Loading...
HomeMy WebLinkAboutContract 46311 1 CITY SECRETAWCONTRACT 9D. Y�!L� 1 l l M FORTWORTH M Serer Main Replacements Contract 2013E City Project NO. 02047 TPW/DOE # 7271 SEWER PROJECT NO. P258-701170204783 Fort Worth Iiat: e.r OF epartment •� .7471 COFFIMAt. OTlit RECEIVED JAN 07PM. FoRTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Sewer Main Replacements Contract 20136 City Project No. 02047 TPW/DOE # 7271 SEWER PROJECT NO. P258-701170204783 Betsy Price David Cooke Mayor City Manager S. Frank Crumb, P.F, Director, ~Mater Department I Prepared for The City of Fort Worth j August 2014 � FORTWORTH. I i City of Fort Worth � Standard Construction Specification � Documents f Adopted September�011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement . 006113 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 3513 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 22,2013 DO0000-z STANDARD CX)NSTRUC- ON 5PECIFIC.470M DOCUMENTS Page 2 of 6 01 74 23 Cleaning 0177 19 Closeout Requirements 017823 Operation and Maintenance Data Di 78 39 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract 0octsments Division 02 - Existing Conditions Q2 41 14 Utility Removal/Abandonment Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3� 01 1� Temporary Asphalt Paving €2epak 32 1123 FPexi>le Base Courses 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 -1129 'Wood Fences and Gates Division 33 Utilities 33 05 til Adjusting Manholes, InleL5, Valve Boxes; and Other Structures to Grade 33 3150 Sanitary Sewer Service Connections and Service tine Technical Specifications listen below are included for this Project by reference and can be viewed/down foaded from the City's Ouzzsavv site at: htp projectpgint..bu77saw-comlciientjtn ortJigov/Resource$1021`/`,2D- 'Ya20Canstructionnl.2Gt)ocumentsfipeti ications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Rernoval/A,bardonment 0241 is Paving Removal Division 03 Concrete 03 30100 Cast-In-Place Concrete 033413 Controlled Love Strength Material �CLSII) 03 34 16 Concrete Base Material for Trench kepair 03 8000 Modifications to bxisting Concrete Structures CM OF FORT WORTH SMP.2013S STAANDAFCD CONSTRJUCTION SPECIFICAI`ION DXJMENT5 City Project Ma 2047 Ravlsed Novernter 22,2013 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 2500 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 1416 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 1725 Curb Address Painting 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 3232 13 Cast-in-Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 0131 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 22,2013 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33 0411 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 33 05 17 Concrete Collars 3305 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber-Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems - 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 Standard Blow-off Valve Assembly 3331 12 Cured in Place Pipe (CIPP) 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 3331 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 3331 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 3331 22 Sanitary Sewer Slip Lining _ 3331 23 Sanitary Sewer Pipe Enlargement 3331 50 Sanitary Sewer Service Connections and Service Line 3331 70 Combination Air Valve for Sanitary Sewer Force Mains 3339 10 Cast-in-Place Concrete Manholes 3339 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 22,2013 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 3441 10 Traffic Signals 3441 11 Temporary Traffic Signals 3441 13 Removing Traffic Signals 3441 15 Rectangular Rapid Flashing Beacon 3441 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH SMR20136 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 22,2013 City of Fort Worth, Texas Mayor and Council i i COUNCIL ACTION: Approved on 12/9/2014 —Ordinance No. 21587-12-2014 DATE: Tuesday,December 09, 2014 REFERENCE NO.: **C-27122 LOG NAME: 6060SMR13B—CIRCLEC SUBJECT: Authorize Execution of Contract with William J Schultz Inc. d/b/a Circle "C" Construction Company, in the Amount of$1,000,000.00 for Sewer Main Replacements Contract 2013B at Various Locations Throughout the City of Fort Worth,Provide for Project Cost and,Contingencies for a Project Total in the Amount of $1,149,300.00 and Adopt Appropriation Ordinance (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$1,149,300.00 from the Water and Sewer Operating Fund to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of$1,149,300.00; and 3. Authorize execution of a contract with William J Schultz Inc. d/b/a Circle C Construction Company in the amount of$1,000,000.00 for Sewer Main Replacements Contract, 2013B. DISCUSSION: The work to be performed under this contract consists of replacing and/or relocating sewer mains, services, and other pertinent construction required to provide sewer service to individual customers or developers. The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and the amount budgeted for the project is$1,000,000.00.Final payments will be made based on the actual measured quantities. The project was advertised on August 7,2014 and August 14, 2014 in the Fort Worth Star—Telegram. On September 18, 2014 the following bids were received: BIDDERS BID AMOUNT TIME OF CONTRACT William J Schultz d/bla Circle C Construction Company ,$2,585,985.00 365 Calendar Days Conatser Construction TX,LP $2,661,565.00 Tejas Commercial Construction $2,956,005.00 In addition to the contract cost,$119,300.00 is required for design engineering,real property acquisition, design survey, construction staking,project management,material testing,inspection and as—built mapping and$30,000.00 is provided for project contingencies. Nbl"E Office—William J Schultz Inc. d/b/a Circle C Construction Company is in compliance with the City's BDE Ordinance by committing to one percent MBE participation and documenting good faith effort. William J Schultz Inc. d/b/a Circle C Construction Company identified several subcontracting and supplier opportunities. However,the MBE's contacted in the areas identified did not submit the lowest bids. The City's MBE goal on this project is 13 percent. This project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION: rtifies that upon approval of the above recommendations and The Financial Management Services Director ce the adoption of the attached appropriation ordinance,funds will be available in the current capital budget as appropriated, of Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers 1&2)P258 476045 7011702047ZZ $1.149.300.00 3)P258 $1.000.000.00 2)P258 511010 701170204730 $30.000.00 541200 701170204783 2)P258 541100 701170204741 $5,000.00 1)PE45 538040 0709020 $1.149.300.00 2)P258 531350 701170204742 $5,000.00 2)P258 531200 701170204751 $5,000.00 2)P258 531350 701170204751 $3,000.00 2)P258 531200 701170204752 $5,000.00 2)P258 531350 701170204752 $10.000.00 2)P258 531350 701170204753 $5,000.00 2)P258 531350 701170204773 $2,000.00 2)P258 511010 701170204780 $5,000.00 2)P258 531350 701170204780 $500.00 2)P258 533010 701170204781 $300.00 2)P258 533030 701170204781 $1,000.00 2)P258 541200 701170204783 $1.030.000.00 2)P258 531200 701170204784 $7.000.00 2)P258 531350 701170204784 $2,000.00 2)P258 531350 701170204785 $30,000.00 2)P258 531350 701170204791 $1,000.00 2)P258 531350 701170204792 $1,000.00 2)P258 511010 701170204793 $1,000.00 2)P258 531350 701170204794 $500.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Andy Cronberg (5020) Additional Information Contact: Adolpho Lopez (7829) ATTACHMENTS 1. 6060SMR13B—CIRCLEC P258 A015.docx 2. 60SMRI313—CIRCLEC C Compliance Memo.pdf 3.FAR-00001CIP#02047 P258 Corrected.pdf 4.FAR-00001CIP#02047 P258.12df 5.PE45-538040-0709020.docx CITY OF FORT WORTH WATER DEPARTMENT ENGINEERING SERVICES DIVISION ADDENDUM NO. 1 SEWER MAIN REPLACEMENTS CONTRACT 20138 DOE NO. 7271 CITY PROJECT NO. 02047 RELEASE DATE: September 3, 2014 INFORMATION TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In the"NOTICE TO BIDDERS"revise the bid opening date to September 18, 2014. 2. In the Proposal, revise Pay Items No. 278, 279, 280, 281, 282 to read: 278. BID- 1 Ea. 4"Waterline Lowering: 3305. fwv ��ivuson 0001 d.e k/e? <l Dollars 00 and ho Cents $ZS®a $ ZSoo a G 279. BID- 1 Ea. 6"Waterline Lowering: 3305. -11711 0002 Dollars o v d and Cents $3So0 $Z, 00 280. BID- 1 Ea. 8"Waterline Lowering: 3305. 0003 Dollars and � a Cents $ s/SDD $ Y-5 0 281. BID- 1 Ea. 10"Waterline Lowering: 3305. 0004 �;'d� l�,,,�/e®� Dollars d o and h u Cents $SS`OQ $ =;Ei 282. BID- 1 Ea. 12"Waterline Lowering: 3305. si x �`iocis° d 0005Dollars d o and Cents Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: P S. FRANK CRUMB, P.E. DIRECTO ER DEPARTM T By: Am Deeter, P.E. Water Department Engineering Services OD1113 -I TNVI7A ISN-T0 811)t)E $ Page 1of2 I SECTION 00 11 13 INVITATiON TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the constraci:ion of Sewer Main Replacements Contract 2013E3 will be 6 received by the City of Fnrt Vdorth Purchasing 0 fflice: 8 City of Fart Worth 9 Purchasing Division in 1000 Throckmorton Street I 11 Fort Worth, Texas 76102 12 until 1:30 PX. CST, Thursday, September 4, 2014, and bids will be opened publ=cly and 13 read aloud at 2:00 PM CST in the Council Chambers. 34 1i GENERAL DESCRIPTION OF WORK 16 The major work will consist of the (approximate) Following: 5"— 154sanitary sewer 17 mains and services. Is 19 PREQUALIFICATION 2c The improvements included in this, project must be performed by a contractor who is 21 pre-qualified by the City at the time o- bid opening_ The procRdures for qualification and 22 pre-qualification are outlined in the Section 04 2113 — INSTRUC71 NS TO BIDDERS, 23 24 DOCUMENT EXAMINATION AND PROCUREMENTS 25 The Bidding and Contract. Documents may be examined or obtained cin-line by visiting 26 the City of Fort Worth's Purchasing Division website at 27 liRp:llwAw,fortworthgov.orglpurchasingY and clicking on the Buzzsaw lurk to the 2� advertised project folders on the City's Buzzsaw site, The Contract Documents may be 29 downloaded, viewed, and pr nted by interested contractors and/or suppliers. 30 31 Copies of the Bidding and Contract Documents may be picked +gip at 32 Fort Worth Water Dept., Design Services 927 Taylor St., Fort Worth Texas 76102 33 34 There is no cost of 8lddin9 acrd Contract Documents. 35 36 CITY'S RIGHT TO ACCEPT OR RE]ECT BIOS 37 City reserves the right to waive irregularities and to accept or reject bids. 38 39 INQUIRES 4o All inquiries relative to this procurement should be addressed to the following; 41 Attn: Adolfo Lopez, City of Fart Worth 42 Email: adolfa.lopez@forkvworthtexas.gov 43 Phone: 817-392-7829 44 AND/OR 4� 46 0" OF FORT WORTH SMR21313B STANDARD CCNS'TRL MON SPECIFICATION I)CCUMENTS LIty Pra ect No. 2017 R.Msed duly 1, 2011 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 2 Attn: Jim Deeter, P.E., City of Fort Worth 3 Email: jim.deeter@fortworthtexas.gov 4 Phone: 817-392-7803 s 6 ADVERTISEMENT DATES 7 8 August 7, 2014 9 August 14, 2014 10 END OF SECTION CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised July 1,2011 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 11 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 6 00 72 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural 10 thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company, association, or 13 corporation acting directly through a duly authorized representative, 14 submitting a bid for performing the work contemplated under the Contract 15 Documents. 