Loading...
HomeMy WebLinkAboutContract 40619 CITY SECRETARY CONTRACT NO, d L FORTWORTH i /CITY SECRETARY D.O.E. FILE L CONTRACTOR'S BONDING CO- Co O. ` CONSTRUCTIOJ$JCIFFICATIONS AND CONTRACT DOCUMENTS �l .mT orMrtIMENT SEWER MAIN EXTENSIONS, REPLACEMENTS & RELOCATIONS CONTRACT 2010A PROJECT NUMBERS: SEWER-P275-701130144083 CITY PROJECT NO. 01440 TPW/DOE NO. 6358 FEBRUARY 2010 6. MIKE MONCRIEF DALE A.FISSELER,P.E. LMAYOR CITY MANAGER S. FRANK CRUMB,P.E.-DIRECTOR yq��IE'OF'T ,p WATER DEPARTMENTD* WrEl • t OFFICIAL RECORD ••':... CITY SECRETARY RECEIVED JUL 29 7010 �. Fl. WORTH,TX 0 M&C Review Page 1 of 2 t ,r Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoR�N COUNCIL ACTION: Approved on 7/13/2010 DATE: 7/13/2010 REFERENCE NO.: C-24341 LOG NAME: 60SS2010A- CIRCLEC CODE: C TYPE: NON-CONSENT PUBLIC NO HEARING: SUBJECT: Authorize the Execution of a Contract in an Amount Up to $2,000,000.00 with William J. Schultz, Inc., d/b/a Circle "C"Construction Company for Sewer Main Extensions, Replacements and Relocations Contract 2010A at Various Locations Throughout the City of Fort Worth (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract in an amount up to $2,000,000.00 with William J. Schultz, Inc., d/b/a Circle"C" Construction Company for Sewer Main Extensions, Replacements and Relocations Contract 2010A. DISCUSSION: The work to be performed under this contract consists of extending, 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 that the amount budgeted for the projects is$2,000,000.00. Final payments will be made based on actual measured quantities. The project was advertised on February 4 and February 11, 2010. On March 4, 2010 the following bids were received: BIDDERS JBID AMOUNT TIME OF COMPLETION William J. Schultz, Inc., d/b/a Circle "C" $1,665,247.00365 Calendar Days Construction Company Conatser Construction TX, LP $1,775,972.00 Cleburne Utility Construction, Inc. $1,786,839.50 Laughley Bridge & Construction $1,958,762.00 M-Co Construction, Inc. $2,124,127.00 William J. Schultz, Inc., d/b/a Circle "C" Construction Company is in compliance with the City's M/WBE Ordinance by committing to 19 percent M/WBE participation. The City's goal on this project is 19 percent. In addition to the contract amount, $73,800.00 is required for construction survey, project management, material testing and as-built mapping and $60,000.00 is provided for change order contingencies. This project is located in ALL COUNCIL DISTRICTS. http://apps.cfwnet.org/council_packet/mc review.asp?ID=13410&councildate=7/13/2010 7/16/2010 SPECIAL CONTRACT DOCUMENTS FOR SEWER MAIN EXTENSIONS, REPLACEMENTS &RELOCATIONS CONTRACT 2010A PROJECT NUMBER(S): SEWER—P275-701130144083 TPW/DOE No. 6358 CITY PROJECT No. 01440 DALE A. FISSELER, P.E. S. FRANK CRUMB, P.E. CITY MANAGER DIRECTOR WATER DEPARTMENT CITY OF FORT WORTH, TEXAS SEWER MAIN EXTENSIONS, REPLACEMENTS AND RELOCATIONS CONTRACT 2010A PROJECT NUMBER: SEWER-P275-701130144083 TPWIDOE No. 6358 CITY PROJECT No. 01440 S. FRANK CRUMB, P.E. DIRECTOR WATER DEPARTMENT 2010 4CR APPROVED z 11 , ID NDREWB RG,P.E,ASSISTANT D CTOR, WATER DEPARTMENT I APPROVED O A �Yl O c 2-16- 110 TONYSH LOLA,P.E.,PROGRAM MANA GER, WATER DEPARTMENT RECOMMEN D DATE SHORT FORM NOTICE TO BIDDERS Sealed proposals for the following: FOR: SEWER MAIN EXTENSIONS, REPLACEMENTS & RELOCATIONS CONTRACT 2010A PROJECT NUMBERS: SEWER-P275-701130144083 TPW/DOE NO. 6358 CITY PROJECT NO. 01440 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 p.m.,March 4,2010 and then publicly opened and read aloud at 2:00 p.m.in the Council Chambers.General Contract Documents and Specifications for this project may be obtained in the office of the Water Department,Design services,927 Taylor St.,Fort Worth,Texas 76102. For additional information,please contact Adolfo Lopez,Project Manager,City of Fort Worth—Water Department at Telephone Number: (817)392-7829 or by email: adolfo.lopez@fortworthgov.org. Advertising Dates: February 4, 2010 February 11, 2010 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: SEWER MAIN EXTENSIONS, REPLACEMENTS & RELOCATIONS CONTRACT 2010A PROJECT NUMBERS: SEWER-P275-701130144083 TPW/DOE NO. 6358 CITY PROJECT NO. 01440 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 p.m.,March 4,2010 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. General Contract Documents and Specifications for this project may be obtained in the office of the Water Department,Design services,927 Taylor St.,Fort Worth,Texas 76102. These documents contain additional information for prospective bidders. NOTICES All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes"ofthe State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400(Fort Worth City Code Sections 13-A-221 through 13-A-29)prohibiting discrimination in the employment practices. Bid security may be required in accordance with Special Instructions to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety(90)days from the date bids are opened.The award of contract,if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Water Department at(817) 392-7829. Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s)and submit the complete specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation. In accordance with the City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM,GOOD FAITH EFFORT FORM(with"Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m.,five(5)City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non- COMPREHENSIVE NOTICE TO BIDDERS y responsive. Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. The managing department for this project is the Water Department. The Water and Sanitary Sewer improvements,if applicable,must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. The procedure for the pre-qualification is outlined in the "Special Instruction to Bidders(Water/Sewer) For additional information,please contact Adolfo Lopez,Project Manager, City of Fort Worth— Water Department at Telephone Number: (817)392-7829 or by email: adolfo.lopez@fortworthgov.org. DALE A. FISSLER MARTY HENDRIX CITY MANAGER CITY SECRETARY By: TO riJ b o 4 ony Sholola,P.E Water Department Engineering&Fiscal Services Advertising Dates: February 4,2010 February 11,2010 ar +�r SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement,an acceptable experience record,an acceptable equipment schedule and any other documents the Department may deem necessary,to the Director of the Water Department at least seven(7)calendar days prior to the date of the opening of bids. n a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one(1)year old. In the case that a bidding date falls within the time a new statement is being prepared,the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project,it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion,may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened,and if inadvertently opened,shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications(financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check,or an acceptable bidder's bond,payable to the City of Fort Worth,in an amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid,and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten(10)days after the contract has been awarded To be an acceptable surety on the bid bond,the surety must be authorized to do business in the state of Texas. In addition,the surety must(1)hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City,in its sole discretion,will determine the adequacy of the proof required herein. 