Loading...
HomeMy WebLinkAboutContract 32233 CITY SECRETARY CONTRACT NO. P FORTWORTH • CIN SECRETARY D.O.E. FILE CONTRACTOR'S BONDING CO. .. CONSTRUCTION'S COPY CLIENT DEPARTMENT SPECIAL CONTRA CTDOCUMENTS FOR WATER & SEWER MAIN REPLACEMENTS CONTRACT 2005A "MWSR2005A" PROJECT NUMBERS: PW77-060770157350 PS46-070460136960 DOE NO. 4891 r-t clyy SE CaMay ei- ,,,-,P aftm" en, r; d1 SAL U :y ro ORIGINAL � W1V1WXCFWNet4Qrg Home I Council Agenda I M&C I Employee Directory I Morning Report I Ads I PRS I It Online I Departments Print M&C pq COUNCIL ACTION: Approved on 7/26/2005 DATE: 7/26/2005 REFERENCE NO.: **C-20872 LOG NAME: 30WSM2005A CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of a Contract with William J. Schultz, Inc., d/b/a Circle "C" Construction Company, for Water and Sewer Main Replacements Contract 2005A RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with William J. Schultz, Inc., d/b/a Circle "C" Construction Company, in the amount of$1,781,944.00 for Water and Sewer Main Replacements Contract 2005A (MWSR2005A). DISCUSSION: The work to be performed under this contract consists of replacing deteriorated water and/or sewer mains at various locations throughout the City that have exhibited recurring maintenance problems. This project was advertised for bid on March 31 and April 7, 2005. On April 28, 2005, the following bids were received: Bidders Bid Amount Time of Contract William J. Schultz, Inc. d/b/a $1,781,944.00 365 Calendar Days Circle "C" Construction Company Cleburne Utility Construction, Inc. $1,807,780.00 Tri-Tech Construction, Inc. $2,127,078.00 The engineer's estimate for this project was $1,683,007.00 - The low bidder, William J. Schultz, Inc. d/b/a Circle"C" Construction Company, is in compliance with the City's M/WBE Ordinance by committing to 21% M/WBE participation. The City's goal for this project is 21%. In addition to construction costs, $53,459.00 contingency is required for possible change orders, and $213,830.00 is required for design, inspection and survey services. This project is located in all Council Districts. FISCAL INFORMATION/CERTIFICATION: "- The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Commercial Paper Water and Sewer Fund. TO Fund/Account/Centers FROM Fund/Account/Centers PW77 541200 060770157350 $901.954.00 PS46 541200 070460136960 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 SPECIAL CONTRACT DOCUMENTS FOR WATER& SEWER MAIN REPLACEMENTS CONTRACT"2005A" "MWSR2005A" PROJECT NUMBER(S): PW77-060770157350 PS46-070460136960 D.O.E.No.4891 CHARLES R. BOSWELL S. FRANK CRUMB CITY MANAGER ACTING DIRECTOR WATER DEPARTMENT A. DOUGLAS RADEMAKER,P.E.,DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY DEPARTMENT OF ENGINEERING CITY OF FORT WORTH, TEXAS WATER DEPAR 1 MENT WATER & SEWER MAIN REPLACEMENTS CONTRACT 2005A "MWSR2005A" PROJECT NUMBERS: PW77-0607701 S73SO PS46-070460136960 D.O.E.No. 4891 S. FRANK CRUMB,P.E. ACTING DIRECTOR WATER DEPARTMENT 2005 APPROVED A.DOUGLAS RADEMAKER,ME, I CTOR,DEPARTMENT OF ENGINEERING APPROVED DOO KIM,P.E,ENGINEERING MANAGER,WATER DEPARTMENT rF RECOMMEAU DTE tol x n �, a, ,e• �a n'0� NOTICE TO BIDDERS Sealed proposals for the following: WATER& SEWER MAIN REPLACEMENTS CONTRACT 2005A; "MWSR2005A" PROJECT NO. PW77-060770157350 PS46-070460136960 DOE NO. 4891 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M. April 28, 2005, and then publicly opened and read aloud at 2:00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Sets of documents may be purchased for a non- refundable price of$20.00. Bid security is required in accordance with the Special Instructions to Bidders. Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation's as appropriate is received by the City. The award of contract, if made, will be within forty-nine (49) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817)392-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the ordinance from the office of the City Secretary. In order for a bid to be considered responsive, the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with your bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render your bid non- responsive. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall be evidence that the Documentation was received by the City. Failure to comply shall render your bid non-responsive. For additional information, contact Adolfo Lopez @(817) 392-7829 or Jim Deeter @(817) 392-7803. CHARLES R. BOSWELL MARTHA A.HENDRIX CITY MANAGER CITY SECRETARY Department of Engineering A. Douglas Rademaker,Director Advertising Dates: By 7/2t March 31, 2005 Bryan Beck, P.E.Manager April 7, 2005 Engineering Design Services 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 s 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. 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: 06/04/03 (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment of not less 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 D-3 Right to Audit 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. 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. 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. 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 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 06/04/03 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 ^'R 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 Contractor's and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS 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 the 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. .. 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. d. The warranty period shall begin as of the date that the final punch list has been completed. 06/04/03 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. 06/04/03 1�E ATTACHMENT 1A Page 1 of 4 x -05-05N01 :23 RCVD FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime WILLIAM J.SCHULTZ,INC.DBA CIRCLE C CONSTRUCTION PROJECT NAME: MNV/DBE NON-MM/DBE BID DATE WATER&SEWER MAIN REPLACEMENT CONTRACT 2005A"DWSR 2005A 4128/05 City's M1WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 21% 21% DOE#4891 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 1 st 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/Wl3E 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. 