16 17 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, 18 or corporation acting directly through a duly authorized representative, 19 submitting a bid for performing the work contemplated under the Contract 20 Documents whose principal place of business is not in the State of Texas. 21 22 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to 23 whom City (on the basis of City's evaluation as hereinafter provided) makes 24 an award. 25 26 2. Copies of Bidding Documents 27 28 2.1. Neither City nor Engineer shall assume any responsibility for errors or 29 misinterpretations resulting from the Bidders use of incomplete sets of Bidding 30 Documents. 31 32 2.2. City and Engineer in making copies of Bidding Documents available do so only 33 for the purpose of obtaining Bids for the Work and do not authorize or confer a 34 license or grant for any other use. 35 36 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 37 38 3.1. All Bidders and their subcontractors are required to be prequalified for the work 39 types requiring prequalification at the time of bidding. Bids received from 40 contractors who are not prequalified (even if inadvertently opened) shall not be 41 considered. Prequalification requirement work types and documentation are as 42 follows: 43 44 45 46 47 CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 27, 2012 002113 -2 INSTRUCTIONS TO Plbbi'RS Page 2 of 11 1 3.1.1.. Water and Sanitary Sewer — Requirements document located at, 2 https:lJprojeCtpoint.bu w.com/forttivorthrgovlResourcesl02coZD- 3 °Io2OConstruction°/42CDocurnentslContractor'Ya2QPrequaGification/Wa_terO/a20 4 a5du/n2aSanitarv°/o2OSewerc/o2QContractor°/c2OPrecualification°fo2OProgram �'W5S°l�,2(] re ual°'c•2Cfre uirements.doc� ubii� c 7 3.2. Each Bidder unless currently prequalified, mint be prepared to submit to City 8 within seven (7) calendar days prior to Bid opening, the documentation 9 identified in Section 00 45 11, BIDDERS PREQUALIEIC:ATICINS. 10 11 3.3. Submission of and/or questions related to prequalification should be addressed 12 to the Cite contact as provided in Paragraph 6.1. 13 14 The City reserves the right to require any pre-qualified contractor who is the 15 apparent low hidder(s) for a project to submit such addidonal information as the 16 City, in its sole discretion may require, including but not limited to manpower 17 and equipment records, information about key personnel to be assigned to the 18 project, and construction schedule, to assist the City in evaluating and assessing 19 the ability of the apparent low bidder(s) to deliver a quality product and 20 successfully complete projects for the amount bid within the stipulated time 21 frame. Based upI}n the City's assessment of the submitted information, a 22 rerorrimendation regarding the award of a contract will be made to the City 23 Council. Failure! to submit the additional information, if requested, may be 24 grounds for rejecting the apparent low bidder as non-responsive. Affected 25 contractors will be notified in writing of a recommendation to the City Council. 26 27 3.4. In addition to prequaliflcatiun, additional requirements for qualification may be 28 required within various sections of the Contrau Documents. 29 3.5. 30 Special qualifications required for this project include the following: 3 i The Time of Completion of each individual wo(k order in ars essential elemene of 32 this contract. Each work order issued wid have the maximum allowed number of 33 calendar days allowed for the completion of that spedric work. 34 Singie or several Work Orders may be issued at one time. The Contractor shall 35 initiate work within severe (7) working days of the date the Work Order is issued 36 to the Contractor, and continue work on the Work Order until it has been 37 completed, not including paving. The Contractor shall furnish and supply 38 sufficient equipment and personnel to complete the 'I,+"Vork Order in the amount of 39 time provided for in the Work Order_ Should the Contractor fail to start any Work 40 Order within the time speciried, he shall add the necessary work crews and 41 equipment to prosecute the work to complete the Work Order or 'Work Carders in 42 the time provfded therefore. Should the contractor fail to complete an individual 43 work order in the given amount of calendar days as specified on each individual 44 work order, liquidated damage charges will be subtracted from the final pay 45 estimate of that particular work order. The estimated amount for eOLh particular 46 work order will be used f©r determining the amount of damages charged per 47 calendar day of time exceeding the specified amount.. 48 CITY OF FORT'WORTH SMR2013B STANOARQ CONSTRUCTION SPECIFICATION DOCUMENTS City ProtEct No. 2047 Revised November 27, 7012 00 21 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 11 1 4. Examination of Bidding and Contract Documents, Other Related Data, and 2 Site 3 4 4.1. Before submitting a Bid, each Bidder shall: s 6 4.1.1. Examine and carefully study the Contract Documents and other related 7 data identified in the Bidding Documents (including "technical data" referred 8 to in Paragraph 4.2. below). No information given by City or any 9 representative of the City other than that contained in the Contract 10 Documents and officially promulgated addenda thereto, shall be binding 11 upon the City. 12 13 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, 14 local and site conditions that may affect cost, progress, performance or 15 furnishing of the Work. 16 17 4.1.3. Consider federal, state and local Laws and Regulations that may affect 18 cost, progress, performance or furnishing of the Work. 19 20 21 22 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions 23 at or contiguous to the Site and all drawings of physical conditions relating 24 to existing surface or subsurface structures at the Site (except Underground 25 Facilities) that have been identified in the Contract Documents as containing 26 reliable "technical data" and (ii) reports and drawings of Hazardous 27 Environmental Conditions, if any, at the Site that have been identified in the 28 Contract Documents as containing reliable "technical data." 29 30 4.1.5. Be advised that the Contract Documents on file with the City shall 31 constitute all of the information which the City will furnish. All additional 32 information and data which the City will supply after promulgation of the 33 formal Contract Documents shall be issued in the form of written addenda 34 and shall become part of the Contract Documents just as though such 35 addenda were actually written into the original Contract Documents. No 36 information given by the City other than that contained in the Contract 37 Documents and officially promulgated addenda thereto, shall be binding 38 upon the City. 39 40 4.1.6. Perform independent research, investigations, tests, borings, and such 41 other means as may be necessary to gain a complete knowledge of the 42 conditions which will be encountered during the construction of the project. 43 On request, City may provide each Bidder access to the site to conduct such 44 examinations, investigations, explorations, tests and studies as each Bidder 45 deems necessary for submission of a Bid. Bidder must fill all holes and 46 clean up and restore the site to its former conditions upon completion of 47 such explorations, investigations, tests and studies. 48 CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 27, 2012 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 11 1 4.1.7. Determine the difficulties of the Work and all attending circumstances 2 affecting the cost of doing the Work, time required for its completion, and 3 obtain all information required to make a proposal. Bidders shall rely 4 exclusively and solely upon their own estimates, investigation, research, 5 tests, explorations, and other data which are necessary for full and 6 complete information upon which the proposal is to be based. It is 7 understood that the submission of a proposal is prima-facie evidence that 8 the Bidder has made the investigation, examinations and tests herein 9 required. Claims for additional compensation due to variations between 10 conditions actually encountered in construction and as indicated in the 11 Contract Documents will not be allowed. 12 13 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in 14 or between the Contract Documents and such other related documents. The 15 Contractor shall not take advantage of any gross error or omission in the 16 Contract Documents, and the City shall be permitted to make such 17 corrections or interpretations as may be deemed necessary for fulfillment of 18 the intent of the Contract Documents. 19 20 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for 21 identification of: 22 23 4.2.1. those reports of explorations and tests of subsurface conditions at or 24 contiguous to the site which have been utilized by City in preparation of the 25 Contract Documents. The logs of Soil Borings, if any, on the plans are for 26 general information only. Neither the City nor the Engineer guarantee that 27 the data shown is representative of conditions which actually exist. 28 29 4.2.2. those drawings of physical conditions in or relating to existing surface 30 and subsurface structures (except Underground Facilities) which are at or 31 contiguous to the site that have been utilized by City in preparation of the 32 Contract Documents. 33 34 4.2.3. copies of such reports and drawings will be made available by City to any 35 Bidder on request. Those reports and drawings may not be part of the 36 Contract Documents, but the "technical data" contained therein upon which 37 Bidder is entitled to rely as provided in Paragraph 4.02. of the General 38 Conditions has been identified and established in Paragraph SC 4.02 of the 39 Supplementary Conditions. Bidder is responsible for any interpretation or 40 conclusion drawn from any "technical data" or any other data, 41 interpretations, opinions or information. 