, & Unit 2) ✓5. An error was discovered in the pay item numbering in Unit 2 of the proposal. This has been corrected and is included for insertion into the Contract Documents. A revised cover sheet for APPENDIX 'D' of the Contract Documents is included. It has been modified to address, "PERMANENT EASEMENTS &TEMPORARY RIGHT OF ENTRY AGREEMENTS. Addendum No.l Pae 1 Page 1 /9/, 004' This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced Project and modifies the original Specifications & Contract Documents of the same. Acknowledge your receipt of this Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided below (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1" Failure to acknowledge the receipt of this Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. ADDENDUM O. 1 ACKNO EDGEMENT: By: A. Douglas Rademaker, P.E. Ti Ccs}wr i TrQ&�,v n-f Director, Dept. of Engineering ddress:PO Inc 154gg f✓aY�1,yc���, �("x 7r®,lg ��r By: TO►� 5 o l o l G Telephone: S17'53y.)7 y3 Rick Trice, P.E. Acting Assistant Director Addendum No.l Page 2 11/9/2004 | � v " CITY OF FORT WORTH . DEPARTMENT OF ENGINEERING - ADDENDUM NO. 2 to the � Specifications & Contract Documents � For WATER & WASTEWATER EXTENSIONS TO SERVE ^ BROADMOOR ADDITION, UNITS \ & 2 8 WATER PROJECT NO. P162-060162152380 U SEWER PROJECT NO. Fn172-070172131420 _ D.O.E. NOS' 4107 AND 4007 Bid submittal Due Date: November 1O. 2OO4 Addendum No. 2 Issued: November 12, 2004 Prospective Bidders are hereby notified of the following: o A Storm Water Pollution Prevention Plan, (SWPPP), has been prepared for this project and is available for review atthe City ofFort Worth Oepednnont of Engineering, Support Gerviooa, 1000 Throckrnorton Gtneet, Fort VVnrth, TX 76012. (Sae Linda Taylor.) � . Clarification ofPay Item No. 4. UNIT 1.8ediunBand Pay Item No. 3. UNIT 2: (8-Inch GOR-28 PVC Sanitary Sewer Pipe with Cement Stabilized Backfill by Open Cut. \ All Depths; per Linear Foot). � u. Cement Stabilized Beokfi(| shall consist of native soi|s, free of organic nnateha|, including trench exoovation, approved for use by the {Jwmar, mixed with two (3) \ sacks of cement per cubic yard. All material shall be mixed in a concrete mixer or » transit mix unless approved otherwise by the Owner.hwner The stabilized material shall 8 be compacted in a moist condition and shall extend to a minimum of two feet above the top of pipe. Or U b. At the Contractor's option, F|nwob[o Fill may be utilized in lieu of Cement Stabilized BaGkfill. Flowable Fill shall consist of a combination of silica sand and cement mixed mtthe rate oftwo (3) sacks ofcement per cubic yard ofsand. � K8inirnurn compressive strength of the cured rnotehe| shall be 250 PG}. Fiowmb(e U Fill is |ur-aUy available from e number ofconcrete suppliers. This Addendum No. 2, forum part of the Specifications & Contract D000ruerdu for the » above referenced Project aodmuodifieutheori 'ooJSpeoifioa1iuom & Contract Documents of the same. _ Addendum No.3 Page 1 11/11/2004 Acknowledge your receipt of this Addendum No. 2 by completing the requested information at the following locations: (1) In the space provided below (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2" Failure to acknowledge the receipt of this Addendum No. 2 could cause the subject bidder to be considered"NONRESPONSIVE", resulting in disqualification. ADDEND NO. 2 ACKNOWLEDGEMENT: By: A. Douglas Rademaker, P.E. T' e� ✓9 ;Qv, Prgso6eri4 Director, Dept. of Engineering Address:PD 6m I Sym —r?� -7(p 119 L Telephone311-Sa4-J743 Rick Trice, \ .E. Acting Assistant Director Addendum No.2 Page 2 11/11/2004 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO.3 to the Specifications & Contract Documents For WATER &WASTEWATER EXTENSIONS TO SERVE BROADMOOR ADDITION, UNITS I & 2 WATER PROJECT NO. PI62-060162152380 SEWER PROJECT NO. P172-070172131420 D.O.E. NOS. 4107 AND 4607 Bid submittal Due Date: November 18, 2004 Addendum No. 3 Issued: November 12, 2004 Prospective Bidders are hereby notified of the following: 1. Clarification of Pay Item No. 16, UNIT 1,Section A. V/ Refers to the rerouting of-1/."water service line. Please be advised that the service line shall be revised to 1" in order to conform to the City of Fort Worth Plumbing codes. The revised proposal page is included for insertion in the contract documents. This Addendum No. 3, forms part of the Specifications& Contract Documents for the above referenced Project and modifies the original Specifications& Contract Documents of the same. Acknowledge your receipt of this Addendum No. 3 by completing the requested information at the following locations: (1) In the space provided below (2) Indicate in upper case letters on the outside of your sealed bid envelop: "DECEIVED & ACKNOWLEDGED ADDENDUM NO. 3" Failure to acknowledge the receipt of this Addendum No. 3 could cause the subject bidder to be considered"NONRESPONSIVE", resulting in disqualification. ADDENDUM NO. 3 ACKNOWLEDGEMENT: By: A. Douglas Rademaker, P.E. T' )-AO r�1 Director, Dept. of Engineering ddress- 1S4N8 R-- G�v� -fi" By. 11; S I ti Telephone(- • S3Y-/? Y3 r Rick Trice, P.E. T�(Acting Assistant Director Addendum No.3 Page 1 11/12/2004 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER &WASTEWATER EXTENSIONS TO SERVE BROADMOOR ADDITION UNITS I & 2 WATER PROJECT NO. P162-060162152380 SEWER PROJECT NO. P172-070172131420 D.O.E. NOS. 4107 AND 4607 IN THE CITY OF FORT WORTH, TEXAS 2004 MIKE MONCRIEF CHARLES BOSWELL MAYOR INTERIM CITY MANAGER DALE FISSELER, P.E. DIRECTOR, WATER DEPARTMENT ROBERT D. GOODE, P.E. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING PREPARED FOR DEPARTMENT OF ENGINEERING CITY OF FORT WORTH PREPARED BY Ak F"- CL.L.C. 1701 River Run, Suite 610, Fort Worth, Tx. 76107 Ph. 817-335-9900, FAX 817-335-9955 A.N.A. PROJECT NO. 021222 TABLE OF CONTENTS PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS PART 61 MINORITY/WOMEN BUSINESS ENTERPRISE SPECIFICATIONS - UNIT 1 VENDORS COMPLIANCE TO STATE LAW - UNIT 1 PROPOSAL - UNIT 1 PART B2 MINORITY/WOMEN BUSINESS ENTERPRISE SPECIFICATIONS - UNIT 2 VENDORS COMPLIANCE TO STATE LAW - UNIT 2 PROPOSAL - UNIT 2 PART C GENERAL CONDITIONS PART Cl SUPPLEMENTAL CONDITIONS TO PART C- GENERAL CONDITIONS PART D SPECIAL CONDITIONS PART DA ADDITIONAL SPECIAL CONDITIONS PART E TECHNICAL SPECIFICATION FOR MANHOLE JOINT SEALING REINFORCED PLASTIC WATER METER BOXES PART F1 CERTIFICATE OF INSURANCE- UNIT 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS- UNIT 1 PERFORMANCE BOND - UNIT 1 PAYMENT BOND - UNIT 1 MAINTENANCE BOND - UNIT 1 PART F2 CERTIFICATE OF INSURANCE- UNIT 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS - UNIT 2 PERFORMANCE BOND - UNIT 2 PAYMENT BOND - UNIT 2 MAINTENANCE BOND- UNIT 2 61 TABLE OF CONTENTS CONT'D PART G CONTRACT-UNIT 1 CONTRACT-UNIT 2 APPENDICES APPENDIX A-STANDARD FIGURES AND DETAILS APPENDIX B-PAVEMENT CORE REPORT APPENDIX C-TxDOT PERMIT APPENDIX D- EASEMENTS AND TEMPORARY RIGHT OF WAY AGREEMENTS 3 i I i PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS i SPECIAL INSTRUCTIONS TO BIDDERS i 1 3 3 I e i 1 1 1 7 i PART A- NOTICE TO BIDDERS Sealed Proposals for the following: E FOR: WATER AND WASTEWATER EXTENSION TO SERVE i BROADMOOR ADDITION r UNITS 1 AND 2 S WATER PROJECT NO. P162-060162152380 SEWER PROJECT NO. P172-070172131420 D.O.E. Nos. 4107 AND 4607 i UNIT 1 SECTION A WATER IMP. 192 L.F. 12" PVC Water Pipe 2834 L.F. 8" PVC Water Pipe 10 L.F. 6" PVC Water Pipe i SECTION B SEWER IMP. 4874 L.F. 8" PVC Sewer Pipe by Open Cut 18 EA. Sanitary Sewer Manholes 3 EA. Sanitary Sewer Drop Manholes : UNIT 2 SEWER IMP. 6421 L.F. 8" PVC Sewer Pipe by Open Cut 24 EA. Sanitary Sewer Manholes 1 EA. Sanitary Sewer Drop Manholes 2 EA. Sanitary Sewer Shallow Manholes Addressed to Mr. Charles Boswell, Interim City Manager of the City of Fort Worth, Texas will be received at the Purchasing office until 1:30 P.M., Thursday, November e, 2004 and then publicly AA and read aloud at 2:00 P.M., in the Council Chambers. 18 i One set of plans, specifications and contract documents for this project may be purchased at the offices of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort 1 Worth, Texas for a non-refundable fee of$60.00 per set. For additional information concerning this project, please contact Mr. Rakesh Chaubey, P.E., Project i Manager(817) 392-6051 or Mr. Jimmy D. Williams, P.E. (817) 335-9900. : Advertising Dates: October 21, 2004 October 28, 2004 1 a COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: FOR: WATER AND WASTEWATER EXTENSION TO SERVE BROADMOOR ADDITION UNITS 1 AND 2 WATER PROJECT NO. P162-060162152380 SEWER PROJECT NO. P172-070172131420 D.O.E. Nos. 4107 AND 4607 Addressed to Mr. Charles Boswell, Interim City Manager of the City ofrt Worth, Texas will be \ k received at the Purchasing Office until 1:30 P.M., Thursday, November , 2004 and then publicly opened and read aloud at 2:00 P.M. One set of plans,Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Building 1000 I Throckmorton Street, Fort Worth,Texas. Plans, Specifications and Contract Documents and additional sets if required may be purchased on a non-refundable basis for sixty dollars ($60.00) for each set. These documents contain additional information for prospective bidders. 3 All bidders will be required to comply with provision 5159 of"Vernon's Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work on the above project shall consist of the following: UNIT 1 SECTION A WATER IMP. 192 L.F. 12" PVC Water Pipe 2834 L.F. 8" PVC Water Pipe I 10 L.F. 6" PVC Water Pipe SECTION B SEWER IMP. 4874 L.F. 8" PVC Sewer Pipe by Open Cut 18 EA. Sanitary Sewer Manholes } 3 EA. Sanitary Sewer Drop manhole UNIT 2 SEWER IMP. 6421 L.F. 8" PVC Sewer Pipe by Open Cut 24 EA. Sanitary Sewer Manholes 1 EA. Sanitary Sewer Drop Manholes 2 EA. Sanitary Sewer Shallow Manholes t 1 i Included in the above will be all other items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety(90)days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will be award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledge them at the time of bid receipt. Information regarding the status of addenda maybe obtained by contacting the Department of Engineering at 817 392-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accordance with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the f participation of minority enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The Bidder shall submit the MBE/WBE SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 P.M., five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non-responsive. Bidders are advised that the City of Fort Worth has not acquired all necessary easements and temporary right of entry agreements for the construction of the project