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) SUBCONTRACTORISUPPLIER T n Company Name i N T Detail Detail Address 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 M&M CONSTRUCTION 1 X SUPPLYING SAND, ROCK, $ 125,368.00 9725 SALORN DR. MATERIAL & ASPHALT CROWLEY TX 703 HAULING MATERIAL $ 107,478.00 HAULING & HAUL OFF RICOCHET FUEL DIST. 1 X SUPPLYING FUEL, OIL, & $ 143,277.00 1101-A BEDFORD RD. MATERIAL HYD. FLUID BEDFORD, TX 76002 REDI-MIX CONCRETE 1 X SUPPLYING CONCRETE $ 15,000.00 P.O. BOX 112578 MATERIAL CARROLLTON, TX. LATTIMORE MATERIAL 1 X SUPPLYING ONCRETE $ 15,000.00 P.O. BOX 556 MATERIAL MCKINNEY, TX 75070 TEXAS WATER PROD. 1 X SUPPLYING PIPE & MISC. $ 85,000.00 5820 E. BERRY MATERIAL RELATED FORT WORTH, TX. MATERIAL 76119 HIES SUPPLY 1 X SUPPLYING PIPE & MISC. $ 85,000.00 7101 LATHAM DR. MATERIAL RELATED RICHLAND HILLS TX. MATERIAL 76118 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 N (check one) o SUBCONTRACTORISUPPLIER T n Company Name i N T Detail Detail Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount T D VY Telephone/Fax r B B R O B E E C T E A CHEM-CAN X SANITATION POTTIES $ 2,000.00 P.O. BOX 434 ARLINGTON, TX 76004 AMERICAN 1 X SUPPLYING BARRICADES $ 2,000.00 BARRIACES, INC. MATERIAL 107 ENON AVE. EVERMAN, TX. 76140 RENTAL SERVICE 1 ) RENTAL EQUIPMENT $ 25,000.00 CORP. RENTAL P.O. BOX 840514 DALLAS, TX. 75284 UNTIED RENTAL INC. 1 ) RENTAL EQUIPMENT $ 25,000.00 3120 SPUR 482 RENTAL SUITE B IRVING, TX. 75062 JOHN A. MILLER & 1 XINSURANCE BONDING, WC. $ 170,142.00 ASSOC. AND GENERAL P.O. BOX 7214 INSURANCE FT. WORTH, TX. 7611 TARRANT CONCRETE 1 X SUPPLY CONCRETE $15,000.00 P.O. BOX 6194 MATERIAL FORT WORTH, TX 76115 ATTACHMENT 1A FORT WORTH Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 376,123.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 439,142.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 815,265.00 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 concerning 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. Carol J. Schultz Authorized Signature Printed Signature Vice-President Title Contact Name/Title(if different) Circle C Construction Co. 817-293-1863 FAX 817-293-1957 Company Name Telephone and/or Fax P.O.BOX40328 Address E-mail Address FORT WORTH,TX.76140 5/5105 Cft tateizip Date ��EC001D PART B -PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: Charles R. Boswell City Manager Fort Worth,Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of four-inch through sixteen-inch water main, and six-inch through fifteen-inch sanitary sewer mains and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: WATER& SEWER MAIN REPLACEMENTS CONTRACT"2005A"; "MWSR2005A". Water Project No. PW77-060770157350 Sewer Project No.PS46-070460136960 Pursuant to the foregoing Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City Engineering Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work,complete in place,the following items) (D-No.refers to related items in the Part D Special Conditions:) B-1 UNIT I: WATER ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. (QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT Wl. 50 L.F. 4-Inch PVC Pipe (DR-14), D-3/0; Per Linear Foot: Tw t n7ii e i o. Dollars o ° and o Cents $ fig' = $ you W2. 1000 L.F. 6-Inch PVC Pipe (DR-14), D-30;Per Linear Foot: /.. ". /y Dollars and h o Cents $3,P = $30000 W3. 2000 L.F. 8-Inch PVC Pipe (DR-14), D-30; Per Linear Foot: Th to 0 Dollars o 6 E and o Cents $3? $ Doo W4. 500 L.F. 10-Inch PVC Pipe (DR-14), D-30; Per Linear Foot: Dollars o° and o Cents $ Vo $-'?06)00 W5. 1000 L.F. 12-Inch PVC Pipe(DR-14), D-30; Per Linear Foot: r�+ / oa o'e& Dollars G� and n U Cents $ g $ 7' W6. 50 L.F. 4-Inch Ductile Iron Pipe, Class 51,D-52; Per Linear Foot: v° /4/ Dollars cv and n o Cents $ 30 $ S� B-2 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W7. 100 L.F. 6-Inch Ductile Iron Pipe, Class 51, D-52; Per Linear Foot: Dollars and n n Cents $ 3 $ W8. 500 L.F. 8-Inch Ductile Iron Pipe, Class 51,D-52; Per Linear Foot: 0 Dollars av 0' and o Cents $ 39 $ 19001) W9. 100 L.F. 10-Inch Ductile Iron Pipe, Class 51, D-52; Per Linear Foot: � vD pD To 4o ; and Ino Cents $ $ Ll �0d W10. 100 L.F. 12-Inch Ductile Iron Pipe, Class 51, D-52;Per Linear Foot: Oo DIP - �y t e�� Dollars /l _ r and n o Cents $ 7 g $ ygo Wil. 250 L.F. 16-Inch Ductile Iron Pipe, Class 51, D-52; Per Linear Foot: 1 ab 'f Dollars v� D� and /)U Cents $ /D $ 7 5 DD W12. 50 L.F. 4-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-52, DA-6;Per Linear Foot: 1 dD vv Dollars =and n v Cents $ $ 6�� B-3 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W13. 50 L.F. 6-Inch Ductile Iron Carrier Pipe, Class 51,with Casing Spacers, D-52,DA-6; Per Linear Foot: �o I q�- - / ,.- A.,-.1 p,,. o 4 Dollars �� �•� .�.� and no-Li Cents $ $ W14. 50 L.F. 8-Inch Ductile Iron Carrier Pipe, Class 51,with Casing Spacers, D-52,DA-6;Per Linear Foot: TD r lav ire U 01 Dollars °o, vJV and no Cents $ $ .2 W15. 50 L.F. 10-Inch Ductile Iron Carrier Pipe, Class 51,with Casing Spacers, D-52,DA-6; Per Linear Foot: o. Dollars and n o Cents $'� $ 33DD W16. 50 L.F. 12-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-52, DA-6;Per Linear Foot: e/4 `i !� 77",c Dollars o o and a Cents $ $ ��✓�� W17. 50 L.F. 16-Inch Ductile Iron Carrier Pipe, Class 51,with Casing Spacers, D-52,DA-6; Per Linear Foot: one Lon_ " d Dollars oa and 01 v Cents $/DD $ 500o W18. 50 L.F. 16-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, DA-6, DA-7; Per Linear Foot: /I 0 aale1 el Dollars 1010 o_ and „ej Cents $a60 $m Doo B-4 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W19. 50 L.F. 18-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, DA-6,DA-7; Per Linear Foot: Iwo X ag e L! d,' A Dollars vv a �� 1 and -170 T Cents $ $ W20. 50 L.F. 24-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, DA-//6, DA-7; Per Linear Foot: Thin ., ter, W-eyO "i�� Dollars �� vo and 00 f Cents $ Aso $ I?$OD W21. 50 L.F. 30-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, DA-6, DA-7; Per Linear Foot: � v ?D+ui AMA elleio1 Dollars and .40 Cents $ $ W22. 50 L.F. 16-Inch Casing Pipe by Direct Bury, DA-7; Per Linear Foot: ° B/i& 1.el;j Dollars �oZsD °. and „n Cents $ a J� $ W23. 50 L.F. 18-Inch Casing Pipe by Direct Bury, DA-7; Per Linear Foot: 1l 11 t�y z + ✓G Dollars ?16 e ��SD °• and 'nO Cents $ $ + W24. 50 L.F. 24-Inch Casing Pipe by Direct Bury, DA-7; Per Linear Foot: Dg.c hi s..zDollars ay oA and Cents D $ SOD D B-5 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W25. 50 L.F. 30-Inch Casing Pipe by Direct Bury, DA-7; Per Linear Foot: 0� ©n t `i a.,�✓r� ��i.1�.7 Dollars °D and n v Cents $ 00 W26. 