42 CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 27, 2012 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 11 1 4.3. The submission of a Bid will constitute an incontrovertible representation by 2 Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, 3 (ii) that without exception the Bid is premised upon performing and furnishing 4 the Work required by the Contract Documents and applying the specific means, 5 methods, techniques, sequences or procedures of construction (if any) that may 6 be shown or indicated or expressly required by the Contract Documents, (iii) 7 that Bidder has given City written notice of all conflicts, errors, ambiguities and s discrepancies in the Contract Documents and the written resolutions thereof by 9 City are acceptable to Bidder, and when said conflicts, etc., have not been 10 resolved through the interpretations by City as described in Paragraph 6., and 11 (iv) that the Contract Documents are generally sufficient to indicate and convey 12 understanding of all terms and conditions for performing and furnishing the 13 Work. 14 15 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, 16 Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive 17 Material covered by Paragraph 4.06. of the General Conditions, unless 18 specifically identified in the Contract Documents. 19 20 S. Availability of Lands for Work, Etc. 21 22 5.1. The lands upon which the Work is to be performed, rights-of-way and 23 easements for access thereto and other lands designated for use by Contractor 24 in performing the Work are identified in the Contract Documents. All additional 25 lands and access thereto required for temporary construction facilities, 26 construction equipment or storage of materials and equipment to be 27 incorporated in the Work are to be obtained and paid for by Contractor. 28 Easements for permanent structures or permanent changes in existing facilities 29 are to be obtained and paid for by City unless otherwise provided in the 30 Contract Documents. 31 32 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City 33 are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event 34 the necessary right-of-way, easements, and/or permits are not obtained, the 35 City reserves the right to cancel the award of contract at any time before the 36 Bidder begins any construction work on the project. 37 38 5.3. The Bidder shall be prepared to commence construction without all executed 39 right-of-way, easements, and/or permits, and shall submit a schedule to the City 40 of how construction will proceed in the other areas of the project that do not 41 require permits and/or easements. 42 43 44 45 46 47 CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 27,2012 002113-5 INSTRU OSTO DIDDERS Page 5 of 11 1 6. Interpretations and Addenda 2 3 5.1.All questions about the meaning or intent of the Bidding Documents are to be 4 directed to City in writing on or before 2 p.m., the Monday prior to the; Bid 5 opening. Questions received after this day may not be responded to. 5 Interpretations or clarifications considered necessary by City in response to such 7 questions will be issued by Acd+enda delivered to all parties recorded by tasty as 8 haying received the Bidding Documents Only questions answered by formal 9 written Addenda will be binding. Oral and other interpretations or clarifications 10 will be without legal effect. 11 12 Address questions to: 13 14 City of Fort Wa th 15 1000 Throckmort>on Street 16 Fort Worth, TX 75102 17 Atte; Adolfo Lopez, Fart Worth Vater Dept. IX Fax: 817-392-2527 19 Email: adolfo,lope79fortworthtexas.gov 20 Phone: 817-392-782-9 21 22 23 5.2. Addenda may also be issued to modify the Bidding Documents as deemed 24 advisable by City. 25 26 5.3. Addenda or clarifications may be posted via Buzzsaw at: 27 https,/f projec(pnint.buazsaw.r-cm/client/fortvvc)rthgov/Infrastructure 28 Projects/02047-Surer Main Replacements Contract 2013E 2.9 30 6.4. A prebid conference may be held at the time and place indicated in the 31 Advertisement or INVITATION TO BI[)DERS, Representatives of City will be 32 present to discuss the Project. Bidders are encouraged to attend and participate 33 in the conference. City will transmit to all prospective Bidders of record such 34 Addenda as City considers necessary in response to questions arising at the 35 conference, hall statements may rat be relied upon and will not be binding or 36 37 7. Bid Security 39 39 7.1. Each Bid must be accompanied by Bid Eland made payable to City in an amount 40 of fVe (5) percent of Bidders rnaxirnum Bid price an Farm attached, issued by a 41 surety meeting the requirements of Paragraphs 5.01 of the General CDnditions. 42 CITY OF FORT WORTH 5MR20136 STANDARD 0ONSTIRUCTION SPIMFICA710d DC?CUMENT5 Clty Project No. 2047 Revised Nmernber 27, 2012 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 11 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of 2 Award have been satisfied. If the Successful Bidder fails to execute and deliver 3 the complete Agreement within 10 days after the Notice of Award, City may 4 consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond s of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy 6 if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have 7 a reasonable chance of receiving the award will be retained by City until final s contract execution. 9 10 8. Contract Times 11 The number of days within which, or the dates by which, Milestones are to be 12 achieved in accordance with the General Requirements and the Work is to be 13 completed and ready for Final Acceptance is set forth in the Agreement or 14 incorporated therein by reference to the attached Bid Form. 1s 16 9. Liquidated Damages 17 Provisions for liquidated damages are set forth in the Agreement. 1s 19 10.Substitute and "Or-Equal" Items 20 The Contract, if awarded, will be on the basis of materials and equipment described 21 in the Bidding Documents without consideration of possible substitute or "or-equal" 22 items. Whenever it is indicated or specified in the Bidding Documents that a 23 "substitute" or "or-equal" item of material or equipment may be furnished or used by 24 Contractor if acceptable to City, application for such acceptance will not be 25 considered by City until after the Effective Date of the Agreement. The procedure 26 for submission of any such application by Contractor and consideration by City is set 27 forth in Paragraphs 6.05A., 6.058. and 6.05C. of the General Conditions and is 28 supplemented in Section 0125 00 of the General Requirements. 29 30 11.Subcontractors, Suppliers and Others 31 32 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 33 20020-12-2011 (as amended), the City has goals for the participation of 34 minority business and/or small business enterprises in City contracts. A copy 35 of the Ordinance can be obtained from the Office of the City Secretary. The 36 Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier 37 Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort 38 Form with documentation and/or Joint Venture Form as appropriate. The 39 Forms including documentation must be received by the City no later than 40 5:00 P.M. CST, five (5) City business days after the bid opening date. The 41 Bidder shall obtain a receipt from the City as evidence the documentation 42 was received. Failure to comply shall render the bid as non-responsive. 43 44 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other 45 person or organization against whom Contractor has reasonable objection. 46 47 CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 27,2012 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 11 1 12.Bid Form 2 3 12.1. The Bid Form is included with the Bidding Documents; additional copies may 4 be obtained from the City. 5 6 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid 7 Form signed in ink. Erasures or alterations shall be initialed in ink by the 8 person signing the Bid Form. A Bid price shall be indicated for each Bid item, 9 alternative, and unit price item listed therein. In the case of optional 10 alternatives, the words "No Bid," "No Change," or "Not Applicable" may be 11 entered. Bidder shall state the prices, written in ink in both words and 12 numerals, for which the Bidder proposes to do the work contemplated or 13 furnish materials required. All prices shall be written legibly. In case of 14 discrepancy between price in written words and the price in written 15 numerals, the price in written words shall govern. 16 17 12.3. Bids by corporations shall be executed in the corporate name by the 18 president or a vice-president or other corporate officer accompanied by 19 evidence of authority to sign. The corporate seal shall be affixed. The 20 corporate address and state of incorporation shall be shown below the 21 signature. 22 23 12.4. Bids by partnerships shall be executed in the partnership name and signed by 24 a partner, whose title must appear under the signature accompanied by 25 evidence of authority to sign. The official address of the partnership shall be 26 shown below the signature. 27 28 12.5. Bids by limited liability companies shall be executed in the name of the firm 29 by a member and accompanied by evidence of authority to sign. The state 30 of formation of the firm and the official address of the firm shall be shown. 31 32 12.6. Bids by individuals shall show the Bidder's name and official address. 33 34 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 35 indicated on the Bid Form. The official address of the joint venture shall be 36 shown. 37 38 12.8. All names shall be typed or printed in ink below the signature. 39 40 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the 41 numbers of which shall be filled in on the Bid Form. 42 43 12.10. Postal and e-mail addresses and telephone number for communications 44 regarding the Bid shall be shown. 45 CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 27, 2012 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 11 1 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the 2 state of Texas shall be provided in accordance with Section 00 43 37 — 3 Vendor Compliance to State Law Non Resident Bidder. 4 5 13.Submission of Bids 6 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding 7 Documents, at the time and place indicated in the Advertisement or INVITATION TO s BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque 9 sealed envelope, marked with the City Project Number, Project title, the name and 10 address of Bidder, and accompanied by the Bid security and other required 11 documents. If the Bid is sent through the mail or other delivery system, the sealed 12 envelope shall be enclosed in a separate envelope with the notation "BID 13 ENCLOSED" on the face of it. 14 15 14.Modification and Withdrawal of Bids 16 17 14.1. Bids addressed to the City Manager and filed with the Purchasing Office 18 cannot be withdrawn prior to the time set for bid opening. A request for 19 withdrawal must be made in writing by an appropriate document duly 20 executed in the manner that a Bid must be executed and delivered to the 21 place where Bids are to be submitted at any time prior to the opening of 22 Bids. After all Bids not requested for withdrawal are opened and publicly read 23 aloud, the Bids for which a withdrawal request has been properly filed may, 24 at the option of the City, be returned unopened. 25 26 14.2. Bidders may modify their Bid by electronic communication at any time prior 27 to the time set for the closing of Bid receipt. 