as shown in the Plans. Bidders are hereby notified that the City anticipates obtaining the necessary temporary right of entry I agreements and easements by the start of construction. In the event the necessary easements and temporary right of entry agreements are not obtained, the City reserves the right to terminate the award of the contract at any time before the contractor begins any construction work on the project(s). In addition, Bidders shall hold their unit prices until the City has completed the a acquisition of all easements and temporary right of entry agreements. The contractor shall be prepared to commence construction without all executed easements and temporary right of way agreements and shall submit a schedule to the City of how construction will proceed in the other ears of the project that do not require easements and/or temporary right of way agreements. The Managing Department for this project is the Department of Engineering. I For additional information concerning this project, please contact Mr. Rakesh Chaubey, P.E., Project Manager at(817) 392-6051 or Mr. Jimmy D. Williams, P.E. at(817)335-9900. 1 CHARLES BOSWELL INTERIM CITY MANAGER I I MARTY HENDRIX j CITY SECRETARY i Department of Engineering A. Douglas Rademaker, P.E, Director PUBLICATION: October 21, 2004 By: To n h 5 h o 1 o 1 I y October 28, 2004 far- Rick L. Trice, P.E., Acting Assistant Director, Department of Engineering i i i I } 9 i 1 SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record,an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and { technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience)are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City Of Fort Worth, in an amount of not less than five (5%)percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must(1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess_ of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. I 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. ' 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a)The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of notless than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b)The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show(i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C - General Conditions, pertain to this inspection. (c)The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a)and (b) above. (d)With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. t The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. i { 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601 g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. 7 This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is$25,000.00 or less, the contract amount shall be paid within forty- five (45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal I Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contactor's and/or its subcontractors) alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of fire City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. ' &!UWP UL5G9 12. FINAL PAYMENT ACCEPTANCE AND WARRANTY: a.The contractor will receive full payment(less retainage)from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. i d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i)final quantities, or(ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. i i I I i f i PART 131 MINORITY/WOMEN BUSINESS ENTERPRISE SPECIFICATIONS- UNIT 1 VENDORS COMPLIANCE TO STATE LAW- UNIT 1 PROPOSAL- UNIT 1 fi I 7 7 1 i 7 FORT WORTH UNIT 1 City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY F-If the total dollar value of the contract is$25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MNVBE PROJECT GOALS The City's MBE/WBE goal on this project is_17_%of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: openin date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days.after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. S. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. openin date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817)871-6104. Rev. 5/30/03 UNIT 1 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime otic) -e ,�-A r u cA LP PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE zroad 4 c8i4 ;on V, 1I - 1 ? _09 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER D 161152 350 °% 7 % PP-1 -o-70 20 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1s` tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL MfWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise(M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 UNIT 1 ATTACHMENT 1A FORT NORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N (check one) o SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D W E E R 0 B C T E A �1'u LIG 11(1,-+ RAY 1'1,-- RAY MATERIALS a�1 041- 6633 Grapevine Hwy. oD N.Richland Hills,TX 76180 J®b (817)590-2536 RAY REDI-MIX 6633 Grapevine Hwy. COnt:Y� N.Richland Hills,TX 76180 P'9-8 n (817)590-2536 CENTEX SEEDING,Inc. Grass+ SOC! PO Box 2077 Keller,Texas 76116 (817)306-8510 fax(817)306-8901 BARCUS PIPELINE INSPECTI �'�'�1�� 6317 Cook Hill Rd. Burleson,TX 76028 1/ (817)447-3720 r COWTOWN MATERIALS PO Box 162327 Fort Worth,Texas 76161 ✓ (817)759-1716 fax(817)759-1716 A sp�io� I t' (�� /o o• o REYNOLDS ASPHALT& CONSTRUCTION COMPANY f PO Box 370 1 Euless,Texas 76039 (817)267-3131 I I Rev.5/30/03 UNIT 1 ATTACHMENT 1A FORT WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification r (check one) SUBCONTRACTOR/SUPPLIER T r Company Name i N T Detail Detail Address e M W C X p Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D % E E R O E C T E A V3 0.