3. BONDS: A performance bond,a payment bond, and a maintenance bond each for one hundred (100%)percent of the contract price will be required,Reference C 3-3.7. 09/10/04 1 1 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall,for a period of three(3)years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in M the construction of the work provided for in this contract;and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Rigbt to Audit,under paragraph L of Section C I:Supplementary Conditions To Part C General Conditions,pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is$25,000.00 or less,the contract amount shall be paid within forty- five(45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers,members,agents employees,program participants or subcontractors,while engaged in performing this contract,shall,in connection with the employment,advancement or discharge of employees or in connection with the terms,conditions 09/10/04 2 or privileges of their employment,discriminate against persons because of their age except on the bases of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members,agents,employees, subcontractors,program participants,or persons acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend,indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal,state and local laws concerning disability and will defend,indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary.The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("with Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE)and/or women business enterprise (WBE)on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further,any such misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3) years. 12. FINAL PAYMENT,ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment(less retainage)from the city for each pay period. 09/10/04 3 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed,as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding(i)final quantities,or(ii)liquidated damages,city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages,the parties shall attempt to resolve the differences within 30 calendar days. 09/10/04 4 PART B -PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: Dale A. Fisseler, P.E. Fort Worth, Texas City Manager Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of six-inch through fifteen-inch sanitary sewer mains, manholes, and sewer service connections along with any and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: SEWER MAIN EXTENSIONS, REPLACEMENTS AND RELOCATIONS CONTRACT 2010A SEWER PROJECT NO: P275-701130144083 TPW/DOE NO: 6358 CITY PROJECT NO: 01440 Pursuant to the foregoing Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City Engineering Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) B-1 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 1. BID- 75 L.F. Pipe-Sewer-6 Inch-0 to 6 Ft PVC 00321 Pipe (Mise Only); Per Linear Foot: kl 41 ,, . Dollars 00 v a and nD Cents $ 30 $ 2 ZS"o 2. BID- 75 L.F. Pipe-Sewer-6 Inch-6 to 8 Ft PVC 00325 Pipe (Mise Only); Per Linear Foot: 6L,fes. 1W- Q Dollars v v o a and 0 Cents $ ,,?2 $ eyoo 3. BID- 75 L.F. Pipe-Sewer-6 Inch-8 to 10 Ft PVC 00326 Pipe (Mise Only); Per Linear Foot: up *!,i�r 1�,� 1L.,,e . Dollarso p o U and 100 Cents $ 3 $ Z fe,,5 WR 4. BID- 50 L.F. Pipe-Sewer-6 Inch-10 to 12 Ft PVC 00323 Pipe (Mise Only); Per Linear Foot: Th%�/y s:x Dollars O and 'go Cents $ 3G, $ /�00 5. BID- 750 L.F. Pipe-Sewer-8 Inch-0 to 6 Ft PVC 00334 Pipe (Misc Only); Per Linear Foot: •* //;,,/V 60 a Dollars o p a and n a Cents $ 3/ $ 23ZS0 6. BID- 1000 L.F. Pipe-Sewer-8 Inch-6 to 8 Ft PVC 00344 Pipe (Misc Only); Per Linear Foot: 7' i,& ?%�j��_ Dollars and A 0 Cents $ 33 ° $ -1,700 .0 B-2 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 7. BID- 1000 L.F. Pipe-Sewer-8 Inch-8 to 10 Ft PVC 00347 Pipe (Misc Only); Per Linear Foot: Dollars anda Cents $ 35- o o $ 38'0 0 0 8. BID- 400 L.F. Pipe-Sewer-8 Inch-10 to 12 Ft PVC 00336 Pipe(Misc Only); Per Linear Foot: , ,-,4 -r;,r Dollars and ;i o Cents $ 34 9. BID- 100 L.F. Pipe-Sewer-8 Inch-12 to 14 Ft PVC 00338 Pipe(Misc Only); Per Li/near Foot: -e*� Dollars o and h e Cents $ --?&q $ 39000 10. BID- 100 L.F. Pipe-Sewer-8 Inch-14 to 16 Ft PVC 00340 Pipe (Misc Only); Per Linear Foot: /,P-, -y Pvf, Dollars G° and o Cents $ Vs- $ ySo 0 .00 11. BID- 100 L.F. Pipe-Sewer-8 Inch-16 to 18 Ft PVC 00341 Pipe (Misc Only); -• Per Linear Foot: K Dollars G and n o Cents $ SD ° $ ,fo o c ° G 12. BID- 100 L.F. Pipe-Sewer-10 Inch-0 to 6 Ft PVC 00230 Pipe (Misc Only); Per Linear Foot: Dollars and 7 o Cents $ 33 °° $ 330000 B-3 fts ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 13. BID- 100 L.F. Pipe-Sewer-10 Inch-6 to 8 Ft PVC 00240 Pipe (Misc Only); Per Linear Foot: /.a AO,-c Dollars 00 and �, y Cents $ 3S $ ,75-00 �' 14. BID- 100 L.F. Pipe-Sewer-10 Inch-8 to 10 Ft PVC 00242 Pipe (Misc Only); Per Linear Foot: . f'o-010m Dollars o a and 0 o Cents $ 37 � $ .?70 O 15. BID- 50 L.F. Pipe-Sewer-10 Inch-10 to 12 Ft PVC 00231 Pipe (Misc Only); Per Linear Foot: �*f Dollars v 0 c 0 and o Cents $ � $ 2000 16. BID- 50 L.F. Pipe-Sewer-10 Inch-12 to 14 Ft PVC 00233 Pipe (Misc Only); Per Linear Foot: Dollars and Cents $ Y $ ZZSo a 17. BID- 50 L.F. Pipe-Sewer-10 Inch-14 to 16 Ft PVC 00236 Pipe (Misc Only); Per Linear Foot: �� x�i�t Dollars C oo 0 and Cents $ $ 27SO 18. BID- 50 L.F. Pipe-Sewer-10 Inch-16 to 18 Ft PVC 00237 Pipe (Misc Only); Per Linear Foot: Vx!y Dollars 00 00 and .,u Cents $ $ 3000 B-4 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 19. BID- 50 L.F. Pipe-Sewer-12 Inch-0 to 6 Ft PVC 00249 Pipe (Misc Only); Per Linear Foot: Dollars o o v and n o Cents $ 33' $ /7,ro 20. BID- 50 L.F. Pipe-Sewer-12 Inch-6 to 8 Ft PVC 00254 Pipe(Misc Only); Per Linear Foot: /4'.r w t/y » Dollars and .;d Cents $ 37 0 0 $ /8So o 21. BID- 50 L.F. Pipe-Sewer-12 Inch-8 to 10 Ft PVC 00255 Pipe (Misc Only); Per Linear Foot: TAr r14- . w a Dollars o 0 0 0 and ,. o Cents $ 39 $ /95,0 22. BID- 50 L.F. Pipe-Sewer-12 Inch-10 to 12 Ft PVC 00251 Pipe (Misc Only); Per Linear Foot: •/w. la.14 Dollars o� �, c and 14 Cents $ $ Z/4 _ 23. BID- 50 L.F. Pipe-Sewer-12 Inch-12 to 14 Ft PVC Pipe(Misc Only); Per Linear Foot: Tmelt; &Ij . Dollars 00 and n Cents $ YS $ t t So 24. BID- 50 L.F. Pipe-Sewer-12 Inch-14 to 16 Ft PVC Pipe(Misc Only); Per Linear Foot: cog Dollars ° and Cents $ SD $ ?5-0OG ° B-5 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 25. BID- 50 L.F. Pipe-Sewer-12 Inch-16 to 18 Ft PVC Pipe (Misc Only); Per Linear Foot: i`A.