5 E.A. 4-Inch Gate Valve w/Cast Iron Box and Lid,D-52; Per Each: ✓r h/,4.07 eooe Dollars _ Di ,V and .1-20 Cents $ Sao $" 500 W27. 10 E.A. 6-Inch Gate Valve w/Cast Iron Box and Lid, D-52;Per Each: ,Sl,e W...��io/ ., Dollars / �n ao = and 040 T Cents $ US 0 $ 5 Dd W28. 10 E.A. 8-Inch Gate Valve w/Cast Iron Box and Lid,D-52;Per Each: • / O Dollars and A 0 Cents $ 900 $ 9DDa W29. 2 E.A. 10-Inch Gate Valve w/Cast Iron Box and Lid, D-52;Per Each: On{ i�4 o u's A»a ��r..r `.t, a/__00/ Dollars and „ o Cents $ 1.300 $ 02 ,0b W30. 2 E.A. 12-Inch Gate Valve w/Cast Iron Box and Lid, D-52; Per Each: d/7,L ��O u.fAnO� Awnani.r Dollars D and 00 Cents $ /.Soo $ '3oa o s ®' W31. 2 E.A. 16-Inch Resilient-Seated Gate Valve and Vault,DA-74; Per Each: a Dollars and h o Cents $ 000 $ B-6 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W32. 2 E.A. 16-Inch Double Disk Gate Valve and Vault, D-52; Per Each: 1L / v . Aen t o us 4 n d Dollars °' a° and r)v Cents $ V ooU $ o7D Dob W33. 1 E.A. Cut-In 4" Gate Valve w/Cast Iron E Box and Lid, D-52;Per Each: One -A?ou.r4n a' 'y-e h un c%e d Dollars v t oa - and n d Cents $ W34. 2 E.A. Cut-In 6" Gate Valve w/Cast Iron Box and Lid/,D-52; Per Each: one A4-oe4san d 6a a Stdtn Wrto" Dollars `� and n o Cents $ �'Do $ 3 7 40 _ W35. 5 E.A. Cut-In 8" Gate Valve w/Cast Iron Box and Lid,D-52; Per Each: 0 W e /m/e",f d a ., Dollars o0 0 and '40 Cents $a00o $ JD DOb W36. 2 E.A. Cut-In 10"Gate Valve w/Cast Iron Box and Lid,D-52; Per Each: Tevd {�s•• Jan fe✓o �u�d,� Dollars 60 00 and n a Cents $ a a0 O $7 W37. 2 E.A. Cut-In 12"Gate Valve w/Cast Iron Box and Lid,D-52; Per Each: fava 744aUSan01 eleA AtinoJr r Dollars b° 'e L, and n O Cents $ Do $ 500 W38. 2 E.A. Remove and Salvage 16" Gate Valve and Vault, D-29;Per Each: - on c -/-/ioUIS a 4 o/ a o ao At u e `,u„el-no Dollars and Cents $ SDD $ 94-coo - B-7 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W39. 5 E.A. Remove Gate Valve and Box, Plug 12"or Smaller Mains in Separate Trench, D-29; Per Each: 0,7,c 7 4-&ces 4 n e" Dollars A o! and rt 0 Cents $���'� $ 50,06 ' W40. 10 Tons Cast Iron/Ductile Iron Fittings, Less than 16-Inch Diameter, D-52; Per Ton: 7 0.. 70140 ik S 4 n Dollars ��O �d OdD and n a Cents $ $ W41. 10 Tons Cast Iron/Ductile Iron Fittings, 16-Inch Diameter and Larger, D-52; Per Ton: 0� O Six Xx a ter*,?of Dollars ° and .10 Cents $ G DDD $40�O y W42. 10 E.A. Standard Fire Hydrant, 3'-6" Bury Depth; Per Each: G� -1i✓o t o us 4 n Qi Dollars p DDD and Jn o Cents $ ,0100 $ W43. 10 V.F. Fire Hydrant Bbl. Extension, Per Vertical/Foot: Th/*rt /tan 4l/ e Dollars °D of and o Cents $ 3DB $ 3D'000 W44. 5 E.A. Remove Existing Fire Hydrant, D-29; Per Each: toa� `iun�i�� Dollars -' ov and h o Cents $ y� $•?laoO B-8 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W45. 1 E.A. Install 1-Inch Air and Vacuum Re ease V/a/lve w/Vault; Per Each: q/o TiJmwSan C/ 1�i'✓` �i�.'e%i d Dollars and -10 Cents $ So[) $ ;?Sao W46. 1 E.A. Install 2-Inch Air and Vacuum Release Valve w/Vault;Per Each: -IW O N f 4,0 d Dollars -� and n o Cents W47. 1 E.A. Install 4-Inch Blow Off w/4" Gate Valve& Sump Manhole, Per Each: s v Gu i �!i o usa d Dollars dv// and '16 Cents $7DDU $ dop r W48. 1 E.A. 16"X 12" Tapping Sleeve and 12-Inch Valve w/Box; For C.I., D.I., or Concrete Main; Per Each: teal op Th c u s o n o/ Dollars and 4 v Cents $���� $T�o o ' W49. 1 E.A. 16"X 10" Tapping Sleeve and 10-Inch Valve w/Box; For C.I., D.I., or Concrete Main; Per Eich: fh��-t �`ioc.s4A -e .,�/.s Dollars 40a bo and nv Cents $ 3 Sod $ 3 54oe " W50. 1 E.A. 16"X 8"Tapping Sleeve and 8-Inch Valve w/Box; For C.I.,D.I., or Concrete Main;Per Each- "* /x.0aSanc7 O �:rt 1494 a/,.11 W Dollars oe and n o Cents $ 35400 $ 857-00 B-9 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W51. 1 E.A. 16"X 6"Tapping Sleeve and 6-Inch Valve wBox; For C.I.,D.I., or Concrete/Main; Per Each: _/Wa 7<<io usan d ye%.e d Dollars and a Cents $ $D o $ $o O W52. 1 E.A. 16"X 4"Tapping Sleeve and 4-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: -/ws 1.4 4p4.rnnW fir.•d -4&,,,we, ter' Dollars 0,0 and -160 Cents $ 2a00 $ a a OD W53. 1 E.A. 12"X 12"Tapping Sleeve and 12-Inch Valve wBox;For C.I.,D.I., - PVC or Concrete Main; Per Each: 7�h��t �`r ou s.►„o� Dollars and A d Cents $ 3aaa 0 Do D W54. 1 E.A. 12"X 10"Tapping Sleeve and 10-Inch Valve wBox; For C.I.,D.I., PVC/or Concrete Main; Per Each: 1�4 o"sa n ol Dollars ° c� and it & Cents $3bdo W55. 1 E.A. 12"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I.,D.I., PVC or Co/��fjcrete Main; Per Each: fW o T/1 0,& S QA d Dollars and A.0 Cents $o25P6 W56. 1 E.A. 12"X 6"Tapping Sleeve and z 6-Inch Valve wBox; For C.I.,D.I., PVC or Coln/rete Main; Per Each: Ate/o ThDaSAn C/ a r r a n i d Dollars s �� and -2-C) Cents $ 02 5 Ob $ $od -` B-10 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. (QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W57. 1 E.A. 12"X 4"Tapping Sleeve and _ 4-Inch Valve wBox; For C.I.,D.I., PVC or Concrete Main; Per Each: Tw s /`i C u s 4„ e® Dollars and A G Cents $ DDo - W58. 1 E.A. 10"X 10" Tapping Sleeve and 10-Inch Valve wBox; For C.I., D.I., PVC or Concrete Main; Per Each: /Wo ]��muSAno� O rl u., o/,-.0.0 Dollars �el o� and ,4 o Cents $ v2 Soo $ $oo W59. 1 E.A. 10"X 8"Tapping Sleeve and 8-Inch Valve w/Box;For C.I.,D.I., PVC or Concrete Main; Per Each: 7�a✓0 --o' o NJQ n o� v '✓! �i u n a✓it® Dollars ° R and '?y Cents $ W60. 1 E.A. 10"X 6"Tapping Sleeve and 6-Inch Valve wBox; For C.I.,D.I., PVC or Cton/crete Main; Per Each: �wo Thpasatio/ 00 've �.,a✓i �/ Dollars and Cents $, W61. 1 E.A. 10"X 4"Tapping Sleeve and 4-Inch Valve w/Box;For C.I.,D.I., PVC or Concrete Main; Per Each: o° &e n rtS Dollars and nc Cents $ °2Dco $ Doo W62. 1 E.A. 8"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I., D.I., PVC or Concrete Main; Per Each: Dollars oa �D and n o Cents $ o? 'wo n v B-11 � ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W63. 1 E.A. 8"X 6"Tapping Sleeve and 6-Inch Valve w/Box; For C.I., D.I., PVC or Concrete Main; Per Each: Dollars ° 0o a — Qoa and n a Cents r W64. 1 E.A. 8"X 4"Tapping Sleeve and 4-Inch Valve w/Box; For C.I., D.I., PVC or Concrete Main; Per Each: Dno ,fi�ouso�d v e 1qV �i u n�•i s'_ Dollars °= and „o Cents $ /$0D $ 1800 W65. 1 E.A. 6" X 6"Tapping Sleeve and 6-Inch Valve wMox;For C.I.,D.I., PVC or Concrete Main; Per Each: Tr. 14.f.0.0 a✓ Dollars and 447 Cents $ DOD $ a a'0 6 W66. 1 E.A. 6"X 4"Tapping Sleeve and x 4-Inch Valve w/Box;For C.I.,D.I., PVC or C//o[/ncrete Main; Per Each: an-e Tgeuf47D, /'w o l&e a oo ao and 070 Cents $ $ Jaoo W67. 