+e r6D {�1 NATIONAL WATERWORKS S Q U)'0` T;(P"Q' $ (PF51a-' PO Box 840700 SLA Dallas,Texas 75284 (800)252-1557 Rev. 5/30103 UNIT 1 ATTACHMENT 1A FORT WORTH Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ �q LIaO, da Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 7y 370 o� TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 1 U 3 770- 60 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws conceming false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. +2f I v CoY1a4SP- r- Au ed,gignature Printed Signat re '4 reE,id C(1-4 RG m9 Title Contact Name/Title(if different) e :r ro,n S}rpt c--4. tr X L- 81 817 - SS Company Name Telephone and/or Fax Q. e r><. e r.nono Address - ail Ad ress --o,r k" -C"X I!.� Iq I I - I aoq City/State/Zip Date Rev.5/30/03 UNIT 1 ATTACHMENT 1 B FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: �/VWDB�ENON-M/W/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s)on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.5/30/03 UNIT 1 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe (? rime 00,2 Y Ca n sA T L P PROJECT NAME: M/W/DBE NON-M/W/DBE WATER&WASTEWATER EXTENSION TO SERVE BROADMOOR ADDITION BID DATE City's M/WBE Project Goal: PROJECT NUMBER % / 7 WATER P162-060162152380 SEWER P172-070172131420 DOE: 4107 &4607 If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunityl for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRM.K On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities J u c,k i 4-4awl o4;�- SLA Y m, e__GdII VN 14- r � 4- 6�)Ca SS Wo 1 V T—n c,+1 vy-i Rev.05/30/03 UNIT 1 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. --,yes Date of Listing / 1 / No 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? L-'Yes (If yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? V"Yes (if yes,attach list to include name of M/WBE firm, ep rson contacted, phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and documentation faxed. NOTE: If the list of IVI1WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the MlWBEs? __ZYes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute conceming quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach. Company Name Telephone Qontact Person Scope of Work Reason for Rejection Rev.05/30/03 UNIT 1 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MMIBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MIWBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contactedand the reasons for not using them will be verified by the City's :M�BE Offic r(( OL P oriz d Signature Printed Signature Title so m k— Contact Name and Title (if different) Se D� '(LtC}lo,;V L10 (S11) 654'OLI.3 (3)7)53ya�L55� Company Name Phone Number Fax Number I SLtg C, Address Wail Address F-,. (A)�1 r, 1 9 Oq City/State/Zip Dat Rev.05/30/03 UNIT 1 Joint Venture FORT WORTH Page 1 of 3 CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered,use"NA"if applicable- Name of City project: A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the -join t venture MAYBE firm Von-..'*I/NVBE name• firm name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2.Sco a of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Rev.5/30/03 UNIT 1 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------- - ------------------------------ b. Marketing and Sales ----------------------------------------------- c. Hiring and Firing of management personnel ----------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev.5/30/03 UNIT 1 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Ow-ncr Signature of Owner Signature of Ow-ncr Title Title Date Date Notarization State of County of - On this day of , 20 before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (sego Rev.5/30/03 I UNIT 1 VENDOR COMPLIANCE TO STATE LAW s The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non- resident bidders (our-of-state contractors whose corporate office or principal place of business are outside of the state of Texas)bid projects for construction, improvements,supplies or services in Texas ' at an amount lower than lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. ) Our principal place of business or corporate offices are in the State of Texas. BIDDER : iC LIO J By: Company (Please Print) 1 _ i 1,®. z `6Lf q O Signature: i _S 9 Title City State Zip (please print) I THIS FORM MUST BE RETURNED WITH YOUR QUOTATION I 1 F ti PROPOSAL UNIT 1 1 TO: MR. CHARLES BOSWELL Interim City Manager Fort Worth, Texas Fort Worth, Texas 2004 FOR: WATER AND WASTEWATER EXTENSION TO SERVE BROADMOOR ADDITION UNIT 1 SECTIONS A& B WATER PROJECT NO. P162-060162152380 i SEWER PROJECT NO. P172-070172131420 D.O.E. No. 4107 Pursuant to the foregoing "Notice to Bidders,"the undersigned has thoroughly examined the plans, specifications and the site, understand the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. The Contractor must be pre-qualified in accordance with the Water Department of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council, the bidder is bond to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Following are the bid items required for the replacement of water and sanitary sewer mains in UNIT 1 of Broadmoor Addition. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. i (Furnish and install, including all appurtenant work, complete in place, the following items.) (D-No. refers to related items in the Part D Special Conditions.) x PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION A-WATER IMPROVEMENTS: 1. 192 L.F. New 12" PVC DR14 Water Line; per Linear Foot ( Dollars & P4q Cents $ S'S.00 to, 3d U.ab i 131 - 1 UNIT 1, SECTION A PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 2. 50 L.F. New 12" DIP (Class 51)Water Line; per Linear Foot j�C h,,4 Dollars & U Cents $ o.OD moi/ 500.00 3. 2834 L.F. New 8" PVC DR14 Water Line; per Linear Foot �1k)2Yl4-,I--1�Y`e,'?— Dollars & Cents $ a 0a 4. 10 L.F. New 6" PVC DR14 Water Line; per Linear Foot Dollars & l7 Cents $ u.0ti $ as d D 5. 2 EA 12-Inch Gate Valve with Cast Iron Box& Lid; per Each Dollars & 'O Cents $ 00 $ a btu,dD� 6. 10 EA 8-Inch Gate Valve with Cast Iron Box& $ $ Lid; per Each S;x PU136 fea F1 4.4 Dollars & Cents 65C).00 OD 7. 1 EA 6-Inch Gate Valve with Cast Iron Box& Lid; per Each FW e.4U0dUcl }1 �i ��l Dollars & Cents $ 49SO.00 $ 19SO Oa 8. 1 EA Standard Fire Hydrant; 3'6" Bury; per Each t f,eeaJ ��urJdaad Dollars & Nl7 Cents $ L40z),00 $ 1.4Cn "0 l UNIT 1, SECTION A PAY APPROXIMATE DESCRIPTION OF ITEMS WITH Blb UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 9. 5 V.F. Barrel Extension for Fire Hydrant over 3'6" Bury; per Vertical Foot Dollars& Cents $ .00 $ 0d ®0 10. 1 EA Remove and Salvage Existing Fire Hydrant; 'p/er Each H U J&t Z6 Dollars& Cents $ DD $ 11. 3.2 Ton Cast Iron Fittings; 16" or smaller; per Ton r1OVf3alJ& Dollars& Jul® Cents $ ,DD $ �a 12. 29 EA 1-Inch Service Tap to Main (Single Service); per Each UP36 RA"i-JI �A Dollars & 0 Cents $ J®.D® $ 3 dD 13. 18 EA 1-Inch Service Tap to Main (Bullhead Service); Iper each _rWIa® N J Dollars & ,fi1V Cents $ Q00.d d $ , 100o. v 0-/ 14. 41 EA Remove and salvage existing water i meter and box; per each ; R, Dollars & J�ll7 Cents $ ®.®b $ 00 15. 578 L.F. Install 1-Inch Copper Service from Main to Meter; per Linear Foot Dollars& 1 �n Cents $ R .00 $ /q 7,50 ®D 131 -3 �n5erted Pet- UNIT 1, SECTION A PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 16. 4491 L.F. Reroute 1" Copper Water Service line from new meter and connect to existing service line serving occupied lots, includes meter installation; per Linear Foot —Fwen jJ FI uko— Dollars & IN D Cents S o?5 a'D S// a-7 17. 29 EA Reinforced Plastic Class "A" Meter Box Complete in Place; per Each Uhl d iY6 Dollars & Cents 18. 18 EA Reinforced Plastic Class "C" Meter Box Complete in Place; per Each tDollars & I Cents I � 19. 1 EA.. Cut, Plug & Abandon existing 2"Water j Line; per Each T-1 L,NLar.1Dollars & 1J�� Cents S �6D. S e-J -o b/� . T I 20. 150 S.Y. Permanent Reinforced Concrete O� pavement repair per Fig. 2000-2; per Square Yard ,/ 6 Dollars & O Cents S 1-0,00 S 8 Ob 21. 200 L.F. Permanent Asphalt Pavement Repair, per Fig. 2000-1; per Linear Foot f-D✓6 Dollars & N0 Cents 0. db Cog 00' S $ r ' i Addendum No. 3 B1 - 4 UNIT 1, SECTION A PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 22. 500 L.F. Temporary Asphalt Pavement Repair 2" Hot Mix on 6" Compacted Flex Base; per Linear Foot. So 4p n Dollars & No Cents $ 71 . �b 3 $ Ooo 23. 200 S.Y. Permanent Pavement(Asphalt) Repair, beyond trench width; per Square Yard reyry al Dollars & N0 Cents $ yDa� $ s00 4050 24. 500 S.Y. Sod; per Square Yard LO'D Dollars & V Cents $ a OD $ / G� eJOa 25. 100 L.F. Replace Existing Curb and Gutter; per Linear Foot Dollars & Cents $ OD $ a CIO 26. 100 S.Y. Replace existing concrete driveway; per Square Yard. Dollars & Cents $ , $ 3doa 0D� 27. 1 EA. Exploratory excavation (D-hole); per. Each Dollars & �l D Cents $ i ,60 $ 0�,OD 28. 200 S.Y. Concrete Driveway replacement for Water Service re-routes on private property; per Square Yard VJ V Dollars& Cents $ c .� $ 131 -5 v�u1l' �s5 UNIT 1, SECTION A PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 29. 40 S.Y. Asphalt Driveway replacement for Water Service re-routes on private property; per Square Yard h i cL,1 Dollars & Cents $ $ l d ali 30. 60 S.Y. Gravel Driveway replacement for Water Service re-routes on private property; per Square Yard Dollars & Cents $ / QU $ v 31. 1 L.S. Storm water pollution prevention; per Lump Sum ''// Dollars & 1J D Cents $ 5o 1) °° $ 5Q5 bz) 32. 75 C.Y. Type B Backfill; per Cubic Yard (Pre-Bid at$ 15.00/C.Y.) Fifteen Dollars & No Cents $ 15.00 $ 1,125.00 SUBTOTAL UNIT 1 -SECTION A-WATER IMPROVEMENTS $ �'�' Transfer Subtotal to Page (B1 - 11) N� J B1 -6 14ddendum No. 1 UNIT 1, SECTION A LIST OF CAST IRON FITTINGS AS REQUIRED BY E2-7.11A TO BE SUBMITTED WITH BID No. of Fittings Size of Fitting Type of Fitting Weight Each Fittings Ibs Total Weight Ibs 3 12"x 12" Tee ,300 POO 7 8"x 8" Tee zoo 1400 1 8"x 6" Tee Zoo Z p o 6 12" 450 Bend .25-0 O d 1 6" 900 Bend /570 / p 1 8" 11 1/40 Bend 1 12"x 10" Reducer 00 /p o 1 12"x 8" Reducer / 00 /00 1 12"x6" Reducer /490 100 1 8"x6" Reducer /00 /do 2 6" M.J. Solid Sleeve /Oc9 200 11 8" M.J. Solid Sleeve 1 10" M.J. Solid Sleeve /00 /0 6/00 Lb Contractor shall fill in blanks for"Weight per fitting" and "Total Weight" as a part of bid. (Weight should be based on M.J Fittings) 3 i x B1 -7 i UNIT 1, SECTION B PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION B -SANITARY SEWER IMPROVEMENTS 1. 