- sl e , Dollars oao 0 and n Cents $ SG $ Z80o 26. BID- 50 L.F. Pipe-Sewer-15 Inch-0 to 6 Ft PVC 00261 Pipe (Misc Only); Per Linear Foot: ate by Dollars 00 00 w and n o Cents $ d10 $ 200 0 27. BID- 50 L.F. Pipe-Sewer-15 Inch-6 to 8 Ft PVC 00263 Pipe (Misc Only); Per Linear Foot: Dollars 0 00 and 10 Cents $ vz $ 2/00 28. BID- 50 L.F. Pipe-Sewer-15 Inch-8 to 10 Ft PVC 00264 Pipe(Misc Only); Per Linear Foot: r+o"4" �a1 � Dollars 00 0 0 and ?,d Cents $ '��' $ ,22'00 29. BID- 50 L.F. Pipe-Sewer-15 Inch-10 to 12 Ft PVC 00262 Pipe(Misc Only); Per Linear Foot: Dollars and u o Cents $ y�` O $ 73J-0o G 30. BID- 50 L.F. Pipe-Sewer-l5 Inch-12 to 14 Ft PVC Pipe (Misc Only); Per Linear Foot: V oat Dollars 00 ou and "aQ, Cents $ Jr/ $ ?55.0 B-6 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 31. BID- 50 L.F. Pipe-Sewer-15 Inch-14 to 16Ft PVC Pipe(Misc Only); Per Linear Foot: 1 /A; '.�� A , Dollars and ',nQ Cents $ sto 0° $ 2800 ,10 32. BID- 50 L.F. Pipe-Sewer-15 Inch-16 to 18Ft PVC Pipe(Misc Only); Per Linear Foot: I'i y ?&A Dollars and 4 0 Cents $ GZ 33. BID- 50 L.F. Pipe-Sewer-6 Inch-0 to 6 Ft Ductile 00320 Iron Pipe (Misc Only); ' Per Linear Foot: ;• , Dollars andn e Cents $ 3'0 o c $ ZSoo oO 34. BID- 50 L.F. Pipe-Sewer-6 Inch-6 to 8 Ft Ductile 00324 Iron Pipe(Misc Only); Per Linear Foot: {.'•�r� ,Avo Dollars and �a Cents 35. BID- 50 L.F. Pipe-Sewer-6 Inch-8 to 10 Ft Ductile 00327 Iron Pipe(Misc Only); .r Per Linear Foot: P,�y a,e Dollars and Cents $ 5-V $ Z 7 0 0 �o 36. BID- 50 L.F. Pipe-Sewer-6 Inch-10 to 12 Ft Ductile 00322 Iron Pipe (Misc Only); Per Linear Foot: Dollars 00 and AD Cents $ .S-0 G° $ ZS O o B-7 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 37. BID- 50 L.F. Pipe-Sewer-8 Inch-0 to 6 Ft Ductile 00333 Iron Pipe(Misc Only); Per Linear Foot: /i'/Xv &,r_o A Dollars and ,� 0 Cents $ S3 0 0 $ ZGSo 0 0 38. BID- 50 L.F. Pipe-Sewer-8 Inch-6 to 8 Ft Ductile 00345 Iron Pipe(Misc Only); ■ Per Linear Foot: /i tw //o'a Dollars • and y Cents $ .7.5' 00 $ Z7J-0 o 39. BID- 50 L.F. Pipe-Sewer-8 Inch-8 to 10 Ft Ductile 00346 Iron Pipe (Misc Only); Per Linear Foot: ' 'AIZ l� ei a �' Dollars 00 0 0 and Cents $ SB $ 3/90 40. BID- 50 L.F. Pipe-Sewer-8 Inch-10 to 12 Ft Ductile 00335 Iron Pipe(Misc Only); Per Linear Foot: .,1s o n 46 Dollars o 0 and_ ,&a Cents $ G/ $ 30SO c � 41. BID- 50 L.F. Pipe-Sewer-8 Inch-12 to 14 Ft Ductile 00337 Iron Pipe (Misc Only); Per Linear Foot: fiXff •rf"9 Dollars 0 and no Cents $ $ 3300 o O 42. BID- 50 L.F. Pipe-Sewer-8 Inch-14 to 16 Ft Ductile 00339 Iron Pipe(Misc Only); Per Linear Foot: S�uia/v y e'v� Dollars 0 and Cents $ 7Y 0 $ 173-0 p0 B-8 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 43. BID- 50 L.F. Pipe-Sewer-8 Inch-16 to 18 Ft Ductile 00342 Iron Pipe(Misc Only); Per Linear Foot: Qi a 4 � 0i'yrr - Dollars and n o Cents $ 85-00 $ Yls-o � c 44. BID- 50 L.F. Pipe-Sewer-8 Inch-18 to 20 Ft Ductile T 00343 Iron Pipe (Misc Only); Per Linear Foot: _ nin& arm• Dollars and 010 Cents $ 95" 00 $ y7S'o 45. BID- 50 L.F. Pipe-Sewer-10 Inch-0 to 6 Ft Ductile 00229 Iron Pipe (Misc Only); Per Linear Foot: /./"� &-& Dollars 00 o d and ',no Cents $ X5- $ Z?,rQ 46. BID- 50 L.F. Pipe-Sewer-10 Inch-6 to 8 Ft Ductile 00241 Iron Pipe (Misc Only); Per Linear Foot: � ;,;e/" ef;J"4 . Dollars and I Ad Cents o $ Z 900 °O 47. BID- 50 L.F. Pipe-Sewer-10 Inch-8 to 10 Ft Ductile 00243 Iron Pipe(Misc Only); Per Linear Foot: 5';.94 Aw e , Dollars and Ad Cents $ w/Z °° $ 3100 " 48. BID- 50 L.F. Pipe-Sewer-10 Inch-10 to 12 Ft Ductile 00232 Iron Pipe(Misc Only); Per Linear Foot: t '_ct,r Dollars and d Cents $ G r $ 330 O c B-9 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 49. BID- 50 L.F. Pipe-Sewer-10 Inch-12 to 14 Ft Ductile 00234 Iron Pipe(Misc Only); Per Linear Foot: ,,S oveO& ..d„t Dollars and �o Cents $ 50. BID- 50 L.F. Pipe-Sewer-10 Inch-14 to 16 Ft Ductile 00235 Iron Pipe(Misc Only); Per Linear Foot: s:yt�/y ,r,'.v Dollars oa o O - and .70 Cents $ 76 $ 38D0 51. BID- 50 L.F. Pipe-Sewer-10 Inch-16 to 18 Ft Ductile 00238 Iron Pipe(Misc Only); Per Linear Foot: B/off., ;'.. Dollars and .V'u Cents $ ,5 $ YZS'o 0 0 52. BID- 50 L.F. Pipe-Sewer-10 Inch-18 to 20 Ft Ductile 00239 Iron Pipe(Misc Only); r Per Linear Foot: amels fe za Dollars and #90 Cents $ &-00 ,, 0u $ -0 53. BID- 50 L.F. Pipe-Sewer-12 Inch-0 to 6 Ft Ductile 00250 Iron Pipe(Misc Only); Per Linear Foot: 9v Dollars o a o 0 and Cents $ to $ AvD 54. BID- 50 L.F. Pipe-Sewer-12 Inch-6 to 8 Ft Ductile 00253 Iron Pipe(Misc Only); Per Linear Foot: and l�lr# T�f .�.� Dollars o0 ® 0 6 � Cents $ 43 $ 3/,� B-10 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 55. BID- 50 L.F. Pipe-Sewer-12 Inch-8 to 10 Ft Ductile 00256 Iron Pipe (Misc Only); Per Linear Foot: .fir/X 4 Dollars and ' no Cents $ G$ 011 $ .Ylya o 0 56. BID- 50 L.F. Pipe-Sewer-12 Inch-10 to 12 Ft Ductile 00252 Iron Pipe(Mist Only); Per Linear Foot: .S'wrn-Av. Dollars o and • a Cents $ 7V $ 3 7o a �► 57. BID- 50 L.F. Pipe-Sewer-12 Inch-12 to 14 Ft Ductile Iron Pipe(Misc Only); Per Linear Foot: elgZA, yL, , Dollars and ;m Cents $ RoOD $ Y000 0 0 58. BID- 50 L.F. Pipe-Sewer-12 Inch-14 to 16 Ft Ductile Iron Pipe (Misc Only); Per Linear Foot: Dollars D and n_.o Cents $ QU o $ So 0 0 0 59. BID- 50 L.F. Pipe-Sewer-12 Inch-16 to 18 Ft Ductile Iron Pipe(Misc Only); Per Linear Foot: ynt k..� eat • Dollars o 0 0 0 and I?o Cents $ /0 t3 $ .S^oot 60. BID- 50 L.F. Pipe-Sewer-12 Inch-18 to 20 Ft Ductile Iron Pipe (Misc Only); Per Linear Foot: oa.rrwvra��d` ir.a Dollars p0 and _000- Cents $ //D $ If '00 ow B-11 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 61. BID- 50 L.F. Pipe-Sewer-16 Inch-0 to 6 Ft Ductile 00270 Iron Pipe(Misc Only); Per Linear Foot: sew.