10 E.A. 2-Inch Service Taps to Main, D-52, DA-76; Per Each: S/X`i a n c✓/'�d Dollars and 026 Cents $ O $ Goo a W68. 10 E.A. 1-1/2-Inch Service Taps to Main, D-52, DA-76; Per Each: SiX Liunec� Dollars and 07 o Cents B-12 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W69. 10 E.A. 1-Inch Service Taps to Main, D-52; Per Each: r iri �a n s►�i i Dollars o� and e7 d Cents $ 50O $ W70. 10 E.A. 3/4-Inch Service Taps to Main, D-52; Per Each: e% ✓ Dollars and n v Cents $ /DO $ 04 d W71. 100 L.F. Install 2-Inch Copper Service, D-52,DA-76; Per Linear Foot: // Do Tw t w e �w O Dollars101f�� and ,,a Cents $ $ DO W72. 100 L.F. Install 1-1/2-Inch Copper Service, D-52, DA-76;Per Linear Foot: Dollars 10 and h a Cents $�O $ '2oz;"0 r W73. 1000 L.F. Install 1-Inch Copper Service, D-52; Per Linear Foot: Dollars �_°� ° and 001 ate- Cents $ /Pod $ p 0013 s W74. 100 L.F. Install 3/4-Inch Copper Service, D-52; Per Linear Foot: Oa 60 Dollars = and hy Cents $ $ �0 W75. 5 E.A. Relocate 2-Inch Service Meters, and Meter Boxes, D-52,DA-62; Per Each: 4 /W'D fi a n o/ Dollars t and n Cents $�4 a $ 1,0,6,0 B-13 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W76. 5 E.A. Relocate 1-1/2-Inch Service Meters,and Meter Boxes, D-52,DA-62; Per Each: Dollars °D �. and ti u Cents $ W77. 5 E.A. Relocate 1-Inch Service Meters, and Meter Boxes, D-52,DA-62; Per Each: 144va Wae%�d Dollars o v a o and 40 Cents $ $ /poa W78. 5 E.A. Relocate 3/4-Inch Service Meters, and �. Meter Boxes, D-52,DA-62; Per Each: D O { ji r.n e✓r.e/ Dollars and ,.&V Cents $ 4D0 $ 504 W79. 5 E.A. Install Multiple Service Branches } For 2-Inch Copper Service, D-52, DA-76; Per Each A,e 1,��ci.�d Dollars 4>0 oD and Cents $ OD $ pop W80. 5 E.A. Install Multiple Service Branches For 1-1/2-Inch Copper Service, D-52, DA-76; Per Each: five 0/74fAsfiA*0000, Dollars Of D� and op e Cents W81. 5 E.A. Install Multiple Service Branches For 1-Inch Copper Service, D-52;Per Each: Ta,a n ale o`✓ Dollars o and Cents +� B-14 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W82. 50 E.A. Furnish and Set Class `C',Plastic Meter Boxes, D-52; Per Each: ont W ��Y„ Dollars a� and c Cents $ 15D $ 7$"PD W83. 50 E.A. Furnish and Set Class `B',Plastic r Meter Boxes,D-52; Per Each: ant 41001-109W 4?07 4y Dollars 097 pv and n o Cents $ 15b $ �S�d W84. 50 E.A. Furnish and Set Class `A',Plastic Meter Boxes,D-52;Per Each: on-1 44.E W.t el Dollars po 00 and 070 Cents $ l0,0 $ .SDDb W85. 4000 L.F. Furnish and Lay 2-Inch Pipe and Fittings for Temporary Service, D-52; Per Linear Foot: O li.J*44 Dollars and 40 Cents $ $ W86. 5 E.A. Water Sample Station Installation, Fig. 33 or 34, D-52; Per Each: � o' ,ta '1 v t �""elle of Dollars yr and AO Cents $ 5-p0 W87. 5 E.A. Relocate Sprinkler System Backflow Preventor or Control Valve&Box, DA-73; Per Each: 1:'✓.t a.,o✓. 1e/ Dollars lop and d Cents $ 500 $ ,15 0,0 B-15 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W88. 10 E.A. Cut and Plug Existing Mains in - Separate Trenches, All sizes, Day Or Night,D-29; Per Each: Dn t rh m u s 4 n eL_Dollars Ap UO and n o Cents $ $ /D OD6 W89. 1000 L.F. Trench Safety System, D-26, DA/-113; Per Linear Foot: �h •.r.c Dollars3�° and n u Cents $ $ DD - W90. 100 L.F. Extra Depth of Water Mains; Per Linear Foot: 701t n Dollars ° and n u Cents $ D $ f PDO W91. 18 L.F. 12-Inch Cl. 51 DIP,for Sanitary Sewer Replacement at Variable Depth, D-5; Per Linear Foot: I'm• / Dollars bo and 40 Cents $ $ W92. 18 L.F. 10-Inch Cl. 51 DIP,for Sanitary Sewer Replacement at Variable Depth, D-5; Per Linear Foot: 0 J O v Dollars 8107 e andy Cents $ $ W93. 18 L.F. 8-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-5; Per Linear Foot: 11'f to Dollars e° A' and .4„ Cents $ S J $ 3 D B-16 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W94. 18 L.F. 6-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-5; Per Linear Foot: f Dollars 3 D �D and „ "ICents $ $ -- W95. 2 E.A. Dehole, 0 ft. - 5 ft. in Depth, DA-103; Per Each: 0/74 {heun / s4aDollars or o0 and n G Cents $ DDD $ Do p W96. 2 E.A. Dehole, 5 ft. - 10 ft. in Depth, DA-103; Per Each: 4Nolol CO oar ,e�sn.,°,/ �.'r i Tiollars and n o Cents W97. 2 E.A. Dehole, 10 ft. - 20 ft. in Depth, DA-103; Per Each: d Dollars and 40 Cents $ poo $ yDOD W98. 20 E.A. Job Move In, DA-110; Per Each: ont 1qe N son d Dollars and 46 Cents W99. 10 E.A. Emergency Situation Job Move In, DA-75; Per Each: wo -4017 o ex a g Q a/ Dollars and A b Cents $ � $ W100. 100 L.F. Hydro Mulch Seeding, D-45; Per Linear Foot: 0 ty o Dollars r� ° and Cents $ C2 $ 07,0 Z) Mv 1.,,.��uQu) fizz, ��i ti�i��V�UGl ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W101. 100 L.F. Sodding, D-45; Per Linear Foot: Se u e n Dollars D °� and n c Cents $ $ 7 W102. 25 L.F. Concrete Encasement, Per Fig. 20, D-49; Per Linear Foot: D X01 Dollars and # u Cents $ �� $ W103. 5 C.Y. Concrete Riprap, D-40; Per Cubic Yard: 0/1's d..r o/ Dollars °� ZIP and R O Cents $ $ 6,00 W104. 100 C.Y. Flowable Fill in Lieu of Backfill, DA-116;Per Cubic Yard: le� Dollars p °D� and n d Cents $ / c $ 5 90d W105. 10 C.Y. Crushed Limestone, F D-22; Per Cubic Yard: on-e DollarsG° o_ and h o Cents $ l l $ Jo W106. 10 C.Y. Class `B' Concrete (2500#); Per Cubic Yard: on t Dollars vD f D va and 40 Cents $_� $ B-18 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W107. 10 C.Y. Class `E' Concrete (1500#); Per Cubic Yard: dtt.t Dollars j ,o to ;o and rt Cents $ $ W108. 100 L.F. Concrete Curb and Gutter Replacement, DA-24; Per Linear Foot: / a? � A&, Dollars and rt o Cents $ 5 $ S DD W109. 100 L.F. Concrete Curb Attached to Concrete Pavement Replacement, DA-555;Per Linear Foot: Tt�1� fw Dollars b�� DD ab and 76 Cents $ $ D W1 10. 200 S.F. Concrete Sidewalk or Driveway Replacement, D-20; Per Square Foot: D LO s l; ,S'%Jr Dollars 51ff or and ? , Cents $ $ 33e6 - W1 11. 750 S.F. Replace Paving in Parking Areas, DA-47; Per Square Foot: S.la e,* Dollars b f Vol and Cents $ $ W112. 500 L.F. Concrete Pavement on 2:27 Concrete Base, D-23;D-25;Per Linear Foot: Dollars Of and »y Cents $ Sg $ 40b B-19 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W113. 2500 S.F. Concrete Pavement Replacement, over Existing Base, D-25; Per Square Foot: B� St ri n Dollars 10 D = and no Cents $ 7 $ ?Jro D Y W114. 100 L.F. Brick on Reinforced Concrete Base,D-25,DA-35,DA-115; Per Linear Foot: St rin ty Dollars and /10 Cents $ W 115. 500 L.F. Min 2-Inch HMAC on 2:27 Concrete Base, ' D-23; D-25; Per Linear Foot: a ".e Dollars �: 60 and 40 Cents $ 3k $ 164,00 W 116. 