4,874 L.F. *8-inch PVC Pipe for Sanitary Sewer Line by Open Cut, All Depths, per Linear Foot Dollars & j�l® Cents $ �d•bd $ �9 2. 50 L.F. 8-inch DIP(Class-51)for Sanitary Sewer Line by Open Cut, All Depths, per Linear Foot Dollars & )`1D Cents $ 55►®® $ -7'50.®® 3. 52 L.F. 8-inch DIP(Class-51)for Sanitary Sewer Line by other than Open Cut, per Linear I Foot DW 102 4 Ut�604A f'4 4- q Dollars & Nu Cents $ 50.0 $ Ob� 4. 100 L.F. *8-Inch SDR-26 PVC Sanitary Sewer Pipe with Cement Stabilized Backfill by open cut, All Depths; per Linear Foot �j Dollars & I-4D Cents $ �D $ 'CT& 5. 1518 L.F. *4-Inch SDR-26 PVC Sanitary Sewer Pipe for Service Line(All Depths); per Linear Foot I 5( ` Dollars & ®t'7 b Cents $ �•� $ yD• 6. 722 L.F. *4-Inch PVC Sanitary Sewer Pipe for Service line(All Depths); per Linear Foot I IJIJQ 1 Dollars & Cents $ .�� $Ckb 7. 98 EA 4-Inch PVC Sanitary Sewer Service Connection to Sewer Pipe; per Each F uAd b, Dollars& 1 Cents $ 16n. $ l *Contractor shall complete City Approved Product Form on Page B1-12 131 -8 UNIT 1, SECTION B PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 8. 98 EA Install Double-sided Sanitary Sewer cleanout; per Each UdDollars & MOO' a , Cents $ /o�aU $ 74,0.D , 9. 18 EA Standard 4' Dia. Manhole, depth (0'-6'); per Each 'bU LOi-J gUJ\ONA Dollars & ltd Cents $ 00•01) $ a o20D-�D 10. 3 EA 4' Dia. Drop Manhole, depth (0'-6'); per Each �iCR {,� P1J -�U�drea Dollars & Cents $ $ ����•�� � ' 11. 17 V.F. Extra Depth for Drop Manhole(exceeding 6'); per Vertical Foot ® I t Dollars & Cents $ 8b.DD $ 12. 30 V.F. Extra Depth for Standard Manhole (exceeding 6'); per Vertical Foot 0 U t,)6 MCA 4�j Dollars & J�0 Cents $ 14D•®D $ 13. 82 V.-F. Interior Protective Coating for Manhole; per Vertical Foot i '�5•) Dollars & Cents $ DD $ �3 •®a i 14. 1 EA. Remove Existing Manhole; per Each I t1�Q,E ll AA Dollars & Cents $ UO $ 3 •CV` , 15. 7269 L.F. Trench Safety system; per Linear Foot V Dollars �•1 0 Cents $ '®b $ q•0®, 16. 21 EA Water Tight Manhole inserts; per Each Dollars & Cents $ D '' B1 -9 1 UNIT 1, SECTION B PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 17. 121 a EA Concrete Collar for Manholes; per Each F � Dollars & ,hl D Cents $ [� $ qr 00, 18. 21 EA Vacuum Test for Sewer Manhole; per Each Dollars & r Cents $ Ob $ 19. 1360 L.F. Permanent Asphalt Pavement Repair, per Fig. 2000-1; per Linear Foot Vo of Dollars & �b Cents $ (�•� $ Zt� y(, -OD 20. 3194 L.F Temporary Asphalt Pavement Repair, 2" Hot Mix on 6" Compacted Flex-Base; per 6 Linear Foot Dollars & Cents $ -7 .60 $ 0 Q 3 U D r 21. 200 S.Y. Permanent Pavement Repair(Asphalt) beyond trench width; per Square Yard Dollars & t Cents $ Z10.60 22. 5021 L.F. Post Construction Cleaning and T.V. Inspection; per Linear Foot Dollars& ti Cents $ ' s� $ �, So_ i 23. 200 S.Y. Sod; per 8quare Yard 1 WO Dollars & Cents $ •60 $ ,0a / 24. 50 S.Y. Replace Existing Concrete Driveway; per Square Yard Mir D Dollars& tJl7 Cents $ a.00 $ aV" 25. 50 S.Y. Asphalt Driveway Repair; per Square Yard i J L6 Dollars & Cents $ ® � $ 'jd0• v®� B1 -10 i mol ?e,- UNIT 1, SECTION B PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 26. 75 S.T4, Permanent Concrete Pavement Repair; per , Fig. 2000-2; per Square Yard cj Dollars & N 17 Cents $ 27. 60 L.F. Replace Existing Concrete Curb and Gutter; per Linear Foot I Dollars & D Cents 28. 4 EA Exploratory Excavation (D-Hole); per Each � 04 U A Dollars & t!!0 Cents $ OD $ 3vD,, 29. 50 S.Y. Replace existing Gravel Driveway; per S re Yard N Dollars & 1__�0 Cents $ l D b� $ 5 co. 30. 30 L.F. Remove & Replace existing metal Beam Guard Rail; per Linear Foot Le()j- — Dollars & jJ0 Cents $ acJ. ,bb ` 5D.DD. 31, 1,200 S.F. Hydromulch Seeding; per Square Feet N 1c) Dollars & �Ul1 Q Yl Cents $ C) 5 32 1 L.S. Pavement Marking on Cherry Lane; per Lump Sum �GVD (�(�4Liylr� Dollars & Cents $ ' � ' 33. 1 L.S. Storm water pollution prevention; per Lump Sum I 14 a�dri► Dollars & IND Cents $ Jr()D,aD $ 5 6 oz, B1 – 11 4ddendum No. 1 peg UNIT 1, SECTION B PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 34. 125 C.Y. Type B Backfill; per Cubic Yard (Pre-Bid at $ 15.00/C.Y.) Fifteen Dollars & No Cents $ 15.00 $ 1,875.00 SUBTOTAL a UNIT 1 —SECTION A—WATER IMPROVEMENTS $ SZ�� S o� .7-1 , ��' UNIT 1 - SECTION B - SEWER IMPROVEMENTS $ q 31q. 74 �3�-56 TOTAL UNIT 1 - SECTIONS A& B $ -7 . 9b Transfer total to Page 132-9—Summary �50 B1 — 11a Addendum No. 1 UNIT 1, SECTION B K v ^ CITY APPROVED PRODUCT CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED STANDARD SPEC. NO. SIZE El-28 18"thru 27" E100-2 18"thru 48" Consult the"City of Fort Worth, Texas, Texas Standard Product List"to obtain the Generic Trade Name and the Manufacturer for the pipes listed above. ^ Failure to provide the information required above may result in rejection of bid as Only products listed above will beallowed for use inthis project. Any substitution shall result inrejection ofbid ma > non-responsive. | -' 131 - 12 UNIT 1 Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee s applicants to the undersigned are not discriminated against as prohibited by the terms of City Y Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 180 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) ❑ A. The principal place of business of our company is in the State of i ❑ Nonresident bidders in the State of , our principal place of business, are g 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 nor required to underbid resident bidders. _i B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. i Receipt is acknowledged of the following addenda: i Addendum No. 1 ✓ (SEAL) If Bidder is Corporation Addendum No. 2 Addendum No. 3yaffl Respectfully submitted, QD(A(XASk@(- LIQ By. Title: 1 Address : .D F®Y-6 WO( ;rtX `f I# I II 131 —13 I UNIT 1, SECTION B PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID' UNIT ;ArMp NT ITEM QUANTITY 'PRICES WRITTEN IN WORDS PRICE 3`1. C.