&& Dollars oG o 0 and "I'a Cents $ 70 $ 3500 62. BID- 50 L.F. Pipe-Sewer-16 Inch-6 to 8 Ft Ductile 00272 Iron Pipe(Misc Only); Per Linear Foot: SO,00*7, x,15 Dollars 00 ° v and 'Ob Cents $ 71 $ ?400 63. BID- 50 L.F. Pipe-Sewer-16 Inch-8 to 10 Ft Ductile 00273 Iron Pipe (Misc Only); Per Linear Foot: xePA*1y4 .,we Dollars and 10 Cents $ 75' $ 375-0 64. BID- 50 L.F. Pipe-Sewer-16 Inch-10 to 12 Ft Ductile 00271 Iron Pipe (Misc Only); Per Linear Foot: SPN's.4 . Dollars d and 120 Cents $ 7 ° $ ?IFO °G 65. BID- 50 L.F. Pipe-Sewer-16 Inch-12 to 14 Ft Ductile Iron Pipe (Misc Only); Per Linear Foot: 0 Dollars and vU Cents $ 0 $ 66. BID- 50 L.F. Pipe-Sewer-16 Inch-14 to 16 Ft Ductile Iron Pipe (Misc Only); Per Linear Foot: e. e' rp Dollars 00 o 0 and Cents $ FO $ 1(5b0 B-12 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 67. BID- 50 L.F. Pipe-Sewer-16 Inch-16 to 18 Ft Ductile Iron Pipe(Misc Only); Per Linear Foot: ona Pian c%w.o<' Dollars and n e Cents $ /00 ° $ 5—Don ° 68. BID- 50 L.F. Pipe-Sewer-16 Inch-18 to 20 Ft Ductile Iron Pipe(Misc Only); Per Linear Foot: Ona hiww,,ia/ Am Dollars 0 and 4.6 Cents $ //O 15,157"o15,157"o0� $ '. 'o O � 69. BID- 75 L.F. Pipe-Sewer-6 Inch-0 to 6 Ft SDR26 Pipe; Per Linear Foot: Dollars 0 6 00 and I,� Cents $ ,�y $ Zs"s-O 70. BID- 75 L.F. Pipe-Sewer-6 Inch-6 to 8 Ft SDR26 Pipe; Per Linear Foot: �I(ia i ,fi Dollars vo and ^—' n 0 Cents $ Z7 o o 71. BID- 75 L.F. Pipe-Sewer-6 Inch-8 to 10 Ft SDR26 Pipe; Per Linear Foot: J'.r�. " Dollars and -T— Cents $ 3 ° $ Z8,5'o 0 0 72. BID- 50 L.F. Pipe-Sewer-6 Inch-10 to 12 Ft SDR26 – Pipe; Per Linear Foot: Dollars and 41st Cents $ D ° $ ZOO d a B-13 I ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT L73. BID- 750 L.F. Pipe-Sewer-8 Inch-0 to 6 Ft SDR26 Pipe; Per Linear Foot: bw Dollars 00 and Aja Cents $ 30 e $ ?7000 74. BID- 1000 L.F. Pipe-Sewer-8 Inch-6 to 8 Ft SDR26 Pipe; Per Linear Foot: A/.-/w eiDollars0 0 and n o Cents $ 3f 0,0 $ 39000 75. BID- 1000 L.F. Pipe-Sewer-8 Inch-8 to 10 Ft SDR26 Pipe; r Per Linear Foot: To. owe_, Dollars O O and o Cents $ 0 ,0 $ 000 0 L 76. BID- 400 L.F. Pipe-Sewer-8 Inch-10 to 12 Ft SDR26 Pipe; Per Linear Foot: 4.-/,w 40, Dollars o 0 '06 and n a Cents $ y $ 17,400 w 77. BID- 100 L.F. Pipe-Sewer-8 Inch-12 to 14 Ft SDR26 Pipe; Per Linear Foot: Lo�,� Dollars and ho I Cents $ O $ Y900 o Q 78. BID- 100 L.F. Pipe-Sewer-8 Inch-14 to 16 Ft SDR26 Pipe; Per Linear Foot: 1i{A,If ,y�isJ* - Dollars 00 0 and AID .Cents $ 57 $ 300 o B-14 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 79. BID- 100 L.F. Pipe-Sewer-8 Inch-16 to 18 Ft SDR26 Pipe; Per Linear Foot: S'ix f' - Dollars and na Cents $ 80. BID- 100 L.F. Pipe-Sewer-10 Inch-0 to 6 Ft SDR26 Pipe; Per Linear Foot: u Dollars 41, and n o Cents $ $ 81. BID- 100 L.F. Pipe-Sewer-10 Inch-6 to 8 Ft SDR26 Pipe; Per Linear Foot: *s Dollars o0 and 46 Cents $ ''L? $ Y0o o o 82. BID- 100 L.F. Pipe-Sewer-10 Inch-8 to 10 Ft SDR26 Pipe; Per Linear Foot: Dollars and n o . Cents $ `� o o $ y300 o 83. BID- 50 L.F. Pipe-Sewer-10 Inch-10 to 12 Ft SDR26 Pipe; �. Per Linear Foot: lei ,Ztg Dollars and r o Cents $ li $ 234 a 84. BID- 50 L.F. Pipe-Sewer-10 Inch-12 to 14 Ft SDR26 Pipe; Per Linear Foot: {;'/W,.. , . Dollars o and AD( Cents $ s0 $ ZSOO B-15 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 85. BID- 50 L.F. Pipe-Sewer-10 Inch-14 to 16 Ft SDR26 Pipe; Per Linear Foot: .� rllw ZZ7" . Dollars o 0 oo and ao Cents $ SS- $ 27,5-0 86. BID- 50 L.F. Pipe-Sewer-10 Inch-16 to 18 Ft SDR26 Pipe; +.� Per Linear Foot: of/,ri Dollars 00p y and o Cents $ (D $ 3.0.00 87. BID- 50 L.F. Pipe-Sewer-12 Inch-0 to 6 Ft SDR26 Pipe; Per Linear Foot: Or or/ Dollars O G and a o Cents $ O $ 2000 88. BID- 50 L.F. Pipe-Sewer-12 Inch-6 to 8 Ft SDR26 Pipe; Per Linear Foot: Toe l- 410 Dollars v o and 40, Cents $ y2 $ Z/DO ° 89. BID- 50 L.F. Pipe-Sewer-12 Inch-8 to 10 Ft SDR26 Pipe; Per Linear Foot: Dollars and4ys, o p o 0 o Cents $ $ 90. BID- 50 L.F. Pipe-Sewer-12 Inch-10 to 12 Ft SDR26 Pipe; r Per Linear Foot: r�r Dollars 00 o d and A Cents $ . $ ZySD B-16 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 91. BID- 50 L.F. Pipe-Sewer-12 Inch-12 to 14 Ft SDR26 Pipe; Per Linear Foot: le�lrl-' . Dollars a and a o . Cents $ $ ZG S 0 92. BID- 50 L.F. Pipe-Sewer-12 Inch-14 to 16 Ft SDR26 Pipe; Per Linear Foot: Ag of o,( A Dollars 0 d 00 and nG Cents $. 5-0 $ Z90o 93. BID- 50 L.F. Pipe-Sewer-12 Inch-16 to 18 Ft SDR26 Pipe; Per Linear Foot: ..f'� /- �a . Dollars 00 and no Cents $ GS $ 3250 94. BID- 50 L.F. Pipe-Sewer-15 Inch-0 to 6 Ft SDR26 '~ Pipe; Per Linear Foot: r`orf ✓c 1t Dollars an��.�- Cents $ �`o aa $ Z V O O� 95. BID- 50 L.F. Pipe-Sewer-15 Inch-6 to 8 Ft SDR26 Pipe; Per Linear Foot: {,-,!'� , on,&- _ Dollars o and 016 Cents $ 57 00 $ 25,5-0 ° 96. BID- 50 L.F. Pipe-Sewer-15 Inch-8 to 10 Ft SDR26 Pipe; Per Linear Foot: Aow r. Dollars 00 and .,Q Cents $ S y d o $ 2?Oa B-17 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 97. BID- 50 L.F. Pipe-Sewer-15 Inch-10 to 12 Ft SDR26 Pipe; Per Linear Foot: Dollars oa c o and a Cents $ ST $ 2957 98. BID- 50 L.F. Pipe-Sewer-15 Inch-12 to 14 Ft SDR26 Pipe; Per Linear Foot: xk 1;4e Dollars o o a 0 and iia Cents $ (05- 99. BID- 50 L.F. Pipe-Sewer-15 Inch-14 to 16 Ft SDR26 Pipe; Per Linear Foot: st"AA,/ Dollarsa and no Cents $ 7`1 o o $ 100. BID- 50 L.F. Pipe-Sewer-15 Inch-16 to 18 Ft SDR26 Pipe; Per Linear Foot: Blfia Dollars O o 0 o G and �!o Cents $ 8 $ 'yDdo 101. BID- 50 L.F. Pipe-Sewer-8 Inch-DI in Steel Casing w/Stainless Steel Spacers; Per Linear Foot: S4�pf ifv, Dollars o a p 0 and—a e . Cents $ lost $ ,32,.5'"0 102. BID- 50 L.F. Pipe-Sewer-10 Inch-DI in Steel Casing w/Stainless Steel Spacers; Per Linear Foot: Jky-96 , Dollars and U,) Cents $ 70 G $ a B-18 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 103. BID- 50 L.F. Pipe-Sewer-12 Inch-DI in Steel Casing 01123 w/Stainless Steel Spacers; Per Linear Foot: eioj.o�. 1i r Dollars ander W of Cents $ S 00 $ `/2S0 `�a 104. BID- 50 L.F. Pipe-Sewer-16 Inch-DI in Steel Casing 01126 w/Stainless Steel Spacers; Per Linear Foot: 0.11f Dollars and o Cents $ //00,6 $ 5'S10 0 0 0 105. BID- 50 L.F. Sewer Service-4 Inch-Bore & Jack 00357 Ductile Iron w/Pressure Grout; Per Linear Foot: 1",p 4mm e1/.se1 Dollars and a Cents $ Zoo 0 0 $ /004000 0 106. BID- 50 L.F. Pipe-Sewer-6 Inch-Bore& Jack 00328 Ductile Iron w/Pressure Grout; Per Linear Foot: Ah00.r A�mdlsd/��'/�/�i Dollars 0 and 40 Cents $ IM'o � $ /7,5-00 0 0 107. BID- 100 L.F. Pipe-Sewer-8 Inch-Bore& Jack 00348 Ductile Iron w/Pressure Grout; Per Linear Foot: /o'a,. j,,.Aj/f,/.4-#C11, Dollars e v and Cents $ ySo $ XSO 0 0 ° o 108. BID- 100 L.F. Pipe-Sewer-10 Inch-Bore & Jack 00244 Ductile Iron w/Pressure Grout; Per Linear Foot: X//ff "Ot Dollars and „® Cents $ fo0 °° $37,0000 B-19 r ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 109. BID- 100 L.F. Pipe-Sewer-12 Inch-Bore& Jack 00257 Ductile Iron w/Pressure Grout; Per Linear Foot: fir. fi r.dii Dollars 00 and .r a Cents $ S"00 $ ,-400000 110. BID- 100 L.F. Pipe-Sewer-16 Inch-Bore& Jack 00274 Ductile Iron w/Pressure Grout; Per Linear Foot: ti rs ' Dollars 00 00 and ,n 0 Cents $ S00 $ ,-0000 111. BID- 50 L.F. Pipe-Sewer-18 Inch-Casing Pipe by 01169 Boring& Jacking w/Pressure Grout; Per Linear Foot: ve I040%6#41 Dollars 00 00 and a Cents $ S 0 S00 $ ?S0 0 112. BID- 50 L.F. Pipe-Sewer-24 Inch-Casing Pipe by 01171 Boring&Jacking w/Pressure Grout; Per Linear Foot: �� /,�, a/ie✓ Dollars 00 00 and .,r Cents $ -5-00 $ 000 113. BID- 50 L.F. Pipe-Sewer-30 Inch-Casing Pipe by Boring& Jacking w/Pressure Grout; Per Linear Foot: �.vr !i.