2500 S.F. Min 2-Inch HMAC Pavement Replacement over Existing Base, D-25; Per Square Foot: ho v i Dollars _ and Cents $ J!' $ 13 1).540 W 117. 500 L.F. 2-Inch HMAC on 2:27 Concrete Base, D-23;D-25;Per Linear Foot: vD DD �„'•�y �%'L Dollars v and A D Cents $ s $ ,j00 W118. 100 L.F. Min 1-1/2-Inch HMAC on Reinforced Concrete Base, D-25, DA-35; Per Linear Foot: f: �fx Dollars a• and AO Cents $ 50 $ 5 oDQ f B-20 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT W 119. 100 L.F. 2-Inch HMAC on 8-Inches Crushed Stone Base (Temp. Pvmt.), D-25,D-62; Per Linear Foot: -le n Dollars o oa and 40 Cents $ f D $ OD p W120. 1000 L.F. 2-Inch Hot Mix Rolled Temporary Pavement,Fig. A, D-62; Per Linear Foot: 1 OD T/ �7 Dollars and no Cents $1 $ W121. 1000 L.F. Flex Base Material, Temporary Paving Repair, Fig. A, D-62; Per Linear Foot: I op 00 zeigzt:� Dollars O — �DDO and J#,a Cents $ U $ W122. 50 E.A. Traffic Permit for Utility Street Cuts; Per Each: Fifty Dollars and no Cents $ 50.00 $ 2,500.00 00 0 -^Y\k - TOTAL AMOUNT BID $ / 0 6 * Type of Pipe Used PVC DR-14: DIP Class 51: B-21 UNIT II: SEWER ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S1. 50 L.F. 6-Inch PVC Pipe, 0 Ft. - 6 Ft. Trench Depth, D-30;Per Linear Foot: 00 T vo w o Dollars J ' and '60 Cents $ $ /d� S2. 50 L.F. 6-Inch PVC Pipe, 6 Ft. - 8 Ft. Trench Depth, D-30; Per Linear Foot: 0 7��:• �� �i'r t �� Dollars � 7 r and n o Cents $ 3 s $ $0 S3. 50 L.F. 6-Inch PVC Pipe, 8 Ft. - 10 Ft. Trench Depth, D-30; Per Linear Foot: '� dD , frven Dollars and 4u Cents $ � $ S4. 50 L.F. 6-Inch PVC Pipe, 10 Ft. - 12 Ft. Trench Depth, D-30; Per Linear Foot: � D re �� Dollars )m v' va and see Cents $ 7 $ �Dop S5. 750 L.F. 8-Inch PVC Pipe, 0 Ft. - 6 Ft. Trench Depth, D-30;Per Linear Foot: ���•fx �i9�f Dollars C' and o Cents k- ''r`� B-22 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL v, NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S6. 750 L.F. 8-Inch PVC Pipe, 6 Ft. - 8 Ft. Trench Depth, D-30; Per Linear Foot: Dollars a and Cents $ S7. 200 L.F. 8-Inch PVC Pipe, 8 Ft. - 10 Ft. Trench Depth, D-30;Per Linear Foot: �x ° Dollars (� r and o Cents $ s S8. 100 L.F. 8-Inch PVC Pipe, 10 Ft. - 12 Ft. Trench Depth, D-30; Per Linear Foot: og Dollars 50 oD D oD and h u Cents $ $ ,5 no S9. 100 L.F. 8-Inch PVC Pipe, 12 Ft. - 14 Ft. Trench Depth, D-30; Per Linear Foot: �'"04 �'✓e Dollars and n v Cents $ '55 510. 100 L.F. 8-Inch PVC Pipe, 14 Ft. - 16 Ft. Trench Depth, D-30; Per Linear Foot: DZ> Dd S/Xfg ��.°t _ Dollars and a0 Cents $ $ Z,3 0 0 S11. 100 L.F. 8-Inch PVC Pipe, 16-Ft. - 18 Ft. Trench Depth, D-30; Per Linear Foot: Dollars and n u Cents $ 2& $ 7vQO B-23 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S12. 200 L.F. 10-Inch PVC Pipe, 0 Ft. - 6 Ft. Trench Depth, D-30; Per Linear Foot: tQi 1�y Dollars ,/ o GD and h e Cents $ 7� $ 8000 S13. 200 L.F. 10-Inch PVC Pipe, 6 Ft. - 8 Ft. Trench Depth, D-30; Per Linear Foot: ne Dollars and n o Cents $ �13 $ &96oa S14. 200 L.F. 10-Inch PVC Pipe, 8 Ft. - 10 Ft. Trench Depth, D-30; Per Linear Foot: l rD Dollars �= and n s Cents $ 5v2 $ J107 D S15. 100 L.F. 10-Inch PVC Pipe, 10 Ft. - 12 Ft. Trench Depth, D-30; Per Linear Foot: f f rC Dollars and 40 Cents $ -5s $ Jr S DO. S16. 100 L.F. 10-Inch PVC Pipe, 12 Ft. - 14 Ft. Trench Depth, D-30;Per Linear Foot: o � Six Dollars and X40 Cents S17. 100 L.F. 10-Inch PVC Pipe, 14 Ft. - 16 Ft. Trench Depth, - D-30; Per Linear Foot: -41; Dollars / °= er and a Cents $ C� 5 $ CJ'I��I� Ilkl HCON B-24 �vQ4�U bl M CI MAR1U ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 518. 100 L.F. 10-Inch PVC Pipe, 16-Ft. - 18 Ft. Trench Depth, D-30; Per Linear Foot: Sld�n 1Ti6 Dollars and .40 Cents $ 95 $ 75,040 519. 100 L.F. 12-Inch PVC Pipe, 0 Ft. - 6 Ft. Trench Depth, D-30; Per Linear Foot: � L pbD tei�.� f✓a Dollars and Cents $ $ 7 J D 520. 100 L.F. 12-Inch PVC Pipe, 6 Ft. - 8 Ft. Trench Depth, D-30; Per Linear Foot: G a °D . x~^ Dollars ' and If /7 U Cents $ $ �DC� 521. 100 L.F. 12-Inch PVC Pipe, 8 Ft. - 10 Ft. Trench Depth, D-30;Per Linear Foot: f od y elf 4 f Dollars S v� = �QD and ay Cents $� $�_. 522. 100 L.F. 12-Inch PVC Pipe, 10 Ft. - 12 Ft. Trench Depth, D-30; Per Linear Foot: Dollars = 4 and h o Cents $ $ Sa Dd. 523. 100 L.F. 15-Inch PVC Pipe, 0 Ft. - 6 Ft. Trench Depth, D-30; Per Linear Foot: O G d 0 t4(/ &o o e Dollars 3 S Sop J and 'v CJ Cents $ $ B-25 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S24. 100 L.F. 15-Inch PVC Pipe, 6 Ft. - 8 Ft. Trench Depth, D-30; Per Linear Foot: Dollars .S 7 d o � and n u Cents $ $ 5-�0D S25. 100 L.F. 15-Inch PVC Pipe, 8 Ft. - 10 Ft. Trench Depth, D-30; Per Linear Foot: GD Dollars 5,� cv and w o Cents $ $ S6,040 S26. 100 L.F. 15-Inch PVC Pipe, 10 Ft. - 12 Ft. Trench Depth, D-30;Per Linear Foot: 0 p0 Sirf _ Dollars and D Cents r S27. 100 L.F. 6-Inch Ductile Iron Pipe, 0 Ft. - 6 Ft. Trench Depth, D-52; Per Linear Foot: Dollars and Cents S28. 100 L.F. 6-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth, D-52; Per Linear Foot: v �✓ ?�ii•� Dollars 3 v ' /3 D6 v• and D Cents $ $ S29. 50 L.F. 6-Inch Ductile Iron Pipe, 8 Ft. - 10 Ft. Trench Depth, D-52; Per Linear Foot: .rowers Dollars and Tho Cents $ / , $ a 3 J`d B-26 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S30. 50 L.F. 6-Inch Ductile Iron Pipe, 10 Ft. - 12 Ft. Trench Depth, D-52; Per Linear Foot: w)S DD 60 Dollars f and 47 12 Cents $ $ S31. 200 L.F. 8-Inch Ductile Iron Pipe, 0 Ft. - 6 Ft. Trench Depth, D-52; Per Linear Foot: DO '0 eq o /y AiJ,6 Dollars and 'n c Cents $ y $ 7 S32. 200 L.F. 8-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth, D-52; Per Linear Foot: 4 / Dollars � p and 190 Cents $ 3 $ 0 6 w S33. 200 L.F. 8-Inch Ductile Iron Pipe, 8 Ft. - 10 Ft. Trench Depth, D-52; Per Linear Foot: bb Ora., Dollars Vasand /)D Cents $ $ $ ROy� S34. 100 L.F. 8-Inch Ductile Iron Pipe, 10 Ft. - 12 Ft. Trench Depth, D-52; Per Linear Foot: a a 1 _Dollars and /In u Cents $ S� $ '5 '0'0'P S35. 100 L.F. 8-Inch Ductile Iron Pipe, 12 Ft. - 14 Ft. Trench Depth, D-52; Per Linear Foot: O� �b �—Dollars p and .1� / n Cents -- B-27 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S36. 100 L.F. 8-Inch Ductile Iron Pipe, 14 Ft. - 16 Ft. Trench Depth, D-52; Per Linear Foot: '�'✓ t�l f v� o0 W , � - _ Dollars 6 6SD0 and n D Cents $ $ S37. 100 L.F. 8-Inch Ductile Iron Pipe, 16 Ft. - 18 Ft. Trench Depth, D-52; Per Linear Foot: el l+e Dollars and n o Cents $ $ d S38. 100 L.F. 8-Inch Ductile Iron Pipe, 18 Ft. -20 Ft. Trench Depth, D-52; Per Linear Foot: D� h in r ',,G Dollars and In o Cents S39. 