`( Type 'Q` Ba�k�,tt; der Cubic YArA $ ts.00 cel F SUBTOTAL - - i UNIT 1 —SECTION A—WATER IMPROVEMENTS $ UNIT 1 -SECTION B-SEWER IMPROVEMENTS $ TOTAL UNIT 1 SECTIONS A&B $ Transfer total to Page 62-9—Summary 1 f FORT WORTH UNIT 2 City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is_16 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation,or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: openin date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817) 871-6104. i o .:'•�11I)ll�� ���L1e UNIT 2 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME:(]� Check applicable block to describe prime M/W/DBE NON-MNV/DBE PROJECT NAME: BID DATE City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER PltoI ISa.3fs0 -o Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, Conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing.business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level.. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1S` tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE) is synonymous with Minority/Women Business Enterprise(M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 UNIT 2 ATTACHMENT 1A FORT WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) o SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D W E E R O B C T E A `rvuc Ci RAY MATERIALS FCA--k I �4 D� 6633 Grapevine Hwy. Y �S f'�� `f� N.Richland Hills,TX 76180 I ✓ P (817)590-2536 L-DnGV`2�� RAYrapevMIX 6633 Grapevine Hwy. N.Richland Hills,TX 76180 , e/ (817)590-2536 CENTEX SEEDING,Inc. G Yr,(Gs-w✓ PO Box 2077 / �A �bd 60 Keller,Texas 76116 ' !� (817)306-8510 fax(817)306-8901 BARCUS PIPELINE INSPECTI 6317 Cook Hill Rd. Burleson, TX 76028 ✓ /,/ d. d o (817)447-3720 4 COWTOWN MATERIALS �- PO Box 162327 �9�0 Fort Worth,Texas 76161 , 1 (817)759-1716 fax(817) 759-1716 REYNOLDS ASPHALT& 0415PYY,4 1 F r oc CONSTRUCTION COMPANY PO Box 370 Euless,Texas 76039 (817)267-3131 Rev. 5/30/03 UNIT 2 ATTACHMENT 1A FORT WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification I, (check one) SUBCONTRACTOR/SUPPLIER T r Company Name i N T Detail Detail Address e M w c X F Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D y E E R O E C T E A M cL 4 e -& seW ey- 3I NATIONAL WATERWORKS PO Box 840700 y �i Dallas,Texas 75284 (800)252-1557 Rev.5/30/03 UNIT 2 ATTACHMENT 1A FORT WORTH Page a of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ aoa o, 3oD� Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 3 I f BUD.C1 D TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 5 �� SUTj,DD The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws conceming false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Aut ' ed S' nature Printed Si nature -rps)avyl 1- 5a M'D Title Contact NameTtle(if different) -T&& l—I° $►7�5 3 - 7 $17 3 -q5S Company Name Telephone and/or Fax V. I Ic�LF U 9 2Vc q @J COna--t se c. co m Address &,- ail Address X `tilollI I- 19 - 041 City/State/Zip Date 7 :Rav x-30/ 3 ,: UNIT 2 ATTACHMENT 113 FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if bath answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m.,five (5) City business days after bid opening exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO this is our normal business practice and provide an operational profile of our business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s)on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws conceming false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.5/30/03 UNIT 2 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe C®� / 1 I® rime PROJECT NAME: M1W/DBE NON-M/W/DBE WATER&WASTEWATER EXTENSION TO SERVE BROADMOOR ADDITION BID DATE 11 City's M/WBE Project Goal: PROJECT NUMBER % /61 WATER P162-060162152380 SEWER P172-070172131420 DOE: 4107 &4607 If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/VVBE. (DO NOT LIST NAMES OF Fes,IRM On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities )1'2 Y\C,aLL Ula ' > S I q- I',Q a - L,IyAes, Rev. 05/30/03 UNIT 2 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's MIWBE Office. —'Yes Date of Listing 09 / / q No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? —Yes (If yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? -"Yes (if yes,attach list to include name of MIWBE firm, Person contacted, phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and documentation faxed. NOTE: If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (W) of the list within such area of opportunity, butt not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M[WBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection 0-fta 4- Rev.05/30/03 UNIT 2 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's BE Office. -- to n e r J:oriz d Signature Printed Sign ture 1Yn Title Contact Name and Title (if different) rd17 53y-Nss� Company Name Phone Number Fax Number rf I PI ,(Yj P