►r,�✓ ✓ Dollars0 0 06 and of Cents $ .SOD $ 2,57000 114. BID- 50 L.F. Pipe-Sewer-36 Inch-Casing Pipe by Boring&Jacking w/Pressure Grout; Per Linear Foot: t i���u„c+/•�e�/ri'rri�, Dollars and Ad Cents $ ..ASO G $ 07.5-000 0 B-20 M ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 115. BID- 500 L.F. Inspection-Pre-Construction Cleaning 00202 & TV of San. Sewer Lines; Per Linear Foot: r'v- Dollars �. and !2 o Cents $ ,S-oo $ zs-o o a .r 116. BID- 1500 L.F. Inspection-Post-Construction Cleaning 00201 & TV of San. Sewer Lines; Per Linear Foot: &.000 . _I ._xs . ,Dollars 00 and 46 -1 1 Cents $ 3 $ 51500 a 117. BID- 2000 L.F. Trench Safety System> 5 Ft Depth; 00372 Per Linear Foot: aor er Dollars 040 and ne Cents $ f $ Zoo o o 118. BID- 5 E.A. Sewer-Cut and Plug Existing Mains All Sizes,Any Depth, Anytime; Per Each: PAP Th ear s n„/ Dollars o 0 and AD , Cents $ /00 0 $S-o o 0 119. BID- 5 E.A. Dehole-0 to 5 Ft Depth; 00539 Per Each: 014-t Y14 *a/ Dollars and 40 Cents $ /000 ,00 $ "00 MW 120. BID- 5 E.A. Dehole-5 to 10 Ft Depth; 00541 Per Each: ow 007+ fii dp"5 a n d Dollars and nd Cents $ 100,900 $Soo o do W 4W Wo B-21 no ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 121. BID- 5 E.A. Dehole-10 to 20 Ft Depth; 00540 Per Each: Ta/o llomf4A e"' Dollarsv o 00 and -D Cents $ ,?000 $ /0000 122. BID- 40 E.A. Mobilization-Job Move In; 00124 Per Each: ono do aro. tl Dollars 00 00 and /111 Cents $ /000 $ y0000 123. BID- 20 E.A. Mobilization-Emergency Situation 00125 Job Move In; Per Each: /wo 404, rs.s-c/ Dollars 00 '00 and el 0 Cents $ 2,00-0 $ %0,000 124. BID- 40 E.A. Manhole-Std. 4 Ft Dia. 00213 (to 6 Ft Depth); Per Each: 7 �i� e�►� T �iiwe/ii✓ w• ert.0w Ivo Dollars Oo Q and go Cents $ 220 D $ DD p a 125. BID- 20 V.F. Manhole-Std..4 Ft Dia.-Added Depth 00214 (Over 6 Ft Depth); Per Vertical Foot: owe Avm/y Dollars 00 and 0 G Cents $ 20"O"D 0 Q 126. BID- 20 E.A. Manhole-Drop-Std. 4 Ft Dia. 00207 (to 6 Ft Depth); Per Each: Awo Ivem.9vna, S'i�r lrr.w�/i�� Dollars 00 and �. Cents $ L $ ,5-2000 00 B-22 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 127. BID- 10 V.F. Manhole-Drop-Std. 4 Ft Dia.-Added 00208 Depth(Over 6 Ft Depth); Per Vertical Foot: 6ai 4.0✓11/ Dollars and .a o Cents $ /.S0 o $ /5-00 6 128. BID- 10 E.A. Manhole-External Drop into an Existing Manhole up to 6 Ft Depth; Per Each: 0".f aJV4l&wV/ e'vi �a.,�/i o� Dollars o G and r7 o Cents $ /SDD $ /S-acro° 129. BID- 10 V.F. Manhole-Additional Depth Over 6 Foot of External Drop into an -� Existing Manhole;. Per Vertical Foot: ent „ Dollars c o and „ o Cents $ /So $ /s-p o 400 130. BID- 10 V.F. Manhole-Paint and Coating-Interior 00211 Protective Coating; Per Vertical Foot: a's��.►,.a/.✓, eo,,ADollars o and n Cents $ /Ss $ O 131. BID- 20 E.A. Manhole-Shallow Std. 4 Ft Dia. 00212 (Shallow Cone); Per Each: Dollars ov and Cents $ 2000 $ fe0000 mow 132. BID- 5 E.A. Sewer-Wastewater Access 00964 Device (All Depths); Per Each: o` Dollars o c 00 and O Cents $ 800 $ fjpo 0 B-23 ML ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL 4 NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 133. BID- 5 E.A. Manhole-Type A 5 Ft Dia. 00950 (to 6 Ft Depth); Per Each: r f,•r. .lww�/r®.�'. Dollars 00 and n o Cents $ f5100 $ ZZ,S 00 o U 134. BID- 5 V.F. Manhole-Type A 5 Ft Dia.-Added 00951 Depth(Over 6 Ft of Barrel Section); Per Vertical Foot: Dollars 00 o p and -o o Cents $ /80 $ p0 t"3 135. BID- 5 E.A. Manhole-Fiberglass 4 Ft Dia. 00209 (to 6 Ft Depth); Per Each: A,*14asoo fDollars CEJ a U and '20 Cents $ 2000 $ /0,0-00 136. BID- 5 V.F. Manhole-Fiberglass 4 Ft Dia.-Added 00210 Depth(Over 6 Ft Depth); Per Vertical Foot: Dollars c o 00 and o Cents $ ��,�� $ 625 137. BID- 40 E.A. Manhole-Vacuum Test; 00217 Per Each: Aei Ala, Dollars 00 and a Cents $ /SD $ t 000 a G 138. BID- 80 E.A. Collar-Manhole (5 Ft x 5 Ft); 00196 Per Each: Dollars and , .� Cents $ Yoo, °0 $ ? 006 O 6 B-24 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 139. BID- 80 E.A. Manhole-Watertight Insert 00218 (30"Plastic); .. Per Each: Coo �r��id� Dollars and o Cents $ /Gd o $ &00 0 ,0 140. BID- 10 E.A. Manhole-Watertight Insert-Locking 00954 Stainless Steel (30"); Per Each: /We ha sb4i ool 4 Dollarso and V a Cents $ ZOO $ Z0,00 Q 141. BID- 10 E.A. Manhole-Adjustment and Seal 00849 Existing Manhole; Per Each: Gni //0 as w„ Dollars and A a Cents $ /0000 � $ 142. BID- 40 E.A. Manhole-Remove Existing Sewer do 00206 Manhole; Per Each: 4, �vs1e� Dollars o0 o a and ; e Cents $ 800 $ 32®p0 , 143. BID- 40 E.A. Manhole-Remove Existing Sewer Manhole Cone Section and Raise or Lower Rim Maximum 3 Ft; Per Each: Dollars and ae Cents $ 1040 a6 $ ZZ/000 ,r 144. BID- 10 E.A. Manhole-Abandon Existing Sewer 00205 Manhole; Per Each: " .s'%r 4-Vo/r.e/ Dollars d d 0 and �.e Cents $ G DD $ G000° B-25 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 145. BID- 60 E.A. Sewer Service-4 Inch Service Tap; 00355 Per Each: Thsss limns✓«� Dollars 00 00 and rf o Cents $ 300 $ O®O 146. BID- 40 E.A. Sewer Service-6 Inch Service Tap; 00361 Per Each: e harsd iv/ Dollarsao o a and no Cents $ 000 $ G/ DDD 147. BID- 20 E.A. Sewer Service-8 Inch Service Tap; 00366 Per Each: tDai Dollars o D 00 and n u Cents $ 100 $ 00-006 148. BID- 250 L.F. Sewer Service-4 Inch-SDR26 San. Sewer 00358 Service Line Replacement/Installation; Per Linear Foot: Tivi�r 1'i« Dollars o 40 O » and n a Cents $ Z y $ foODQ 149. BID- 100 L.F. Sewer Service-6 Inch-SDR26 San. Sewer 00363 Service Line ReplacemenVInstallation; Per Linear Foot: irs+��y Six Dollars O o and it o Cents $ $ Z44>0 0 0 w 150. BID- 100 L.F. Sewer Service-8 Inch-SDR26 San. Sewer 00365 Service Line Replacement/Installation; Per Linear Foot: h`0o Dollars O o o 0 and nc, Cents $ 2 $ Z9DD « PW B-26 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 151. BID- 100 E.A. Sewer Service-4 Inch-2 Way Clean 00356 Out(PVC); Per Each: x0 p 4,V d:0,o( Dollars 00 and .00 Cents $ Zoo $ Z00 0 O s 152. BID- 100 E.A. Sewer Service-6 Inch-2 Way Clean 00362 Out(PVC); Per Each: .. �<< /7" Al / Dollars and do Cents $ IS-0 vv $ ZS'o 0 0 153. BID- 100 E.A. Sewer Service-8 Inch-2 Way Clean 00364 Out(PVC); ~" Per Each: f,'- /w« Dollars and 070 Cents $ ZS-® 00 $ Z5,000 vo 154. BID- 100 E.A. Sewer Service-4-Inch Cast Iron Sanitary - Sewer Service Two-Way Cleanout; Per Each: Dollars and 070 Cents $ ZSi� �o $ Z5-,O 155. BID- 100 E.A. Sewer Service-6-Inch Cast Iron Sanitary Sewer Service Two-Way Cleanout; Per Each: do.