2s 29 15.Opening of Bids 30 Bids will be opened and read aloud publicly at the place where Bids are to be 31 submitted. An abstract of the amounts of the base Bids and major alternates (if 32 any) will be made available to Bidders after the opening of Bids. 33 34 16.Bids to Remain Subject to Acceptance 35 All Bids will remain subject to acceptance for the time period specified for Notice of 36 Award and execution and delivery of a complete Agreement by Successful Bidder. 37 City may, at City's sole discretion, release any Bid and nullify the Bid security prior to 38 that date. 39 40 41 42 43 44 45 46 47 CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 27, 2012 00 21 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 11 1 17.Evaluation of Bids and Award of Contract 2 3 17.1. City reserves the right to reject any or all Bids, including without limitation 4 the rights to reject any or all nonconforming, nonresponsive, unbalanced or 5 conditional Bids and to reject the Bid of any Bidder if City believes that it 6 would not be in the best interest of the Project to make an award to that 7 Bidder, whether because the Bid is not responsive or the Bidder is unqualified s or of doubtful financial ability or fails to meet any other pertinent standard or 9 criteria established by City. City also reserves the right to waive informalities 10 not involving price, contract time or changes in the Work with the Successful 11 Bidder. Discrepancies between the multiplication of units of Work and unit 12 prices will be resolved in favor of the unit prices. Discrepancies between the 13 indicated sum of any column of figures and the correct sum thereof will be 14 resolved in favor of the correct sum. Discrepancies between words and 15 figures will be resolved in favor of the words. 16 17 17.1.1.Any or all bids will be rejected if City has reason to believe that collusion 18 exists among the Bidders, Bidder is an interested party to any litigation 19 against City, City or Bidder may have a claim against the other or be 20 engaged in litigation, Bidder is in arrears on any existing contract or has 21 defaulted on a previous contract, Bidder has performed a prior contract in 22 an unsatisfactory manner, or Bidder has uncompleted work which in the 23 judgment of the City will prevent or hinder the prompt completion of 24 additional work if awarded. 25 26 17.2. City may consider the qualifications and experience of Subcontractors, 27 Suppliers, and other persons and organizations proposed for those portions 28 of the Work as to which the identity of Subcontractors, Suppliers, and other 29 persons and organizations must be submitted as provided in the Contract 30 Documents or upon the request of the City. City also may consider the 31 operating costs, maintenance requirements, performance data and 32 guarantees of major items of materials and equipment proposed for 33 incorporation in the Work when such data is required to be submitted prior to 34 the Notice of Award. 35 36 17.3. City may conduct such investigations as City deems necessary to assist in the 37 evaluation of any Bid and to establish the responsibility, qualifications, and 38 financial ability of Bidders, proposed Subcontractors, Suppliers and other 39 persons and organizations to perform and furnish the Work in accordance 40 with the Contract Documents to City's satisfaction within the prescribed time. 41 42 17.4. Contractor shall perform with his own organization, work of a value not less 43 than 35% of the value embraced on the Contract, unless otherwise approved 44 by the City. 45 CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 27, 2012 0021 13 -11 INSTRUCTIONS TO BIDDERS Page 11 of 11 1 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 2 responsive Bidder whose evaluation by City indicates that the award will be in 3 the best interests of the City. 4 5 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not 6 award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is 7 lower than the lowest bid submitted by a responsible Texas Bidder by the 8 same amount that a Texas resident bidder would be required to underbid a 9 Nonresident Bidder to obtain a comparable contract in the state in which the 10 nonresident's principal place of business is located. 11 12 17.7. A contract is not awarded until formal City Council authorization. If the 13 Contract is to be awarded, City will award the Contract within 90 days after 14 the day of the Bid opening unless extended in writing. No other act of City 15 or others will constitute acceptance of a Bid. Upon the contractor award a 16 Notice of Award will be issued by the City. 17 18 17.8. Failure or refusal to comply with the requirements may result in rejection of 19 Bid. 20 21 18.Signing of Agreement 22 When City issues a Notice of Award to the Successful Bidder, it will be accompanied 23 by the required number of unsigned counterparts of the Agreement. Within 14 days 24 thereafter Contractor shall sign and deliver the required number of counterparts of 25 the Agreement to City with the required Bonds, Certificates of Insurance, and all 26 other required documentation. City shall thereafter deliver one fully signed 27 counterpart to Contractor. 28 29 30 31 END OF SECTION CITY OF FORT WORTH SMR2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised November 27, 2012 OrJ3513- I CONFUCT OF 1WEREST AFFIDAVIT Page 1 at 1 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT i 4 Each bidder, offeror, c ru ponden t (hereinafter also referred to as "you") to a City of s Fort Worth (FiIso referred to as "City") procurement are required to comiplete Conflict of 6 Interest Questionnaire {the attached CIQ Form) and local Government Officer Conflicts 7 Disclosure Statement (the attached SCIS Form) below pursuant to Mate law. This affidavit will certify that the Bidder has on file with the City Sccretary the required documentation and is eligible to bid on City Word. The referenced forms may be downloaded from the Id website links provided below. II 12 http.-Itvv w ethics,state.t>..usifovms CIS Q..pdf 13 14 Maio:/Ivvavvw.ethics.state.tx.usffc)rms/CIS.pdf 15 16 � C.IQ Form is an file with City Secretary 17 18 Q CICS Form is being provided to the City Secretary 19 20 CIS Form is on File with City Secretary 21 22 CIS Fora is being provided to the City Secretary 21 24 25 26 BADDER: 27 / l 28 I�rre ' brt T r rrrr7 By: �C r r LS'� 29 Company (Please Fant) 30 31 /00 190 $ S[g nature: r " 32 Address 33 34 AO{ . ' 711_ 76- � title: e-e ,es r 'cop P7 35 City/Stnte/zip (Please Print) 36 37 38 END OF SECTION i Cf"OF FORT WORTH SMR2013B STANDARD WNSTRULTION SPECIFICATION Dt GIMENT5 Cary Project No,2047 Reuimd March 27,2012 r 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Sewer Main Replacements Contract 2013B City Project No.: 2047 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of City(b) to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xls 9 i y q SO FORM Poq�p 2 at 3 3. Prequalification " The Badder adknowledges that the following work types must be performed only by prequalified contractors and su600ntractors: a. Sewer Improvements 4. Time of Completion 4.1. The Work w I I I be complete For Final Acceptance within 365 days days after the date when the the Contract Time commences to rurr as pruvided in paragraph 2..03 of the General Conditions. I 4.2. Bidder accepts the provisions of the Agreement as to Ilquidated damages in the event of fallure to complete the Work{and/or achievement of MIlestonesI w1thIn the tunes specified in the Agreement. 5. Attached to this Sid The following docun7ents are attadied to and made a part of this Fid: a. This Bid Form,Section 00 4100 b. Required Bid Bond, '.Section 00 43 13 Issued by a surety meetiN the requirement$ of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to Skate Law Nan Rodent 3idder, Section 00 43 37 e. M'WBE Forms (optional at time of bid') f• Prequalif"cation 'Statement,5ecdorr 4f?45 12 Conflict of Interest Affldavit,Section aB 35 13 *1F necessary,CIQ or CIS forms are to be provlded directly to City S tart' h. Any additi©nai documents that may be required by Section 12 of the Instructions to Bidders S. total Did Amount 6.1. Badder will corrlpietie the Work In accprdance with the Contract Documents for the fullowing bid amount, In the space provided below, please enter the total hid arnount for this project. Only this figure will he read publicly by the City at the bid opening. 6.2- It Is understood and agreed by the Bidder in signing this proposal that the total bid amount entered belmv is subject to verMcatlan and/or madifcation by MtAltiplying the unit hid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Ejd $ D E , . , , 99s- 00 C 17Y OF PC R1 WORTH UANPARG"NSTRUCTION SPECIRCAT10N DOCUMENTS Fnim"sed 2M27 00 41 UOlOU 43 13.Cr142 4q_0C d3 37_00 45 12_11d 9613_Rid Prepnsal 1AWken©kxK 0104100 BR]17CRIA Page 3 of 3 7. Bid Submittal This Bid is submitted on 9-19- / 1/ by the entity rrarned below. Respectfully s,,Abm itted, Receipt is acknowledged ff bhe Initial follQwln Addenda; By- , ._ Sfr Addendum No, 1: (Signature) d Addendum No. 2: Addendum No. 3: -eA Addcndum No. 4: (Printed Name) Company: LIzl d r n 1 Xa"1�' rr�, C,,e-/,i C eO17.i Tr—/ r/rnrp C �•}eas>n r Corporate Seal: Address: 12C, 9nx I/P.;Z 8 State of Incorporatlon: rerGs f Email: -, Sd�e/Y 6PdTPw �', f'coo},.r c4�i2 , C esrl7 Phone: Of END OF SECTION CITY Or FORT 60M STANDAR}CONSTRUCTPON SPECIFICATION WGUMEMS Farm Ravised 30120327 M 41 OQ.-CO 4313_00 42 43 CO 43 37 00 4512_00$6 13_04 Proprsm'A *Wok.xru ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. IT15M NO. QTY. PRICES WRITTEN IM WORDS SECTION NO. PRICE AMOUNT 1. 0:170.0)O? 50 Ea, Work order Mobilization 0170 00 Per Each: " dusl7rae� S 11 er d coo" -r-rrn 1X Doll.,rs and .,a Cents Q o SCJ 1 0170.0103 25 Ea. Work Order Ernerger.ey M4bi ization 01;0 eG tle+ , a-7�; ,5-�nGod a P r Each- w o ;xi V" S a- e 'r.S Dollars and n a Can's �� . 3. 3333.,5201 75 LIF, 6" PVC Severer Pipe,0'to G' 33 31 2-0 $ $ 2'117s' Per Linear Foot: lAlt r--f� I ef Dollars 8nd /} Cents 4. 3331.5204 75 LF. 6" PVCSewer Pipe,6'to 8' 833120 5 $ [ es- Per Unear Foot: ¢r Dollars and » Cents 5. 3331.5207 75 Lf. 6" PVC Sewer Pipe,8'to 10' 33 3120 Per Uneae Fora: r'r r' 4- a Dollars and 40 Cents 6, 3331.5210+ 50 J. 6"PVC Sewer Piper 10'to 1-2' 33 K 20 Y . � � $ 2100 � C� Per Linear FooV tp,+�v 14W 0 Dollars and Cents Y. 3331.5301 750 L#, 8"PVC Sewer Pipe,0'to G' 33 31 20 f' 40� ZjV0 [J Per Llnear Foot- le'-)r,ley 1 r� Callers and SIJ Cents y a, 3331.5304 800 L.P. 8" PVC Sewer Pipe,6'to S' 333120 $ ? coo Per Linear Fvvt; 7'v,'4 r`..,t Dollars and Cents f� 3331.5307 800 Lf, 8"PVC Sewer P�pe,8'to 10' 333120 Per Llneae Fnot: 41-6 � � f3ollars tl and #t r7 Cents B-1 •- 1 A ITEM BILA LIST DESCRXPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. MM NO. QT1f. PR.ICFS WRITTEN IN WORDS SECTION NO, PRICE AMOUNT 1p. 3331.'531® 400 Lr- 8" PJC Sewer Pipe,10'to 12' 333120 L , $ Z'+� , o Per Linear Foot: andCents 11. 3331.5313 104 Lf, 8" PVL Sewer Pipe,12'to 14' 33 31 20 5 $ 4000 Per Linear Fflot: rSi.G , Dollars ander Cents 12, 3331,531.6 100 Lf! E"PVC5ewer Pipe,14'to 16' 333120 $ 70 0 s 7 47o Q Per Llnear 1=4et: If �r7y Dollars —r ander Cents 13. 