e. co)YYN- Address Wmail Address -r-oY4, Loart►r, ) City/State/Zip Date Rev.05/30/03 UNIT 2 Joint Venture FORT WORTH Page 1 of 3 CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered,use`NA"if applicable. Name of City project: A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the join t venture NI/NVBE firm Non-.'Y1/WBE name: firm name: Business Address: Business Address: City,Slate,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: Describe the scope of work of the INIMME: Describe the scope of work of the non-NIMME: Rev.5/30/03 UNIT 2 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race,sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision malting of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------ -------------------------------- b. Marketing and Sales ----------------------------------------------- c. Hiring and Firing of management personnel ----------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev. 5/30/03 UNIT 2 Joint Venture Pacle3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed dame of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of 20 before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (.seal) Rev. 5/30/03 UNIT 2 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non- resident bidders (our-of-state contractors whose corporate office or principal place of business are outside of the state of Texas)bid projects for construction, improvements,supplies or services in Texas at an amount lower than lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. Our principal place of business or corporate offices are in the State of Texas. BIDDER : By: c ► YlaA�,e_r Company (Please Print) Signature: `t-CTt-b h���(Gt Title : 2 � SAy n4 City State Zip (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 1r� PROPOSAL UNIT 2 TO: MR. CHARLES BOSWELL Interim City Manager Fort Worth, Texas Fort Worth, Texas 2004 FOR: WATER AND WASTEWATER EXTENSION TO SERVE BROADMOOR ADDITION UNIT 2 SEWER PROJECT NO. P172-070172131420 D.O.E. No. 4607 Pursuant to the foregoing "Notice to Bidders,"the undersigned has thoroughly examined the plans, specifications and the site, understand the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. The Contractor must be pre-qualified in accordance with the Water Department of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council, the bidder is bond to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Following are the bid items required for the construction of sanitary sewer mains in UNIT 2 of Broadmoor Addition. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract: (Furnish and install, including all appurtenant work, complete in place, the following items.) (D-No. refers to related items in the Part D Special Conditions.) ;I 1 B2- 1 i UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SANITARY SEWER IMPROVEMENTS: 1 6207 L.F. *8" PVC Pipe for Sanitary Sewer Line by Open Cut, All Depths; per Linear Foot �O P t-- Dollars & JIM Cents $ Lin 00 CRIS CQW®©- 2 50 L.F. 8-inch DIP (Class-51)for Sanitary Sewer Line by Open Cut, All Depths per Linear Foot E; Dollars & Cents $ S'S $ 3 194 L.F. *8-Inch SDR-26 PVC Sanitary Sewer Pipe with Cement Stabilized Backfill by open cut. All Depths; per Linear Foot Fi� & el Dollars & Cents $ so.OD $ 760.0", 4 20 L.F. *8-Inch SDR-26 PVC Sanitary Sewer Pipe by open cut. All Depths; per Linear Foot Dollars & 1J� Cents $ q:S-OD 5 2048 L.F. *4-Inch SDR-26 PVC Sanitary Sewer Pipe for Service Line (All Depths); per Linear Foot Dollars & 11)0 Cents $ �.®� $ 6. 1152 L.F. *4-Inch PVC Sanitary Sewer Pipe for Service line (All Depths); per Linear Foot te►�wn�Jiln1�� Dollars & Cents $ b0 $ (�.0 *Contractor shall complete City Approved Product Form on Page B-19 �`�� ��'�AI B2-2 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 7. 131 EA 4-Inch PVC Sanitary Sewer Service Connection to New Sanitary Sewer Pipe; per Each Dmc 0 4,3Aya 5;�b,f Dollars & X10 Cents 8. 131 EA Install Double-sided Sanitary Sewer cleanout; per Each d?AL a U h)a wa Dollars & b Cents $ ®d $ 9. 24 EA Standard 4' Dia. Manhole, depth (0'-6'); per Each i FDu,r4_.e60tJ �U (Vd Dollars & I Cents $ q®D•®® $ 38 V O - r 10. 2 EA Standard 4' Dia. Shallow Manhole, per Each Dollars & O Cents $ (o00.0� $ I 11. 1 EA 4' Dia. Drop Manhole, depth (0'-6'); per Each t �ia ht AV)J L tJd fQ8 Dollars & 00 Cents $ g®�®� $ SOD•u0 ... 12. 8 V.F. Extra Depth for Drop Manhole (exceeding 6'); per Vertical Foot ®wAtu jJ dv, a Dollars & I p NO Cents $ �O�•OD $ D•®a .l 13. 48 V.F. Extra Depth for Standard Manhole (exceeding 6'); per Vertical Foot r Dollars & Cents $ ���•dd $ �0�7��'U 0 1 a 1 62-3 1 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 14. 37 V.F. Interior Protective Coating for Manhole; per Vertical Foot 01A fl U 1,J'8 rVA 5i6�4PJQ—Dollars & U DOS, tit Cents $ 65 $ Corl r 15. 2 EA Remove Existing Manhole; per Each Dollars & rJp Cents $ oZbQb� $ �•�b �' 16. 2 EA Connect to Existing Sanitary Sewer Manhole;; Iper Each �+� U,j red Dollars & i l� Cents $ •ob $ ( �Q®v { i 17. 9644 L.F. Trench Safety system; per Linear Foot Dollars& i I Cents $ ®61) $ G i 18. 28 EA. Water Tight Manhole inserts; per Each -Iji{ `J FIN, Dollars & i r.(0 Cents $ .5•b® $ 19. 27 EA Concrete Collar for Manholes; per Each �WID ULkAa R..A Dollars & Cents $ $ 20. 27 EA Vacuum Test for Sewer Manhole; per Each V1 & •/ Dollars & /J17 Cents $ ®Da $ l 7 1 1 i } B2-4 i