#& i,,,,0/.a/ Dollars and 06 Cents $ SOO $3,000000 156. BID- 100 E.A. Sewer Service-8-Inch Cast Iron Sanitary Sewer Service Two-Way Cleanout; Per Each: �ww�0:�►f/�`"�l, Dollars p O 00 and n o Cents $ 3S0 $ 35-000 B-27 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT s 157. BID- 1 E.A. Sewer Plumbing-Plumbing Permit for San. Sewer Service Inspection; Per Each: Twenty-Two Dollars and No Cents $ 22.00 $ 22.00 158. BID- 100 L.F. Sewer Plumbing-4 Inch-SCH 40 San. 00352 Sewer Private Plumbing Line Installation or Replacement, Including Cleanouts as Required,by Licensed Plumber; Per Linear Foot: 6,14 el l Dollars p D p O and n o Cents $ $ 00a 0 159. BID- 100 C.Y. Fill Material-Flowable Fill, 00544 in Lieu of Backfill; Per Cubic Yard: R Stvenfy 07/00 Dollars o v v a and I fn & Cents $ 79 $ 7900 160. BID- 25 C.Y. Subgrade-Crushed Limestone for 00493 Misc. Placement; Per Cubic Yard: ori Dollars 0 0 and n 01 Cents $ f o v $ 151 161. BID- 50 C.Y. Concrete-Type B (#2500); 00837 Per Cubic Yard: D1!/ Dollars c v and Z2 0 Cents $ / $ ,.SSD o 0 162. BID- 50 C.Y. Concrete-Type E(#1500); 00839 Per Cubic Yard: aoP Dollars o e) 0 0 and Ad Cents $ $ SO B-28 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 163. BID- 20 C.Y. Riprap (Concrete); 00092 Per Cubic Yard: a� t G�ii �... i +r►�w � Dollars and r,• Cents $ /IT $ ZSoO °Q 164. BID- 20 C.Y. Riprap-12 Inch Rock; Per Cubic Yard: ow• ir..s/ii 1"' Dollars - and w o Cents $ /00 00 $ Z o o O �G 165. BID- 20 C.Y. Riprap-18 Inch Rock; Per Cubic Yard: 0"'.41wo llo l xwe� ffy Dollars f and ,a ° Cents $ /d.5- $ Z.S-oo° G 166. BID- 20 C.Y. Riprap-24 Inch Rock; 00096 Per Cubic Yard: owe Dollars 00 pfflo and Otto Cents $ /f-0 $ 300000 167. BID- 50 L.F. Grass-Hydro Mulch Seeding; 00134 Per Linear Foot: Dollars v and he Cents $ ,S^ $ V-f-0 Q 168. BID- 50 L.F. Grass-Sod; 00137 Per Linear Foot: .F A r' Dollars and h s Cents 169. BID- 50 L.F. Concrete-Concrete Encasement; Per Linear Foot: lo-"14 Dollars 0 0 00 and Iflip Cents $ $ 2000 w. B-29 rrt ibr ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 170. BID- 450 S.F. Pavement-Concrete Sidewalk Replacement; Per Square Foot: s`wen Dollars and 0054. Cents $ ,7 so $ 3. ,.5'7 � o 171. BID- 450 S.F. Pavement-Concrete Driveway Replacement; Per Square Foot: Dollars7 s_0 0 0 and �:'� Cents $ $ 1.775' 172. BID- 50 L.F. Pavement-Concrete Curb and Gutter Replacement; Per Linear Foot: .Dollars 00 00 and o o Cents $ ZS $ /ISO 173. BID- 50 L.F. Pavement-Concrete Curb Attached to Concrete Pavement Replacement; Per Linear Foot: 411*0*14 ��, Dollars 0 c and ,1 u Cents $ Zs' $ /,?XD � o 174. BID- 100 L.F. Pavement-Replace Paving in Parking Areas; Per Linear Foot: &',, y r - Dollars 00 06 and e Cents $ ,�S' $ 3s-0 0 n 175. BID- 100 L.F. Pavement-Concrete Pavement on 00458 2:27 Concrete Base (2000-2); Per Linear Foot: _ API&r.r Dollars 00 o 0 and ,o a Cents $ 5-5- $ ST-00 B-30 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 176. BID- 1000 S.F. Pavement-Concrete Replacement 00459 on Existing Base; Per Square Foot: le5%e'o Dollars and n o Cents $ S' a $ 5_000o v 177. BID- 100 L.F. Min 1-1/2 Inch HMAC on Reinforced Concrete Base; Per Linear Foot: orl{/v 111-61%e. Dollars and ^.a . _ Cents $ S5_ a � $ ,SSO o 0 0 178.. BID- 200 L.F. Pavement-Paver on Reinforced 00467 Concrete Base; Per Linear Foot: /"!!%- •,, Dollars and �rQ Cents $15SS 179. BID- 750 L.F. Pavement-2 Inch Min HMAC on 00443 2:27 Concrete Base (2000-1 A); Per Linear Foot: ,'• f� r�:«� Dollars vG and 46 Cents $3S o $ 210 Z5_0 „- 180. BID- 1000 S.F. Pavement-2 Inch Min HMAC 00444 Replacement on Existing Base; Per Square Foot: 60k e . Dollars 0 and .00 Cents $ $ 4/D 0 0 0 0 181. BID- 200 L.F. Pavement-2-Inch HMAC on 2:27 Concrete Base; Per Linear Foot: Dollars 00 oa and Vo Cents $ $ D D Q B-31 ITEM BID APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 182. BID- 100 L.F. Pavement-2 Inch HMAC on 00442 6 Inch Flex Base-Temporary; Per Linear Foot: e�A1 Dollars 00 00 and /70 Cents $ 8 $800 183. BID- 1500 L.F. Pavement-2-Inch Hot or Cold Mix Temporary Pavement Repair; Per Linear Foot: ,F,� Dollars 00 00 and n o Cents $ S $ /,?coo 184. BID- 100 C.Y. Subgrade-Flex Base Material for Misc. Placement; Per Cubic Yard: 6' -t SPyo.� Dollars and o Cents $ ,7 G U $ 70o 0 185. BID- 50 E.A. Pavement-Traffic Permit for Utility 00470 Street Cut; Per Each: Seventy Five Dollars and No Cents $ 75.00 $ 3,750.00 186. BID- 50 E.A. Traffic Control Plan Design& 00181 Installation as Required; Per Each: O/)e Dollars DD 00 and Cents $ 1DD $ 15,1000 6 TOTAL AMOUNT BID $ 7,10 B-32 PART B -PROPOSAL(Cont.) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 7 calendar days after issue of the work order, and to complete the contract within 365 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State ofrmci our p pal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Non resident bidders in the State of , our principal Lplace of business, are not required to underbid resident bidders. /B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions Land requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4(Initials) r B-33 Res ctfully submitted, Circ/e C� Cor�s�ruc�a� By G�: Title ,�� /i Address 120 C6o,r yD3Zp Telephone: 19/7 -Z Zf- /8,_ 3 (Seal) Date: Y- /V B-34 FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MMBE PROJECT GOALS The City's M/WBE goal on this project is 9 %of the total bid(Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. ` Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The O*or sh_`* fivel~t .,s1, m. j S� h 14n iri'per r'�,,tct the app oprla#� tplttlt of the managing depactm t and obtain a,-dSte!#me alp Sucht rbCeipt._shall be evidii c #t it tft.