3331.5319 100 Lf. 8"FVC Sewer Pipe,16'tQ 18' 33 31 20 $ 7L O $ -7200 Per Linear Fant: C�lr] rr Arm Dollars and /76 Cents p u fJ 1q. 3331.5gt}L 1007 Lf. 14" PVC Sewer Pipe,0'to 6' 333120 $ 'C7 C7 Per Linear Foot; Dollars and rr Cents 15. 3331.5404 tOO Lf. 10"PUC Sewer Pipe,5'to 8' 333120 $ 00 4 �QD Per Linear Foot. -,& .,-. I Dollars and r70 Gets 16. 3331-5407 100 Lf. 10" PVC Sewer Pipe,8'to 10' 333120 Per Linear Foot: 11�1q' Dofizrs and Cents 17. 3331.5410 50 Lf. til" PVC Sewer Pipe, 16'to 12' 33 3120 $ Per Linear Fact, 4"4%, -IG&,-, Dollars i and "*?6 Cents i8. 3331.5413 50 Lf. 10" PVC Sewer Pipe,12'to 14' 33 312U $ 6z $ I00 Per LI iaa r Fant: and '� ' Cents w g-2 ITEM BID LIST DE:SCRIPTIUN of ITEMS WI'TN BID SPECIFICATION UNIT TOTAL NO. ITEM IYO. QTY. PRICES WRITTEN IPI WORbS SECTION NO. PRICE AMOUNT 19. 3331.5415 50 LF. S0"PVC Sewer Pipe, 14'ta 1 — �c' 00 33 312U � Per Linear Foot: ' r+ Dollars and 070 Cents 20. 3331,5419 50 Lf. 1D"PVC 5e'orer Pipe, 16'to IV 33 31 20 � ��' � � $ Pe,'Linear Foot: 7E,. vEv Q Dollars and rsra Gents 21. 3331.5501. 50 J. 12"PVC Sewer Pipe,0'to 6' 333120 $ �j,/ � sr,,5-0 Per Linear Foot: _ Ire aL t2rls Dollars and o Cents 22. 3331,5504 50 Lf. 12"PUC Sewer Pipe, 6'tr 8' 333120 f Per Linear rcct; Ciel Dollars and 120 Cents 23, 3331.5507 50 Lf. 12"PVC Sewer Pipe,8'to 10' 333120 0 00 Per Linear Foot: poliars and 017;P Cents 24. 3331.5510 SD Lf. 12"PVC Sewer Pipe,10'W 12' 333120 $ � � � �f� G Per Linear Foot: �J- I C2 Doliars and rr 0 Cents 25. 50 J. 12"PVC Sewer Pipe, 12'to 14' 33 31 20 � �� �� 0 Per Linear Fortc 1 A, o a, Dollars and nb Cent; 00 00 26. 50 L#. 1.2" PVC Sewer Pipe,14'to 16' 33 31 20 7a Per Linear Foot, Dollars ancf__ rte Vents a 27. 50 Lf. 12"PVC Sewer Pipe,161 to.18, 333120 $ � Per Linear rov: Dollars a:nd Cents B-3 ITEM EID LIST DESCkIF'TIOIN OF ITEMS WITH BID SPECIFICATION UNIT 'TOTAL NO. 1TEM No_ QTY. PRICES WRITTEN IN WORDS SECTION NO, PRICE AMOUNT c 28. 3331.5601 50 Lf. 15"PVC Sewer Piper 0'to 6' 33 31 20 $ $ z7SW Per Linear Foot: y /!f/e l7vl�ars and"0 Cents 29. 3331.5604 50 Lf. 15"FVC Sewer Pipe, 6'to 8' 33 31 20 7 Per Linear Frtuat: r Yl- F Dollars and .Z 6 Cents a C cj 30. 3331,5647 50 Lf. 15" PVC Sewer Pipe,8'to 1{}' 333120 Per Linear Foot: a rXl �� p�diars and '07 g3 Cents 31. 3331.5610 50 Lr. 15" PVC Sewer Pipe,10'to 12' 3331 20 0 $ Ioo Per Linear Font: } e/c.47Z Dal ars and ! .�d> Cents 32. 50 LF. 15" P'VC Sewer Pipe,12'to 14' 33 31 20 $ 7j $ Per Linear Foot: - 5 rdrr► y 1141.9 Dollars and 170 Cents c 33. 50 Lf. 15"AVC Sewer Pipe,14'to 16` 33 31 20 $ $ ` Per Linear Foot: �� � �F�f Dodlars and erg Cents 34. 50 Lr, l5"PVC Sewer Pipe,16'to 3$' 333120 Per Linear Foot: V 17fl?,fl� /W 1- Dollars ander Cents 35, 3331.5231 50 Lf. 6" DIP Sewer Pipe,4'to 6' 3311 10 Per Linear Foot: .+ Dollars and Cents d � 36. 3331,523$ 50 J. 6`. QIP Sewer Pipe,6'to F' 331110 Per Linaar Focat: tiryt�7 9, Dollars and Cents 6-4 ITEM DID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNff TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 37. 3331,5237 50 LP. 6" DIP Sew er Pipe,8'to 14' X311.10 Per Linear Foot: ieefj& &re Dollars and €) Cents 36. 3331.52°i0 50 Lf. 6" DIP Sewer Pipe,10'to 12' 33 11 10 $ ,. $ 41A5"4) Per UnearfFoot, 11r 'e Dollar, and d Cents 39, 50 Lf. G" DIP Sewer Pipt-,12'to 14' 331110 $ �i 5 45"t Per LineLar Font: ` R ❑fll'ars a'inc1 I7ra Cerits 40. 50 Lf 6" IIP Se�Ner Pipe,14'to 16' 33 11 10 Per Llnea r Fact: ; Dollars and Cants 41. 50 Lf. G"DIP Sewer Pipe,16'to IV 3311 10 $ $ J~ G Per Linear Fncyt: e'unrr:.. '`srl DallMrs 1 and a Cents 42, 3331.5331 50 Lf. 8"DIP Sewer Pipe,0'to 6' 33 11 10 Per Linear root: — ' r; Dollars and i,e Cents 43. 3331.5334 50 U. S"1)1 P 5 e vier PI pe, 6'to 8' 331110 Per Linear Fort: eza"l Dollars and ✓P 0 Cents 0 44. 3331,5337 50 J. S' DIP Sewer Pipe, 8'to 10' 331110 00 45 40 47 0p $ ll Per Linear Fagot Dc Ilars and Cents 45. 3331.5340 50 U. 8"DIP Sewer Pipe, 10'to 12' 33 11 10 Per Llnear Foot! 2tn.eA ,-? _ _ Dollars and tip, Cents Q-5 Inn BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UN17 TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WARDS SECTJO ! NO. PRICE AMOUNT 4G} 3331.5343 50 Lf, 8" DIP Sewer Pipe,12'to 14' 331110 Por Linear Fcotr:^ Doliars and rr a Cents cp CJ 47. 3331.5346 50 LF. 8"DJP Sewer Pipe,14'to 16' 33 9,1 10 $ / t $ f Per Linear Foot: 0 v-" Dollars and e7 a Cents 00 48. 3331,5349 50 Lf 8" GIP Sewer Plpe,16'to 18' 331110 $ ,/ $ Zq 0 Per Linear Foot: it �rrt /�c,i,r1�^t r���✓] dollars and, i1 rs -'Cen-s 00 49. 3331.5431 50 Lf. 10" DIP Sewer,0"to 6' 39 11 1() 70 Per Llnear Foot: .a.,f .r Dollars and"7e. Cents 511. 3331.5434 50 Lf. 10"THIP Sewer, 6'to 8' 131110 N Per Linear Fact: nJ6s4 .c Dollars and no Cents OP 51. 3331.5937 50 L(. 10"QIP Sewer,8"to 10' 331120 $ Per Linear Fout. _ ten ru .r Dollars and �Cerrts 52. 3331,5441) 50 Lf. 1n"DIP Sewer, l0'to 12' 33 11.14 $ f CEJ $ 90, � Per Linear Foot: e2l,iyf L o2 Dollars and Cants 53. 3331.5444 50 Lf. 10"DIP Sewer,12'to 14' 3311 10 $ ,{ 5 Per linear Foot: Irl 4rr7if e" of.-Collars and ra 6 Cents 54. 3331.5446 50 Lf. 1.0" DIP Sewer, 14'to 16` 331110 � r' s ,57-700 Per Linear Foot; Aire h c.,,p { r7�1.ADol[ars and ,20 Cents 8-6 ITEM RTD LIST DESCRIPTION OF ITENTS WITH BID SPECIFICATI©N UNIT TOTAL ND. ITEM NO. QTY: PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 55. 3331.5499 50 Lf. 10"DIP Sewer, 16'to 16' 3311, to $ /z � $ Per Linear Foot: us ear terra r.? Dollars and 17 p Cents 56. 3331.5531 50 Lf, 12" DIP Sewer,0'to 6' 331110 $ 1`�' � $ P=r Linear Foot: 04,- A," ���r' Dollars and Cents ,v C) 00 57. ;331.5534 5n Lf. 12" DIP Sewer,U to 8' 331110 $ /+��� $ 7 49 0 Per Linear Foot: r yo; µre, Dollars and Cents 56. 3331.5537 50 Lf. 12" DIP Sewer,W to 10' 33 11 10 $ 1Z,"5 $ Per Lfnear Fact: 1:117e Dollars and Cents 00 DG 59. 3331.55:40 511 Lf. 12" DIP Sewer,10'to 12' 33 11 10 $ $ Per Linear Foot; Oran _ ,r•r. in_ Dollars and o Cents 6 0 c 60. 50 U. 12 DIP Sewer, 12'to 1141 33 1110 $ f� �� $ Per Linear Fa©k: O✓} u�,d�� t��,Dollars and (I o Cents 61 50 Lf. 12"DIP Sewer, 14'to 16' 33 1110 $ /":o $ 000 Per Linear Fcot: araeisr.gcrss' sr. Dollars and -,Jo Cents 0 00 62. 5D Lf. 12"DIP Sewer, 16'to 18' 331110 5— Per Lfnear Foot: 017,1 Dollars and .v Cents 63, 3331:5731 50 Lf, 16" DIP Sevier, 0"to 6' 331110 Per Linear Foot: 0117c X,«+ r rrr1' r n Dollars and x, Cents B-7 I ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM,NO. QTY. (PRICES WRITTEiV IN WORDS SECTLON No. PRICE AMOUNT 6q. 3331.5734 50 LP. 16" DIP Sewer, 6' to 8' 33 11 ID Per Linear Foot; / J and ' ' Cents 65. 3331.5737 50 LF. 16" DIP Sewer,8'to 10' 331110 �`/4 + Per Linear Foot; rre rrcrrn Dollars and 44 Cents G6. 3331,5740 50 LF. 16"DIP avwer,1C'to 12' 33 1114 .Per Unsar Fast; f Or7e urarrrr arr�r IDC llar5 1.7 and r70 Gents 67. 50 Lf. 16" DIP Sewer,l2'tea 14' 331110 $ f es— Pefr Linear Foot: G+rr Fxa�s "rr+ err�s'irr ✓r Donors end ,r L Gents 68. 50 Lf. 15"D P Sewer,14 to 16' 331110 Per Linear P44t: 0 and 14 Cents 00 59 50 Lt. 16"DIP Sewer,l5'to 18' 331110 $ $ Per Linear Foot. +ane 4-?,'07 �eCl 4v a Dollars and ,ra 'J Cents 70. 3331.58f 7 50 J. 6 PVC Sewer Pipe 0'to 6',CLSM 33 312D 40 eaelcfill $ L5 Per Linear Foot: A.,. Dollars d and A7 Cents 71. 3331.5308 54 L#. 6"PVC Sewer Pipe,W to R',CLSM 33 3120 0 4W Backfill ,$� $ c�?eSo Per Linear Foot: . r+.Ysr Dollars and 016, Cents 8-8 ITEM BID LIST DESCRIPTION OF ITEMS MTH BID SPECIFICATION UNIT TOTAL NO. ITEM No, QTY. PEACES`INRMEN IN WORDS SECTION NO. PRIGS AMOUNT 72. 3331,5800 50 Lf. 6" PVC Sewer Pipe,B'to X,CLSM 333120 Backfill Per Linear Fo❑t: and 170_ Vents 73. 3331.5810 50 U. 6" PVC Sewer Pipe,10'to 12',CLS M 333120 Backfill 72: ; D 0 Per Linear Foot: -uef19 Dollars and 01 r�.o Cents 74. 58 Lf. 6" PICC Sewer Pipe,12'to 14',M PA 3331 20 D 0 Backfill 7 • s 3$oo � Per Linear Foot: Seam d_1 X bol lars and Cents 75. 50 Lf. 6" PVC Sewer Pipe,14'to 16',CLSM 33 312c) Backfill Per Linear Foot: e1a41.- la'&e Dollars and #07.0 Cents 76 50 LF. 6" PVC Sewer Pape,26'to 18',CLSM 33-1120 60 � Backrl I Per Linear Font: D/fBiUrJri�rri Dollars and 00 Cents 77. 3331.5815 50 Lf. S"PVC Sewer Plpe,U to V,CLSM 33 31 20 p r BacdIll t Z5� Per Linear Pnot: ,.f0.vd 71u ryz VoUars and Itnic Cents 78. 3331.5816 50 LF. 8" PVC Sewer Piper 6'to 8',CLSPA 333120 Backfill 00 Per Linear Foch: .Sooyen4 Ors . 7' Dollars and rr �Cents ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL. NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 79. 3331.5817 50 Lf. 8"PVC Sewer Pipe,8'tc 10',CLSM 33 31 20 00 Backfill z' $ Y/00 Per LinurFoot: Ir +� Dollars and ?10 Cents B0. 3331„5818 54 Lf, 8" PVC Sewer Pipe,10'to 12', CLSPA 33 31 20 Eackfiil $ / $ l Per Linear Foot: rri,» i!u Dollars and r714 Cents 81. 3331.5819 50 LF. 8"PVC Sewer Pipe,12'to 14',CLSM 33 31 20 06 ¢ IBackf7ll $ 700 Per Linear FaoC I7r�7 Ty ;'ev- u+r Dollars and rho Cents 82. 3331.582.0 50 J. 8" PVC Sewer Pipe,14'to 16',CLSM 33 31 20 0 � p Backfill $ Per Linear Foot: ��f f�crrr cr.+�t+ ryf.��I7o I I a rs and -30 Cents E3. 3331.5821 50 Lf. 8" PVC Sewer Plpe,16'to 18',CLSM 33 3120 Backrill $ $ Per Linear Foot: r5 ursra �jr' E)ollars and Cants 84. 3331.5830 50 V. 10" PVC Sewer Pipe,0'to G,CLSM 333120 70 00 0 Backfill S Per Lireer Foot- rsay ra _ Dollars and 107 a CePU 85, 3331,5831 50 Lf 10"PVC Sever Pipe,V to 8',CLS M 333120 "9 C� Backfil. QQ ? Per Linear Fant; Dollars and iso Cents B-10 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT SG, 3331 5 32 50 LF, 10" PVC Sewer Pipe,V to 10',CLSM 333120 OG � Backfill $ Per Linear toot: { yrar Dollars and 40 Cents 87. 3331.5833 50 Lf. 10" PVC Sewer Pipe,10'to 22',CLSM 33 31 20 6aekfill s 9 Per Linear foot: w wa Dollars and * Cents 88. 3331.,5834 50 If. 20" PVC Sewer Pipe,12`t❑ 14',CLSM 33 31 20 Per Linear Fact: 0—m-e Dollars and .4 Cents 89. 3331-5635 50 Lr, 10" PVC Sewer Pipe,14'to 16',CLSM 33 3120 p Per Linear Foot. 0,0ff a/0 or 4 n dollars and n40 Gents 90. 3331.5$36 50 J. 10" PVC S,wer Piga,16'to 18',CLSM 333120 �U Backfill $ /Z $ S Per Linear Foo-: eA+aat a it a rs r �.+#�v 40-a Dollars and 410 Cents � 91. 3331.5645 50 Lr 12"PVC Sewer Pipe,Y tc 6',CLSM 33 3120 67 (' Backfill $ Per Linear root eega;0Dollars and . Cents 92. 3331.5816 50 LP. 12" IYVC5ewer Pipe,V to 8',CL5M 333220 D 0 Backfill $ vo0 Per Llnear Foot:: if!4IX k Dollars and 40 Cents 8-li ITEM BID LIST DESCRIPTION OF ITEMS V4114 E1W SPECIFICATION UNIT TOTAL NO. ITEM NO. {QTY. PRICES WRITTEN IN WORDS SECTE014 NO. PRICE AMOUNT 93 3331.5347 50 Lf. 12" PVC Sewer Pipe,V to 20',CLSM 33 31 2E -� '9'� �G .00 Backfill $ A Per Linear Foot_ ande Cents 94. 3331.5843 50 U. 12"PVC ewer PI pe,10'to 12', CL5M 33 31 20 G ca backfill $ Per Linear Foot: io/.7t tianorf Dollars and rso Cents 95, 50 Lf. 12"DVC Sewer Pipe,IZ'te 14' CLSM 33 31 20 V 00 Backfill $ f Per Linear Foot: ,!Z*&# d� ee Dollars ander Ceras 96, 50 Lf. 12"PVC Sewer Pipe,14'to 15', CLSM 33312000� $ackfili /f/ $ 7''o Per Linear root: "0 4o-d"I Dollars and rw o Cents 97. 50 Lf, 12" PVC Sewer Pipe, 16'to18',CLSM 33 31 2D 00 C� Back=lll � $ Zv�t Per Linear Fort: Dollars and _# rents 98, 3331..5653 50 Lf. 15" PVC Sewer Pipe,0'to G',CLSM 333120 _ �� ep � Backfill 5 $ Per Linear Foot-, and Cents 99. 