200 L.F. 10-Inch Ductile Iron Pipe, LL 0 Ft. - 6 Ft. Trench Depth, D-52;Per Linear Foot: Dollars vD °e and c Cents $ 5o $ S40. 200 L.F. 10-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth, D-52; Per Linear Foot: �+ D16da t� rlw- s.,.Q Dollars and n o Cents $ -51 $ Ja 'ZOd S41. 200 L.F. 10-Inch Ductile Iron Pipe, 8 Ft. - 10 Ft. Trench Depth, D-52; Per Linear Foot: 010 dv Dollars I -o and .�D Cents $-55 5 $ B-28 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 542. 100 L.F. 10-Inch Ductile Iron Pipe, 10 Ft. - 12 Ft. Trench Depth, D-52; Per Linear Foot: PO by S! y Dollars and ho Cents $ $J40 1510 543. 100 L.F. 10-Inch Ductile Iron Pipe, 12 Ft. - 14 Ft. Trench Depth, D-52; Per Linear Foot: e o Se[12I74v Dollars o` DDD o and Cents $ $ 544. 100 L.F. 10-Inch Ductile Iron Pipe, 14 Ft. - 16 Ft. Trench Depth, D-52; Per Linear Foot: 0o pO RIGA-6e /20G Dollars o - and n D Cents $ o $ 545. 100 L.F. 10-Inch Ductile Iron Pipe, 16 Ft. - 18 Ft. Trench Depth, D-52;Per Linear Foot: 1010// 1010pp 04le h u n a✓-♦Z Dollars and 090 Cents $ $ 10 A4z> S46. 100 L.F. 10-Inch Ductile Iron Pipe, 18 Ft. - 20 Ft. Trench Depth, D-52; Per Linear Foot: / '0\5 7'///00'1) ua oD ©►�� car i0°� ,�.. Dollars and 0s' Cents $ l5 $ /,S 0D4 547. 50 L.F. 12-Inch Ductile Iron Pipe, 0 Ft. - 6 Ft. Trench Depth, D-52; Per Linear Foot: ���v Y570 x Dollars 5 and n .0 Cents $ $ 7� B-29 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S48. 50 L.F. 12-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth, D-52; Per Linear Foot: 11/ Dollars D oDD and n O Cents $ G $ S49. 50 L.F. 12-Inch Ductile Iron Pipe, 8 Ft. - 10 Ft. Trench Depth, D-52; Per Linear Foot: o 0 sl1 /LL x �i'd d Dollars (mss o", and /7 D Cents $ $ � . 550. 50 L.F. 12-Inch Ductile Iron Pipe, 10 Ft. - 12 Ft. Trench Depth, 5 09 D-52; Per Linear Foot: S'lvla7� r L Dollars aD 3 and Cents $ �> 551. 50 L.F. 16-Inch Ductile Iron Pipe, 0 Ft. - 6 Ft. Trench Depth, D-52; Per Linear Foot: v o Dollars v' ° • and y! o Cents $ 46 $ 3906 552. 50 L.F. 16-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth, D-52; Per Linear Foot: o LIP G, sty m Dollars �� ' Sod and no Cents $ $ 553. 50 L.F. 16-Inch Ductile Iron Pipe, 8 Ft. - 10 Ft. Trench Depth, D-52; Per Linear Foot: — C Dollars b 10� °v and 'of 140 Cents $ O d $ �DOo B-30 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S54. 50 L.F. 16-Inch Ductile Iron Pipe, 10 Ft. - 12 Ft. Trench Depth, D-52;Per Linear Foot: Z)19 �o Dollars p s and no Cents $ 1 S $ � y S55. 25 L.F. Bore &Jack 6"DIP w/Pressure Grout, DA-6,DA-20; Per Linear Foot: Ont h an&Ii+t a/ ' Dollars and 070 Cents $ / $ S56. 25 L.F. Bore&Jack 8"DIP w/Pressure Grout, DA-6, DA-20;Per Linear Foot: Sao o ,�,..��it o� Dollars �" a- �� �5� and /112 Cents $ $ S57. 25 L.F. Bore &Jack 10"DIP w/Pressure Grout, DA-6, DA-20; Per Linear Foot: ° Dollars and 40 �yCents $ 35b $ 75o S58. 25 L.F. Bore &Jack 12"DIP w/Pressure Grout, DA-6,DA-20; Per Linear Foot: u a el-,< d Dollars /0Q ., and .940 Cents $ 7' S59. 25 L.F. Bore &Jack 16"DIP w/Pressure Grout, DA-6, DA-20;Per Linear Foot: T e le a a ales, Dollars and .410 Cents s5-,00 *� B-31 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S60. 20 E.A. Standard 4-Foot Diameter Manhole to 6 Feet Depth, D-27; Per Each: Two o n Dollars ZVDap and n O Cents $ 7 D S61. 20 V.F. Additional Depth Over 6 Foot of Standard 4-Foot Diameter Manhole, D-27; Per Vertical Foot: Dollars and o Cents $ l 50 ' $3DO S62. 5 E.A. Standard 4-Foot Diameter Drop Manhole to 6 Feet Depth, D-27;Per Each: // .4aw mild' Ob Qo Dollars �a e amuse D S63. 5 V.F. Additional Depth Over 6 Foot of 4-Foot Diameter Drop Manhole, D-27; Per Vertical Foot: / vD .re hr'a�aa1Dollars _ IaSD 60 and n o Cents $v7S6 $ S64. 5 E.A. External Drop into an Existing Manhole to 6 Feet Depth, D-27; Per Each: / o fwd 1Zh ous a, d Dollars and *7 O Cents $ Doo $ fd U06 S65. 5 V.F. Additional Depth Over 6 Foot of External Drop into an Existing Manhole, D-27; Per Vertical Foot: Awe a� fllr��.t�ii Dollars °b °s and n v Cents $ Za,0 $ //,*,0 B-32 _ ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S66. 5 E.A. Shallow Cone Section Manhole Per Fig. 105, D-27; Per Each: on. �7(►•�s4�,d�ialj��rwa�ii Dollars and A a Cents $l g�0 $ / 567. 20 E.A. Concrete Collar for Manhole, Per Fig. 121, D-27;Per Each: / Ga c 1�fi ire It"V.W. Dollars -3 and. n o Cents $ $ 568. 20 E.A. Watertight Manhole Inserts, D-27; Per Each: p0 QD on t !i u n obi�! Dollars and h o Cents $ 40,0 $ DSD 569. 10 E.A. Stainless Steel Locking Manhole Inserts, D-27; Per Each: Dollars and .,o Cents $ 3400 $ 570. 20 E.A. Vacuum Test for Sanitary Sewer Manhole D-36; Per Each: TW/ // oD pp D hun crit o' Dollars - and 40 Cents 571. 5 E.A. Adjust& Seal Existing Manhole, D-27; Per Each: Th Ott 44#70400 Dollars and 40 Cents $ 30a $ B-33 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 572. 5 V.F. Interior Protective Manhole Coating, DA-9; DA-15; Per Vertical Foot: Oi►[ A4q�/��✓ A/A/� fes% Dollars a° and Cents $ � 9 $ 9 �s 573. 5 E.A. Remove Existing Sewer Manhole, D-29;Per Each: Dollars = and Cents $ $ Dob 574. 5 E.A. Abandon Existing Sewer Manhole, D-29; Per Each: S/X 4"v e✓I/ 0." Dollars and Of° Cents $ 66b $ LSD 575. 100 E.A. 4-Inch Sanitary Sewer Service Tap, D-28; Per Each: !i d/i�/' v� °o ou/ �� Dollars = ' and a a Cents $ DD $ �D to S76. 25 E.A. 6-Inch Sanitary Sewer Service Tap, D-28; Per Each: r1 �.. �✓ii� �b o 0 Dollars and Cents $ 50d 577. 25 E.A. 8-Inch Sanitary Sewer Service Tap, D-28; Per Each: ti'yt fi�.., ofi r ar Dollars G ° and n a Cents $ l�'b $ 1O� SOD 578. 500 L.F. 4-Inch Sanitary Sewer Service Line Replacement or Installation, D-288; Per Linear Foot: 7 cvy Dollars / '? 06 and Cents $ d 00e? B-34 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S79. 100 L.F. 6-Inch Sanitary Sewer Service Line Replacement or Installation, D-28; Per Linear Foot: �GlL n Tv //NG Dollars 5 a SSD and h a Cents $ $ 580. 100 L.F. 8-Inch Sanitary Sewer Service Line Replacement or Installation, D-28; Per Linear Foot: Twt�7y �S'i.t' Dollars and Cents 581. 100 E.A. 4-Inch PVC Sanitary Sewer Service Two-Way Cleanout, D-28, D-61; Per Each: ��o h ap e,/iir Dollars oG = o?D l o00 and Iva Cents $ $ 582. 100 E.A. 6-Inch PVC Sanitary Sewer Service Two-Way Cleanout, D-28,D-61; Per Each: �o✓e `iDollars op U� and h b Cents aS $ S83. 100 E.A. 8-Inch PVC Sanitary Sewer Service Two-Way Cleanout, D-28, D-61; Per Each: one 4 a n eli e o/ Dollars and .70 Cents $ $ 584. 100 E.A. 4-Inch Cast Iron Sanitary Sewer ffi Service Two-Way Cleanout, D-28, D-61; Per Each: T �✓ Dollars e o v s andgo Cents $ °2d $ D O1D B-35 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S85. 