����v�,fl�e db�u[�rt tion to th�;tfine a�oc�teoi: �faxed copyywlfl notbe acc6pted 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: openinq date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MN1BE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817)392-6104. Rev. 11/1/05 ATTACHMENT 1A ■ Pagel of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime WILLIAM J.SCHULTZ,INC.DBA CIRCLE C CONSTRUCTION PROJECT NAME: El M/W/DBE X NON-MM/DBE � Sanitary Sewer Extensions,replacerre'nts8 Relocations Contract 2010A BID DATE 3/04110 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 19 % 19% DOE#6358 Identify all subcontractors/suppliers you will use on this project I Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5)City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid ging considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered let tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace,that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with MinorityMomen Business Enterprise (MMBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. RECEIVED MAR 10 2610 mJ Rev.5/30/03 'f ATTACHMENT IA 1 Page 2 of 4 FoR�H Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e., Minority,Women and non-MNVBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N (check one) O SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address eM W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D W E E R O B C T E A LKT & ASSOCIATES, 1 X SUPPLYING PIPE & $ 204,000.00 LLC MATERIAL RELATED MELISSA, TX 75454 PRODUCT RICOCHET FUEL DIST. 1 X SUPPLYING FUEL, OIL, & $ 68,000.00 1101-A BEDFORD RD. MATERIAL HYD. FLUID BEDFORD, TX 76002 MAGNUM MANHOLE & 1 X LABOR & MANHOLE $ 1,600.00 UNDERGROUND, INC. MATERIAL COATING 3828 CAVAILIER DR GARLAND, TX 75042 MJ PIPELINE 1 X TV LINES POST & PRE $ 32,000.00 INSPECTION PIPELINE P.O. BOX 851 INSPECTION GRANBURY TEX. 76048 VULCAN MATERIALS 1 X SUPPLING ROCK AND $ 35,000.00 P.O. BOX 849131 MATERIAL SAND DALLAS, TX. 75284 LIQUID STONE 1 SUPPLY CONCRETE $ 26,400.00 CONCRETE X MATERIAL 221 CENTER DRIVE BURLESON, TX 76028 FORT WORTH Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e., Minority,Women and non-MNVBEs. Please list MNVBE firms first, use additional sheets if necessary. Rev.5/30/03 ATTACHMENT IA Page 3 of 4 Certification N (check one) SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address eM w C x M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D VY E E R O B C T E A CHEM-CAN X SANITATION POTTIES $ 500.00 P.O. BOX 434 ARLINGTON, TX 76004 AMERICAN X SUPPLYING BARRICADES $ 1,500.00 BARRICADES, INC. MATERIAL 107 ENON AVE. EVERMAN, TX. 76140 THE HOME DEPOT 1 X SUPPLING MISC. JOB $ 10,000.00 DEPT 32-2502076678 MATERIAL RELATED PRO P.O. BOX 6031 LAKES, NV. 88901 UNITED RENTAL INC. 1 X RENTAL EQUIPMENT $ 17,000.00 3120 SPUR 482 RENTAL SUITE B IRVING, TX. 75062 JOHN A. MILLER & 1 INSURANCE BONDING $ 42,500.00 ASSOC. P.O. BOX 7214 FT. WORTH, TX. 7611 TREN TECH CO. 1 X TRENCH SITE SPECIFIC $ 650.00 828 HOWELL DR. SAFETY TRENCH COPPELL, TX 75019 SALETY FORT WORTH i I Rev.5/30103 ATTACHMENTIA i Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 320,000.00 I Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 1335550.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 454,550.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval a of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of ChangeiAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor i shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MM/DBE(s) arrangements submitted with -the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work l performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. I Carol J. Schultz Authorized Signature Printed Signature Vice-President ;/ 1,2, )! / GAr I Title 0`ontact Name itle if different) Circle C Construction Co. 817-293-1863 FA 817-293-1957 l Company Name Telephone and/or Fax P.O.BOX40328 (f S C t k Address E-mail Address 1 FORT WORTH.Tx.76140 3/"08110 City/State/Zip Date I 1 1 1 Rev.5/30/03 Mar 07 10 04: 17p p. 1 Circle C Construction Co. P.O. Box 40328 Fort Worth,Texas 76140 81T-572-7278 metro line 817-293-1957 fax line Monday,March 08,2010 LKT&Associates, LLC P.O. Box 668 Melissa, Tx 75454 Fax 214-544-3684 RE: City of Fort Worth Sanitary Sewer Extensions. Replacements Contract 2010a City Project 0 01440 DOE 5358 Dear Lynda Thomas, This is to advise you that if awarded a contract on the above named project we Intend to use your company as a MW/BE Business. The scope of the work will be supplying pipe and related material to the job site. The dollar amount will be approximately$204,000.00. Please sign below and returned to me by fax. Sincerely Carol J. Schultz i Card J. ScA Itz homes William J. Schultz, In .DBA K &Associates, LLC Circle C Construct Froc Ricochet Fuel 8172827497 03/08/2010 15:24 #061 P.0011001 Mar 07 10 04: 15p p. 1 Circle C Construction Co. P.O.Box 40328 Fort Worth,Texas 76140 817-572-7278 metro line 817-293-1857 foot line Monday,March 08,2010 Ricochet Fuel Distributors,Inc. 1201 Royal Parkway Euless,Toms 78040 RE: City,of Fort Worth SantrySewer Replacern ent,8 Rsloontions Cororect 2010 City Pmjod 01440 DOE MW Dear Kelly Roberts, This is to advise you 1ha%It awarded a contract on the above named project,we will use your company as a MWISE Business.The Scope of the work vAQ be the suppiyinp 3 hautinp of Dleeel fuel,oll,Hyd.Fluid and related products. The Dollar wenount vA be increased to approxirratsly i 48,000.00 Please sign below and return to me by fax. Carol J. 5ch I 1 1 Carol J.Schub Wiliam J.Schuk line.DBA K Roberts Circle C Construction Ricochet Fuel Distributors, 1 I I I 1 1 Mar 07 10 04: 14p P- 1 Circle C Construction Co. P.O. Box 40328 Fort Worth,Texas 76140 817-572-7278 metro One 817-293-1957 tax line Mondays,March 08,2010 Magnum Manhole&Underground, Inc 2828 Cavalier Dr. Garland, Texas 75042 Phone 972-276-2048 Fax 972-271551531 8 RE: City of Fart Worth Sardtay Bawer Extensions&Rehabiitation Contract 2010A City Project*01440 DCBE 0 swe Dear Sir, This is to advise you that if awarded a contract on the above named project we will use your company as a MW/BE Business.The Scope of the work will be the supplying labor&material to coat manholes.The Dollar amount wiB be approximately 61,600.00 i Please sign below and return to me by fax. Sincerely Carol J. Schuitt 1 Carol J. Schutiz William J. Schultz, Inc D I Circle C Conskudion Magnum Manholes It Lkidarground, k%c I 1 1 1 1 mar Utj lU UJ: 4bP urannury rrincine ai-/a /id15b P- 1 lar 08 10, 02: 13p p' 1 Circle C Construction Co. P.O. Box 40328 Fort Worth, Texas 76140 817-572-7278 metro line 817-293-1957 faxline Monday, March 08,2010 MJ Pipeline Inspection P.O. Boot 851 Granbury,Tx 76048 RE: City of Fat Worth Sanitary Sewer Extensions, Replaoernents b Rehabilitation Contract 2010 A City Project#01440 DOE*8358 Dear Melody This is to advise you that if awarded a contract on the above named project,we intend to use your company as a MWISE Business. The scope of the work will be Post and Pre TV Pipeline Inspection at job sites. The dollar amount will be approximately S 32.000.00 Please sign below and returned to me. Since". a` a1 Carol J. S�ch�ull ` GCA Carol J. Schultz U61ody BAl4dewald MJ Pipeii a Inspection Circle C Corhstruction t PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1 (1) C1-1.1 Definition of Terms C1-1 (1) C1-1.2 Contract Documents C1-1 (2) Cl-1.3 Notice to Bidders Cl-1 (2) v C1-1.4 Proposal C1-1 (2) C1-1.5 Bidder C1-1 (2) C1-1.6 General Conditions C1-1 (2) C1-1.7 Special Conditions C1-1 (2) C1-1.8 Specifications C1-1 (2) C1-1.9 Bonds C1-1 (2) C1-1.10 Contract C1-1 (3) C1-1.11 Plans