3331.5854 50 U. 15" PVC Sewer Pipe,6'to 8',CLSM 333120 Backfil: $ d Per Linear Foot; ` e .SOsrr'q Dollars and ,r�„Cents i B-12 ITEM 13I13 LIST DESCRIPTION!OF 1TENI5 IjVITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO, QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT loo. 3331.5855 50 Lf, 15"PVC Sewer Pipe,8' Lu 3Q',CLShI 333120 00 0 4ackfiII z C. V4� Per Linear Foot: _•rrteftd - Dollars and IF n a Cents 101. 3331.5856 54 V. 15"PVC 5ewer Pipe,10'to 12',CLSM 33 31 20 00 Q 40 Backfill $ $ a Per Linear Foot: / T 4;1 L7oJlars and eo Cents 142, 53 Lf. 15"PVC Sewer Pipe,12'to 14',CLSM 3331 20 t ,p Backfill $ , 8 r Per Linear Foot: 007j A .�ri�rr T -Y Dollars and 07 to Cents 103. 50 Lf. 15"PVC Sewer Pipe,14'to 16',CLSM 333120 00 00 Backfill $ f $, '5_0 Per Linear Foot: 4.9ri,, ✓t/ ;rf Dollars and n d Cents 10q, 50 Lf 15"PVC Sewer Pipe,15'to 18',CLSM 333120 n 00 Backfill $ 1G? $ /r Per Linear Foot: d"'O'.4 "&/, !! r% 7 pcaliars and 40 Cents 145. 3331.5811 50 Lf. 6" DIP Sewer Plpe, o'to 6',CLSM p 06 8aekfil Per Llrr Foot; �?.r�r7�v DoClars ar%d r Gents 105, 3331,5$12 50 Lf. 6" DIP Sewer Pipe,6'to 8',CLSKI t] Backfill $ $ 500 Per Line �ar Foot: G��t hcn L�411ars and Cents G F 8-13 ITEM IIID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO, ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRINCE AMOUNT 107. 3331.5813 50 Lf, 6"DIP Sewer Pipe,8'to 10',CLSNi o Bac4ill 4 -5--/00_ a Per Linear Font: Dollars and 17 Cents P 108, 3331.5814 50 U. 6"GIP 5awe rPipe,1D'to 12',CLSIM sa � Bacf;i'lll $ /A?. ,j 1 Per Lin car Boot: &70*&,.d',-&//-,,/ Oollsrs and 070 Cents 109. 50 Lf. 6" DIP Sewer Pipe,12'to 14',CILSm Backfill SjOC� Per linear Foot: . srrr ��rs . Dollars and rre Cents 110. 50 Lf, 6"CHIP Sewer Pipe, 14'to 16',CLSIVI � Backfill ,5� $ ' ' Per Linear Foot: Aw 4,,v&L Dollars and 0; o Cents 11I. 50 Lf. 5"DIP Sewer Pipe,I9'to 18',CLSM 00 j Backfill $ an i Per Linear Foot: y lf � Dollars and Cents j 112. 3331 5022 54 Lf. $"DIP Sewer Pipe,4'to 6',ClSIVI D p C Backfill Per Linear Fant: +a ae�rd'.�rtr, Dollars I and Cents I 113, 3331.5823 SO Lf, S'DI P Sewer Pipe,6'to 8',CLSKI [� Backfill $ i $ Per Linear Foot: 0014f rr,rt�fr ."r .r,Dokrs and Z? Cents 8 -14 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL i NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 114, 3331.5824 50 Lf. 8" DIP sever Pipe,8'to 10',CL5H7 Backfill Per Linear root: CW c Il u A ole-Wer j Apure en Dol{a rs and +3 d Cents 115. 3331.5B25 50 Lf. S" DIP Sewer Plpe,10'to 12',CLSIvt Per Unear Foot: • #�Yei.sr r+, ..rr1y Dol ars and JM& Cents 116. 33.31,5826 50 Lf, 8" DIP Setiver Piper 12'to 14',CLSM 0 G f BacknJI $ �'`, $ ' Fer Linear Foot: e +. s.�•,�%�. i'�i 4p.Rt Dollars and r"r a Cents 117. 3331,5827 50 Lf. 8"DIP Sewer Pipe,Sri to 16',CLSM 0 00� Backfill 9 $ 7000 Per Lhear Foot. raa 4Cr 0%-c�rdp elgr � Dollars and _ Cents 118. 3331.5828 50 J. 8"DIP Sewer Pipe,15'tc 18',CL00 SM p Backfill Per Linear root: eW + yrc ice" z, Dollars and .0j'a Cents 119. 3331.5837 50 Lf, 10" DIP Sewer, D'to 6',CLSM Sack-flll $ f $ Per LInear Foot- and ..rte Cents / 00 120, 3331,5838 50 Lf. 10" DIP Sewer,8'tog',£LSIM Backfill $ 6,?0o Per Linear Foot: d � '��+ +' tr.•rr y J X Deliars and r7P Cents 121. 3331.5839 50 Lf, 10" DIP.Sewer,8'to 10',CLSM Backe ill d � I Per Linear rpct: v�ar trrlsrrfJ/#� Dollars and Cents 8-15 Y ' ITEM BID LIST DESCRIPTION OF ITEMS WITH DID SPECIFICATION UNIT TOTAL, NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. (PRICE AMOUNT 122. 3331,5840 50 Lf. 11)" DIP SLnnrer,10'to 12',CLSM Backfill (� Per Linear r=oat?4. �a�r�9urrwrTd 6r Dollars and , Cents 123, 123. 3331.5841 58 L1, 10" DIP Sewer,12'ta 14',CLSM Backfill � � 00 Per Linear Forst! � erl# rsrn p/wr.� rly Wilars and op a Cen s 124. 3331.5542 50 Lf. 10" DIP Sewer,14'bo 16',CLSM Backfill _ �3 � p A-5 7700 Per Linear Fuut: e0e Dollars and 420 Cents 125. 3331,51343 50 Lf, 10"DIP Sewer, 16'to 18',CLSM Baekfill 00 00 to e) P,er Linear Foot: Oer frau r/-*vl.'ell' racr�+ Dollars a and n a Cents 00 126. 3331.5649 50 Lf. 12"DIP Sewer,Y tt�V,CLSM Rack#III Per Linear Foot: sqr rrrhrt+i o{ 7�1e�.'r 7 rr Dollars and ¢n Certs a U � VT 3331 5850 5D Lf. 12"DIP Sewer,6'to 8',CLSM Backfifl 1...7 Per Linear Foot: AM e 410 Dollars and .0741 Cents 128. 3331.5651 54 L€, 12"DIP Sewer,8'to 101,CZM Backfill ' Per Linear Foot: Drrr + ra }r Dollars and ,s Cents 129. 3331.5852 50 Lf. 12" DIP Sewer,10'to 12',CLSM Backfin 0 � Per Linear r=oot: d / lrWTt Jrsrs r1�rr/JferV D®Ilars and #?0 Cents f B-16 ITEM BID LIST DESCRIPTION OF ITEMS WITH HIR SPECIFICATION UNIT TOTAL No. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 13C�. 58 Lf. L2" DIP Sewer, 12'to 14',CLSM}Backfill 0 G f, Per Linear Font: Dollars and Cents 131, 50 Lf. 12"Di P Sewer,14'to 16',CLSM sackfi II 00 cj 0 Per Linear Foot °p'' r►rsf r + r _ Dcl lars and _ Cents 132. 50 Lf. 12 DIP Sewer,16'to 18',CLSIVI Backfill � � 00 f $ 7 7XZ) Per Linear Foot: 1-41 a and . a Cents c3 � 0 [3 133. 3331,5857 50 Lf. 16"DIP Sewer,0'to 6',CLSM Backfill , Z O $ 7.000 Per Liineiar Foot: '4'm di .yr.'rr:rs _ Td�YV Dollars and oto' Cents 134. 3331,5858 50 Lf. 15"RIP Sewer, 6'to i3' CLSM Backfin PRr Linear Fnot7 area! O4ilrs and j Cents 135, 3331.5859 50 Lfr 16"LIP Sewer,8'to 10',CLSM BachFll G p C) Pear Linear Foot: r ��� �urt[�r,ro'fir�c�r�u T1F��.#]odlars and Cents 136. 3331.5850 50 Lf. 1.6"DIP Sewer,10'to 12,' CLSM Backfill o Per Linear Foot: 0#10 4 am! ezz Dollars and '*4 Cents 137. 50 Lf. 16" DIP Sewer,12'to ld',CLSM Backfill Q � Per Linear Foot:r, pole 4"."Vfs1-� ,^�^Ta.,I r�}�b❑ll&r5 and 00 '2 Certs B 17 LTEM BID LIST DESCRIPTION OF ITEMS WITH SID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY, PRICES L RIYTEN IN WORDS SECTION Na. PRICE AMOUNT I-38. 50 Lf. 15"L)IP 5e we r,14'to 16',CLSM BaLlcfi?1 00 Per Linear Foot: t7Wt_4deerzl—, W r4'11Y cPr c.4/Dollars and 17r* Cents 139, 50 L#, 16" QIPSuer,16'ta 18'rCLSM Backfill 00 Per Linear Foot: 00-f rr Dollars and ra r5 Cen-S C 140. 3305,3001 50 LP. 6" D,L Sewer Caerier Pipe 33 05 24 Per Linear F4a�: Dollars and exa Cents 141. 3305.3002 50 Lf. 8" D.I.5a weer Carrier FI.oe 33 05 24 $ Zi $ ' Per Linear Foot: ''CA".- l Dollars and Cents 142, 3305.3003 50 U. 10" D.1,Sewer Carrier Pipe 330524 $ Per Linear Foot: el and a Cents 143. 3305,3004 50 J. 12" D.1.Sewerr Carrier Pfpe 33 05 24 Per Linear Foot; a?ej4 �.rrar'r r+6 Dollars and _ D Cents 144. 3305.3306 50 Lf. 115"D.I.Sewer Carrier Pipe 33 05 24 $ A?S- Per Linear Foot: } } ,ria• Ohm p and Cents 145. 33Q5.1001 50 Lf. 12"Caking&y Open Cut 3.3 05 22 Per Linear Font; Atte .;�,r Dollars and v Cents B-18 tTPM BID LIST DESCRIPTION DF ITEMS WITH BID SPECIFICATION UNIT TOTAL MO. TTE14 NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE ALf4 0UNT 14G. .1305,100 50 Lr. 16"Casing By Open Cut 330572 Per Linear root: tlld v<'F`Je QD+I�rS and .10 GertCS 147. 3305.1003 50 Lf, 20"Casing By Open Cut 33 05 22 s Per Linear Foot: yGtr.r �iu+rr.�ir�,��.•r��� idol-lets and rs rr Cents 148. 3305.1004 54 U. 24"Casing By Open Cut 33 Q5 22 $ / VJ 1700 eel Per Linear Fant, and a Cents 145. 3305.1005 50 U. 30"Casing By Open Cut 33(5 22 $ MY $ G } Per Linear Font: ,r►�Jki/e� ..'. ff: 1i /ire Dollars and Cents 150. 3305.'101 50 Lf. 12"Casing RV Cth�rThan Open Gut 330522 $ tj Do $ Per Linear Foot, reds /;..,, . o/ Daifar� and Cr1t5 151, 3305,1.102 50 U. 16"Casing By Other Tnan Often Cut 330522 $ 4:� Per Linear Foot: f &„ tn1 Dollars and -,Pd Cents 152. 3305.1003 50 Lf. 20"Casing By Other Than Open Cut 33 05 22 $ 6egO Per Linear Foot: Dollars and raj Cents 153. 3305.1104 50 J. 24" CasiFig By Other Than Open Cut 33-05 22 $ /� $ S0 Per Linear Foot: Pt1 b rs r Dolk;rs and f7 Cents C) 154. 3305.1105 59 If. 30"Casing By Cather Phan Open Cut 33 45 22 � �� � $ iJ ��4 Per Linear Foot, -corego? fxunAlI r/ Dollars ar•d ted+ Cents 8- 19 ITEM BID LIST DESCRIPTION OF ITEIMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE ANIUUNT 155. 0330.0001 50 Lf. C4)ncrete Enrose Sewer Pipe p3 30 00 $ 75' 4 .r7S-0 Per Linear Foot: jr+.F,f�A Din IIars and ,+ Cents 00 o 156, 3301.0001 1000 Lf, Pre-CCTV Inspection 33 01 31 Per Linear Foot; C5 Dollars and t7,0 CV15 157. 3301.oav 1000 Lf. PDst-CCTV Inspection 33 01 31 Joao ti Per Linear Foot: i 741,171 e-4 dollars and.- -_r7- j Cents 15€3. 3305.0109 1000 LF. T rer,ch Safety 3305 10 Per Linear Foot: fi,✓0 Dollars and J7 a Cents 159, 3:iUSDIU3 5 Ea, Exploratory Excavation of Existing 33 053D 1 Utilities $ T,57c) Per Each: c%7 e 744 au J q ry C ve7-e,-r -44:4-W.--col Dollars and +7 a cents 160. 3339.1001 4U Ea 4' Dia, Man hale(0'-6' Depth) 33 39 1D,33 39 2C$ S2 0 D $ lzgo 0,0 4Pgr Each: rr a o w,r a r rJ vC-,v A Dollars and Cents 151. 3339.1003 .10 Vf. 41 Dia,Manhole Extra Depth 33391.0,33392D$ $ rF G C Pur Vertical Foat: c?n e r /dl o' ' Pam and Cents 162. 3339.IG02 20 Ea. 4`Dia,Chop Manhole 10'-6' Depth) 333910,333920 $ �'r�O� $ of 0y 0 Per Each: 1/0&r 1'i&Zed,9,gG"� Dollars and n.0 - -Cents B-20 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION Mo. PRICE AMOUNT 163. 10 Vf. 4'01a.Drop Manhole Extra Depth 33 39 10,33 39 ZO $ 0 $ 49 Q 00 Per Vertical Foot- 7'-4/0 ren r a'r 0" Collars and 4 & Cents 164. 3339,1004 20 Ed. 4' Dia.Shallow Cone Section Nia nhale 33 39 10,33 39 20 t? Per Each: r� , A CJ Dollars and rad Cents 165. 3339.1005 5 Ea. 4' Dia.Type A IMa nhole(0'-6'Depth) 33 39 10,33 39 20 '$ 00 400 0 Per Each: + TC_yG 22 C2(&s 4n cJ� Dollars and /)& Cents 1.66, 10 A 4' Dia.Type A Manhole Extra Depth $ Per Vertical Foot: G a /,r c r'f ,/ Dollars and d Cents 157. 3339.1005 5 Ea. 4' Dia. Fiberglass ManhoJe(0'-5' Depth) 33 39 30 Per Each: r. 17 0u yor2 d _/,w0 h&e2 4/0, Dollars and 4 4) Cents 168, 10 VF 4' Dia Fberglass Manhole Extra Depth a t7 � 15-D /s,0 0 PerVertkal Foot. am, 40" s s% r Dollars and s7* Cents 169. 3339.11)137 5 Ea. 4'Dia. Fiberglass Drop Manhole(0'-6' 33 39 30 06 00 Depth, $ 04) $ o Per Each: Y0ue f1youJa07 C/ Oa lags and rao Cents 170. 10 Vf. 4' Dia. Fiberglass Drop Manhole Extra 00 L� Deptha Per Vertical Feat: ra 1 �r Dollars and z-c_ Cents B-21 ITi=M BID LIST DESCRIPTION OF ITEMS WIT" BID SPZC.IFICATION UNIT TOTAL NO, ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT o ra C! 171, 3:339,1009 5 Ea. 4'Dia. FibermlassSha[bow Manhole 333930 $09000 $ Per Each: 7� 10r 7g0jjSVf] Dollars and "10 Cents 172, 3.339,1010 S Ea. 4' Die. Fflrerglass Type loanhole(0'- 3339 30 5' Depths Per Each: t1e 711n,tesSO V Dollars and .r)6 Cents 173. 10 A 4' Dia.Fiberglass Type A Mar6cle Fxtra 00 0 ❑epth / $ .S't Per Vertical Foot: and Cents 174, 24 Ea. External Drop Into Existing Manhole i0 G (Up to 6'of Drop) $ 2,5_00 $ P Per Each: Awo -1� ou&sDo cl M'f' r Jc rrrr*�. ❑ol lars and er Gentg 175. 20 VF. External Drop Extra Depth{€leer 6'crf Depth} Per Vertical Foot: and YCents 176. 3339.1101 5 Ea. 5'Dia.Manhole �Y-S'DWh) 33 39 10,33 39 20 X00 Per Each: wf}f AD"J arac/ Dnlfars and 40 Cents 177. 3339.1103 10 Vf. 5'Dia, Manhole Extra Depth 33 39 10,33 39 20$ ZOO $ Per Vertical Foot: Dollars and Cents 178. 3339.1102 5 Ea. S'Dfa. Drop Manhole(0'-6'Depth) 33 39 19,33 39 20$ Dcsl7 $ Per Each: te s a F7 c-� Dollars and '00 Cents B-22 ITEM BIR LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY- PRICES WRITTEN IN WOKS SECTION NO. PRICE AMULNT I 179. 