100 L.F. 6-Inch Cast Iron Sanitary Sewer Service Two-Way Cleanout, D-28, D-61;Per Each: h T / Dollars w, ... ++ ✓�„ .. �v L and a Cents $as Jr $ .Za SDLS S86. 100 L.F. 8-Inch Cast Iron Sanitary Sewer Service Two-Way Cleanout, D-28,D-61;Per Each: oa'* Dollars ba and Ao Cents S87. 5 E.A. Cut and Plug Existing Mains All Sizes Any Depth,Day or Night,D-29; Per Each: pa s Dollars °- and .140 Cents S88. 1500 L.F. Trench Safety System, D-26,DA-113; Per Linear Foot: oa Th -0-e Dollars 0 a and-L/r/!o Cents $ 3 $ 1jlSO b S89. 20 E.A. Job Move-in; DA-110; Per Each: Ontfhousan Dollars ` o� and it o Cents $ DOp $ '91D Od,0 S90. 10 E.A. Emergency Situation Job Move-In, DA-75; Per Each: a: d• Dollars and 40 Cents $ d�� $ �d POO B-36 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 591. 25 L.F. Hydro Mulch Seeding, r D-45; Per Linear Foot: D f."v� Dollars � v� has 0O and n d Cents $ $ 592. 25 L.F. Sodding, D-45; Per Linear Foot: O D vr'Py/ Dollars and Cents $ / $ I25 593. 25 L.F. Concrete Encasement, Fig. 113, D-49;Per Linear Foot: po �o t�r fii Dollars and I9 D Cents $ $ 594. 10 C.Y. Concrete Riprap, DA-40;Per Cubic Yard: D _. SP dln-1v Dollars and 126 Cents $ d $ �OD S95. 20 S.Y. 6"Rock Riprap, DA-39; Per Square Yard: Dollars �a and i7 D��- Cents $ 940 $ _ S96. 20 S.Y. 12"Rock Riprap, DA-39; Per Square Yard: vD oa e lt? Dollars and /7 a Cents $ $ / 597. 20 S.Y. 24"Rock Riprap, DA-39;Per Square Yard: Dn o h n_ � Wi v Cl Dollars and 40 Cents $ /,D $ 0700 B-37 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 598. 100 C.Y. Flowable Fill in Lieu of Backfill, DA-116;Per Cubic Yard: S,e v t n i Dollars and n U Cents $ / $ 7��D 599. 5 C.Y. Crushed Limestone, D-22; Per Cubic Yard: 0 h..r Dollars o° °a and n O Cents $ $ s S 100. 5 C.Y. Class `B' Concrete(#2500); Per Cubic Yard: O h e Dollars ° and 00716 Cents $ $ 5 r SIM. 5 C.Y. Class `E' Concrete(#1500); Per Cubic Yard: Dn Dollars and Cents S102. 200 S.F. Concrete Sidewalk or Driveway Replacement, D-20;Per Square Foot: S/�! Dollars Ga and rJ b Cents $ J $ l a DD S103. 100 L.F. Concrete Curb and Gutter Replacement, DAL-24; Per Linear Foot: /v* .B Dollars and n6 Cents $ B-38 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S104. 100 L.F. Concrete Curb Attached to Concrete Pavement Replacement, DA-55; Per Linear Foot: O A.1b r-4T�!✓ Dollars s v SOD -, and 46 Cents $ $ S105. 100 L.F. Concrete Pavement on 2:27 Concrete Base, D-23; D-25; Per Linear Foot: C,' Dollars and A)Q ✓ Cents $ /-9 $ S106. 500 S.F. Concrete Pavement Replacement, _ over Existing Base D-25; Per Square Foot: �b b� Dollars // and '"� Cents $ C0 $ S107. 50 L.F. Brick on Reinforced Concrete Base; D-25,DA-35,DA-115; Per Linear Foot: Oo Q� n A Dollars and 4e Cents $ 2,6 $ DD S108. 250 L.F. Min 2-Inch HMAC on 2:27 Concrete Base, D-23;D-25; Per Linear Foot: _Dollars and /I a Cents $ 7d $ �D '00,0 S109. 500 S.F. Min 2 Inch HMAC Pavement Replacement, over Existing Base D-25; Per Square Foot ; a 1,/✓i Dollars and 46 Cents B-39 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT S110. 500 L.F. 2-Inch HMAC on 2:27 Concrete Base, D-23; D-25; Per Linear Foot: � o Dollars and n a Cents $ $ SU L 100 L.F. Min 1-1/2-Inch HMAC on Reinforced Concrete Base, D-25,DA-35; Per Linear Foot: d � o Dollars G. and &o Cents $ $ 6 DOD S112. 1500 L.F. 2-Inch HMAC on 8" Crushed Stone Base (Temp. Pvmt.), D-62; Per Linear Foot: G� D� 4 Dollars ; and 100 Cents $ A2 $ i9 nod S113. 1500 L.F. 2-Inch Hot Mix Rolled Temporary Pavement Fig. A, D-62; Per Linear Foot: E vv d a Dollars - l��p and �! o Cents $ $ S114. 1500 L.F. Flex Base Material for Temporary Pavement Repair, Fig. A, D-62; Per Linear Foot: Dollars and n O Cents $ $ J�D6 b S115. 750 S.F. Replace Paving in Parking Areas, DA-47;Per Square Foot: o� s%je Dollars / and © Cents $ �✓��D - B-40 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 5116. 500 L.F. Pre-Construction Cleaning E and Television inspection of Sanitary Sewer Line, D-35; Per Liner Foot: A0 v'0'd.. Dollars and n a Cents $ $ S117. 1000 L.F. Post-Construction Television Inspection of Sanitary Sewer Lines, D-38; Per Linear Foot: / ab Dollars and hy Cents $ $ S118. 50 E.A. Traffic Permit for Utility Street Cuts; Per Each: Fifty Dollars and no Cents $ 50.00 $ 2,500.00 �g a! TOTAL AMOUNT BID $ J * Type of Pipe Used PVC Pipe(SDR-35, Per E1-25, 6 - 15 inch): PVC Pipe(PS-46,Per E1-27, 6 - 15 inch): PVC Pipe(Composite Pipe, Per E1-29, 8 - 15 inch): PVC Pipe(Corrugated Pipe,Per E1-31, 6- 15 inch): no TOTAL AMOUNT BID WATER TOTAL AMOUNT BID SEWER $ 00 GRAND TOTAL AMOUNT BID $ B-41 PART B -PROPOSAL(Cont.) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 365 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Non resident bidders in the State of ,our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B-42 I (we) acknowledge receipt of the following addenda to the plans and specifications,all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) Respectfully submitted, T1rre >i of en f A dress: o . c Ll 033 ter.��}� -1(01 �� o Telephone: (Seal) _ Date: OPIC11111" ll us UDD PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS Cl-1 DEFINITIONS C1-1. 1 Definition of Terms C1-1 (1) C1-1.2 Contract Documents C1-I (1) C1-1. 3 Notice to Bidders C1-1 (2) C1-1. 4 Proposal C1-1 (2 ) C1-1.5 Bidder C1-1 (2) C1-1. 6 General Conditions C1-1 (2) C1-1.7 Special Conditions C1-1 (2) C1-1.8 Specifications C1-1 (2) C1-1.9 Bond Cl-1 (2) Cl-1'.10 Contract C1-1 (3) C1-1.11 Plans C1-1 (3 ) C1-1.12 City C1-1 (3 ) C1-1.13 City Council C1-1 (3 ) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager Cl-1 (3) C1-1.16 City Attorney C1-1 (3) C1-1.17 Director of Public Works C1-1 (4 ) C1-1.18 Director, City Water Department Cl-1 (4) C1-1.19 Engineer C1-1 (4 ) C1-1.20 Contractor Cl-1 (4) CI-1.21 Sureties C1-1 (4 ) C1-1. 22 The Work or Project Cl-1 (4) C1-1.23 Working Day C1-1 (4) C1-1.24 Calendar Day Cl-1 ( 4 ) C1-1. 25 Legal Holiday CI-1 (4 ) C1-1.26 Abbreviations C1-1 (5) C1-1. 27 Change Order C1-1 (6) C1-1.28 Paved Streets and Alleys Cl-l •(6) C1-1.29 , Unpaved Streets and Alleys C1-1 (6) C1-1.30 City Streets C1-1 (6) C1-1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C1-1 (6 ) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site C2-2 (2) C2-2.4 Submitting of Proposal C27-2 .(3) C2-2.5 Rejection of Proposals . C2-2 (3) C2-2.6 = Bid Security C2=2 (.3) C2-2. 7 Delivery of Proposal C2-2 ( 4 ) i C2-2. 8 Withdrawing Proposals C2-2 (4) C2-2. 