C1-1 (3) C1-1.12 City C1-1 (3) C1-1.13 City Council C1-1 (3) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager C1-1 (3) C1-1.16 City Attorney C1-1 (3) C1-1.17 Director of Public Works C1-1 (3) Cl-1.18 Director, City Water Department Cl-1 (3) C1-1.19 Engineer C1-1 (3) C1-1.20 Contractor C1-1 (3) C1-1.21 Sureties C1-1 (4) C1-1.22 The Work or Project C1-1 (4) C1-1.23 Working Day C1-1 (4) C1-1.24 Calendar Days C1-1 (4) Cl-1.25 Legal Holidays Cl-1 (4) Cl-1.26 Abbreviations Cl-1 (4) C1-1.27 Change Order C1-1 (5) C1-1.28 Paved Streets and Alleys C1-1 (5) Cl-1.29 Unpaved Streets or Alleys Cl-1 (6) C1-1.30 City Street C1-1 (6) C1-1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C1-1 (6) C2-2 INTERPRETATION AND PREPARATION +„ OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site of Project C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (2) i (1) C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) T C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls C3-3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) C3-3.15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4,6 Construction Schedule C44 (3) C4-4.7 Schedule Tiers Special Instructions C4-4 (6) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Documents C5-5 (1) .� C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (2) C5-5.6 Field Office C5-5 (3) E C5-5.7 Construction Stakes C5-5 (3) (2) C5-5.8 Authority and Duties of City Inspector C5-5 (3) C5-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) C5-5.11 Substitute Materials or Equipment C5-5 (4) C5-5.12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Materials C5-5 (5) C5-5.14 Existing Structures and Utilities C5-5 (5) C5-5.15 Interruption of Service C5-5 (6) C5-5.16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean-Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (1) C6-6.3 Patented Devices, Materials, and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges f Contractor in Streets,Alleys, C6-6 (3) and Right-of-Way C6-6.7 Railway Crossings C6-6 (3) C6-6.8 Barricades,Warnings and Flagmen C6-6 (3) C6-6.9 Use of Explosives,Drop Weight,Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.11 Independent Contractor C6-6 (6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6.13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) C6-6.15 Temporary Sewer and Drain Connections C6-6 (8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6.18 Contractor's Responsibility for the Work C6-6 (9) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6 (10) C6-6.21 State Sales Tax C6-6 (10) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of The Work C7-7 (1) C7-7.4 Limitation of Operations C7-7 (2) C7-7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7-7 (3) (3) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (4) C7-7.11 Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7.16 Termination for Convenience of the Owner C7-7 (8) C7-7.17 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8.13 Record Documents C8-8 (4) (4) PART C -GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-I DEFINITIONS 4 C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A-NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E- SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F- BONDS (Sample) White PART G- CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A-NOTICE TO BIDDERS (Advertisement) same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D- SPECIAL CONDITIONS PART E- SPECIFICATIONS PERMITS/EASEMENTS PART F- BONDS PART G- CONTRACT PART H - PLANS (Usually bound separately) C1-I (1) C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner,has been publicly opened and read and not rejected by the Owner. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence. . C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. Performance Bond(see paragraph C3-3.7) b. Payment Bond(see paragraph C3-3.7) z C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2,6) C1-1 (2) - C1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the # various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as _ the Owner may issue to clarify other drawings or for the purpose of showing,changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. C1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager.The terms City and Owner are synonymous. C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C 1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth,Texas, or his duly authorized representative. C1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1.20 CONTRACTOR: The person, person's,partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-1 (3) directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C1-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. New Year's day January 1 2. M.L. King, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Forth Friday in November 8. Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. C1-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: C1-1 (4) AASHTO - American Association of State MGD - Million Gallons Highway Transportation Officials per Day ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second - - IAW In Accordance With Min. Minimum ASTM - American Society of Testing Mono. - Monolithic Materials % - Percentum L AWWA - American Water Works R - Radius Association I.D. - Inside Diameter ASA - American Standards Association O.D. - Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. - Asphalt F - Fahrenheit Ave. - Avenue C - Centigrade Blvd. Boulevard In. Inch CI - Cast Iron Ft. - Foot CL - Center Line St. - Street GI - Galvanized Iron CY - Cubic Yard Lin. - Linear or Lineal Yd. - Yard lb. - Pound SY - Square yard MH Manhole L.F. Linear Foot Max. - Maximum D.I. - Ductile Iron C1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: L 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment,not including an oiled surface, with or without separate base material. ,p 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1 (5) C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for"Paved Streets and Alleys." C1-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four (`4) feet back of the average edge of pavement where no curb exists. C1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. C1-1 (6) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for openingof f bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one(1)year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten(10)percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2(1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge , of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMPTTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2(2)