10 Vf. V Dla.Drop Manhole Extra Depth $ Per Vertical Foot; 1cwo 4,*c is Do lars and _ Cents 00 180 3339.1104 10 Ea. 5'Dia.Shallow Manhole 33 39 30, 33 39 20 $ aOO 0 iPer Each: �• or�sa" o Dollars and P)iv Cents 0 181. 3339.1105 5 Ea, 5' Dia.Type A ManhDle(0`-f'Depth) 333910,333920$ G c $ ,?000 � Per Each: etr.taij� e-1 dal ars and 090 Cents 182. 10 Vf, 5' pial.Type A Manhole Extra Depth Per Vertical Foot: wo .44 Dollars and trt� Cents 183, 3.339,1105 10 Ea. 5'01a. Fiberg'ass Manhole fo'-6' Depth) 33 39 30 y $ Per Each: �+} X azrtsPua-" Dollars and Cents _ 184, 10 Vi'. 5'Dia. Fiberglass Manhole Extra Depth 961 $ 5-0 0 Per Vertical Foot: Trio I�uM it t+fi y neiiars and /l d Cents LBS, 3339.1147 5 Ea. 5`Dia. Fiberglass Qrop Manhole(0'-6' 3339 30 o ,0 00 Depth) $ '527100 $ 4p per Each,- If' ach;f' -e //0e.,-vo c Dollars and 17e Cents 1$5. 10 Vi'. 5' Dia. Fiberglass Drop Manhole Extra D 0 0 � Depth $ ' O $ , Per Vertical Fcct: 7t✓o ,?epi a DoJfars and Cents B-23 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRII-TEN IN WORDS SECTION NO. PRICE AMOUNT 06 {J I 187. 3339.1109 5 Fa_ 5,Dia. ribergJass Shallow Manhole 333930 $ Y CU O $ 10000 Per Each: _7qore'so. al Dollars and ao Cents 18'3. 3339.1110 S Ea. 5' Dia, Fiberglass Type A Manhole(0'-6' 2335 30 p � Depth) $ ' 000 $ ,,,0000 U Per Each: /"e Dollars and Cen-s 189. 10 VF_ 5' Dia. Fiberglass Type A Manure Extra Depth $ 0 Per VarticaI Fcot: -/u/0 Dollars andCents 190, 3339.0043 5 Ea. Wastewater Access Chamber(Any 33 39 40 Depth) _ ' Per Each: and c1 Cents 191. 3305,10112 40 Ea, concrete collar 330517 315-0 $ + - PerEaeh: Alf- irnc Pica i T� Dollars and r?a Cents fj 192, 3301.0101 54 Ea. Manhole Vacuum Testing 33 OI 30 $ /00 $ 5-0012 g Per Each: 40rr4F 4a yr r C"e DuI!ars and qa Cents 193. 3305,0106 14 Ea. Manhole AdJustment, Major(Structural 33 05 I4 6 2 Modifications Per Each: AAI.-e -lAoidaro"cl ke- 4--1'.aj Dollars and no Cents B-24 ITEM BID LIST DESCRIPTION OF ITEMS WITH UID SPECIFICAT>[DN UNIT TOTAL NO. ITEM NO. QTY, PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 194. 3305.0107 10 Ea. Mari hole Adjustment, Minor(Grade 330514 � r� '00 Rfng Adjustment) 200 O, s '�0 0 00 Per Each: - -knya 4 ncl Dollars and ,, Cents 195 3305.0114 10 Ea, Manhole Adjustment, Major w/Over 3305 14 Z L?O2ko Q � p Per Eaeh- Ts- 7%v+eA Dollars and no Cents 196, 0241.5001 10 Ea. Abandon Manhole 02 41 14 Per Each; 4ha�- irrntt Dollars and "Iz9 aCertts 197. 0241.2201 iLl Ea, Remove 4' Dia, Sewer Manhole OZ 4114 $ a " $ jq Per Each: OZ71 &j?a4',001 Dollars and r20 Cents 198. D241,2202 10 Ea. Remove 5'Dia. Sewer Manho!e 024114 Per Each: 45f2eyu'sand Dollars and +1 c.- Cents 199. 0241.2001 2D Cy. Sanitary Ll ne Grouting 024124 $ ,-?p 0 0_ Per ftblic Yard: ,OnO�-w" Dollars and Cents 200. 0241.2101 S Ea. 4."Sew�erAbandonment PlLg 02 4314 � �� S VIP � per Each; r Dollars an h O Cents 20l.. 0241.2102 5 Ea, 6"5evaer Abandonment Plug 024114 /6700 4 $ 00� Per Each: Opel aei's 6 n 0Dollars and 17 f7 Cents. 3-25 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT T07AL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT AV CJ 0 202. 02+1.2103 5 Ea. S"Sewer Abandonment Plug 024114 $ /-5-00 $ 7,!;"o0 Per Each; vrl it 744.7".f 4"4 ,jK7v.e 4&d ft a%r•zz/ D4 far. and J7 Cents 203. 0241.2104 5 Ea. 10" 5ewerAbandonment Plug 024114 $ 2000 . 1,PPOO'a Per Each; 6.e.n .s ' D o l l a rs and-- r7,4_ Cents 2.04. 0241.2105 5 Ea 12"5ewe rAbandonment Plug 024114 $ ?S'oa L Per Each: t ,c. y 444 ,r Dollars and -10 ,Cents V Z7 205, 02}1.2106 5 Ea. 15"Sewer Abandonment Plug 02 41 14 J,—?0 0 0 Per Each; 7�{--f 7`L�pwsr*4W Dnllars and .070 Cents 'l 206. 0241.2107 5 Ea. 16"5ewerAbe ndonmentllug 02 41 14 $ $ Per Each: Trsr�r 1'h a us t>n j/ Dollars and d?0 Cents 207, 20 Ea. 4"Sevier Service Tap Per Each; ,,rr 7'�z.efiu rr rr7� 'V7&4 Dollars a sand .170 Cents 208. 3.331.3101 50 LF, 4" PVC Sewer Service Line 33 31 50 �$ Per Linear Foot: Yz/ Dollars and to Cents 209 3331.3103 5€4 Lf'. 4" eared 5ewv Service Line 3331 50 $ $ 17S-00 Per Linear Feat: hf'r/ Dollars and 070 Cents R-26 ITEM BID DIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS 5ECTIOW NO. PRICE AMOUNT 210. 3331.3106 50 Lf, 4" DIP SeWer Service Line 33 31 50 $ �,� ��/� � 00 Per Linear Foot: 74 e'r r Dollars and rte Cents CJ 211. 3331,3107 510 J. 4" GIP Bared 5ewerSavice Llne 33 31 50 Per Linear Foot: ^ r r / er a Dollars and 126 Cents 212. 3331.3105 50 V. 4" P-ivate Saver Service Line 33 31 5.0 Per Linear Foot: * " w tom: Dollars and 44r Cents 213. 3331 3104 50 Lf_ 4" DIP Prfvate Sewer 5ervise 1 n e 333150 $ $ 9000 Per Linear{Foot: �`l .T_ Qollars and 11 d Cents 214. 3331.3102 20 Ea 4"2-Vday PVC Cleanout 333150 f Q $-7000 Per Each: rare �u maLec) Y 14 Dollars and 40 41-Cents 215, 10 Ea. 4"2-Way Cast Iron GEanout 3331- 50 $ L7 _ $ 2000 Per Each: irra u,:a/, Dollars and z2,0 Cents 216. 50 Ea. 6'5ewer Seryke Tap $ L C $ 45-00 1 Per Each: fr v r* rs� Dollars and e2&I Cents 217. .3331.3201 100 V. 6" PVC Sewer Service Line 333150 $ o $Sao�? s Per Linear Foot: T+{r y Dolfars and 4u ' Cents 8-27 ITEM SID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATIONf UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTIONI NO. PRICE AMOUNT 218. 3331,3203 50 LF. 5" Bored Sewer 5ErvicE Una 33 31 50 $ Per Linear Foot: 4 Dollars and n n Cents 219. 3331.32116 100 LF_ la" DIP Sewer Service L ne 33 31 50 $ D $'Poo o Per Linear Foot; 1G,4 Dollars and a Cents 2217. 3331.3207 5Q Lf. 6"DIP Bored Sewer Service Line 33 31 5fl � $ ? Per,{Linear Foot: /of Ifu a Dollars and 2 Cents Z7 221. 3331 3205 100 J, 6" Private Sewer Service Line 333150 $ 6000 Per Li,lear Fagot. Dollars and Cants 222, 3331.3209 100 LP. 6" DIP PrWte Sewer Service Line 333150 Per Linear Foot; "XI/e Dollars and ;7 UU Cents 223, 3331.3202 50 Ea. 6"2-way PVC CIEaFioLrt 333150 $ 7 Per Each; ff and .t?rs Cents Z24. 10 Ea, 6"2-way Cast Iron Cie anaLit 33 3150 $ Zj::7 $ PC Per Each: V -"quIa t+ rf ,, DaIlars and �OVAO Gents 225 20 Ea. 8"Sewer Service lap $ E 3-0 mf 0 � w Per Each: 11Cr Ptr# dollars and 40 Cents Y B 28 ITEM SID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 226, 3331.3341 100 Lt, S" PVC Sewer Service line 3331$0 $ Per Linear Foot: r',• .. v e Dollars and �r _ Cents 227. 3331.3303 50 Lf, 8"Bored SewerSeruice Line 333150 $ y' � $ 2Z,.f-u Per Linear Feat: AZ/r e Dollars and n c Gents �J 22$. 3331.3306 100 LF. 8" DIP Sewer Service Line 33 3150 $ ,�Oc 0 �' G Per Linear Foot; Dollars and sir _ Cents 229, 3331,3306 50 LL. e" DIP Oared Sewer Service Lina 33 33 5Q 5 $ 7 Per,Unear Font: TFsr: Dollars and 10 a Cents c � 234. 3331.3345 100 Lf. S°Private Sewer Serwloe Llne 333150 �? d 0 Per Linear Foot: OcIlars and Cents 231, 3331.3310 100 Lf. 8"DIP Private Sewer Service Line 33 3150 C [� 00 Per Linear Foot; I f i&-d Dollars and Cents r' �p d 232 3331.3302 20 Ea. 8" 2-way PVC Cleanout 33 31 so J7,9 0 iter p Per Each:- 1!Lo0_ burr rsr_l Dollars and nr, Cents 233. 20 Ea, S"2-way Cost Iron Cleanaut 33 3150 $ $ £ P r Each: e*+�i Run�E1� Fc/ tl�ca Tru r. Doll l ars and n d Cents i �3-29 x ITEM BIL]LIST DESCRIPTION OF ITEMS WITH BID SPIECIFICAL710111 UN11' TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 234. 3137.0101 20 Sy. Concrete Riprap 313700 $ J'_5_0 co Per 5qu1are Yard: cirr�r ..o rf a 44A Uailars and 070 Cents 235, 3.37.0102 20 Cy. ;.arge Stone Alprap, dry 31 37 00 es-ofq 00 Per Oubi Yard; a Doilars and 170 cent5 0 V 236. 3137.0103 20 Cy. Large Stone Rip rao,grouted 31 37 00 $ $ +� Per Cubic Yard: .�7-1 e .4 e.,.T vJ_�-V11 .,ftve,n4 A; Dollars and.,gig Cents 237, 3305,0203 100 Lir. Irnported Embedmenl9ackfill,CLSM 33 05 10 � 00 t C $ rC OG Per Cubic Yard: 0r7-e 0 , ., Dollars and ON Cents 238, 3305.0204 50 Cy, Imparted Embedment/Backfill, 33 05 10 L; � 00 Crushed Rack Per Cubic Yard: r4L, Dollars vr and rr ey Cents 00 2.39. 50 Sy. Type s Concrete (H2500) $ $ OCA # Per Square Yard; epwr ilawwwjnO i'� .1 Dollars and Mi) Cents 244. 50 Sy. Type E Luncrete(41SUD) 0 0 Per Square Yard: R tare n r.,�`rsad Dollars and Cents L> [ 24t. 3292.010{] 20 Sy. Block Siad Placement S292 13 $ $ e� Per Square Yard; gat Dollars and 4u Cents B-30 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY, PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 24 3 92,[1X© 2D Sy. .Seeding, Broadcast 329213 Per Square Ya rd: t Do:I ars arid-P_ Cents 243. 3292.0400 20 Sy. Seeding, Hydromulch .3292 13 Per Square Yard { [dollars and r,e Cents 244. x2910500 20 Sy. Seeding,Soil Retentlon Blanket 329212 $ 1r $Soo ' Per Square Yard: K f �, Vchars and 7 d Cents 245. 3213.0301 40 Sy. 4 Cone Sidewalk 32 13 20 Per Square Yard; -S;-ve, Dollars and Cents 24b. 3213.0351 20 Sy, 4"Conc Sidewalk, Exposed Aggaegate 3)13 2u Per 5q uare/Yard:: 9t0ru Collars and Cents 247, 3213.0401 50 SY. 6"Cnrtrete Dviveway 32 1320 $ c9>3 Per Square'Yard: Dollars and rats Cents 241 . 3213.4451 20 SY, 6'Concrete Driveway,Exposed 321,3 24 Aggregate $ f Per Square Yard: . rr DoAars and Cents e C) 219. 3216,0101 100 U. 6"Cont Curb and Gutter 32 16 13 $ Per Li-i e-a r Font: �r"r Dollars and 41719 Cents 8-31 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATIr]N UNIT TOTAL NO. ITEM NO. QT1f. PRICES WRITTEN IN WORDS SECTION No. PRICE AMOUNT 250, IDD Lf. 6"Ccnr Curb&GutterAttaCFed to 32 IFS 1.3 t7 Conc Pvmt. $ � 't Per Linear Foot; -1i',4 Collars and r,n Cents � a 251. 3216.0301 20 Sy. 9" Cane Valley Qutter, Residential 32 16 13 D o Per 5puare Yard: � rtr ("z Dollars andA—Cents 252. 3216.0302 20 5y, 11." Conc Valley Cutter, 32 16 13 42 0 Arterial,flndusrrial Per Square Yard: ins Dollars ander Cents 253. 3201.0150 100 Lf. Asphalt Pvmt Repair,SewerServi[e 320117 $ $ ; 00 Per Linear Foot: T — 7/1-114 Dollars and t7.0 - Cents 254. 3201.D111 100 Lf. 4'Wide Asphalt Pvmt Repair, 32 0117 _ 0 r Residentlal $ r` $ p Per Linear Foot:: Te T_Zu r Dollars andCents 255. 3201.0112 3110 Lf, 5'Wide Asphalt Pmt Repair, 32 01 17 0 0 Residential $ `, , - + Per Linear Foot: f_ Dollars and Cents 255. 3201.0113 300 Lf. 5'Wide Asphalt Pvmt Repair, 320117 0 U Residential $ s- $ &/s-00 Per Unasr Foot: To i"e Dollars and r70 Cents 8-32 1 ITEM RID LIST DESCRIPTION OF ITEMS WITH SID SPECIFICATION UNIT TOTAL P 1O. ITEhM NO. QTY- PRICES WPITTEN IN WORDS SECTION NO. PRICE AMOUNT 251. 3201.0121 300 LP. 4'Wide Asphalt Pvmt Repair,Arterial 370117 c� G Per Linear Foot: DoiN rs and 10M Cents i 258. 32010122 3CU LF. 5'Wide Asphalt Pvmt Repair,Arterial 32 01 17 I /p� � Q� S I lLro 0 £7 {J Per Linear Foot: and Cents 259, 3201.0123 300 J. 6'Wide Asphalt Pvmr Repair,Arterial 32 01 17 c+ Per Linear Fact: ;�gtOt.�4 X;� ^Dollars and Fa Cents 2613. 3201.0131 300 J. 4'Wide Asphalt Pvmt Repair, Industrial 320117 II Per Linear Foot: Dollars and gra Cents 261, 3201.0132 300 J, 5'Wide Asphalt Pvmt Repair, Industrial 32011-7 Per Linear Foot- f Jrd c Collars and Gents 252. 3201.p133 30D LP, 6'Wide Asphalt Pvrnt Repair, Industrial 320117 Per Linear Foot: D�al]ars f and 7,11 Cents 263. 3NI.0201 300 5y. Asphalt Pvmt Repair Beyond Defined 3201 17 06 00 Width, Residential r Q f Per Sq care Yard; llr,7/ Dol l ars and Cents B-33 ITEM BID LIST DESCRIPTION OF ITEMS WITH'BIO SPECIFICATION UNIT TOTAt_ NO. ITEM NO. QTY. PRICES WRITTER IN WORDS SECTION NO. PRICE AMOUNT 264. 