9 Telegraphic Modification of Proposals C2-2 (4 ) C2-2.10 Public Opening of Proposal C•2-2 (4 ) C2-2.11 Irregular Proposals C2-2 (4 ) C2-2.12 Disqualification -of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3 . 1 Consideration of Proposals C3-3 (1) C3-3 .2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3=3 (1) C3-3.3 Equal Employment Provisions C3-3 (1) C3-3. 4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 (2) C3-3 .6 Return of Proposal Securities C3-3 (2) C3-3 .7 Bonds C3-3 (2) w. C3-3 .8 Execution of Contract C3-3 (4 ) C3-3..9 Failure to Execute Contract C3-3 (4 ) C3-3 .10 Beginning Work C3-3 (4 ) C3-3.11 Insurance C3-3 ( 4 ) C3-3.12 Contractor ' s Obligations C3-3 (7) C3-3.13 Weekly Payroll C3-3 (7) C3-3 .14 Contractor 's Contract Administration C3-3 (7 ) C3-3.15 Venue C3-3 (8) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4. 2 Special Provisions C4-4 (1) C4-4. 3 Increased or Decreased Quantities C4-4 (1) C4-4 . 4 Alteration of Contract Documents C4-4 (2) C4-4.5 . Extra Work C4-4 ( 2) C4-4.6 Schedule of Operations C4-4 (3) C4-4.7 • Progress Schedules for Water and Sewer Plant Facilities C4-4 (4 ) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engi.n.eer C5-5 (1) C5-5. 2 Conformity with Plans C5-5 (1) C5-5. 3 Coordination of Contract Documents C5-5 (2) CS-5.4 Cooperation of Contractor C5-5 ( 2 ) C5-5.5 Emergency and/or Rectification Work C5-5 (3 ) C5-5. 6 Field Office C5-5 (3 ) - 05-5.7 Construction Stakes C5-5 (3) C5-5.8 Authority and Duties of Inspectors C5-5 (4) C5-5.9 Inspection C5-5 (5) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (5 ) C5-5.11 Substitute Materials or Equipment C5-5 .(,5) C5-5.12- Samples and Tests of Materials C5-5 (6 ) C5-5.13 Storage of Materials C5-5 (6 ) C5-5.14 - Existing Structures and Utilities C5-5 (7) C5-5.15 interruption of Service C5-5 (7) C5-5.16 Mutual Responsibility of Contractors C5-5 (8 ) C5-5.17 Cleanup C5-5 (8 ) C5-5.18 Final Inspection C5-5 ( 9 ) (2) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6. 2 Permits and Licenses C6-6 (1 ) C6-6 .3 Patented Devices, Materials and Processes C6-6 (1) C6-6. 4 Sanitary Provisions C6-6 (2) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6. 6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3 ) C6-6. 7 Railway Crossings C6-6 (4) C6-6.8 Barricades, Warnings and Watchmen C6-6 (4 ) C6-6.9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6.-6 (6) C6-6.11 Independent Contractor C6-6 (8 ) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (8 ) C6-6.13 Contractor 's Claim for Damages C6-6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10) - C6-6.15 ' Temporary Sewer Drain Connections C6-6 ( 10) C6-6.16 Arrangement and Charges of Water Furnished ,-)y City C6-6 (11) C6-6.17 Use of a Se;-tion of Portion of the Work C6-6 (11) C6-6.18 Contractor 's Responsibility for Work C6-6 (11) C6-6.19 No Waiver of Legal Rights C6-6 (12) C6-6.20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6-6 '(12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1 ) C7-7.2 Assignment of Contract C7-7 (1 ) C7-7.3 Prosecution of the Work C7-7 (1) C7-7.4 Limitations of Operations C7-7 (2 ) C7-7.5 Character of Workman and Equipment C7-7 (2 ) C7-7.6 Work Schedule C7-7 (3 } C7-7.7 Time of Commencement and Completion C7-7 (4) C7-7..8 Extension of time of Completion. C7-7 (4 ) C7-7.9 Delays C7-7 ( 4 ) C7-7.10 Time of Completion C7-7 (5-) C7-7.11 Suspension by Court Order C7-7 (6) C7-7.12 Temporary Suspension C7-7 (6 ) C7-7.13 Termination of Contract due to National Emergency C7-7 (7 ) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) C7-7.15 Fulfillment of Contract C7-7 (9 ) C7-7.16 Termination for Convenience of the Onwer C7-7 (101 C7-7.17 Safety Methods and Practices C7-7 (13 ) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) (3 ) C8-8. 3 Lump Sum C8-8 (1 ) C8-8. 4 Scope of Payment C8-8 (1 ) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3 ) C8-8. 7 F.inal .Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3 ) C8-8. 9- Adquacy of Design C8-8 (4) C8-8 .10 General Guaranty C8-8 (4) C8-8 .11 Subsidiary Work C8-8 (5 ) C8-8 .12 Miscellaneous Placement of Material C8-8 (5 ) C8-8.13 Record Documents C8-8 (5 ) Asa_. 73 (4) PART C - GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and ` interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of - the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS : The General Contract Documents govern all Water Department Projects and include the following items : PART A - NOTICE TO BIDDERS (Sample) White - PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White ..e b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above , PART .B - PROPOSAL .(Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) Cl-1 (1) CI-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1 . 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1 . 5 BIDDER: Any person , persons , firm, partnership, _ company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1. 6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so- that it will be carried on in accordance with the customary procedure, the local statutes , and requirements of the City of Fort Worth ' s charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1 -1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1 . 8 SPECIFICATIONS : The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements , statutes , etc . , such referred to documents shall become a part of the Contract Documents just as though they were embodied. therein. C1-1 . 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and C1-1 (2) faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3. 7) b. Payment Bond (see paragraph C3-3 . 7) C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2. 6 ) C1-1 . 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. CI-1. 11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner 's representative showing in detail the location, dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. C1-1 . 12 CITY : The City of Fort Worth, Texas , a municipal corporation, authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manger , each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . The terms City and Owner are synonymous. C1-1 . 13 CITY COUNCIL : The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-.1 . 14 MAYOR : The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1. 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. C1-1. 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative. Cl-1 (3 )