3201.0202 300 Sy. Asphalt Prim Repair Beyond Ilefined 32 01 17 � �' � C) Width,Arterial $ zS' PerSquare Yard; X10 d11 �'!r/0 Dollars and Ij /70 Cents 265, 3701.WD3 300 Sy. Asphalt PvMt Repair BeVand Defined 32 0?,17 Width,Industrial $ z�� 5 0 Per Square Ward; h.r Dollars and Cents I u 256. 3201.0301 100 Sy. 2"Thick:xtra Width Asphalt Pavment 32 Q1 W Repair J7 $ Per Square Yard; i "or Dollars and Cents 267. 3201.0302 100 Sy. 3"Thick Extra Width Asphalt Pavrnent 32 0111 Repair $ Per Square Yard: wle?14 /"meta Dollars and i_ .09_Z;� Gents 268, 32;11.0303 100 Sy. 4"Thltk Extra Width A phalt Payment 9201 17 Repair $ Z'-5—c;j Per Square Yard: i c.j�rrls c Dollars and Y3 Cents 269. 3201.0303 75 J. Temporary Asphalt Paving Repair 32 01 17 / //zls Per Linear r€ro4. X -e r Dollars and n4o �TCenta 270. 3311.0112 40 Sy. 6"flexlhle Base,Type I1,GR-1 3211 23 f C Per Square Yard: ✓r Dollars aid n Cents 0-34 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. CITY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 271, 1111,0111 40 Sy. 6"Flexfhle Base,Type 6,Gly-2 32 1123 $ /,$- $ X00 `3 Per Square Yard: ' .r n dollars and c1 Cents 272, 3201,G614 300 Sy, Cone Pvmt Repair, Residentlal 32 01 29 $ $ Par Squa re Yard: ,fl, v-r, DoAars and r7 o Cents 273. 3201.0616 300 Sy. Conc Pumt Repafr,Arterfalf Industrial 32 U1 29 , A T a'� $ Z'tSo Per Square Yard: .Fe vr �e lr�r Ddllar5 r and Gents 224. 300 Sy. Conc. Pvrnt, Repair Beyand Defined ) Width, Residential $ ".-5- Per .-5`Per 5gnare Yard: It i Jas r Doliars and rW, Cents 275. 3400 SY. Conc. Pvrnt. Repair Beyond[Defined Width,Arterial/Industrial $ 7y zz'.5'-0 Per Square Yard .r* Dollars op.el.ft& ale and 'Q 4Cenu 275, 3214.01110 1.10 5y. Erick Pvrnt Repair 32 1416 72700 Per Square Yard: J-0,x''e'7-111 Dollars and "�'�-) Cents 277, 32-4.0400 100 SY, Brick Pvmt Repair!City Supplied] 321416 $ Per Square Yard, d #�' Dollars o and r2 Cents II C) 278, 3305.0001 -194- Ea. 4"Waterline Lowering 3305 12 $ z�00 $ Z'0 ( Per Each: 14", ; Avlws0.1.1/ 4'e X'--,&" -0/ Dollars and ►x Cents i i 8-35 ITEM RIR LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NU. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRXCE AMOUNT 0 C7 00 279, 3305,0002 _Ea. f" Waterline Lowering 3305 12 $ , '57D0 � J0 40 Per Each: ?!Le 4"tp err,Ael Dollars and 12 0 Cents 280. 3305.0003 460, Ea 8"Waterline Lowering 33 05 12 Xstoo $ 5:, r)0 / Per Each: ) a, 7`r aur x":"' 'i. /",/ D©liars Iand nr) Cents 281, 3305,0008 LG$- Ea. 10"Waterline Lowering 33 05 12 $ C.4 Per Each: TI✓r A a +rte'/urlrs dollars and_ p 0 _ Cen.s 787. 3305.0005 1-34 Ea, 12"Waterline Lowerirg 330522 t� Per Hoch: 1 t rr rr r� Dullars and etp ej Cents 293. 3471.0003 50 Ea. Traffic control 347113 $ $ f p f Per Each: lhrrrl Dollars and _ Cents 284. 50 Ea. Street Use Permit � �j� � � $ LF 7�0 Per Each: I _S!}/rr7g Ad-0 Dollars and n d cents IZI 410 CV TOTAL AV OUNT 13Ip $ i B-3C I Dq 4�97 11 VEMRDR COMPLIANCE TO STATC LAW Page 1 or SECTION 00 43 37 VENDOR COMPLIAhICE TO STATE LAW NON RESIDENT BIDDER Texas Government CodE Chapter 2252 was adopled for the award of contracts to nonresident bidders. This 'aw provides that, in order to be avuarded a contract as low bidder, nonresident bidders (wt-of-state contractors whose corporate offices or principal aface of business are outside the State of Texas) bid projects for oonstrciction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident Bidder by the same amount that a Texas resident bidder vmuld be required to underbid 8, nonresident bidder in order to obtain a eomparobte contract in the State which the nonresident's princ,pal place of business Is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet spec ticatians. The failure of rtonr+esldent bidders to do so will aullomaticaily dfsqualrfy that bidder. Resident bidders mu3L choul the box lir Section B. A� Nonresident bidders in the State of Slale Hara or Bland; .our principal place of busfness, are required to be % Hnre percent flower than resident bidders by State Layr, A copy orf the statute is attached. Nonresident biddars in the State of State Here or Blank , our print pall place of business, are not required to underbid resident bidders_ B. The principal place of business Of our company or our parent company or rnajorlt� Owner is + In the State of Testas, Cl d J�iC]USF�� Vtifillfam J Schultz Inc dba Circle C Constructs,on By: Teresa S Skelly r Company PCS [fax 40328 (Si�natu Fort 1r urth, Tunas 76140 ` Title; Vice President I Date: END 4G SCCT ION I CITY QF FORTWQR'ni BTANLAA1RD G'CN8'rRUGt10N SPECIFICA1104 UODUMENT$ Forth PaAsad 20110627 CC 43 57 Bid Propmal llVaf book 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to 5 submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, 6 Prequalification Statement for the work type(s) listed with their Bid. Any contractor 7 or subcontractor who is not prequalified for the work type(s) listed must submit 8 Section 00 45 13, Bidder Prequalification Application in accordance with the 9 requirements below. 10 11 The prequalification process will establish a bid limit based on a technical evaluation 12 and financial analysis of the contractor. The information must be submitted seven 13 (7) days prior to the date of the opening of bids. For example, a contractor wishing 14 to submit bids on projects to be opened on the 7th of April must file the information 15 by the 31st day of March in order to bid on these projects. In order to expedite and 16 facilitate the approval of a Bidder's Prequalification Application, the following must 17 accompany the submission. 18 a. A complete set of audited or reviewed financial statements. 19 (1) Classified Balance Sheet 20 (2) Income Statement 21 (3) Statement of Cash Flows 22 (4) Statement of Retained Earnings 23 (5) Notes to the Financial Statements, if any 24 b. A certified copy of the firm's organizational documents (Corporate Charter, 25 Articles of Incorporation, Articles of Organization, Certificate of Formation, 26 LLC Regulations, Certificate of Limited Partnership Agreement). 27 c. A completed Bidder Prequalification Application. 28 (1) The firm's Texas Taxpayer Identification Number as issued by the 29 Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer 30 Identification number visit the Texas Comptroller of Public Accounts 31 online at the following web address 32 www.window.state.tx.us/taxpermit/ and fill out the application to 33 apply for your Texas tax ID. 34 (2) The firm's e-mail address and fax number. 35 (3) The firm's DUNS number as issued by Dun & Bradstreet. This 36 number is used by the City for required reporting on Federal Aid 37 projects. The DUNS number may be obtained at www.dnb.com. 38 d. Resumes reflecting the construction experience of the principles of the firm 39 for firms submitting their initial prequalification. These resumes should -= 40 include the size and scope of the work performed. 41 e. Other information as requested by the City. 42 43 2. Prequalification Requirements 44 a. Financial Statements. Financial statement submission must be provided in 45 accordance with the following: CITY OF FORT WORTH SMR 2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised 3uly 1,2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (1) The City requires that the original Financial Statement or a 2 certified copy be submitted for consideration. 3 (2) To be satisfactory, the financial statements must be audited or 4 reviewed by an independent, certified public accounting firm 5 registered and in good standing in any state. Current Texas 6 statues also require that accounting firms performing audits or 7 reviews on business entities within the State of Texas be properly 8 licensed or registered with the Texas State Board of Public 9 Accountancy. 10 (3) The accounting firm should state in the audit report or review 11 whether the contractor is an individual, corporation, or limited 12 liability company. 13 (4) Financial Statements must be presented in U.S. dollars at the 14 current rate of exchange of the Balance Sheet date. 15 (5) The City will not recognize any certified public accountant as 16 independent who is not, in fact, independent. 17 (6) The accountant's opinion on the financial statements of the 18 contracting company should state that the audit or review has 19 been conducted in accordance with auditing standards generally 20 accepted in the United States of America. This must be stated in 21 the accounting firm's opinion. It should: (1) express an 22 unqualified opinion, or (2) express a qualified opinion on the 23 statements taken as a whole. 24 (7) The City reserves the right to require a new statement at any 25 time. 26 (8) The financial statement must be prepared as of the last day of 27 any month, not more than one year old and must be on file with 28 the City 16 months thereafter, in accordance with Paragraph 1. 29 (9) The City will determine a contractor's bidding capacity for the 30 purposes of awarding contracts. Bidding capacity is determined by 31 multiplying the positive net working capital (working capital = 32 current assets — current liabilities) by a factor of 10. Only those 33 statements reflecting a positive net working capital position will be 34 considered satisfactory for prequalification purposes. 35 (10) In the case that a bidding date falls within the time a new 36 financial statement is being prepared, the previous statement shall 37 be updated with proper verification. 38 b. Bidder Prequaiification Application. A Bidder Prequalification Application must 39 be submitted along with audited or reviewed financial statements by firms 40 wishing to be eligible to bid on all classes of construction and maintenance 41 projects. Incomplete Applications will be rejected. 42 (1) In those schedules where there is nothing to report, the notation 43 of`None"or"N/A"should be inserted. 44 (2) A minimum of five (5) references of related work must be 45 provided. CITY OF FORT WORTH SMR 20138 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised July 1,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 (3) Submission of an equipment schedule which indicates equipment 2 under the control of the Contractor and which is related to the 3 type of work for which the Contactor is seeking prequalification. 4 The schedule must include the manufacturer, model and general 5 common description of each piece of equipment. Abbreviations or 6 means of describing equipment other than provided above will not 7 be accepted. 8 9 3. Eligibility to Bid 10 a. The City shall be the sole judge as to a contractor's prequalification. 11 b. The City may reject, suspend, or modify any prequalification for failure by the 12 contractor to demonstrate acceptable financial ability or performance. 13 c. The City will issue a letter as to the status of the prequalification approval. 14 d. If a contractor has a valid prequalification letter, the contractor will be eligible 15 to bid the prequalified work types until the expiration date stated in the 16 letter. 17 18 19 20 21 22 END OF SECTION 23 CITY OF FORT WORTH SMR 2013B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2047 Revised July 1, 2011